Loading...
HomeMy WebLinkAbout2014-200ACONTRACT DOCUMENTS AND SPECIFICATIONS FOR INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK BID NO. 2014052 PROJECT NO. 1135 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN WESLEY S. DAVIS, VICE CHAIRMAN COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER BOB SOLARI COMMISSIONER TIM ZORC 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 00001 - Project Title Page - REV 04-07 00001 - 1 F:\Public Works ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00001 - Project Title Page - REV 04-07.doc Section No. Title TABLE OF CONTENTS DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS (SITE) DIVISION 3 - TECHNICAL PROVISIONS (STRUCTURES) APPENDIX A - PERMITS APPENDIX B - FERTILIZER ORDINANCES APPENDIX C - SUBSURFACE INVESTIGATIONS + + END OF TABLE OF CONTENTS + + 00010-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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, November 19, 2014. 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 "INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK and Bid No. 2014052". 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., on the day specified above, will not be opened or considered. INDIAN RIVER COUNTY PROJECT NO. 1135 INDIAN RIVER COUNTY BID NO. 2014052 PROJECT DESCRIPTION: Construction of a 46,000 SF (±) Intergenerational Recreation Facility at South County Regional Park to accommodate indoor community exhibits and events, sports activities, activities for senior citizens, a multi-purpose gymnasium and various office and meeting rooms. The building includes tilt -up wall construction and standing seam roof construction. Site work includes asphalt parking areas and drives, drainage improvements including retention pond, water and sewer improvements, landscaping and irrigation. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Copies of the documents are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasing@ircgov.com. All communication concerning this bid shall be directed to the Indian River County Purchasing Division at purchasing@ircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do 00100 - Advertisement for Bids REV 04-07 00100 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents \00100 - Advertisement for Bids REV 04-07.doc business in the State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty The County reserves the right to delay awarding of the Contract for a period of 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. A Pre -Bid Conference will be held on Wednesday, October 15, 2014 at 10:00 A.M., in the first floor conference room (B1-501) of the Indian River County Administration Building "B" located at 1800 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: September 24, 2014 For: Indian River 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 00100 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\ Master Contract Documents\00100 - Advertisement for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title ARTICLE 1 - DEFINED TERMS Page 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 ARTICLE 5 - ARTICLE 6 - ARTICLE 7 - ARTICLE 8 - ARTICLE 9 - ARTICLE 10 ARTICLE 11 ARTICLE 12 ARTICLE 13 ARTICLE 14 ARTICLE 15 ARTICLE 16 ARTICLE 17 ARTICLE 18 ARTICLE 19 ARTICLE 20 ARTICLE 21 2 PRE-BID CONFERENCE 4 SITE AND OTHER AREAS 4 INTERPRETATIONS AND ADDENDA 4 BID SECURITY 5 CONTRACT TIMES 5 - LIQUIDATED DAMAGES 5 - SUBSTITUTE AND "OR -EQUAL" ITEMS 6 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 6 - PREPARATION OF BID 6 - BASIS OF BID; EVALUATION OF BIDS 7 - SUBMITTAL OF BID 8 - MODIFICATION AND WITHDRAWAL OF BID 8 - OPENING OF BIDS 9 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 9 - AWARD OF CONTRACT 9 - CONTRACT SECURITY AND INSURANCE 10 - SIGNING OF AGREEMENT 10 00200 - Instructions to Bidders REV 04-07 00200 - i F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-3 County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Award of Contract 19 Basis of Bid; Evaluation of Bids 14 Bid Security 8 Bids to Remain Subject to Acceptance 18 Contract Security and Insurance 20 Contract Times 9 Copies of Bidding Documents 2 Defined 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 Pre -Bid Conference 5 Preparation of Bid 13 Qualifications of Bidders 3 Signing of Agreement 21 Site and Other Areas 6 Subcontractors, Suppliers and Others 12 Submittal of Bid 15 Substitute or "Or -Equal" Items 11 00200 - Instructions to Bidders REV 04-07 00200 - ii F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility'Admim\bid documents\Master Contract 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 www.demandstar.com. 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. 00200 - Instructions to Bidders REV 04-07 00200 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility'Admim\bid documents\Master Contract Documents100200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions has been identified and established in paragraph 4.06 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. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or 00200 - Instructions to Bidders REV 04-07 00200 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents \00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the ENGINEER (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 of such explorations, investigations, tests, and studies. 4.06 [This paragraph has been deleted intentionally.) 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE ENGINEER (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 Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; 00200 - Instructions to Bidders REV 04-07 00200 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 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; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for a Pre -Bid conference, if any, are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are HIGHLY ENCOURAGED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasingaircgov.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 00200 - Instructions to Bidders REV 04-07 00200 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 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. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be 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) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. 00200 - Instructions to Bidders REV 04-07 00200 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate 00200 - Instructions to Bidders REV 04-07 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be 00200 - Instructions to Bidders REV 04-07 00200 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: A. 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 other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, Florida, 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. 00200 - Instructions to Bidders REV 04-07 00200 - 8 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The 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 right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 00200 - Instructions to Bidders REV 04-07 00200 - 9 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Fac ility\dmim\bid documents Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 04-07 00200 - 10 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 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 00300 1 F:\Public Works \ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00300 - Bid Package Contents - REV 04-07.doc INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 1 2 3 4 5 Table of Contents Section 00310 - Bid Form - Addenda - Bid Bond - Company Section 00452 - Disclosure of Relationships Section 00454 -Trench Safety Section 00456 - Qualifications Questionnaire - Florida Contractor's Licence - State of Florida Division of Corporations - Financial Statement - Current Workload Section 00458 - List of Subcontractors PROJECT IDENTIFICATION: Project Name: County Project Number: Bid Number: Project Address: Project Description: THIS BID IS SUBMITTED TO: SECTION 00310 - Bid Form Intergenerational Recreation Facility at South County Regional Park 1135 2014052 1590 9th Street SW (Oslo Road) Vero Beach, Florida 32962 Construction of a 46,000 SF (±) Intergenerational Recreation Facility at South County Park to accommodate indoor community exhibits and events, sports activities, activities for senior citizens, a multi- purpose gymnasium and various office and meeting rooms. The building includes tilt -up wall construction and standing seam roof construction. Site work includes asphalt parking areas and drives, drainage improvements including retention pond, water and sewer improvements, landscaping and irrigation. 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 indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and 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 10-27-14 1 10-31-14 2 11-05-14 3 11-13-14 4 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. 00310 - Bid Form REV 04-07 00310-1 F:1Public Works1ENGINEERING DIVISION PROJECTS11136-8 County Park Intergeneratiional Rec FacilitylAdmimlbid documents\ Master Contract Documents100310 - Bid Form REV 04-07.doc Rev. 05116/01 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Fax (772) 770-5140 ADDENDUM NO. 1 Date: October 27, 2014 Project Name: Intergenerational Recreation Facility at South County Regional Park Bid Number: 2015052 Bid Due Date: November 19, 2014 at 2:00 pm Minutes from the pre-bid meeting are attached as Addendum #1. Pa y LCL( Aivd 1 /),/e : /1/0(,1/141J-),(- 0, a 1 r ADDENDUM NO. 2 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 2 is submitted b and ristopher fer ., County Engineer Hyd, Purchasthg Manager Company Name 1 � ( NS �"� r✓ ��i o Name: �1 iC 116- 0 ( 442a (Type / Printed) Authorized Signature: c Telephone: �� /— b / " Title: Pr s (� ^G -� Date: / -3/- // /'/C7 Fax: ` 4S9- // 9Y Page 5 of 5 F:1Public Works\ENGINEERING DIVISION PROJECTS 1135-S County Park Intergeneratiiona1 Rec Facitity1Admim'ADDENDUMS\, cIdendum No. 2 I0-31-2014. dec ADDENDUM NO. 3 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 3 is submitted b and �,/ Christopher . ' - feJr., �` County Engineer Jenf q Hyde, Purchasing Manager Company Name 44-5 (c; vt.,x7c Lc,O ?a,. Cv M,©G t\ --X C C Name: / "l /c /1)1 a r (Type / Pri ted) Authorized Signature: ( Title: Telephone: cC /- 6 8c7 9/ U Fax: /— 9 " ll Page 7 of 7 F:\Public Works'J NGINEERING DIVISION PROJECTS \1135-S County Park Int ergcn<ratiional Rcc Facility\Admim' ADDENDUMSAddendum No 3 I 1-5-2014 doe ADDENDUM NO. 4 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 4 is submitted b and Company Name opher, e , J ounty Engineer ut A4&4 Jennifer Hyde, Purchasing Manager (05/7. t, c_1- 41p fr Name: /11 r / /J2c Tice: Pres/ disn./f (Type / Printed) Authorized Signature: Date; 11--/g-/1/ Telephone: 8 7- 0- Fax: -5--e/- 68, - 1/9 (/ Page 20 of 20 WarksiENGINEFAING DIVISION PROIRCIRd 135-S Caucty Pirk InIttgcterliional Rtc racility`,AdminMODENDMIS‘Addecdum Nu. 1 1,1 2.201 4.iIct ADDENDUM NO. 4 11/12/2014 CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No. 1 135 for Intergenerational Recreation Facility at South County Regional Park STATE OF Florida COUNTY OF Indian River Personally before me the undersigned authority, appeared Michael Neal administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, KAST Construction Company, LLC who upon oath duly whose business address is 701 Northpoint Parkway, Suite 400 West Palm Beach, FL 33407 and (if applicable) its Federal Identification No.(FEIN) is 980456507 2. My name is Michael Neal and my relationship to the entity named above is President Of signing as Owner's Agent, attach Letter of Authorization to Sian from Owner) 3. 1 understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. 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 01025-10 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Reo Facllity\Adntim\ADDENDUMS\Technical Specs (511 t} - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 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 number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-11 F:IPublic Works\ENOINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitylAdmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts stated in it are true. FURTHER AFFIANT SAYETH NAUGHT Contractor: KAST construction Company, LLC if si n as\ Owner's Agent, ate ch tetter of Authorization to Sin from Owner) � � 9 9 Printed Name: Michael Neal �- Date: November 19, 2014 Authorized Signature: (A The foregoing instrument was subscribed and sworn to before me this 19thday of November , 2014 by Cynthia Perih who is personally known to me or has produced as identification and who did take oath. My Commission expires: 2 •ussVV ,iJetCN leuepet; ganor91, popue8 t'E1,t01 33 uolsslu:tuo0 9lOZ 'L t unp saildx3 'Ui'IO3 Ani uppou do ale1S - at;cnd Aielarl 1-11t13d 1 V1I-LLFV3 Public State of Florida at Large + END OFSECTION A-- 01025-12 Technical Specifications F;1Public WorkslENGINEERING DIVISION PROJECTS11135-5 County Park intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 ITEMIZED BID SCHEDULE 11/1212014 INDIAN RIVER COUNTY INTERGENERATIONAL, RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit Qty. f Unit Price Amount 1 MOBILIZATION LS 1 $220,675.41 $220,675.41 2 PHOTOGRAPHS/VIDEOS & AERIAL PHOTOGRAPHY LS 1 $1,200.09 $1,200.09 3 EROSION AND WATER POLLUTION CONTROLS (INCLUDES NPDES COMPLIANCE) LS 1 $7851.00 $7,851.00 4 AS C UILTSIRECORD DRAWINGS LS 1 $8,625.00 $8,625.00 5 CC$1276.38 FIELD OFFICE 1414/141C/40- g.o ED 360 ' $459,498.32 6 SITE CLEARING AND GRUBBING AC 13,60 $4,477.00 $60,887.20 7 EARTHWORK (INCLUDES EXCAVATION, EMBANKMENT, BORROW FILL (AS REQUIRED) ROUGH GRADING, FINAL GRADING, COMPACTION, ETC.) LS 1 $255,500.00 $255,500.00 8 STABILIZED SUBGRADE (8" THICK) (LBR 40) SY 7,700 $5.66 $43,582.00 9 STABILIZED SUBGRADE (12" THICK) (LBR 40) SY 11,885 $6.91 $82,125.35 10 CEMENTED COQUINA SHELL BASE (6" THICK) (1 LIFT) SY 7,186 $7.92 $56,913.12 11 CEMENTED COQUINA SHELL BASE (8" THICK) (2 LIFTS) SY 10,465 $9.96 $104,131.80 12 ASPHALT PAVEMENT, TYPE SP -9.5 ('1.5" THICK) (1 LIFT) SY 7,700 $8.87 $68,299.00 13 ASPHALT PAVEMENT, TYPE SP -12.6 (1.5" THICK) (1 LIFT) SY 10,455 $8.45 $88,344.75 14 ASPHALT PAVEMENT, TYPE SP -9.5 (1" THICK) (1 LIFT) SY 10,455 $6.77 $70,780.35 15 TYPE "C" INLET EA 13 $1,834.00 $23,842.00 16 TYPE "E" INLET EA 2 $2,537.00 $5,074.00 17 TYPE "F" INLET EA 4 $2,570.00 $10,280.00 18 TYPE "G" INLET EA 3 $4,443.00 $13,329.00 19 TYPE 4 CURB INLET EA 6 $5,722.00 $34,332.00 20 MANHOLE, TYPE P-7 EA 7 $2,352.00 $16,464.00 21 CONTROL STRUCTURE (DCS -2) TYPE P-7 (4' X 4') EA 1 $4,361.00 $4,361.00 00310-3 F:1PubJIcWorks\ENGINEERING DIVISION PROJECTS11135-S County Park lntergeneratiionai Rec Facility'Admim1AODE aDUMS\Addendim No. 4- itemized Bid Schedule -11-12-2014 ADDENDUM NO. 4 ITEMIZED BID SCHEDULE 1111212014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit I Qty. Unit Price Amount 22 IV70DIFY EXISTING BLEEDER STRUCTURE EA 1 $1,015.00 $1,015.00 23 10" HDPE DROP-IN GRATE EA 2 $291.00 $582.00 24 18" X 12" HDPE IN-LINE DRAIN EA 1 $788.00 $788.00 25 12" HDPE DROP-IN GRATE EA 2 $500.00 $1,000.00 26 18" NYLOPLAST DRAIN BASIN EA 2 $1,504.00 $3,008.00 27 4" HDPE (N-12) LF 380 $12.44 $4,727.20 28 8" HDPE (N-12) LF 50 $26.84 1,342.00 29 10" HDPE (N-12) LF 50 $22.00 $1,100.00 30 12" HDPE (N-12) LF 582 $19.03 $11,075.46 31 15" HDPE (N-12) LF 217 $20.81 $4,515.77 32 18" HDPE (N-12) LF 262 $24.45 $6,405.90 33 15" CORRUGATED ALUMINUM PIPE (CAP) LF 567 $26.86 $15,229.62 34 18" CORRUGATED ALUMINUM PIPE (CAP) LF 260 $33.53 $8,717.80 35 24" CORRUGATED ALUMINUM PIPE (CAP) /if/ .232. 78' LF 783 $52.66 $41,338.10 36 30" CORRUGATED ALUMINUM PIPE (CAP) LF 196 $68.42 $13,410.32 37 12" X 18" ERCP LF 543 $32.03 $17,392.29 38 14" X 23" ERCP LF 218 $35.63 $7,767.34 39 19" X 30" ERCP LF 526 $51.45 $27,062.70 40 24" X 38" ERCP LF 48 $68.67 $3,296.16 41 CONCRETE CURB, TYPE B LF 186 $10.05 $1,869.30 42 CONCRETE CURB, TYPE D LF 4,044 $9.55 $38,620.20 43 CONCRETE CURB AND GUTTER, TYPE F LF 2,037 $11.15 22,712.55 00310-4 F:\Public WorkslENGINSERING DIVISION PROJECTS11135-S County Park Intergeneratiionai Rec FacilitytAdmlmtADDENDUMS.Addendum No. 4- Itemized Bid Schedule -11-12-2414 ADDENDUM NO. 4 ITEMIZED BID SCHEDULE 11/12/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit I Qty. I Unit Price Amount 44 3' WIDE CONCRETE VALLEY GUTTER LF 128 $12.90 $1,651.20 45 PAVEMENT REPAIR SY 35 $94.60 $3,311.00 46 CONCRETE SIDEWALK (6" THICK) SY 4,840 $49.95 $241,758.00 47 COLORED STAMPED CONCRETE (INSIDE OF ROUNDABOUT) 6" THICK SY 149 $94.32 $14,053.68 48 DETECTABLE WARNING SURFACE (SIDEWALK) SF 144 $33.00 $4,752.00 49 FENCING, 4' BLACK VINYL COATED CHAIN LINK LF 1,620 $8.50 $13,770.00 50 FENCE GATE, 4' HIGH BLACK VINYL COATED, 40' WIDE DOUBLE SLIDING EA 2 $2,000.00 $4,000.00 51 FENCE GATE 4' HIGH BLACK VINYL COATED, 8' WIDE SWING EA 4 $750.00 $3,000.00 52 SOD (INCLUDES ST. AUGUSTINE, EMPIRE ZOYSIA SQD, AND ARGENTINA BAHIA SOD) LS 1 $48,822.32 $48,822.32 53 SOD (CELEBRATION BERMUDA) WITHIN LACROSSE FIELDS COMPLETE /q3.51)SY 1,550 $1.77 $2,740.00 54 / SEEDING (BAHIA) 4171 O. I cP SY 3,566 $.76 $2,720.00 55 LANDSCAPING (INCLUDING LITTORAL PLANTINGS) COMPLETE LS 1 $156,600.00 $156,600.00 56 TREE PRESERVATION AND RELOCATION LS 1 $3,118.00 $3,118.00 57 IRRIGATION SYSTEM COMPLETE (INCLUDING WELLS, PUMPS, PIPES, VALVES, ELECTRIC SERVICE, CONTROL WIRING AND SPRINKLER HEADS) LS 1 $81,429.00 $81,429.00 558 CHEVRON, R6-4 (30" X 24") EA 3 $248.00 $744.00 59 "STOP" SIGN, R1-1 (30" X 30") EA 13 $248.00 $3,224.00 60 "YIELD" SIGN, R1-2 (30" X 30" X 39") EA 3 $248.00 $744.00 61 HANDICAP SIGN, FTP 21-06 AND 22-96 EA 7 $149.00 $1,043.00 62 PEDESTRIAN WARNING SIGN, W11-2 (30" X 30") EA 11 $248.00 $2,728.00 63 "DO NOT ENTER" SIGN, R5-1 EA 2 $248.00 $496.00 64 DIRECTIONAL ARROW PLAQUE, W16 TP (24" X 12") EA 11 $193.00 $2,123.00 00310-5 Ft\Public Works \ENGINEER!NG DIVISION PROJECTS \1135-S County Park Inlergeneratlional Rec Feci(itylAdmimtADDENDUPr1S\Addendum No. 4- Itemized Bid Schedule . 11-12-2014 ADDENDUM NO. 4 ITEMIZED BID SCHEDULE 11/12/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit Qty. Unit Price Amount 65 ONE WAY ARROW, R6 -1R (36" X 12") EA 3 $215.00 $645.00 66 KEEP RIGHT SIGN, R4-7 (24" X 30") EA 3 $248.00 $744.00 67 ENTRY SIGN (COMPLETE PER PLAN SPECIFICATIONS & CONTRACT DOCUMENTS) EA 1 $52,580.00 $52,580.00 68 STRIPING, WHITE 6" (THERMOPLASTIC) LF 4,930 $0.88 $4,338.40 69 STRIPING, WHITE 6" (2' X 4' SKIP) (THERMOPLASTIC) LF 50 $0.88 $44.00 70 STRIPING, YELLOW 6" (THERMOPLASTIC) LF 675 $0.88 $594.00 71 STRIPING, DOUBLE YELLOW 6" (THERMOPLASTIC) LF 35 $1.76 $61.60 72 STRIPING, BLUE 6" (HANDICAP PARKING SPACES) (THERMOPLASTIC) LF 300 $1.54 $462.00 73 STRIPING, YELLOW 8" (THERMOPLASTIC) LF 68 $1.10 $74.80 74 STRIPING, WHITE 12" (THERMOPLASTIC) LF 612 $1.80 $1,101.60 75 STRIPING, YELLOW 18" (THERMOPLASTIC) LF 28 $2.75 $77.00 76 6,1, ZD STRIPING, WHITE 24" (STOP BARS) (THERMOPLASTIC) LF 169 $3.80 $642.00 77 HANDICAP SYMBOL (THERMOPLASTIC) EA 7 $214.50 $1,501.50 78 LEFT TURN ARROW (THERMOPLASTIC) EA 2 $82.50 $165.00 79 RIGHT TURN/THROUGH ARROW (THERMOPLASTIC) EA 2 $159.50 $319.00 80 RPM'S (WHITE/CLEAR) EA 30 $4.68 $140.40 81 RPM'S (BI-DIRECTIONAL AMBER) EA 40 $4.68 $187.20 82 SITE LIGHTING (POLES, FIXTURES AND WIRING) (COMPLETE PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) LS 1 $242,296.00 $242,296.00 83 SANITARY SEWER MANHOLE (4' - 6' DEPTH) EA 3 $3,804.00 $11,412.00 84 SANITARY SEWER MANHOLE (6' - 8' DEPTH) EA 2 $3,992.00 $7,984.00 85 2 8" PVC SANITARY SEWER �S % 5S9.& LF 974 $36.54 $35,598.96 86 3" POTABLE SERVICE EA 1 $14,327.00 $14,327.00 00310-6 F:1Publtc Works\RNGINEERING DIVISION PROJECTS11135.S County Park IntergeneratlIonal Rec FacilitylAdmimlADDENDUMStAddendum No. 4- Itemized Bid Schedule -11-12-2014 ADDENDUM NO. 4 ITEMIZED BID SCHEDULE/1/1212014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit Qty. Unit Price Amount 87 8" PVC WATER MAIN WITH VALVES AND APPURTENCES AS INDICATED LF 1,025 $36.17 $37,074.25 88 SIAMESE FIRE TRUCK CONNECTION EA 1 $1,964.00 $1,964.00 89 RELOCATE EXISTING FIRE HYDRANT (INCLUDES 40 LF ~$2,605.00 6" PVC WATERMAIN) EA 1 $2,605.00 90 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY (COMPLETE WITH 6" GATE VALVE AND PIPE) AS 2 $4,000.00 $8,000.00 91 FURNISH AND INSTALL 6" DOUBLE DETECTOR CHECK VALVE ASSEMBLY EA 1 $9,588.00 $9,588.00 92 DUMPSTER ENCLOSURE (COMPLETE, PER PLANS AND SPECIFICATIONS) EA 1 $20,150.00 $20,150.00 93 FOUNTAIN ASSEMBLY (HYDREL OR APPROVED EQUAL, TYPE 6) (INCLUDES FOUNTAIN, LIGHTING, ELECTRICAL, PLUMBING, CONTROLLER, ETC.) (COMPLETE AND READY TO IJSE; PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) EA 2 $8,630.00 $17,260.00 94 BIKE RACK (SEE LANDSCAPE PLAN L1.01.08) EA 2 $3,570.00 $7,140.00 95 FREESTANDING RECTANGULAR GARDEN BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 $7,070.00 $21,210.00 96 FREESTANDING CHAIR (SEE LANDSCAPE PLAN L1.01.08) EA 18 $910.00 $16,380.00 97 FREESTANDING BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 $1,340.00 $4,020.00 98 FREESTANDING "STAR" BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 6 $1,570.00 $9,420.00 99 TRASH RECEPTACLE (SEE LANDSCAPE PLAN L1.01.08) EA 11 $1,120.00 $12,320.00 100 RECYCLING TRASH RECEPTACLE UNITS (SEE LANDSCAPE PLAN L1.01.08) EA 3 $2,400.00 $7,200.00 CONSTRUCT INTERGENERATIONAL BUILDING INCLUDING SLAB, BUILDING, DOORS, WINDOWS AND ALL ITEMS AS INDICATED ON THE PLAN SPECIFICATIONS AND IN THE CONTRACT DOCUMENTS (COMPLETE AND READY FOR USE) 1 -OS 7.) 375. Gt.) 7/01-5-)i 3Z 102 UTILITY CONDUITS, 4" PVC SCHEDULE 40 (ELECTRIC, PHONE, FIBER OPTIC, CABLE) LS 1 $16,294.00 $16,294.00 103 TEMPORARY SECURITY FENCE LS 1 $3,400.00 $3,400.00 104 PUBLIC CONSTRUCTION BOND LS 1 $84,806.00 $84,806.00 00310-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiionai Rec FacilltylAdmim\ADDENDUMSWddendum No. 4- Itemized Bid Schedute -11-12-2014 ADDENDUM NO.4 ITEMIZED BID SCHEDULE 41!12/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Did No. 2014052 IRC Project No, 1135 BIDDER'S NAME KAST Construction Company, LLC Item # Description Unit Qty. ( Unit Price Amount 105 TRENCH SAFETY COMPLIANCE (OVER 5') (SEE SECTION 00454) LS 1 $1,000.00 $1,000.00 106 TRENCH SAFETY COIVMPLIANCE (SHORING) (SEE SECTION 00454) LS 1 $2,000.00 $2,000.00 107 FORCE ACCOUNT LS 1 300,000.00 300,000.00 TOTAL BID AMOUNT /0) 6 ,) 64// ;2 *Indicates changed item from previous itemized Bid Schedule LS = LUMP SUM ED = EACH DAY AC = ACRE SY= SQUARE YARD LF = LINEAR FOOT SF = SQUARE FOOT EA = EACH AS = ASSEMBLY TOTAL BID AMOUNT IN WORDS: frit /-• /41- t ` I; 0 /ix S l x It vr4f ✓-4 r � -s t`X /at, uSot �-(% f six �t �R d fia 01- ti 1 IN -/-1>/ dr-) ! l0V'S rd X76 c; 7.26,3 00310-8 F:\Pubic Works\ENGINERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacititytAdmirMADDENOUNIS4Addendum No, 4- Itemized Bid Schedule - 11-12-2014 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.E 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 form of Bid Bond C. Sworn Statement Under the Florida Trench Safety Act; D. Qualifications Questionnaire; E. List of Subcontractors; [The remainder of page intentionally left blank] 00310 - Bid Form REV 04-07 00310 - 8 F:1Public Works\ ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rao Facility1Admimlbid documents\Master Contract Documents100310 - Bid Farm REV 04-07.doc Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Mame, legal status and address) (Mane, legal stains and principal place C f hzcriness) Travelers Casualty and Surety Company of America Kast Construction Company, LLC 701 Northpoint Parkway, Suite 400 West Palm Beach, FL 33407 One Tower Square Hartford, CT 06183 OWNER: (Main, legal status and address) Indian River County Board of County Commissioners 1800 27th St. Vero Beach, FL 32960 BOND AMOUNT: $ 5% Five Percent of Amount Bid This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (,'Farre, location or address andProjectlumber, ifant) Project No. 1135 Intergenerational Recreation Facility at South County Regional Park The Contractor and Surety arc bound to the Owner in 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 time 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 hid, then this obligation shall be null and void, otherwise to remain in lull 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 in the aggregate beyond tite time lbr acceptance of bids specified in the hid documents,, and the Owner and Contractor shall obtain the Surety's consent lbr 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 or the Project any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herelront and provisions conlonning to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond : hall be construed as a statutory bond and not as a common law bond. Signed and seated this 22nd day of October, 2014 (Witness) Je i r Stephens Kast Construction Company, LLC (Principal) By: Mao U i./62 , . re (Seal) Travelers Casualty and Surety Company of America (Surety) (Seal) By: l J�-- (Titie)Kevin Wojtowicz Attorney -in -Fact S-0054/AS 8/10 TRAVELERS J 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 225823 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. 005831231 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 Kevin Wojtowicz, John R. Neu, Laura Mosholder, Tracey C. Brown, and David R. Turcios of the City of St. Petersburg , State of Florida , their true and lawful Attorneys) -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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 12th day of March 2014 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 12th day of March 2014 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. C . Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on November 19 , 2014 . State Contractor License No. CGC1519693 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: KAST Construction Company, LLC State of Incorporation: Delaware Type (General Business, P ofessional, Service, Limited Liability): By: (Signature -- attach evidence of a thority to sign) (SEAL) Limited Liability Name (typed or printed): Michael Neal Title: President Attest' �,I (CORPORATE SEAL) Stgnature of Corporate Secretary) Business address: 701 Northpoint Parkway, Suite 400 West Palm Beach, FL 33407 Phone No,: 561-689-2910 FAX No.: 561-689-2911 00310 - Bid Form REV 04-07 00310 - 9 F:IPublic Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneranional Rec Facility 'Admim\bid documents\Master Contract Documents\00310 - Bid Form REV 04-07.doc Date of Qualification to do business is May 16, 2005 A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venture Name: (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * 00310 - Bid Form REV 04-07 00310-10 F:\Public Works\ ENGINEERING DIVISION PROJECTS 1135-S County Park IntergeneraUional Rec FacilityWdmim\bid documents\Master Contract Documents\00310 - Bid Form REV 04-07.doc 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. 2014052 for INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK 2. This sworn statement is submitted by: KAST Construction Company, LLC (Name of entity submitting Statement) whose .business address is: 701 Northpoint Parkway, Suite 400, West Palm Beach, FL 33407 3. My name is Michael Neal (Please print name of individual signing) and my relationship to the entity named above is President 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The terns "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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergenerational Rec Facility\Admim\bid documents\Master Contract Documents100452 Disclosure of Relationships.doc 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 Name of County Commissioner Relationship or entity or employee N/A v\,6„ (Signature November 19, 2014 (Date) STATE OF Florida COUNTY OF Palm Beach The foregoing instrument was acknowledged before me this 19th day of November ,2014 , by Michael Neal , who is personally known to me or who has produced as identification. U NOTARY PUBLIC SIGN: � _[ L�y PRINT: 00452-2 Cynthia Perih Notary Public, State at large My Commission Expires: (Seal) ; to 'F �, CYNTHIA L PERI -J Notary Public - State of Florida '6 My Comm. Expires Jun 17, 2015, Commission # EE 101434 f' Bonded Through National Notary Assn. F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents100452 Disclosure of Relationships.doc 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. 1135 for INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK 2. This Sworn Statement is submitted by KAST Construction Company, LLC (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The BIDDER'S address is 701 Northpoint Parkway, Suite 400, West Palm Beach, FL 33407 BIDDER's Federal Employer Identification Number (FEIN) is 980456507 3. My name is Michael Neal and my relationship to the BIDDER (Print Name of Individual Signing) is President (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553.60 et.seci. 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. 6. The BIDDER has allocated and included in its bid the total amount of $ 1,000 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: Benching and Sloping 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 $ 2,000 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: Shoring and Shielding 00454 - Florida Trench Safety Act - REV 04-07 00454 -1 F:\Public Works \ENGINEERING DIVISION PROJECTS\11 5S County Park Intergeneratiionai Rec FacilitylAdmim\bid documents Master Contract Documents\ 00454 - Florida Trench Safety Act - REV 04-07.doc The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. BIDDER: KAST Construction Company, LLC By: \ ♦ '►t:: chael Neal V Position or Ti Date: STATE OF Florida COUNTY OF Palm Beach e: Presiden November 19, 2014 Personally appeared before me, the undersigned authority, Cynthia Perih who after first being sworn by me, affixed his/her signature in the space provided above on this 19th day of November , 2014 otary Public, State at Targe y -Commission Expires: ASA CYNTHIA L PERTH Notary Public - State of Florida k ` n My Comm. Expires Jun 17, 2015 Commission # EE 101434 Bonded through National Notary Assn. END OF SECTION * * 00454 - Florida Trench Safety Act - REV 04-07 00454 -2 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiionat Rec FacititylAdmtmlbid documents\Master Contract Documentsl00454 - Florida Trench Safety Act- REV 04-07.doc 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: 1135 Project Name: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK 1. Bidder's Name / Address: KAST Construction Company, LLC 701 Northpoint Parkway, Suite 400, West Palm Beach, FL 33407 2. Bidder's Telephone & FAX Numbers: 561-402-8625 phone 561-689-2911 fax 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CGC1519693 [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: 9 5. What is the last project OF THIS NATURE that the firm has completed? West Palm Beach Fire Station #5 and Emergency Operations Center (EOC) 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 been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No 00456 - Qualifications Questionnaire 00456 - 1 F:\Public Works \ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admimlbid documents\Master Contract Documents =456 - Qualifications Questionnaire.doc [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.] 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. 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. 13. Name of person who inspected the site of the proposed work for the firm: Name: David Zorrilla Date of Inspections: October 15, 2014 14. Name of on-site Project Foreman: Dan Alessandrini Number of years of experience with similar projects as a Project Foreman: 29 15. Name of Project Manager: Sean Martin Number of years of experience with similar projects as a Project Manager: 11 16. State your total bonding capacity: $100,000,000 17. State your bonding capacity per job: $50,000,000 18. Please provide name, address, telephone number, and contact person of your bonding company: Nielson, Wojtowicz, Neu & Associates - Kevin Wojtowicz 727-209-1803 1000 Central Avenue, Suite 200, St. Petersburg, FL 33705 [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire 00456 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilifyV\dmim\bid documents\ Master Contract Documents \00456 - Qualifcations Questionnaire.doc Complete the following table for SIMILAR projects: Final Contract Amount N d' — O 00 69 00 N kris N 00 M 69 VD 01 '-+ d' O N .7r 69 M N N O M 69 N N M kr) M 69 O kr)'kn.' V 00 N 69 00 N M 69 $3,926,802 Original Contract Amount M M .--I O 01 N N 69 M N M 7t VD O cri 69 O r--1 O M VO 69 00 CO. O M O cri 69 ,--1 00 00 N VDVD M 69 O O O VD 0Oo N 69 000'00I`£$ O O O kris cn 69 Contact Person: Name/Email/Phone Brent Gent 561-644-7x17 bgent@wpi'org 0 0 r -a -, ct O U crS j Pa N in k) VD 0 U cn • rl C0 Lucinda Gedeon 772-231-0707 Igedeon@verobeachmuseum.org Achal Goswami 561-622-8300 achgoswami@aol.com Russell Carlson 561-997-6556 ceo@bocairecc.com Anil Patel 561-233-0260 apatel@pobcgov.org Marshall Stewman 214-210-1081 mstewman@24hourfit.com Marshall Stewman 214-210-1081 mstewman@24hourfit.com Owner City of West Palm Beach Lost Tree Club Vero Beach Museum of Art Frenchman's Creek Beach & Country Club Bocaire Country Club Palm Beach County 24 Hour Fitness USA 24 Hour Fitness USA a) it 0) 0 E 0 0 August 2014 September 2013 August 2012 November 2010 May 2013 October 2012 May 2011 August 2012 Name of Project WPB Fire Station #5 & EOC Lost Tree Club Fitness Center Vero Beach Museum of Art Frenchman's Creek Fitness Center Bocaire Country Club Community Center PBC Fire Station #72 24 Hour Fitness Boynton Beach 24 Hour Fitness Sunrise 00456 - Qualifications Questionnaire a c 0 d c 0 w 0 0 d 0) a m E 0 m C 0 0 T N 14 N a 0 3 :o E F:tPublic Works ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiionat Re [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.] By: President (Position or Title) November 19, 2014 (Signature) **END OF SECTION** (Date) 00456 - Qualifications Questionnaire 00456 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitylAdmim\bid documents\Master Contract Documents\00456 - Qualifications Questionnaire.doc STATE OF FLORIDA DEPARTIVIENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 PLOTKE, ERIC JOSEPH KAST CONSTRUCTION COMPANY LLC 701 NORTH POINT PARWAY WEST PALM BEACH FL 33407 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.myfioridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives, Our mission 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! DETACH HERE RICK SCOTT, GOVERNOR `_, STATE OF FLORIDA DEPARTMENT -.QF BUSINESS AND PROFESSbbWALREGULATION -CGC1519693 , 1 5UE 3 .:06/24/2014 CERTIFIED GE'NERAt Ot+}TRAC1 R PLOTKE, KASYCONSTRQCTION COMPANYLLC IS -'CERTIFIED under the. provisions of 011.489 FS. ' Expiratlan.date ; AUG -31, 2016 • •_ U?106240001340 • KEN LAWS -ON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION.INDUSTRY LICENSING BOARD LICENSE NUMBER CGC1519693 The GENERAL CONTRACTOR Named'below IS'CERTIFIED Under the provisions of Chapter 489 FS. • Expiration date: AUG 31, 2016 ' • PLOTKE, ERIC JOSEPH, KAST CONSTRUC:TlON.COIUIpANY LLC - 701 SOUTH OLIVE AVE-: SUITE'1O'', --- WESTPALM BEACH , EL 33401 IC CI ICf1• j- i'JAlpniA r112D1 AV AC IP Gr1I IIRRn RV 1 Ain! SPO 1 11406240001340 Brpartntfnt of tatr I certify from the records of this office that KAST CONSTRUCTION COMPANY LLC is a Delaware limited liability company authorized to transact business in the State of Florida, qualified on May 16, 2005. The document number of this limited liability company is M05000002601. 1 further certify that said limited liability company has paid all fees due this office through December 31, 2013, that its most recent annual report was filed on January 24, 2013, and its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. CR2E022 (1-11) Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirteenth day of March, 2013 PhfzxtLt $5 trEfary u ° ShMay •C 0 411. r • O4- `C= Oic 4Q; DO60e Z' SOL Q) D. V m/'V'"�VP.V'"V'"P'V"W'V v���=••Q4Q••Q••QQrJ�V••Qir Q�h Q�oV•x�Vrx�v�v�v�v�V�Vrx •�•QN • N •• •�M •�M • N •QN •Q•Q��.1 aCD 2014 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT# M05000002601 Jan 13, 2014 Entity Name: KAST CONSTRUCTION COMPANY LLC Secretary of State CC2302157845 Current Principal Place of Business: 701 NORTHPO€NT PARKWAY SUITE. 400 WEST PALS BEACH, FL 3347 Current Mailing Address: 701 NQRTHPOINT PARKWAY SUITE 400 WEST PALM BEACH, FL 33407 US FEI Number: 98-0456507 Name and Address of Current Registered Agent: CORPORATION SERVICE COMPANY 1201 HAYS STREET T L .AHA.SSEE, FL 32301-2525 US Certificate of Status Desired: Na The abDve entity sLibtRIIs this statement {:.r the pu'Tpase p{ chsvcrig.Its .Tegi_tter_t6 ^{15,nrTegtgerej' egemt.. 1r fit.^Ctt. AID the State {Fdclr'i 3. SIGNATURE: Electronic Signature mf Registeredrgent Authorized Person(s) Detail : �rtle %1GRM Name J HOLDINGS, LLC Address 701 SOUTH OLIVE AVE, SUITE 104 City -State -Zip: WEST PALM BEACH FL 33401 Date ?we!"cent?Vl Alttrrean.tn7.aellm ;'!fig replarS:r'}scem!t 1 :axe SS 1,1e arae znee' alsr q-2t_TMn sr -Vin reVski Aeo?Sh?•sam Aepr?Antas.KSaie sit Udr0.et.1; d^d ��a'VN'1Psr,`k'.rarrranwrat ANTO33'!'in!r S:{el arN,ra_arier';-:-LtW erpsAereSte.Ye.�'L''Sh'.:.ie'L'l;.d5TseC4trel GhAtxW*71$.FstkrA3Z,Igr .!43772a'j?s-3.�3 �`��f'2. 1r Ct? 2.?...aV ^JZ.'L nth aU{tt' raro:r*'w-el SIGNATURE: ROGER WHITMAN VP FINANCE 01/13/2014 Electronic Signature of Signing Authorized Person(s) Detail Date ,.:c:". ,e�.v.�„f ^,may:. i a:r,a-zz_ 3,0,!"1,,,, CYNTHALPERTH \State 3` Y�.o Notary Public - of Florida - -A�.� � My Comm. Expires Jun 17, 2015 f� [�aatt��.; Commission 3t EE 101434 •`•°Pto”' Bonded Through National Notary Assn. Kast Construction Company LLC and Subsidiary Audited Financial Statements December 31, 2013 and 2012 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY TABLE OF CONTENTS independent Auditors' Report 1 — 2 Financial Statements: Consolidated Balance Sheets 3 Consolidated Statements of Earnings 4 Consolidated Statements of Members' Capital 5 Consolidated Statements of Cash Flows 6 Notes to the Consolidated Financial Statements 7 —14 Independent Auditors' Report on Supplementary Information 15 Supplementary Information: Supplementary Notes to the Consolidated Financial Statements 16 —17 Schedule of Consolidated Earnings from Contracts 18 Consolidated General and Administrative Expenses 19 Consolidating Balance Sheet 20 Consolidating Statement of Earnings 21 E FA E. F. Alvarez Sit Company, P.A. —1r—' CERTIFIED PUBLIC ACCOUNTANTS & BUSINESS ADVISORS MEMBER: AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS FLORIDA INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS INDEPENDENT AUDITORS' REPORT To the Members KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY 782 N.W. 42 Avenue Suite 545 Miami, FL 33126-5548 TELEPHONE (305) 444-6503 NATIONAL (800) 272-5332 FACSIMILE (305) 444-3840 E-MAIL info@efacpa.com WEBSITE www.efacpa.com We have audited the accompanying consolidated financial statements of KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY which comprise the consolidated balance sheets as of December 31, 2013 and 2012, and the related consolidated statements of earnings, members' capital, and cash flows for the years then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of consolidated financial statements that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an opinion on these consolidated financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the consolidated financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the consolidated financial statements. The procedures selected depend on the auditors' judgment, including the assessment of the risks of material misstatement of the consolidated financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the consolidated financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion of the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the consolidated financial statements. 1 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY INDEPENDENT AUDITORS' REPORT For the years ended December 31, 2013 and 2012 We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY as of December 31, 2013 and 2012, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. March 5, 2014 ataus-ir 2 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY CONSOLIDATED BALANCE SHEETS December 31, 2013 2012 ASSETS Current Assets Cash Contracts receivable, Tess allowance for doubtful accounts of $100,000 in 2013 and 2012 (Note 5) Prepaid expenses Other receivables Note receivable — member (Note 10) Costs and estimated earnings in excess of billings on uncompleted contracts (Note 6) Total Current Assets Property and Equipment — Net (Note 7) Other Assets Note receivable — member (Note 10) TOTAL ASSETS $ 7,147,777 $ 6,551,984 20,683,643 41,235 438,967 16,876 106,586 28,435,084 334,538 7,620,551 124,071 36,979 14,333,585 35,676 67,721 70,305 $ 28,837,343 $ 14,439,566 LIABILITIES AND MEMBERS' CAPITAL Current Liabilities Accounts payable — trade (Note E) Accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts (Note 6) Total Current Liabilities Members' Capital TOTAL LIABILITIES AND MEMBERS' CAPITAL $ 20,177,673 1,022,957 3,731,193 24,931,823 $ 7,984,960 373,045 3,905,520 1,766,053 10,124,058 4,315,508 $ 28,837,343 $ 14,439,566 The accompanying notes are an integral part of these statements. 3 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY CONSOLIDATED STATEMENTS OF EARNINGS For the years ended December 31, 2013 2012 Contract revenues earned Cost of contract revenues earned Gross profit General and administrative expenses (Loss) income from operations Other income and (expense) Interest income Miscellaneous income Loss on disposals of property and equipment $ 87,450,284 $ 63,825,250 84,872,090 60,559,319 2,578,194 3,265,931 2,645,270 2,241,678 (67,076) 1,024,253 14,102 90,242 (10,655) 20,514 8,009 93,689 28,523 Net income $ 26,613 $ 1,052,776 The accompanying notes are an integral part of these statements. 4 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY CONSOLIDATED STATEMENTS OF MEMBERS' CAPITAL For the years ended December 31, 2013 2012 Members' capital at the beginning of the year Net income for the year Distributions to members Members' capital at the end of the year $ 4,315,508 $ 26,613 (436,601) $ 3,905,520 $ 3,699,333 1,052,776 (436,601) 4,315,508 The accompanying notes are an integral part of these statements. 5 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY CONSOLIDATED STATEMENTS OF CASH FLOWS For the years ended December 31, 2013 2012 Cash flows from operating activities: Net income Adjustments to reconcile net income to cash provided by (used in) operating activities: Depreciation Loss on disposals of property and equipment Changes in assets and liabilities: Increase in contracts receivable Decrease in prepaid expenses Increase in other receivables (Increase) decrease in costs and estimated earnings in excess of billings on uncompleted contracts Decrease in accrued interest receivable Increase in accounts payable — trade Increase (decrease) in accrued expenses Increase in billings in excess of costs and estimated earnings on uncompleted contracts Total adjustments Cash flows provided by (used in) operating activities Cash flows from investing activities: Purchases of property and equipment Cash flows from financing activities: Collections of notes receivable — members Issuance of notes receivable — members Distributions to members Cash flows used in financing activities Net increase (decrease) in cash Cash at the beginning of the year Cash at the end of the year 26,613 $ 1,052,776 18,232 10,655 (13,063,092) 82,836 (438,967) (69,607) 3,348 12,192,713 649,912 1,965,140 1,351,170 1,377,783 9,273 (2,285,267) 66,499 43,599 2,280 1,470,714 (1,018,762) 444,721 (1,266,943) (214,167) (327,749) (18,946) 66,957 (84,597) (436,601) (454,241) 595,793 6,551,984 7,147,777 17,465 (436,601) (419,136) (652,249) 7,204,233 $ 6,551,984 The accompanying notes are an integral part of these statements. 6 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 1 -- NATURE OF OPERATIONS KAST CONSTRUCTION COMPANY, LLC was formed under the laws of the State of Delaware in May 2005. KAST CONSTRUCTION III LLC was formed under the laws of the State of Florida in April 2006. Both companies were formed for the purpose of performing commercial building and condominium high rise projects. All projects are located in the states of Florida and South Carolina. NOTE 2 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Revenue and Cost Recognition Contract revenue is recognized using the percentage -of -completion method. Under this method, the percentage of contract revenue to be recognized currently is computed as that percentage of estimated total revenue that incurred costs to date bear to total estimated costs, after giving effect to the most recent estimates of cost to complete. It is reasonably possible that changes in estimates may occur in the near term. Revisions in cost and revenue estimates are reflected in the period in which the facts which require the revision become known. When the revised cost estimates indicate a loss on an individual contract, the total estimated loss is provided for currently in its entirety without regard to the percentage of completion. Contract costs include all direct material and labor, equipment and subcontractor cost and those indirect costs related to contract performance, such as indirect labor, supplies and insurance. Selling, general, and administrative expenses are charged to operations as incurred. The asset, "costs and estimated earnings in excess of billings on uncompleted contracts", represents revenues recognized in excess of amounts billed. The liability, "billings in excess of costs and estimated earnings on uncompleted contracts", represents billings in excess of revenues recognized. Typically, the company enters into fixed-price contracts and does not perform additional work unless approved change orders are in place. If the company believes that costs incurred performing a change order will not be recovered, such costs are expensed and the total estimate of the individual project is increased by the same amount. If the company believes that it is probable that the costs will be recovered through a change in the contract price, costs related to unapproved change orders are classified as "costs incurred on unapproved change orders" in the balance sheets and are deferred until the parties have agreed upon the change of the contract price. Use of Estimates Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities and the reported revenues and expenses. Actual results could vary from the estimates that were used. 7 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 2 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES CONTINUED Fair Value of Financial Instruments The company's financial instruments are cash, contracts receivable, notes receivable, and accounts payable. The recorded values of cash, contracts receivable, notes receivable and accounts payable approximate their fair values based on their short-term nature. Financial Accounting Standards Board (FASB) Accounting Standards Codification (ASC) 820 Fair Value Measurement, defines fair value as "the price that would be received to sell an asset or paid to transfer a liability in an orderly transaction between market participants at the measurement date". The company uses the following three level valuation hierarchy based upon observable and non -observable inputs: Level 1 — Quoted market prices in active markets for identical assets or liabilities that are accessible at the measurement date. Level 2 -- Other than quoted market prices included in Level 1 that are observable for the asset or liability, either directly or indirectly. Level 3 — Unobservable inputs that are used to measure fair value to the extent that observable inputs are not available. This valuation method utilizes management's estimates of market participant assumptions. Operating Cycle The company's work is normally performed under fixed-price contracts. The length of the company's contracts varies but is typically about two years. Therefore, assets and liabilities related to long-term contracts are included in current assets and current liabilities in the accompanying consolidated balance sheets as they will be liquidated in the normal course of contract completion, although this may require more than one year. Principles of Consolidation The consolidated financial statements include the accounts of KAST CONSTRUCTION COMPANY LLC and KAST CONSTRUCTION III LLC, a wholly-owned subsidiary. All significant intercompany accounts and transactions have been eliminated, Contracts Receivable Contracts receivable are carried at the outstanding amount due less an allowance for doubtful accounts, if an allowance is deemed necessary. Allowance for doubtful accounts are established when there is a basis to doubt the full collectability of the contracts receivable. On a periodic basis, the company evaluates its contracts receivable and determines the requirement for an allowance, based on its history of past write-offs, collections and current conditions. When a contract receivable is ultimately determined to be uncollectible and due diligence for collection has taken place, the contract receivable is written -off. 8 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 2 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES — CONTINUED Depreciation Depreciation is provided for on the straight -line -method over the estimated useful lives of the assets. Income Taxes The company is treated as a partnership under the provisions of the Internal Revenue Code and state laws. Under these provisions, the company does not pay federal or state corporate income taxes on its taxable income. Instead the members are liable for individual income taxes on the company's income. Uncertain Tax Positions The company accounts for uncertain tax positions in accordance with FASB ASC 740 Income Taxes. This pronouncement prescribes a recognition threshold and measurement process for financial statement recognition of uncertain tax positions taken or expected to be taken in a tax return. The interpretation also provides guidance on recognition, derecognition, classification, interest and penalties, accounting in interim periods, disclosure and transition. Reclassifications Certain reclassifications have been made to prior year amounts to conform with the current year presentation. NOTE 3 — MAJOR CUSTOMERS During the years ended December 31., 2013 and 2012, four customers accounted for revenues comprising 60% and 82%, respectively, of the company's total revenues. Total revenues derived from these customers amounted to approximately $52,578,000 and $52,459,000, respectively. NOTE 4 — UNCERTAIN TAX POSITIONS The company has reviewed potential tax uncertainties in accordance with FASB ASC 740 and determined that there are no uncertainties that would have a material impact on the company's results of operations or financial condition as of December 31, 2013. As of December 31, 2013, the statute of limitations remains open for federal tax returns for 2010 and following years; therefore, they are subject to potential examinations by the Internal Revenue Service. 9 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 5 -- CONTRACTS RECEIVABLE Contracts receivable are as follows: 2013 2012 Completed contracts Due Due — related parties $ 156,524 $ 46,039 8,063 202,563 8,063 Contracts in progress Due Due -- related parties 13,932,796 2,592,890 16,525,686 3,581,453 2,739,456 6,320,909 Retainage Retainage — related parties 3,019,059 1,036,335 4,055,394 536,341 855,238 1,391,579 Less: allowance for doubtful accounts $ 20,783,643 100,000 20,683,643 7,720,551 100,000 $ 7,620,551 NOTE 6 — COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS 2013 2012 Costs incurred on uncompleted contracts Estimated earnings Less: billings to date $ 72,956,348 $ 1,291,901 74,248,249 77,872,856 $ (3,624,607) $ 69,085,499 3,052,805 72,138,304 73,867,378 (1,729,074) Costs and estimated earnings in excess of billings on uncompleted contracts Billings in excess of costs and estimated earnings on uncompleted contracts $ 106,586 $ (3,731,193) $ (3,624,607) $ 36,979 (1,766,053) (1,729,074) 10 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 7 — PROPERTY AND EQUIPMENT Depreciation for the years ended December 31, 2013 and 2012, was $18,232 and $9,273, respectively. Cost, accumulated depreciation and estimated useful lives at December 31, 2013 and 2012, are as follows: Category Estimated Useful Lives 2013 2012 Furniture and fixtures Machinery and equipment Computer equipment Leasehold improvements Less: accumulated depreciation 7 Years $ 175,987 $ 38,445 5 Years 105,277 105,277 5 Years 60,989 13,387 39 Years 109,720 10,839 451,973 167,948 117,435 132,272 $ 334,538 $ 35,676 NOTE 8 — CONCENTRATION OF CREDIT RISK The company maintains its cash balances in one financial institution. The balances are insured by the Federal Deposit Insurance Corporation up to $250,000 per institution. These balances at times may exceed the insured limits. At December31, 2013, the total unsecured balances of the company at this financial institution amounted to $9,019,792. At December 31, 2013 and 2012, four and three customers accounted for contracts receivable comprising 68% and 83%, respectively, of the company's total receivables. Total contracts receivable due from these customers amounted to approximately $14,086,000 and $6,392,000, respectively. At December 31, 2013, one vendor accounted for accounts payable comprising 11% of the company's total payables. Total accounts payable due to this vendor amounted to approximately $2,273,000. NOTE 9 — CONTINGENCIES The company is contingently liable to a surety company under a general indemnity agreement. The company agrees to indemnify the surety for any payments made on contracts of suretyship, guaranty, or indemnity. The company believes that all contingent liabilities will be satisfied by their performance on the specific bonded contracts. 11 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 10 — RELATED PARTY TRANSACTIONS For the years ended December 31, 2013 and 2012, the company has earned revenues from construction projects where the owners of these projects are related parties in which a member has a controlling interest. Total revenues earned from these projects for the years ended December 31, 2013 and 2012, amounted to $20,889,619 and $44,394,394, respectively. As detailed in Note 4, contracts receivable due from these related parties to the company on these construction projects for the years ended December 31, 2013 and 2012, amounted to $3,675,264 and $3,594,694, respectively. The company has a promissory note receivable due from a member, issued on January 1, 2013, and accruing interest at 5% annually. The note is payable in five equal payments, plus interest, that are due on January 1, 2014 through 2018. At December 31, 2013, the balance due on the note is $84,378. NOTE 11 — SIGNIFICANT ESTIMATE REVISION ON CONTRACTS Due to less than anticipated costs of general conditions and a quicker than anticipated work schedule, the final gross profit of one of the company's contracts have increased from its original estimate. Due unexpected costs incurred by underperforming subcontractors, the estimated gross profit of two of the company's contracts have decreased from their original estimates and now reflect a projected Toss. Due to revisions in the scope of work which were not considered as being part of the original contract, the final gross profit of one of the company's contracts has decreased from its original estimate and now reflects a Toss. NOTE 12 — PENSION PLAN The company has a pension plan covering all eligible employees. Contributions to the plan are at the discretion of the company's members. During the year ended December 31, 2013, the company contributed to the plan $80,787. NOTE 13 — SUBSEQUENT EVENTS The company has evaluated subsequent events through March 5, 2014, the date these financial statements were available to be issued. 12 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 14 — LITIGATION The company is a defendant in a lawsuit filed by an owner of a project that has been completed. The owner has alleged damages from water intrusion as a result of defective work performed by the company and its subcontractors. An investigation by all parties involved has found evidence of water intrusion, but each has differed as to the cause and necessary remedy. As of January 14, 2014, outside counsel for the company has advised that the company's insurance carrier is handling the matter and has filed third party complaints against the subcontractors that performed work on the project, their sureties and the architect. Outside counsel has also advised that at the present stage of the matter, the likelihood of an adverse recovery against the company that is not covered by its insurance policies or indemnity is neither probable nor remote. Management intends to vigorously pursue its position in the matter. The company is a defendant in another lawsuit filed by a subcontractor on a project that is in progress. The lawsuit claims that the subcontractor is owed in excess of $15,000 for work performed on the project. As of January 28, 2014, outside counsel for the company has advised that discovery is ongoing in the matter to determine the actual amount claimed as owed by the subcontractor and that there is or may be insurance coverage available for all or part of this claim. The company is a defendant in another lawsuit filed by a subcontractor on a project that is in progress. The lawsuit claims that the subcontractor is owed $97,055 for work performed on the project. The company has asserted as its defense that the subcontractor has provided a release to the company for the alleged balance owed. As of January 28, 2014, outside counsel for the company has advised that there is or may be insurance coverage available for all or part of this claim. During the year ended December 31, 2013, the company reached a settlement agreement on an ongoing lawsuit with a subcontractor regarding work performed on a contract that has been completed. The amount awarded in the settlement agreement had been reserved by the company in prior years. 13 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE 15 — COMMITMENTS The company conducts its operations from leased facilities under a lease agreement that commenced on October 1, 2013 and expires on March 31, 2019. The lease calls for monthly rental payments that is based upon the amount of space used by the company for its operations and common use areas. Total rent expense during the year ended December 31, 2013, under this lease was $22,800. Total future minimum rental payments, including applicable fees and sales taxes, under the present terms of the lease agreement through March 31, 2019, are as follows: December 31, Amount 2014 $ 166,085 2015 193,786 2016 196,855 2017 200,006 2018 203,260 2019 51,448 $ 1,011,440 14 E FA E. F. Alvarez & Company, P.A. CERTIFIED PUBLIC ACCOUNTANTS & BUSINESS ADVISORS MEMBER: 782 N.W. 42 Avenue Suite 545 AMERICAN INSTITUTE Miami, FL 33126-5548 OF CERTIFIED PUBLIC ACCOUNTANTS TELEPHONE (305) 444-6503 NATIONAL (800) 272-5332 FLORIDA INSTITUTE FACSIMILE (305) 444-3840 OF CERTIFIED PUBLIC E-MAIL info@efacpa.com ACCOUNTANTS WEBSITE wVWW.efacpa.com INDEPENDENT AUDITORS' REPORT ON SUPPLEMENTARY INFORMATION To the Members KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY Our report on our audits of the basic consolidated financial statements of KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY for the years ended December 31, 2013 and 2012, appears on pages 1 and 2. These audits were conducted for the purpose of forming an opinion on the consolidated financial statements taken as a whole. The supplementary information is presented for purposes of additional analysis and is not a required part of the basic consolidated financial statements. Such information is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audits of the basic consolidated financial statements and certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements or to the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion, the information is fairly stated in all material respects in relation to the basic consolidated financial statements for the years ended December 31, 2013 and 2012, taken as a whole. March 5, 2014 15 ,�A KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE A — CONTRACTS RECEIVABLE At December 31, 2013, contracts receivable are summarized as follows: Outstanding Less than 90 days Outstanding More than Retainage 90 days Receivable Total Contracts Receivable Completed contracts $ 181,661 Contracts in progress 16,508,952 $ 16,690,613 $ 20,902 16,734 37,636 $ - 4,055,394 $ 4,055,394 $ 202,563 20,581,080 $ 20,783,643 As of March 5, 2014, the company has collected $14,127,451 of the contracts receivable noted above. NOTE B — BACKLOG The following is a reconciliation of backlog representing signed contracts in existence at December 31,: 2013 2012 Balance at the beginning of the year New contracts and adjustments Less: contract revenues earned for the year Balance at the end of the year $ 38,114,172 261,578,979 299,693,151 87,450,284 $ 212,242,867 $ 60,562,419 41,377,003 101,939,422 63,825,250 $ 38,114,172 NOTE C -- CONTRACT GUARANTEES The company is generally required to furnish performance and payment surety bonds to contract owners. The bonds are secured by receivables from bonded contracts and a general guarantee from the company. The surety has required a guarantee from the company's members. At December 31, 2013, surety bonds for contracts totaling $134,010,606 had been issued with a current backlog of $94,638,400. At December 31, 2013, $91,192,648 has been estimated by the company as the total cost to complete their bonded contracts in progress. Of this amount, $64,695,272 has been subcontracted to date to various specialty contractors. At December 31, 2013, surety bonds from the subcontractors support $1,364,926 of the subcontracted backlog. The company also has a subcontractor default insurance policy which supports $27,464,674 of the subcontracted backlog. 16 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY NOTES TO THE CONSOLIDATED FINANCIAL STATEMENTS As of and for the years ended December 31, 2013 and 2012 NOTE D — INCOME TAXES The company uses the percentage -of -completion method of reporting income from long- term construction contracts for financial statement purposes and for income tax purposes. At December 31, 2013, the federal tax return reflects a loss. Therefore, no income tax liabilities passed through to the members. Although not accrued in the accompanying consolidated financial statements, deferred federal income tax liability, prior to future deductions, passed through to the members at December 31, 2013, is as follows: Timing Difference Deferred Tax Difference in revenue recognition related to 10% and under rule for longterm contracts $ 36,576 Allowance for doubtful accounts (35,000) Difference in depreciation methods 46,710 Difference in tax method related to the twelve month rule for prepaid expenses 8,108 Accrued costs on Toss contracts (23,974) IRC Section 451 cost allocations (11,047) Total deferred federal tax liability pass-through $ 21,373 NOTE E — ACCOUNTS PAYABLE Included in accounts payable is approximately $5,001,000 and $3,443,000 at December 31, 2013 and 2012, respectively, in amounts due to subcontractors, which have been retained pending completion of related contracts and customer acceptance. 17 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY INFORMATION Schedule 1 Consolidated Earnings from Contracts December31, 2013 Contracts completed during the year Contracts in progress at the end of the year Activity on closed jobs Overallocated burden costs For the year ended December 31, 2013 Through 2012 Cost of Gross Revenues Revenues Profit Gross Earned Earned (Loss) Profit $ 13,771,267 $ 12,965,893 $ 805,374 $ 3,003,382 73,079,932 71,837,453 1,242,479 68,744 (68,744) 599,085 599,085 $ 87,450,284 $ 84,872,090 $ 2,578,194 $ 3,003,382 18 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY INFORMATION CONSOLIDATED GENERAL AND ADMINISTRATIVE EXPENSES For the years ended December 31, 2013 2012 Advertising and promotion Automobile expense Bidding expenses Depreciation expense Insurance Miscellaneous Office expenses Payroll taxes Pension plan Professional fees Rent Repairs and maintenance Salaries -- office Telephone Travel and entertainment $ 60,237 20,158 83,500 18,232 127,939 28,311 68,170 133,858 18,451 204,737 72,968 11,594 1,747,172 21,447 28,498 $ 2,645,272 $ 44,434 25,527 59,213 9,273 122,264 42,826 97,429 130,278 99,510 55,702 13,627 1,499,494 20,789 21,312 $ 2,241,678 19 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY INFORMATION CONSOLIDATING BALANCE SHEET December 31, 2013 KAST CONSTRUCTION COMPANY LLC KAST CONSTRUCTION III LLC ELIMINATIONS AND ADJUSTMENTS CONSOLIDATED ASSETS Current Assets Cash Contracts receivable, less allowance for doubtful accounts of $100,000 (Note 5) Prepaid expenses Other receivables Note receivable - member (Note 10) Costs and estimated earnings in excess of billings on uncompleted contracts (Note 6) Total Current Assets Investment in Subsdiary Due from Parent Property and Equipment - Net (Note 7) Other Assets Note receivable - member (Note 10) TOTAL ASSETS $ 4,697,421 20,683,643 41,235 438,967 16,876 106,586 25,984,728 6,901,463 $ 2,450,356 $ 334,538 67,721 $ 33,288,450 2,450,356 4,451,107 $ 6,901,463 (6,901,463) (4,451,107) $ 7,147,777 20,683,643 41,235 438,967 16,876 106,586 28,435,084 334,538 67,721 $ (11,352,570) $ 28,837,343 LIABILITIES AND MEMBERS' CAPITAL Current Liabilities Accounts payable - trade (Note E) Accrued expenses Due to subsidiary Billings in excess of costs and estimated earnings on uncompleted contracts (Note 6) Total Current Liabilities Members' Capital TOTAL LIABILITIES AND MEMBERS' CAPITAL $ 20,177,673 $ 1,022,957 4,451,107 3,731,193 29,382,930 (4,451,107) 3,905,520 $ 33,288,450 $ (4,451,107) 6,901,463 (6,901,463) 6,901,463 $ (11,352,570) $ 20,177,673 1,022,957 3,731,193 24,931,823 3,905,520 $ 28,837,343 20 KAST CONSTRUCTION COMPANY LLC AND SUBSIDIARY SUPPLEMENTARY INFORMATION CONSOLIDATING STATEMENT OF EARNINGS For the year ended December 31, 2013 KAST KAST ELIMINATIONS CONSTRUCTION CONSTRUCTION AND COMPANY LLC 111 LLC ADJUSTMENTS CONSOLIDATED Contract revenues earned $ 87,450,284 $ $ $ 87,450,284 Cost of contract revenues earned 84,872,090 84,872,090 Gross profit 2,578,194 2,578,194 General and administrative expenses 2,645,270 2,645,270 Loss from operations (67,076) (67,076) Other income and (expense) Income from subsidiary 3,722 - (3,722) - Interest income 10,530 3,572 - 14,102 Miscellaneous income 90,092 150 90,242 Loss on disposal of property and equipment (10,655) - (10,655) 93,689 3,722 (3,722) 93,689 Net income $ 26,613 $ 3,722 $ (3,722) $ 26,613 21 3.4 Projects Currently Under Construction Project Name, Location, Owner & Description Date:8/08/14 Amount of Design Architect and/or Total Contract Amount Contract Uncompleted Amount Scheduled Completion Sublet to Others Design Engineer Prime Contractor of Contract Date Palmetto Park City Center Boca Raton, FL Owner: RAM Development 12 -Story Multi -family Complex RLC Architects $37,500,000.00 95% Blu at North Bay Village Boca Raton, FL Owner: ZOM Development Multi -family Complex M.S.A. Architects $46,768,363.00 Waterclub at Snell Isle St. Petersburg, FL Owner:Snell Isle Development Company, LLC New Condominium & Townhomes Jefferson at West Palm Beach West Palm Beach, FL Owner: JAG -STAR West Palm Beach New Apartments Mizner-Lakes Apartments West Palm Beach, FL Owner: Aaron Drive Holdings New Apartments The Barcelona Apartments Jupiter, FL Owner:FLF 1030 LLC New Appartments Water Club North Palm Beach, FL Owner: Kolter Condo Westin Hotel/Vue Condo Sarasota, FL Owner: Kolter Hotel & Condo CGHJ Architects, Inc. Charlan Brock & Associates Slattery & Associates MSA Architects, Inc. BC Architects $25,000,000 $27,000,000 $37,500,000.00 95% $46,768,363.00 95% 95% $17,000,000 $13,527,000 Feb -14 Apr -14 Aug -14 Feb -15 $60,000,000 95% $48,200,000 $33,500,000 95% $20,100,000 Nov -15 Apr -15 $88,000,000 Nichols-Brosch- Wurst-Wolfe Architects $155,000,000 95% $87,500,000 Jul -14 95% $153,000,000 Sept. -16 SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one -haft percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. 1135 for Intergenerational Recreation Facility at South County Regional Park 1. 2. 3. 4. 5. 6. 7. Work to be Performed Concrete Steel Roofing Doors Glass Drywall Flooring 8. Painting 9. Fire Protection 16 Plumbing 11. 12. 13, 14. 15. 16. 17. HVAC Electrical Sitework/Utilities Landscape/Irrigation Note: Attach additional sheets if required. Subcontractor's Name/Address RF Concrete Construction, Inc. 664 Old Dixie Highway, Vero Beach, FL 32962 Green Mountain Specialties, Corp, P.O. Box 740508, Orange City, FL 32774 Atlantic Roofing II of Vero Beach, Inc., 4020 43rd Avenue, Vero Beach, FL 32960 Integrated Door Systems, Inc., 1602 E. Alsobrook Street, Plant City, FL 33563 All Amerian Windows & Doors, Inc. 1534 SW 13th St., Pompano Beach, FL 33069 Phoenix Precision Drywall, Inc., 1031-J 18th Street, Vero Beach, FL 32960 Noro & Co. Inc. dba Village Flooring & Decorating Center, 358 Hibiscus AvenueMerritt Island, FL. 32953 Tubito Painting of South Florida, LLC, 5405 Stately Oaks Street, Ft. Pierce, FL 34981 Frontline Fire Protection Systems dba ATP Fire, 215 West Drive, Melbourne, FL 32904 Ameri-Tech Plumbing, Inc., 11733 SW Citrus Blvd., Palm City, FL 34990 D.G. Meyer, Inc., P.O. Drawer 730008, Ormond Beach, FL 32173-0008 Complete Electric, Inc., 637 Sebastian Blvd. Sebastian, FL 32958 CDM Trucking, Inc., P.O. Box 290, Grant, FL 32949 Jeff's Enterprises, Inc. dba East Coast Sod & Landscape 0700 Okeechobee Rd., Ft. Pierce, FL 34945 * * END OF SECTION * * 00458 - List of Subcontractors REV 04-07 00458 - 1 F:\Public WorksIENGINEERING DIVISION PROJECTS \1136-S County Park Intergeneraliional Rec Facility\Admim\bid documentslMaster Contract Documents100456 - List of Subcontractors REV 04-07.doo BOARD OF COUNTY COMMISSIONERS December 24, 2014 Kast Construction Company, LLC Attn: Mr. Michael Neal 701 Northpoint Parkway, Suite 400 West Palm Beach, FL 33407 UPDATED NOTICE OF AWARD Reference: Indian River County Bid No. 2014052 Intergenerational Recreation Facility at South County Regional Park Dear Mr. Neal: I am pleased to inform you that on December 9, 2014, the Board of County Commissioners awarded the above - referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. This notice is updated to reflect the correct amount of the award. Again, we apologize for the inconvenience caused by the incorrect amount listed on the original notice of award. 1. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($10,676,278.03 — which reflects your total bid). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance, must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. Please submit the documents to this office at the address provided below no later than December 29, 2014. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennifer,yde Purchasing Manager `4416 -- Office of Management and Budget • Purchasing Division 1800 27th Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com 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 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 5 ARTICLE 9 - CONTRACT DOCUMENTS 6 ARTICLE 10 - MISCELLANEOUS 7 JTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY' 00520 - Agreement (Public Works) REV 06-14 00520 - 1 B:\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction \00520 - Agreement (Public Works) REV 06-14.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) and XQS � CANS 1411, 7 16,0-- (0 /11, j"- L G C (hereinafter called CONTRACTOR). / OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Construction of a 46,000 SF (±) Intergenerational Recreation Facility at South County Regional Park to accommodate indoor community exhibits and events, sports activities, activities for senior citizens, a multi-purpose gymnasium and various office and meeting rooms. The building includes tilt -up wall construction and standing seam roof construction. Site work includes asphalt parking areas and drives, drainage improvements including retention pond, water and sewer improvements, landscaping and irrigation. 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: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK County Project Number: 1135 Bid Number: 2014052 Project Address: 1590 9th Street SW (Oslo Road), Vero Beach, Florida 32962 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 33011 day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General 00520 - Agreement (Public Works) REV 06-14 00520 - 2 Z:\Bids\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 360111 day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $3,770.00 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 $3,770.00 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.B, 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: $ I O'j ( -76 Z 7 S o 3 Written Amount: X41 rill o\n, Sy: 4A-`ct CXkito-13,5 X ) kUL ..otyr„: �,, t: 4� e,) ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments loo 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 00520 - Agreement (Public Works) REV 06-14 00520 - 3 B:\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc (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 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. 00520 - Agreement (Public Works) REV 06-14 00520 - 4 Z:\Bids\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 -Agreement (Public Works) REV 06-14.doc ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, 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. 00520 - Agreement (Public Works) REV 06-14 00520 - 5 Z:\Bids12013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc J. 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. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to 00700-45, inclusive); 7. Supplementary Conditions (pages 00800-1 to 00800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements) and Division 2 -Technical Provisions (Site) and Division 3 - Technical Provisions (Structures); 9. Drawings consisting of a cover sheet and sheets numbered L1.01.01 through L1.01.08, S1.00.01 through S1.08.03, A0.00.00 through A1.13.02, M1.00.00 through M1.05.02, E1.00.00 through E1.07.01, FP1.00.00 through FP1.04.01, P1.00.00 through P1.05.03, and C00 through C12, with each sheet bearing the following general title: INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION CENTER; 10. Addenda (numbers ` to If , inclusive); 11. Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Fertilizer Ordinance Appendix C — Subsurface Investigations 12. CONTRACTOR'S BID (pages 00310-1 to 00310-10, inclusive) 13. Bid Bond (page 00430-1 inclusive), Qualifications Questionnaire (page 00456-1 to 00456-4, inclusive), List of Subcontractors (page 00458-1 inclusive). 14.Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive) 00520 - Agreement (Public Works) REV 06-14 00520 - 6 Z:\Bids\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc 15.Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, 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 (page 00632-1 to 00632-2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 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. 00520 - Agreement (Public Works) REV 06-14 00520 - 7 Z:\Bids\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed the cost provided in chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Contractor upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. B. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works) REV 06-14 00520 - 8 Z:\Bids\2013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 -Agreement (Public Works) REV 06-14.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 onDecember 9 , 2014 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY By: Wesley S. Davi-, Chairman By Jos- " . Baird, County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: ylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: �- u•- - Deputy Clerk (SEAL) 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 D�. C.041.... . ••• • G; Lls�io'. •.rte: V3 CONTRACTOR: - `' (Contract. Address for giving notices: a ( ,O0rtyo: f Pr- rA y,- West` Fe4 t, -t &o Gll, ' f 33 YO' License No. CG.0 /5( fg (Where applicable) Agent for service of process: Designated Representative: Name: /t'l i c l ast / < 1c& Title: Pres� d. Address: �t 14')°70/ •c ar1h�0»'t rk Luis f' Pa 1M , 331/4)7 Phone: ,5'f'- 85"-o? 9/0 Facsimile: 56/--‘89- // 9y (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520 - Agreement (Public Works) REV 06-14 00520 - 9 Z.\Bids12013-2014 FY (2014000)\2014052 Intergenerational Recreational Facility Construction\00520 - Agreement (Public Works) REV 06-14.doc Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Fax (772) 770-5140 ADDENDUM NO. 1 Date: October 27, 2014 Project Name: Intergenerational Recreation Facility at South County Regional Park Bid Number: 2015052 Bid Due Date: November 19, 2014 at 2:00 pm Minutes from the pre-bid meeting are attached as Addendum #1. 1 Board of County Commissioners 180127th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PROJECT PRE-BID MEETING MINUTES Project Name: Intergenerational Recreation Facility at South County Regional Park Bid Number: 2014052 IRC Project Number: 1135 Date: October 15, 2014 The following meeting notes set forth our understanding of the discussions and decisions made at this meeting. If you have any questions, additions, or comments, please contact the Purchasing Division immediately at purchasing@ircgov.com . If we do not hear from you, we will assume that our understandings are the same. We are proceeding based on the contents of these meeting notes. Meeting Purpose 1. Provide general information about the project 2. Answer specific question of attendees 3. Provide clarification of plan and contract documents Project Overview Includes Intergenerational Building which is bid as a lump sum. The bid for the Intergenerational Building includes the construction and the Chiller and Chiller enclosure, water services from the valves at the RPZ & 3" meter and the Double Detector check valve, sanitary sewer connections from the clean outs, and electrical service connections (including conduit). Telecommunications, phone, security lighting and cameras, electronic door locks, etc. will be provided by outside contractors or will be an addition to the contract. However, conduit within the building will be provided for such items by the contractor. F:\Public Works\ENGINEERING DIVISION PROJECTS\I135-S County Park Intergeneratiional Ree Facility\AdmimlMeetings\Pre-bid Meeting Minutes 10-15-20I4.doc Incidentals Engineer's Estimate: $9,900,000 900X 000 Construction Time: 330 Calendar Days to Substantial Completion 360 Calendar Days to Final Completion Bid Submittals Deadline: Correspondence/Line of Authority Architectural Issues Dan Trbovich — Borrelli & Partners Wednesday, November 19, 2014 at 2:00 p.m. All bid submittal questions must be emailed to Jennifer Hyde, Purchasing Manager (purchasing@ircgov.com). 2 Bidders should read and understand all bid documents and all bids must comply with quantities set forth in bid docs. Bidders shall visit site and observe the conditions under which work will be performed. Bid is based on, without exception, on material, equipment and systems called for in the bidding documents. No substitutions will be entertained until after the bid has been awarded and construction has commenced. • 75 Acre Site • 2.14 acres of water retention pond/feature • 209 Parking Spaces • 5 Bus Parking Stalls & Bus Loop • Pedestrian Drop Off and Covered Walks • Dedicated Service Drive and Delivery Area • 38,000SF Multi -Generational Community Center o 12,000SF MAC Gym • State & Conference High School Competition Level Facility o "'1,800SF of Administration & Support Office o 2,500SF divisible Multipurpose rooms • Commercial Conference Quality Facility o 730SF Game Room o 3,400SF Dividable Multi -Purpose Activity Room o 1,200SF Activity Room • Mind & Body/Yoga/Dance Studio • Recessed slab with Bamboo Flooring o Exterior Plaza, Courtyard, Porch and Recreational Lawn o HVLS- (High Volume Low Speed) Mechanical Design F:\Public Works\ENGINEERING DIVISION PROJECTS\I 135-S County Park Intergeneratiional Rec Facility\Admim'Meetings\Pre-bid Meeting Minutes 10.15-201 d.doc 3 o High Performance Concrete Moisture Vapor Reducing Admixture in Slabs and Tilt -Wall Construction • Weathering Envelope • Speed of Construction o Folded Plane Standing Seam Metal Roofing ■ Integrated Knee -Plate (assembled) • Understand the intent of the project o Community Values o Governmental project to meet the needs of its citizens o Expect high degree of scrutiny on a professional level Utilities Indian River County Water & Sewer Florida Power & Light AT & T Indian River County Telecommunications Tax Savings Direct Purchases will be determined after the bid has been awarded for tax savings purposes. Qualifications of Bidders Carefully review Contract Document Section 200 "Instructions to Bidders," Article 3 "Qualifications of Bidders" and ensure that all qualifications are met. Section 00456 (Qualifications Questionnaire) and Section 00458 (List of Subcontractors) will be reviewed and references checked prior to recommendation for award of bid. QUESTION Why was this project not bid as Construction Management? ANSWER Indian River County staff felt that this was the better way to proceed for financial and time considerations. F:\Public Works\ENGINEERING DIVISION PROJECTS \I135 -S County Park Intergeneratiional Rec Facility\Admim\Meetings\Pre-bid Meeting Minutes 10-15-2014.doc 4 QUESTION Has the project been funded? Or is funding forthcoming? ANSWER The project is fully funded. QUESTION What is the anticipated start date? ANSWER Sometime in January 2015. QUESTION Have permits been issued? ANSWER All permits have been received with the exception of the IRC Building Division permit. The reviewer had a few comments that will be addressed with Dan Trbovich, Borrelli & Partners. QUESTION Are Davis -Bacon Wage rates required? ANSWER No. QUESTION Where is the transportation stop shelter located, mentioned in Specifications Division 10? The '107343 -Transportation Stop Shelter' specification is Master Specification's specification title for the pedestrian walk -way covers, not 'pre -fabricated bus stop shelters'. ANSWER The transportation stop shelter (a Master Spec headline) is actually the canopied walkways in the pedestrian drop off area as indicated in the specs. F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\Pre-bid Meeting Minutes 10-15-2014.doc 5 QUESTION Standing seam roof system is mentioned — is this the same as a wall panel? ANSWER Standing seams goes along the lengths, almost like a grain, but the front face and the sides will be "faced" with a paneling system. QUESTION Since there are no substitutions prior to award of bid, do the bid specs provide "or equals" to or is it sole source? ANSWER There is no sole source — the basis of design is to give direction and intent and provide a number of competitors so that bidders are bidding the same specifications. All bid items must meet all criteria (materials, warranties, testing, etc) shown on specifications, plans and contract documents. Only after bidding has been accepted and bid awarded, may substitutions be addressed. No substitutions will be entertained until after the bid award. QUESTION Is the roofing system a system from the deck up, or is it individual components? ANSWER The preference for this project is a system — anytime there are seams in any system, they tend to fail. QUESTION Do we need to call out items in the bid? ANSWER All bid items must meet all criteria (materials, warranties, testing, etc.) shown on specifications, plans and contract documents. No items need to be called out. F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\Pre-bid Meeting Minutes I0-15-2014.doc 6 QUESTION Please provide quantity of volleyball equipment sets? ANSWER (2) complete sets QUESTION When you call out for certain manufacturers, do you have certain nurseries that you prefer? ANSWER We are looking for a nursery that has the plants specified in stock, match caliber criteria, and that they have a reserve stock available for any plants that may die on the project. QUESTION Provide requirements for scoreboard. ANSWER (2) scoreboards will be included in the bid. The specifications for the scoreboards will be issued in a pending addendum. QUESTION If conflicting quantities between bid form and plans exist, which do we follow? ANSWER Section 200 "Instructions to Bidders," Article 4 — Examination of Bidding Documents, Other Related Data and Site, No. 4.04 Item I states "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. Please email any conflicting quantities to purchasing@ircgov.com as soon as possible so that corrections can be included in addendum. QUESTION How do tax savings work within the bid? F:\Public Works\ENGINEERING DIVISION PROJECTS\I135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\Pre-bid Meeting Minutes 10-15-2014.doc 7 ANSWER Following the award of bid, Indian River County staff will review large dollar items and determine which will be direct purchased for tax savings. QUESTION Who pays permit fees, utility connection fees, impact fees? ANSWER Indian River County will pay those fees. Testing fees will be paid for by the County, any failing tests will be paid by the Contractor. If there are any materials that need to be certified, those costs will be paid by the Contractor. QUESTION How do we visit the site? ANSWER You can access from Oslo Road or 20th Avenue into the South County Park — there's a little dirt road that will take you to the project area. For entry onto lacrosse fields, contact Indian River County Parks Division at (772) 589-9223. QUESTION How will site work payment be made with building being lump sum? ANSWER Site work has been broken out to unit prices. DEADLINE FOR QUESTIONS IS NOVEMBER 9, 2014 F:\Public Works\ENGINEERING DIVISION PROJECTS \I 135-S County Park Intergeneratiionat Ree Facility \Admim\Meetings\Pre-bid Meeting Minutes 10-15-2014.doc PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. 1 EMAIL ADDRESS t 11 AiJ, V J J 1. al NQz Q1 3 I I 4 L /--:11C Q) 3 I' IN i i _17 % !3 '-' 0 e_.L „1 6----, tr) j \s W J .k • PHONE#/FAX#/CELL# 0 N ao 0 nn = O M c\)M 1.1M rN Nrc .\ .,$) N N I : f1 k 1 COMPANY & ADDRESS a- (n N /O LL L i # ° V tcl IN3 � i �' `l li Z I 4/ 0 N H .4c \ � V 1 4 '�2 04 J — `J , .% cCO 0 p PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. EMAIL ADDRESS v 4t k V -, ‘s.•3: r ..., 3 ���7 IL v . - „, \W -4\ .` v _v ,. cf --, J v j U , Y L--- kJ z Hi PHONE # / FAX # / CELL # 2 a 13 &rA '' e. ',` cr.r, r OD riN �. r COMPANY & ADDRESS J. M Nei��L - w r\V'nJo_ 1_ rf" , pyy ha/ ��1'1 P , Nb�/b a W �_� r-, - tl 1 u \ w ,S V` 7 tj 3 z `k t n T 1...) Com. `1 V\ -.. %1 T F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\SIGN-IN-SHEET Pre -Bid Meeting 10-15-2014.doc PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. 1 EMAIL ADDRESS v 0 Cr Ci L 7 Lel -f- e 0 I,, Q PHONE#/ FAX #/ CELL # M 1 I V1 fir" N. 1 COMPANY & ADDRESS n. S t Li. N G 0 v w f Y- z v s� P NAME J v j 0 PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. W W ,3 t., 3 t i ':' 3 k9 J 4 i /T CE`l v 4 i p 5 C ‘.; � 115 ,,, ? PHONE # / FAX # / CELL # J 6 N A N etcv ri) r --7- r 4 ,.--i t--- ›, k-Nr„_1 I COMPANY & ADDRESS Y u 0 3 1 1 ,i :A — ii ) 0 0 , q) )S-- , 1 , --t r V :1 t --t) q –Ti V y S i Z ^\' ,?./ - /_.-4-, 1 -.2. F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\Meetings\SIGN-IN-SHEET Pre -Bid Meeting 10-15-2014.doc PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. EMAIL ADDRESS ‘..):.% ,q Q s 3 1 - :.. o Q e1 v t S i:. v J �� %.,) 'J PHONE # / FAX # / CELL # N.0 Ni N r-,./ C Itrr, ))hLo—t l --h 21-1— ft Zic+£ .kILL—ZLL yio -z Loc .9%-c- • 7 -L -1 - a. .n i (J' ► 1 M% N rt N .�} ��� �,\� COMPANY & ADDRESS 1 SJ C-- . ''':' I N Z# o ,v,' te s -` 4 k'ICC t MI( \ '_i 1 .>\N Q"I- z 1 Si —j _.....v. P, ._ ',`a ..„, gm' --...) 0- ) r':-.- .---;: cc F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilitylAdmim\Meetings\SIGN-IN-SHEET Pre -Bid Meeting 10-15-2014.doc PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. EMAIL ADDRESS ':3 J T ...N\.*' L, � I Y t 'r 1. N. `V) O ti c u ,A J ( It J O C.>4, // L V1( Ca Ca PHONE # / FAX # / CELL # .,g 1-A 1 F\ Art ZN El ! N ► Ni S (., (i" (- ns r IN N 1' L COMPANY & ADDRESS ,,. ,,,,5 --) ,, 1 1 c_ r, ____, ,) ...„. ...ik. 0 k.r) _., .Q 1,,)),_ QV' ; --)i 4 _ 1..) _ .(.7_\,< z ,„,.,_ __► .,) —0 - 2 ,t---) , ee 4 -, F:\Public Works\ENCrINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\SIGN-IN-SHEET Pre -Bid Meeting 10-15-2014.doc PRE-BID MEETING SIGN -IN SHEET INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 October 15, 2014 — 10:00 a.m. EMAIL ADDRESS q . L C\,1 d t. h Ci -1' ..) 1 r '') V o L.. 4.. PHONE # / FAX # / CELL # (ti ar kss: • - 3 M \ tin 5S 1-6 -71 z- 2240 - 871 0 11.2-- 5.0 lei Z�Z - l.33 - S S° c_ COMPANY & ADDRESS IA 'P ‘, V C H tti \I .' \J i R ri NAME c , -f . 4 -...z;.- t :,) ; Fc.i., ,,„ ,.. `U `-7 8 ,.... -/:.. p F:\Public WoIks1ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admim\Meetings\SIGN-IN-SHEET Pre -Bid Meeting 10-15-2014.doc Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: ADDENDUM NO. 2 October 31, 2014 Project Name: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT No. 1135 Bid Opening Date: The Bid Opening date is Wednesday, November 19, 2014 at 2:OOp.m. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing@ircgov.com. 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 (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline Sunday, November 9, 2014 by Midnight). Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids 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 not be opened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page 1 of S FlPublic Works\ENGINEERING DIVISION PROJECTS\I 135-S County Park rnlergeneratiional R c Facilay \Admim\ADDENDUMS\Addendum No. 2 I0-31-2014.doc CLARIFICATIONS: To clarify a point in the minutes: under "Architect's Issues" the site area is listed as "75 acres." The entire South County Park is approximately 75 acres; however, the development area related to the proposed facility is approximately 13.5 acres. QUESTIONS AND ANSWERS: QUESTION NO. 1 Does the county have a specification guide for telecommunications that covers this bid? Nothing in the plans show what manufacture jacks, faceplates, patch panel and cable to use... Whether or not cat5e or cat6 and if its PVC or plenum cable? ANSWER NO. 1 The design documents are for infrastructure only. The specific telecommunications equipment will be covered by the County and their vendor. QUESTION NO. 2 There does not appear to be a specification section for the 3 flag poles. Will one be made available? ANSWER NO. 2 No flag poles are to be included on the project. Their removal will be noted and incorporated within the pending drawing addendum. Revised Itemized Bid Schedule is attached (pages 00310-3 through 00310-7). QUESTION NO. 3 Refer to Division 2 of the Technical Specifications, Section 00007 -Field Office. Please confirm the # of Dell Computers to be provide under this pay item. ANSWER NO. 3 The Division 2 of the Technical Specifications Section 00007 — Field Office states four computers for County Personnel. The section is revised to show two computers. See attached Revised Page 01025-20. QUESTION NO. 4 Specification section 088000 Glazing tells me absolutely nothing as to what kind of glass is required on the exterior. I know it has to be 1 5/16" Insulated hurricane glass, however, what color tint if any (just saying from manufacturers color selection won't do — too many pricing variables), what kind of coating of any? What Thermal performance (U -Value, SHGC, SC???), Vtis???. Please provide more definitive information. Page 2 of 5 F. \Public Works\ENGINEERING DIVISION PROJECTS \I 135-S County Park Intergeneratiional Rec Facility \Admi in\ADDENDUMS\Addendum No. 2 10-31-2014. doc ANSWER NO. 4 Specification 08800 Glazing should be amended as follows: 1.1 GLASS TYPES A. Exterior: 1. Glass for Exterior, Windows, Storefront windows and Curtain Wall Glazing: 1 -inch insulated glass, gray tint, low -e coating (Basis of Design: Sungate 500 Gray) a. Performance Data: 1) Summer U Value: 0.35 2) Shading Coefficient: 0.47 3) Heat Gain Coefficient: 0.402 B. Interior: 1. Glass for Interior Non -Fire Rated Doors and Windows: % inch clear tempered safety glass. Revised Specification 08800 Glazing is attached. QUESTION NO. 5 The utility and drainage do not match up (missing pay items) with the bid sheet. Will there be a revised bid sheet? ANSWER NO. 5 This will be addressed in a pending addendum. QUESTION NO. 6 Section 82126: Specified materials cannot be provided for Smoke, fire, and non -rated assemblies. No contact information is provided for basis of design. ANSWER NO 6 Assuming that the bidder question was for Specification '081216 Interior Aluminum Doors and Frames' The listed basis of design as noted in section 2.1.1 is: Frameworks Manufacturing. Their contact information is readily available on-line. QUESTION NO. 7 Section 8513: This section is labeled as storefront and window. There are no specifications for the aluminum storefront doors. The details are drawn as curtain wall not storefront. ANSWER NO. 7 The aluminum storefront doors are specified in section '081216 Interior Aluminum Doors and Frames'. Whether the selected contractor utilizes 'stick -built' (Curtain wall), or 'pre -assembled' (Storefront), is left to the contractor. The 'design intent' is what is shown in the details, the 'means and methods' is left to the contractor. Page 3 of 5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-5 County Park Intergeneratiional Rec Facility \Admim'ADD ENDUMSVAddendum No. 2 10-31-2514.doc QUESTION NO. 8A Section 8800: This section is specified as 1". Curtain wall standard is 1 5/16" insulated, laminated product. ANSWER NO. 8A Utilize the manufacturer standard 15/16" insulated, laminated product. QUESTION NO. 813 Section 8800: Also note that the interior aluminum storefront is Bronze anodized and the exterior is clear anodized. Please clarify. ANSWER NO. 88 The design intent was to highlight the separation between interior and exterior environments at their thresholds. As such, interior storefronts are to be Bronze anodized and the exterior is to be Clear anodized. ATTACHMENT: Technical Specifications Page No. 01025-20 — Section 00007 -Field Office Itemized Bid Schedule Pages 00310-3 through 00310-7 Section 08800 Glazing Pages 088000-1 through 08800-12 Page 4 of 5 F\Public Works`ENGINEERING DIVISION PROJECTS \I135 -S County Park Intergeneretiional Rec Facility \Admin\ADDENDUMS\Addendum No. 2 10-31-2014. dot ADDENDUM NO. 2 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 2 is submitted b and .41111111), ristopher safe , Jr., • ., County Engineer }tiKl i fer Hyd`�, Purchasing Manager Company Name Name: Title: (Type / Printed) Authorized Signature: Date: Telephone: Fax: Page 5 of 5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergenentiiond Rec Fecilily\Admim ADDENDUMS\Addendum No. 2 10-3 I-2014.doe SECTION 00007 - FIELD OFFICE The Specifications for Field Office (Contractor) shall include furnishing and installing a Construction Field Office within the Project Limits in accordance with these Specifications. It is the Contractor's responsibility to clean the inside of the building and provide furnishings. The building shall be a minimum of 900 square feet with air conditioning, heat, restroom and sufficient space to hold progress meetings. Each room shall have at least one (1) weatherproof window and two electrical and data outlets. Each window shall be a minimum of 8 square feet, be screened and open and close to provide adequate ventilation. Equip each outside door with a lock. The Building shall be equipped with tables and chairs to accommodate meetings for a minimum of 12 people. The field office must provide 2 desks, chairs, cabinets, etc. for 2 county field representatives. Also, contractor shall provide, one (1) rough plan rack, one (1) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one (1) printer/scanner machine, and one (1) fire-resistant (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1 -hour test. The field office must include the following feuf two (2) computers for COUNTY PERSONNEL: • Dell OptiPlex 9020 Minitower Base, CORE i7 4770 Processor (3.4GHz, 8M) with 16GB, 1600MHz DDR3 memory with 2 Dell 24 -inch Flat Panel Display, U2412M, Windows 7 Professional (64Bit), minimum ITB hard drive, 1GB video card, Office 2013 Professional edition, Adobe Acrobat XI standard edition The computers mentioned above must be purchased from a known retailer/wholesaler brand new with all warranty information included. Contractor shall warranty the computers for the length of the project. Once the project is complete the above mentioned computers and printer/scanner will be the property of the COUNTY. The Contractor will be required to provide electric, (2) landline phones, High Speed Internet service or equivalent satellite or mobile service if DSL is not available to the field office. Internet link DHCP must be user configurable to accommodate County network configurations. The field office shall be ready for use no later than ten (10) calendar days after the date the Contract is fully executed and before any other work is started, and shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Owner. Field Office shall have restroom within the building with approved sanitary and water connections. Item of Payment Payment shall be made under: Bid Item No. 5 - Field Office — Each Day 01025-20 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilityWdmim\ADDENDUMS\SECTION 00007 Tech Spec Revision 10-31-2014.docx ADDENDUM NO. 2 ITEMIZED BID SCHEDULE 10/31/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item No Description Unit Qty. Unit Price Amount 1 MOBILIZATION LS 1 2 PHOTOGRAPHS/VIDEOS & AERIAL PHOTOGRAPHY LS 1 3 EROSION AND WATER POLLUTION CONTROLS (INCLUDES NPDES COMPLIANCE) LS 1 4 AS BUILTS/RECORD DRAWINGS LS 1 5 FIELD OFFICE ED 360 6 SITE CLEARING AND GRUBBING AC 13.60 7 EARTHWORK (INCLUDES EXCAVATION, EMBANKMENT, BORROW FILL (AS REQUIRED) ROUGH GRADING, FINAL GRADING, COMPACTION, ETC.) LS 1 8 STABILIZED SUBGRADE (12" THICK) (LBR 40) SY 16,297 9 CEMENTED COQUINA SHELL BASE (8" THICK) (2 LIFTS) SY 15,311 10 ASPHALT PAVEMENT, TYPE SP -9.5 (1.5" THICK) (1 LIFT) SY 8,791 11 ASPHALT PAVEMENT, TYPE SP -12.5 (1.5" THICK) (1 LIFT) SY 6,366 12 ASPHALT PAVEMENT, TYPE SP -9.5 (1" THICK) (1 LIFT) SY 6,366 13 TYPE "C" INLET EA 11 14 TYPE "E" INLET EA 2 15 TYPE "F" INLET EA 4 16 TYPE "G" INLET EA 3 17 TYPE 4 CURB INLET EA 6 18 MANHOLE, TYPE P-7 EA 2 19 CONTROL STRUCTURE (DCS -2) TYPE P-7 (4' X 4') EA 1 20 MODIFY EXISTING BLEEDER STRUCTURE EA 1 21 4" HDPE (N-12) LF 180 22 12" HDPE (N-12) LF 1,255 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility Wdmim\ADDENDUMS\Addendum No. 2- Itemized Bid Schedule - 10-31-2014 ADDENDUM NO. 2 ITEMIZED BID SCHEDULE 10/31/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item No. Description Unit Qty. Unit Price Amount 23 15" HDPE (N-12) LF 217 24 15" CORRUGATED ALUMINUM PIPE (CAP) LF 307 25 24" CORRUGATED ALUMINUM PIPE (CAP) LF 708 26 30" CORRUGATED ALUMINUM PIPE (CAP) LF 196 27 12" X 18" ERCP LF 543 28 14" X 23" ERCP LF 218 29 19" X 30" ERCP LF 526 30 24" X 38" ERCP LF 48 31 CONCRETE CURB, TYPE B LF 186 32 CONCRETE CURB, TYPE D LF 4,044 33 CONCRETE CURB AND GUTTER, TYPE F LF 2,037 34 3' WIDE CONCRETE VALLEY GUTTER LF 128 35 PAVEMENT REPAIR SY 35 36 CONCRETE SIDEWALK (6" THICK) SY 4,840 37 COLORED STAMPED CONCRETE (INSIDE OF ROUNDABOUT) 6" THICK SY 149 38 DETECTABLE WARNING SURFACE (SIDEWALK) SF 144 39 FENCING, 4' BLACK VINYL COATED CHAIN LINK LF 1,620 40 FENCE GATE, 4' HIGH BLACK VINYL COATED, 40' WIDE DOUBLE SLIDING EA 2 41 FENCE GATE 4' HIGH BLACK VINYL COATED, 8' WIDE SWING EA 4 42 SOD (INCLUDES ST. AUGUSTINE, EMPIRE ZOYSIA SOD, AND ARGENTINA BAHIA SOD) LS 1 43 SOD (CELEBRATION BERMUDA) WITHIN LACROSSE FIELDS COMPLETE SY 1,550 44 SEEDING (BAHIA) SY 3,566 00310-4 F:\Public Works\ ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\AdmimWDDENDUMS\Addendum No. 2- Itemized Bid Schedule - 10-31-2014 ADDENDUM NO. 2 ITEMIZED BID SCHEDULE 10/31/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item No. Description Unit Qty. Unit Price Amount 45 LANDSCAPING (INCLUDING LITTORAL PLANTINGS) COMPLETE LS 1 46 TREE PRESERVATION AND RELOCATION LS 1 47 IRRIGATION SYSTEM COMPLETE (INCLUDING WELLS, PUMPS, PIPES, VALVES, ELECTRIC SERVICE, CONTROL WIRING AND SPRINKLER HEADS) LS 1 48 CHEVRON, R6-4 (30" X 24") EA 3 49 "STOP" SIGN, R1-1 (30" X 30") EA 13 50 "YIELD" SIGN, R1-2 (30" X 30" X 30") EA 3 51 HANDICAP SIGN, FTP 21-06 AND 22-06 EA 7 52 PEDESTRIAN WARNING SIGN, W11-2 (30" X 30") EA 11 53 "DO NOT ENTER" SIGN, R5-1 EA 2 54 DIRECTIONAL ARROW PLAQUE, W16 -7P (24" X 12") EA 11 55 ONE WAY ARROW, R6 -1R (36" X 12") EA 3 56 KEEP RIGHT SIGN, R4-7 (24" X 30") EA 3 57 ENTRY SIGN (COMPLETE PER PLAN SPECIFICATIONS & CONTRACT DOCUMENTS) EA 1 58 STRIPING, WHITE 6" (THERMOPLASTIC) LF 4,930 59 STRIPING, WHITE 6" (2' X 4' SKIP) (THERMOPLASTIC) LF 50 60 STRIPING, YELLOW 6" (THERMOPLASTIC) LF 675 61 STRIPING, DOUBLE YELLOW 6" (THERMOPLASTIC) LF 35 62 STRIPING, BLUE 6" (HANDICAP PARKING SPACES) (THERMOPLASTIC) LF 300 63 STRIPING, YELLOW 8" (THERMOPLASTIC) LF 68 64 STRIPING, WHITE 12" (THERMOPLASTIC) LF 612 65 STRIPING, YELLOW 18" (THERMOPLASTIC) LF 28 00310-5 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-5 County Park Intergeneratiional Rec FacilitySAdmim1ADDENDUMSVlddendum No. 2- Itemized Bid Schedule - 10-31-2014 ADDENDUM NO. 2 ITEMIZED BID SCHEDULE 10/31/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item No. Description Unit Qty. Unit Price Amount 66 STRIPING, WHITE 24" (STOP BARS) (THERMOPLASTIC) LF 169 67 HANDICAP SYMBOL (THERMOPLASTIC) EA 7 68 LEFT TURN ARROW (THERMOPLASTIC) EA 2 69 RIGHT TURN/THROUGH ARROW (THERMOPLASTIC) EA 2 70 RPM'S (WHITE/CLEAR) EA 30 71 RPM'S (BI-DIRECTIONAL AMBER) EA 40 72 SITE LIGHTING (POLES, FIXTURES AND WIRING) (COMPLETE PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) LS 1 73 SANITARY SEWER MANHOLE (4' - 6' DEPTH) EA 3 74 SANITARY SEWER MANHOLE (6' - 8' DEPTH) EA 2 75 8" PVC SANITARY SEWER LF 974 76 3" POTABLE SERVICE EA 1 77 8" PVC WATER MAIN WITH VALVES AND APPURTENCES AS INDICATED LF 1,025 78 SIAMESE FIRE TRUCK CONNECTION EA 1 79 RELOCATE EXISTING FIRE HYDRANT (INCLUDES 40 LF - 6" PVC WATERMAIN) EA 1 80 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY (COMPLETE WITH 6" GATE VALVE AND PIPE) AS 2 81 DUMPSTER ENCLOSURE (COMPLETE, PER PLANS AND SPECIFICATIONS) EA 1 82 FOUNTAIN ASSEMBLY (HYDREL OR APPROVED EQUAL, TYPE 6) (INCLUDES FOUNTAIN, LIGHTING, ELECTRICAL, PLUMBING, CONTROLLER, ETC.) (COMPLETE AND READY TO USE; PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) EA 2 83 BIKE RACK (SEE LANDSCAPE PLAN L1.01.08) EA 2 84 FREESTANDING RECTANGULAR GARDEN BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 00310-6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS1Addendum No. 2- Itemized Bid Schedule - 10-31-2014 ADDENDUM NO. 2 ITEMIZED BID SCHEDULE 10131/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item No. Description Unit Qty. Unit Price Amount 85 FREESTANDING CHAIR (SEE LANDSCAPE PLAN L1.01.08) EA 18 86 FREESTANDING BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 87 FREESTANDING "STAR" BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 6 88 TRASH RECEPTACLE (SEE LANDSCAPE PLAN L1.01.08) EA 11 89 RECYCLING TRASH RECEPTACLE UNITS (SEE LANDSCAPE PLAN L1.01.08) EA 3 96 EA 3 PLAN -L-1,0-1,06) !. _OP) 91 CONSTRUCT INTERGENERATIONAL BUILDING INCLUDING SLAB, BUILDING, DOORS, WINDOWS AND ALL ITEMS AS INDICATED ON THE PLAN SPECFICATIONS AND IN THE CONTRACT DOCUMENTS (COMPLETE AND READY FOR USE) 1 92 UTILITY CONDUITS, 4" PVC SCHEDULE 40 (ELECTRIC, PHONE, FIBER OPTIC, CABLE) LS 1 93 TEMPORARY SECURITY FENCE LS 1 94 PUBLIC CONSTRUCTION BOND LS 1 95 TRENCH SAFETY COMPLIANCE (OVER 5) (SEE SECTION 00454) LS 1 96 TRENCH SAFETY COMPLIANCE (SHORING) (SEE SECTION 00454) LS 1 97 FORCE ACCOUNT LS 1 300,000.00 300,000.00 TOTAL BID AMOUNT LS = LUMP SUM ED = EACH DAY AC = ACRE SY = SQUARE YARD LF = LINEAR FOOT SF = SQUARE FOOT EA = EACH AS = ASSEMBLY TOTAL BID AMOUNT IN WORDS: 00310-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergenerational Rec Facility \Admim\ADDENDUMS\Addendum No. 2- Itemized Bid Schedule - 10-31-2014 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: ADDENDUM NO. 3 November 5, 2014 Project Name: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT No. 1135 Bid Opening Date: The Bid Opening date is Wednesday, November 19, 2014 at 2:OOp.m. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing@ircgov.com. 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 (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline Sunday, November 9, 2014 by Midnight). Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids 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 not be opened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 7 F:\Public Works\ENGINEERING DIVISION PROTECTS 31135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Addendum No. 3 I1-S-2014.doc CLARIFICATIONS: Per the Pre -Bid Meeting Minutes dated 10/15/2014: Bid is based on, without exception, on material, equipment and systems called for in the bidding documents. No substitutions will be entertained until after the bid has been awarded and construction has commenced. QUESTIONS AND ANSWERS: QUESTION NO. 1 The civil site drainage plans show 18" ADS Storm Pipe, 18" ADS drains inline & basins, 12" and 10" drop in grates, roof drain cleanouts (inline & end). There is not a bid item for these. Please clarify. ANSWER NO. 1 Bid items and quantities have been added to the attached Itemized Bid Schedule. QUESTION NO. 2 The gravity sewer show (numerous) 6" sewer laterals w/cleanouts. There is not a bid item for these. Please clarify. ANSWER NO.2 6" sewer laterals with cleanouts shall be included in the bid price for "Construction Intergenerational Building including Slab, Building, Doors, Windows and all Items as indicated on the Plan Specifications and in the Contract Documents (Complete and Ready for use)." QUESTIONS NO. 3 Connections to existing Drainage structures, Sewer manholes and Water mains & valves. There is not a bid item for these. Please clarify. ANSWER NO.3 A hole in the existing sanitary manhole was previously installed and plugged. Cost to tie into existing structure shall be included in bid price for 8" PVC Sanitary Sewer. Connections to existing water valves and mains shall be included in the bid price for 8" water main. QUESTION NO. 4 They show a 6" fire main. There is not a bid item for this. Please clarify. Page 2 of 7 F:\Public Works\ENGINEERING DIVISION PROJECTS 11135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 3 1 I-5-2014.doc ANSWER NO. 4 Cost of 6" Fire Main shall be included in the bid price for "Construction Intergenerational Building including Slab, Building, Doors, Windows and all Items as indicated on the Plan Specifications and in the Contract Documents (Complete and Ready for use)." QUESTION NO. 5 There is a bid item for 4" HDPE (N-12) 180 LF, the plans do not show where this is to be installed. Please clarify as to where this is to be installed. ANSWER NO. 5 Bid item for 4" HDPE (N-12) 180 LF has been changed to 380 LF. This will be for tying into the existing underdrains between the Lacrosse fields. Also, two (2) additional Type C Inlets have been added, 260 LF of 15" CAP, 260 LF of 18" CAP, and 75 LF of 24" CAP to the existing swale on the west end of the Lacrosse field and drain to proposed Wet Detention Pond. There are no existing construction plans for this additional work. QUESTION NO. 6 Sheet E1.00.01 top left - calls for "Type SLC Pole Base to be on detail 3/E1.00.03. This detail is missing. ANSWER NO. 6 This detail is on Sheet E1.03 QUESTION NO. 7 Sheet E1.00.01 calls for a 2000 Amp MTS. E1.00.02 (RISER) calls for a 1600 Amp MTS. Which is right? ANSWER NO. 7 1600A is correct as shown on the power riser diagram. QUESTION NO. 8 Upon review of the project documents we do see symbol for sound system speaker locations indicated on E1.03.01 and E1.03.02 but there is no other information as to the sound system equipment or system configuration. Please advise. ANSWER NO. 8 Owner is to provide local AV systems. Page 3 of 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\I 135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 3 11-5-2014.doc QUESTION NO. 9 Sheet E1.00.01 type SLC pole base shows note on sheet E1.00.03 No such sheet exists. Please provide pole base details. ANSWER NO. 9 This detail is on Sheet E1.03. QUESTION NO. 10 Sheet E1.00.01 -will Communications underground conduits be encased in concrete? ANSWER NO. 10 Yes; this will be similar to Detail 8 on Sheet E1.05.01 QUESTION NO. 11 Sheet E1.00.01 Site Lighting controls. Please clarify. Plan shows Circuits 14 and 15 for pole lights. Also shows zones ZE6 and ZE7 controlling pole lights. Circuit 14 is on both Zone controls as well as circuit 15. Will relays be installed in individual pole lights? ANSWER NO. 11 Circuiting has been revised so that Circuit 14 is only for Zone ZE7, and Circuit 15 is only for Zone ZE6; power packs for exterior lighting will be in nlight cabinets in the electrical rooms adjacent to their associated lighting panels - a note has been added to Lighting Control Block Diagram notes on E.07.01 indicating this. QUESTION NO. 12 Sheet E1.00.01 - shows Note on page stating: (2) 4" with (3) 1" inner duct to property line. Is this the conduit shown with a pull box going from property line to Multi- Purpose building? ANSWER NO. 12 Yes; this has been corrected to show leader lines to the pull box and to the communications ductbank. QUESTION NO. 13 Sheet E1.00.01 - shows a Fountain equipment vault. Please give details, dimensions for vault. ANSWER NO. 13 Fountain equipment/vault is by fountain vendor/installer, not Division 26. It is presumed that the disconnecting means will located within this vault. It is a placeholder, and fountain has not been designed as of yet. QUESTION NO. 14 Sheet E1.03.03 Note 4 Fans: Who supplies and mounts fans? Please provide product types and sizes. Page 4 of 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\I135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 3 1 I-5-2014.doc ANSWER NO. 14 Fan subcontractor to supply the fans. General Contractor to determine based upon fan supplier who supplies the mounts and installation, as it varies by manufacturer. QUESTION NO. 15 Sheet E1.00.01 - shows 2 type SLH fixtures at front driveway entry No such fixture on fixture schedule. Please give fixture type. ANSWER NO. 15 The following information has been added to Light Fixture Schedule for Type SLH: DESCRIPTION: 4' LINEAR LED SIGN LIGHT, SURFACE BOX, WHITE LED, FLOOD DISTRIBUTION, ADJUSTABLE SURFACE MOUNT BRACKET, 6" EXTENDED ARM, HALF EXTERIOR VISOR, 0-10V DIMMING, BLACK ANODIZED FINISH, IP66 RATED"; CAT. #: HYDREL #RHY4-SSBR-WHT41K-MVOLT-FL-ASM-EARM6"-HVSR-CLS20-LDIM-BLA; 277V; 52W LED LAMPS, 4100K; REMARKS: FIXTURES ARE TO BE AIMED & DIMMED AS NECESSARY BY CONTRACTOR IN THE FIELD, AT NIGHT, AT THE DIRECTION OF ENGINEER/ARCHITECT. In addition, additional switching/dimming power pack has been added to Lighting Control Block Diagram, for this lighting control zone ZE16, and a 3' setback has been indicated on the site plan. QUESTION NO. 16 I know in Addendum #2 is was stated that the site bid forms are missing a few items. We noticed the storm and utilities are not matching as wells. Also, per plan there is an onsite pavement section of 6" rock and 8" stabilization, I don't see that on the forms either. Per the bid forms it appears you want the 8" rock and 12" stabilization for the entire project. Just wanted to make sure a revised bid form was being issued. ANSWER NO. 16 Bid items have been modified and 6" Cemented Coquina Shell Base and 8" Stabilized Subgrade (LBR 40) have been added to the attached Itemized Bid Schedule. QUESTION NO. 17 We would like the opportunity to bid Florock Resinous Flooring as an equal to the products specified for the Intergenerational Recreation Facility. SECTION 09 72 50 -DECORATIVE QUARTZ EPDXY FLOORING SECTION 09 67 23 - RESINOUS FLOORING Please advise where and to whom I can send a submittal packet for approval. ANSWER NO. 17 Please see Clarification statement above. Page 5 of 7 'Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 3 I I-5-2014.doc ATTACHMENTS: Itemized Bid Schedule Pages 00310-3 through 00310-8 Technical Specifications (SITE) Pages 001025-1 through 001025-35 Page 6 of 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\I135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 3 is submitted b and Christopher ' fer, r., •. County Engineer Je f r Hyde, Purchasing Manager Company Name Name: Title: (Type / Printed) Authorized Signature: Date: Telephone: Fax: Page 7 of 7 F.1Public Works\ENGINEERING DIVISION PROJECTS 31135-S County Park Intergenerntiional Rec FacititylAdmim\ADDENDUMS\Addendum No. 3 11-5-2014 doc ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 1 MOBILIZATION LS 1 2 PHOTOGRAPHSNIDEOS & AERIAL PHOTOGRAPHY LS 1 3 EROSION AND WATER POLLUTION CONTROLS (INCLUDES NPDES COMPLIANCE) LS 1 4 AS BUILTS/RECORD DRAWINGS LS 1 5 FIELD OFFICE ED 360 6 SITE CLEARING AND GRUBBING AC 13.60 7 EARTHWORK (INCLUDES EXCAVATION, EMBANKMENT, BORROW FILL (AS REQUIRED) ROUGH GRADING, FINAL GRADING, COMPACTION, ETC.) LS 1 8 STABILIZED SUBGRADE (8" THICK) (LBR 40) SY 7,700 9 STABILIZED SUBGRADE (12" THICK) (LBR 40) SY 11,885 10 CEMENTED COQUINA SHELL BASE (6" THICK) (1 LIFT) SY 7,186 11 CEMENTED COQUINA SHELL BASE (8" THICK) (2 LIFTS) SY 10,455 12 ASPHALT PAVEMENT, TYPE SP -9.5 (1.5" THICK) (1 LIFT) SY 7,700 13 ASPHALT PAVEMENT, TYPE SP -12.5 (1.5" THICK) (1 LIFT) SY 10,455 14 ASPHALT PAVEMENT, TYPE SP -9.5 (1" THICK) (1 LIFT) SY 10,455 15 TYPE "C" INLET EA 12 16 TYPE "E" INLET EA 2 17 TYPE "F" INLET EA 4 18 TYPE "G" INLET EA 3 19 TYPE 4 CURB INLET EA 6 20 MANHOLE, TYPE P-7 EA 7 21 CONTROL STRUCTURE (DCS -2) TYPE P-7 (4' X 4') EA 1 00310-3 F:\Public Works \ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility'AdmirMADDENDUMS\Addendum No. 3- Itemized Bid Schedule -11-5-2014 ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 22 MODIFY EXISTING BLEEDER STRUCTURE EA 1 * 23 10" HDPE DROP-IN GRATE EA 2 " 24 18" X 12" HDPE IN-LINE DRAIN EA 1 25 12" HDPE DROP-IN GRATE EA 2 ' 26 18" NYLOPLAST DRAIN BASIN EA 2 ' 27 4" HDPE (N-12) LF 380 28 8" HDPE (N-12) LF 16 ` 29 10" HDPE (N-12) LF 50 30 12" HDPE (N-12) LF 582 31 15" HDPE (N-12) LF 217 32 18" HDPE (N-12) LF 162 33 15" CORRUGATED ALUMINUM PIPE (CAP) LF 567 34 18" CORRUGATED ALUMINUM PIPE (CAP) LF 260 35 24" CORRUGATED ALUMINUM PIPE (CAP) LF 783 36 30" CORRUGATED ALUMINUM PIPE (CAP) LF 196 37 12" X 18" ERCP LF 543 38 14" X 23" ERCP LF 218 39 19" X 30" ERCP LF 526 40 24" X 38" ERCP LF 48 41 CONCRETE CURB, TYPE B LF 186 42 CONCRETE CURB, TYPE D LF 4,044 43 CONCRETE CURB AND GUTTER, TYPE F LF 2,037 00310-4 F:\Public Works \ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratilonal Rec Facility\Admim ADDENDUMSVAddendum No. 3- Itemized Bid Schedule -11-5-2014 ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 44 3' WIDE CONCRETE VALLEY GUTTER LF 128 45 PAVEMENT REPAIR SY 35 46 CONCRETE SIDEWALK (6" THICK) SY 4,840 47 COLORED STAMPED CONCRETE (INSIDE OF ROUNDABOUT) 6" THICK SY 149 48 DETECTABLE WARNING SURFACE (SIDEWALK) SF 144 49 FENCING, 4' BLACK VINYL COATED CHAIN LINK LF 1,620 50 FENCE GATE, 4' HIGH BLACK VINYL COATED, 40' WIDE DOUBLE SLIDING EA 2 51 FENCE GATE 4' HIGH BLACK VINYL COATED, 8' WIDE SWING EA 4 52 SOD (INCLUDES ST. AUGUSTINE, EMPIRE ZOYSIA SOD, AND ARGENTINA BAHIA SOD) LS 1 53 SOD (CELEBRATION BERMUDA) WITHIN LACROSSE FIELDS COMPLETE SY 1,550 54 SEEDING (BAHIA) SY 3,566 55 LANDSCAPING (INCLUDING LITTORAL PLANTINGS) COMPLETE LS 1 56 TREE PRESERVATION AND RELOCATION LS 1 57 IRRIGATION SYSTEM COMPLETE (INCLUDING WELLS, PUMPS, PIPES, VALVES, ELECTRIC SERVICE, CONTROL WIRING AND SPRINKLER HEADS) LS 1 58 CHEVRON, R6-4 (30" X 24") EA 3 59 "STOP" SIGN, R1-1 (30" X 30") EA 13 60 "YIELD" SIGN, R1-2 (30" X 30" X 30") EA 3 61 HANDICAP SIGN, FTP 21-06 AND 22-06 EA 7 62 PEDESTRIAN WARNING SIGN, W11-2 (30" X 30") EA 11 63 "DO NOT ENTER" SIGN, R5-1 EA 2 64 DIRECTIONAL ARROW PLAQUE, W16 -7P (24" X 12") EA 11 00310-5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratilonal Rec Facility \AdmimV\DDENDUMS\Addendum No. 3- Itemized Bid Schedule -11-5-2014 ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 65 ONE WAY ARROW, R6 -1R (36" X 12") EA 3 66 KEEP RIGHT SIGN, R4-7 (24" X 30") EA 3 67 ENTRY SIGN (COMPLETE PER PLAN SPECIFICATIONS & CONTRACT DOCUMENTS) EA 1 68 STRIPING, WHITE 6" (THERMOPLASTIC) LF 4,930 69 STRIPING, WHITE 6" (2' X 4' SKIP) (THERMOPLASTIC) LF 50 70 STRIPING, YELLOW 6" (THERMOPLASTIC) LF 675 71 STRIPING, DOUBLE YELLOW 6" (THERMOPLASTIC) LF 35 72 STRIPING, BLUE 6" (HANDICAP PARKING SPACES) (THERMOPLASTIC) LF 300 73 STRIPING, YELLOW 8" (THERMOPLASTIC) LF 68 74 STRIPING, WHITE 12" (THERMOPLASTIC) LF 612 75 STRIPING, YELLOW 18" (THERMOPLASTIC) LF 28 76 STRIPING, WHITE 24" (STOP BARS) (THERMOPLASTIC) LF 169 77 HANDICAP SYMBOL (THERMOPLASTIC) EA 7 78 LEFT TURN ARROW (THERMOPLASTIC) EA 2 79 RIGHT TURN/THROUGH ARROW (THERMOPLASTIC) EA 2 80 RPM'S (WHITE/CLEAR) EA 30 81 RPM'S (BI-DIRECTIONAL AMBER) EA 40 82 SITE LIGHTING (POLES, FIXTURES AND WIRING) (COMPLETE PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) LS 1 83 SANITARY SEWER MANHOLE (4' - 6' DEPTH) EA 3 84 SANITARY SEWER MANHOLE (6' - 8' DEPTH) EA 2 85 8" PVC SANITARY SEWER LF 974 86 3" POTABLE SERVICE EA 1 00310-6 F:1Public WorksIENGINEERING DIVISION PROJECTS111355 County Park Intergenerallional Rec FacilityAAdmim\ADDENDUMSWddendum No. 3- Itemized Bid Schedule -115-2014 ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 87 8" PVC WATER MAIN WITH VALVES AND APPURTENCES AS INDICATED LF 1,025 88 SIAMESE FIRE TRUCK CONNECTION EA 1 89 RELOCATE EXISTING FIRE HYDRANT (INCLUDES 40 LF 6" PVC WATERMAIN) EA 1 90 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY (COMPLETE WITH 6" GATE VALVE AND PIPE) AS 2 91 DUMPSTER ENCLOSURE (COMPLETE, PER PLANS AND SPECIFICATIONS) EA 1 92 FOUNTAIN ASSEMBLY (HYDREL OR APPROVED EQUAL, TYPE 6) (INCLUDES FOUNTAIN, LIGHTING, ELECTRICAL, PLUMBING, CONTROLLER, ETC.) (COMPLETE AND READY TO USE; PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) EA 2 93 BIKE RACK (SEE LANDSCAPE PLAN L1.01.08) EA 2 94 FREESTANDING RECTANGULAR GARDEN BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 95 FREESTANDING CHAIR (SEE LANDSCAPE PLAN L1.01.08) EA 18 96 FREESTANDING BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 3 97 FREESTANDING "STAR" BACKLESS BENCH (SEE LANDSCAPE PLAN L1.01.08) EA 6 98 TRASH RECEPTACLE (SEE LANDSCAPE PLAN L1.01.08) EA 11 99 RECYCLING TRASH RECEPTACLE UNITS (SEE LANDSCAPE PLAN L1.01.08) EA 3 100 CONSTRUCT INTERGENERATIONAL BUILDING INCLUDING SLAB, BUILDING, DOORS, WINDOWS AND ALL ITEMS AS INDICATED ON THE PLAN SPECIFICATIONS AND IN THE CONTRACT DOCUMENTS (COMPLETE AND READY FOR USE) 1 101 UTILITY CONDUITS, 4" PVC SCHEDULE 40 (ELECTRIC, PHONE, FIBER OPTIC, CABLE) LS 1 102 TEMPORARY SECURITY FENCE LS 1 103 PUBLIC CONSTRUCTION BOND LS 1 00310-7 F:1Public Works&ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility1Admim\ADDENDUMS1Addendum No. 3- Itemized Bid Schedule - 11-5-2014 ADDENDUM NO. 3 ITEMIZED BID SCHEDULE 11/05/2014 INDIAN RIVER COUNTY INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Bid No. 2014052 IRC Project No. 1135 BIDDER'S NAME Item # Description Unit Qty. Unit Price Amount 104 TRENCH SAFETY COMPLIANCE (OVER 5') (SEE SECTION 00454) LS 1 105 TRENCH SAFETY COMPLIANCE (SHORING) (SEE SECTION 00454) LS 1 106 FORCE ACCOUNT LS 1 300,000.00 300,000.00 TOTAL BID AMOUNT LS = LUMP SUM ED = EACH DAY AC = ACRE SY = SQUARE YARD LF = LINEAR FOOT SF = SQUARE FOOT EA = EACH AS = ASSEMBLY TOTAL BID AMOUNT IN WORDS: 00310-8 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratilonal Rec Facillty1Admim\ADDENDUMS1Addendum No. 3- Itemized Bid Schedule -11-5-2014 ADDENDUM NO. 3 11/5/2014 SECTION 00001 - TECHNICAL 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, 2014, 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 for all utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards Dated March, 2014. The work to be performed for Highway Signing and Thermoplastic Traffic Stripes and Markings shall conform to the applicable standards of Indian River /County Typical Drawings for Pavement Markings, Signing & Geometrics Dated July, 2011. SECTION 00002 -SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 00003- 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. (2014 Edition) Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 1 - Mobilization - Lump Sum SECTION 00004 — PROJECT PHOTOGRAPHS/VIDEOS & AERIAL PHOTOGRAPHY A. The CONTRACTOR shall make provisions, at his expense, for photographs, video 01025-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 tapes and aerial photography of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the limits of construction. 2) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. C. Aerial Photograph: The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction. The photographs shall be done in a manner to show the construction progress for the entire length of the project. The photographs can be angled and not prepared to a particular scale, however, must be detailed enough to identify the work in detail. Furnish contact prints from the aerial negatives. The tonal quality or color will be of good quality. The prints must contain a minimum of Following information: • Date and Time the photo was taken • Project Name • Frame Number • Latitude • Longitude • Altitude • North Arrow 01025-2 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilitylAdmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 The only acceptable file formats for photogrammetric digital imagery is Tiff format. All digital images shall be submitted on portable media or DVD. D. Payment: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 2 — PhotographsNideos & Aerial Photography - Lump Sum SECTION 00005 — PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION PART 1 — GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. The pollution control measures shall prevent turbid or otherwise polluted waters from being discharged from the construction site or work area, to undeveloped portions of the site or off-site. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. C. The pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual, and other references as may be required by regulatory permits. (http://www.dep.state.fl.us./water/nonpoint/docs/erosion/erosion-inspectors- manuaL 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 01025-3 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-5 County Park Intergeneratlional Rec Facility\AdmimIADDENDUMS\Technical Specs (SITE) -Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced Chapters and these Specifications, the more stringent requirement shall prevail. 1.2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR A. The OWNER has obtained certain permits for this project and they are listed in paragraph SC -6.08 of the Supplementary Conditions. Per paragraph SC -6.08.0 of the Supplementary Conditions, the CONTRACTOR shall apply for, obtain, and pay for all other required permits, licenses, sampling, and tests. Permits the CONTRACTOR may need to secure may include but not be limited to: 1. Long-term and/or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD). Generally, only the short-term permit is required. Contact SJRWMD at (321) 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 01025-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-5 County Park Intergeneratiional Rec Facility \AdmimIADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required by its manufacturer or the OWNER, until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. E. Discharge shall not violate State or local water quality standards in the receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress. The receiving point forwaterfrom 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). 01025-5 F:1Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS1Technical Specs (SITE) - Addendum No. 311-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 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 (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 discharge point(s). [See Fla. Administrative Code 62- 302.5301 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. D. Pollution Always Occurs When ... The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. 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. 01025-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\11355 County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 3 11-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 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 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 11 through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type III silt fence. (a) For FDOT Type 111 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 manufacturer's recommendations and per FDOT Index No. 103 unless directed otherwise by the ENGINEER. 01025-7 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-8 County Park Intergeneratilonal Rec Facility\AdmimWDDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 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 II or Type b. Or equivalent. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag. The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. 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. 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. 01025-8 Technical Specifications F:\Publlc Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec FacilitylAdmimWDDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 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 large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Crushed limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually granite), washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. 1. 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 3 — Erosion and Water Pollution Controls (Includes NPDES Compliance) — Lump Sum [The remainder of this page was left blank intentionally] 01025-9 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim1ADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No. 1135 for Intergenerational Recreation Facility at South County Regional Park STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, who upon oath duly 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 (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 01025-10 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 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 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 number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to -the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-11 Technical Specifications F:1Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility'Admim\ADDENDUMS1Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 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 + + 01025-12 Technical Specifications F:1Public Works\ENGINEERING DIVISION PROJECTS\1135-3 County Park Intergeneratlional Rec Facility'AdmimIADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 SECTION 00006 — AS-BUILT/RECORD DRAWINGS GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. AS-BUILT/RECORD DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the Northern American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer. 01025-13 F:1Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admim'ADDENDUMS\Technicai Specs (SITE) -Addendum No. 3 11-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 E. The horizontal information provided on the Record Drawings shall be referenced to the State of Florida, State Plane Coordinate System, Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the Federal Geodetic Control Committee (FGCC) procedures. F. All Record/As-Built drawings shall be prepared in digital format (ACAD Ver. 2009) and shall utilize the digital design drawings as prepared by the Project Engineer as a base for the Record/As-Built drawings. It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As- Built drawing set. G. ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As-Built drawings submitted to the County: DRAINAGE: 1. Swale/Drainage —All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves — All inverts and pipe size. 3. Outfalls — All pipe inverts, pipe size and elevations, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Site Drainage — All inverts and elevations; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as -built of typical cross section as shown on design plan. ROADWAY AND PARKING AREAS 1. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets, along with high and low points. WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location and elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 01025-14 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-8 County Park Intergeneratiional Rec FacilitylAdmim\ADDENDUMS\Technicai Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stubouts. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one -hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell -tales) at each of the one -hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2 -inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As -Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center -to -center and horizontal location. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub -outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where services are not perpendicular to wye. 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a 01025-15 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility'AdmimWDDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. AS-BUILTS/RECORD DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 2009 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 4 — As-Builts/Record Drawings - Lump Sum [The remainder of this page was left blank intentionally] 01025-16 Technical Specifications F:\Public works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic. Name Date: Project Name: Intergenerational Recreation Facility at South County Regional Park Project No.: 1136 Chapter 61G17-6 Minimum Technical Standards F.A.C. 61G17-6.003 General Survey, Map, and Report Content Requirements ❑ (1) REGULATORY OBJECTIVE: The public must be able to rely on the accuracy of measurements and maps produced by a surveyor and mapper. In meeting this objective, surveyors and mappers must achieve the following minimum standards of accuracy, completeness, and quality: ❑ (a) Accuracy of survey measurements based on the type of survey and expected use. ❑ (b) Measurements made in accordance with the United States standard, feet or meters. ❑ (c) Records of measurements maintained for each survey (check field notes.) ❑ (d) Measurement and computation records dated. ❑ (e) Measurement and computation records substantiate the survey map. ❑ (f) Measurement and computation records support accuracy statement (closure calculations or redundant measurements, if applicable.) (2) Other More Stringent Requirements: ❑ (a) Met more stringent requirements set by federal, state, or local governmental agencies. (3) Other Standards and/or Requirements that Apply to All Surveys, Maps, and/or Survey Products: ❑ (a) REGULATORY OBJECTIVE: In order to avoid misuse of a survey and map, the surveyor and mapper must adequately communicate the survey results to the public through a map, report, or report with an attached map. (b) Survey map or report identified the responsible surveyor and mapper and contain standard content. In meeting this objective, surveyors and mappers must meet the following minimum standards of accuracy, completeness, and quality: ❑ (c) Type survey stated on map and report: As -Built Survey Mean High Water Line Survey Boundary Survey Quantity Survey Condominium Survey Record Survey Construction Layout Survey Specific or Special Purpose Control Survey Survey Hydrographic Survey Topographic Survey ❑ (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ❑ (e) Name and license number of the surveyor and mapper in responsible charge. ❑ (f) Name, license number, and street and mailing address of a surveyor and mapper 01025-17 Technical Specifications F:1Public Works'ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 practicing independent of any business entity on the map and report. ❑ (g) Survey date (date of data acquisition.) ❑ (h) Revision date for any graphic revisions (when survey date does not change.) ❑ (1) Map and report statement "Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper." ❑ (j) Insurance statement in Vs" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (I) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented Zine) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. (u) Map Accuracy. (1) Vertical Feature Accuracy: ❑ (a) Vertical Control: Field -measured control for elevation information shown upon survey maps or reports shall be based on a level loop or closure to a second benchmark. ❑ (b) Closure in feet must be accurate to a standard of plus or minus .05 ft. times the square root of the distance in miles. ❑ (c) All surveys and maps or reports with elevation data shall indicate the datum and a description of the benchmark(s) upon which the survey is based. ❑ (d) Minor elevation data may be obtained on an assumed datum provided the base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control: All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based. ❑ (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: CommerciallHigh Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; 01025-18 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 Rural: Linear: 1 foot in 5,000 feet; ❑ (d) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level, should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C. ❑ (e) Intended Display Scale: All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 1/ or smaller". 61G17-6.004 Specific Survey, Map, and Report Requirements (1) As-Built/Record Survey: ❑ (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. ❑ (b) Clearly shows by symbols, notations, or delineations, those constructed improvements located by the survey. ❑ (c) All maps prepared shall meet applicable minimum technical standards. ❑ (d) Vertical and horizontal accuracy of the measurements made shall be such that it may be determined whether the improvements were constructed consistent with planned locations. + + END OF SECTION + + 01025-19 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility'Admim'ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 SECTION 00007 - FIELD OFFICE The Specifications for Field Office (Contractor) shall include furnishing and installing a Construction Field Office within the Project Limits in accordance with these Specifications. It is the Contractor's responsibility to clean the inside of the building and provide furnishings. The building shall be a minimum of 900 square feet with air conditioning, heat, restroom and sufficient space to hold progress meetings. Each room shall have at least one (1) weatherproof window and two electrical and data outlets. Each window shall be a minimum of 8 square feet, be screened and open and close to provide adequate ventilation. Equip each outside door with a lock. The Building shall be equipped with tables and chairs to accommodate meetings for a minimum of 12 people. The field office must provide 2 desks, chairs, cabinets, etc. for 2 county field representatives. Also, contractor shall provide, one (1) rough plan rack, one (1) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one (1) printer/scanner machine, and one (1) fire-resistant (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1 -hour test. The field office must include the following TWO computers for COUNTY PERSONNEL: • .Dell OptiPlex 9020 Minitower Base, CORE i7 4770 Processor (3.4GHz, 8M) with 16GB, 1600MHz DDR3 memory with 2 Dell 24 -inch Flat Panel Display, U2412M, Windows 7 Professional (64Bit), minimum 1 TB hard • drive, 1 GB video card, Office 2013 Professional edition, Adobe Acrobat XI standard edition The computers mentioned above must be purchased from a known retailer/wholesaler brand new with all warranty information included. Contractor shall warranty the computers for the length of the project. Once the project is complete the above mentioned computers and printer/scanner will be the property of the COUNTY. The Contractor will be required to provide electric, (2) landline phones, High Speed Internet service or equivalent satellite or mobile service if DSL is not available to the field office. Internet link DHCP must be user configurable to accommodate County network configurations. The field office shall be ready for use no later than ten (10) calendar days after the date the Contract is fully executed and before any other work is started, and shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Owner. Field Office shall have restroom within the building with approved sanitary and water connections. Item of Payment Payment shall be made under: Bid Item No. 5 - Field Office — Each Day 01025-20 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 SECTION 00008 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2014) with the following modifications: A. Prior to any clearing and grubbing, the contractor will stake the limits of construction. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. B. No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. C. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization, structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots. If directed by the Engineer or where shown on the drawings, work shall be done by hand in order to protect the trees. D. The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures. The Contractor shall not pull hair or major root structures. All severed roots shall be sawn clean and paint with pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by the Contractor. Undesirable, dead, and/or damaged trees (as so designated by the Engineer) shall be removed. E. All trees to be removed shall be disposed off site; burning will be strictly prohibited. F. All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for transplanting is required, this work shall be done in cooperation with the Owner and at no additional expense to the Owner. G. All items to be removed shall be excavated to their full depth. All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge. (See Paragraph C, Special Provisions) The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in 01025-21 Technical Specifications F:\PublIc Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 a location designated or approved by the Owner. Any culverts, structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. H. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. I. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No.6 — Site Clearing and Grubbing — Per Acre SECTION 00009 - EXCAVATION AND EMBANKMENT A. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the Standard Specifications. Such price and payment shall specifically include all cost of any roadway, lateral ditch or canal, and final dressing operations. B. Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors. C. Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill, isolated swale bottom locations, isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation. Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of replacement embankment shall be included in cost of subsoil excavation. Contractor shall coordinate with county representative prior to any subsoil excavation. D. Embankment - General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: Roadway Design Standard Index No. 505, Embankment Utilization Details is modified by the addition of the following: 01025-22 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Faality\Admim'ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. E. Payment shall be made under: Bid Item No. 7 — Earthwork (Includes Excavation, Embankment, Borrow Fill (as required) Rough Grading, Final Grading, Compaction, etc.) — Lump Sum SECTION 00010 - STABILIZATION The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). A. Sub Article 160-5.1 is modified by the addition of the following: "The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines, and grades shown in the plans." Minimum L.B.R. = 40 - No under -tolerance. B. Payment shall be made under: Bid Item No. 8 — Stabilized Subgrade (8" Thick) (LBR 40) — Per Square Yard Bid Item No. 9 — Stabilized Subgrade (12" Thick) (LBR 40) — Per Square Yard SECTION 00011 - CEMENTED COQUINA SHELL BASE The work specified in this item shall conform to Section 285 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). A. Sub Article 285-4 is modified by the addition of the following: Base material, thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used. No additional payment will be made for base thickness in excess of the specified thickness 3. B. Payment shall be made under: Bid Item No. 10 — Cemented Coquina Shell Base (6") One Lift - Per Square Yard Bid Item No. 11 — Cemented Coquina Shell Base (8") Two Lifts - Per Square Yard 01025-23 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitvlAdmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 SECTION 00012 - SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Sub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its entirety. There will be no pay adjustments for any fuel surcharge during the allotted duration of construction. Any fuel surcharge beyond final completion resulting from changes to the contract by Owner will be adjusted. Sub article 334-8.4 — Payment shall be amended as follows: Bid Item No. 12 — Asphalt Pavement, Type SP -9.5 (1.5" Thick) (1 Lift) - Per Square Yard Bid Item No. 13 — Asphalt Pavement, Type SP -12.5 (1.5" Thick) (1 Lift) — Per Square Yard Bid Item No. 14 — Asphalt Pavement, Type SP -9.5 (1" Thick) (1 Lift) — Per Square Yard SECTION 00013 — INLETS, MANHOLES AND JUNCTION BOXES The work specified in this item shall conform to Section 425 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 15 — Type "C" Inlet — Per Each Bid Item No. 16 — Type "E" Inlet — Per Each Bid Item No. 17 — Type "F" Inlet — Per Each Bid Item No. 18 — Type "G" Inlet — Per Each Bid Item No. 19 — Type 4 Curb Inlet — Per Each Bid Item No. 20 — Manhole, Type P-7 — Per Each Bid Item No. 21 — Control Structure (DCS -2) Type P-7 (4'x4') — Per Each Bid Item No. 22 — Modify Existing Bleeder Structure — Per Each SECTION 00014 — PIPE CULVERTS AND STORM SEWERS The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 23 — 10" High Density Polyethene (HDPE) Drop -In Grate — Per Each Bid Item No. 24 —18" x 12" High Density Polyethene (HDPE) In -Line Drain — Per Each 01025-24 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitytAdmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 3 11-5-2014.doc ADDENDUM NO. 3 11/5/2014 Bid Item No. 25 — 12" High Density Polyethene (HDPE) Drop -In Grate — Per Each Bid Item No. 26 — 18" Nyloplast Drain Basin - Per Each Bid Item No. 27 — 4" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 28 — 8" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 29 — 10" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 30 — 12" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 31 —15" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 32 —18" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 33 — 15" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 34 — 18" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 35 — 24" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 36 — 30" Corrugated Aluminum Pipe (Cap) — Per Linear Foot Bid Item No. 37 — 12" x 18" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 38 — 14" x 23" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 39 — 19" x 30" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 40 — 24" x 38" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot SECTION 00015 - CONCRETE CURB AND GUTTER The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 41 — Concrete Curb, Type B — Per Linear Foot Bid Item No. 42 — Concrete Curb, Type D — Per Linear Foot Bid Item No. 43 — Concrete Curb and Gutter, Type F — Per Linear Foot Bid Item No. 44 — 3' Wide Concrete Valley Gutter — Per Linear Foot Bid Item No. 45 — Pavement Repair — Per Square Yard SECTION 00016 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 46 — Concrete Sidewalk (6" Thick) — Per Square Yard 01025-25 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitvlAdmim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 SECTION 00017 — PATTERNEDITEXTURED PAVEMENT The work specified in this item shall conform to Section 523 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 47 — Colored Stamped Concrete (Inside.of Roundabout) 6" Thick— Per Square Yard SECTION 00018 — DETECTABLE WARNING ON WALKING SURFACES The work specified in this item shall conform to Section 527 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 48 — Detectable Warning Surface (Sidewalk) — Per Square Foot SECTION 00019 — FENCING The work specified in this item shall conform to Section 550 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 49 — Fencing, 4' Black Vinyl Coated Chain Link — Per Linear Foot Bid Item No. 50— Fence Gate, 4' High Black Vinyl Coated, 40' Wide Double Sliding — Per Each Bid Item No. 51 — Fence Gate, 4' High Black Vinyl Coated, 8' Wide Swing — Per Each SECTION 00020 - 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 (2014). 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, to be mowed at maximum 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 01025-26 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiianal Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 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 one year after date of final acceptance. Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months. All replacement shall meet original specifications. The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be replaced within two weeks. D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B). E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-3.6. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6.0 - 7.0. Contractor shall apply two (2) applications. The initial shall be fertilizer and the second application shall be "weed and feed". The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate. Contractor shall apply applications as per manufacturer's 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. 01025-27 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiionai Rec Facility'Admim1ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014.doc ADDENDUM NO. 3 11/5/2014 Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 11/" 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. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following is added: The contract unit price for performance turf 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 for the work specified in this item shall be made under: Bid Item No. 52 — Sod (Includes St. Augustine, Empire Zoysia Sod, and Argentina Bahia Sod - Per Lump Sum Bid Item No. 53 — Sod (Celebration Bermuda) Within Lacrosse Fields Complete — Per Square Yard Bid Item No. 54 — Seeding (Bahia) — Per Square Yard SECTION 00021 — LANDSCAPE INSTALLATION The work specified in this item shall conform to Section 580 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). 01025-28 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim'ADDENDUMS\Technical Specs (SITE\ - Addendum No 311-5-2014 dnn ADDENDUM NO. 3 11/5/2014 Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 55 - Landscaping (Including Littoral Plantings) Complete — Per Lump Sum Bid Item No. 56 — Tree Preservation and Relocation — Per Lump Sum SECTION 00022 — IRRIGATION The work specified in this item shall conform the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 57 — Irrigation System Complete (Including Wells, Pumps, Pipes, Valves, Electric Service, Control Wiring and Sprinkler Heads) — Per Lump Sum SECTION 00023 — HIGHWAY SIGNING A. 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 58 — Chevron, R6-4 (30" x 24") — Per Each Bid Item No. 59 — "Stop" Sign, R1-1 (30" x 30") — Per Each Bid Item No. 60 — "Yield" Sign, R1-2 (30" x 30" x 30") — Per Each Bid Item No. 61 — Handicap Sign, FTP 21-06 and 22-06 — Per Each Bid Item No. 62 — Pedestrian Warning Signs, W11-2 (30" x 30") — Per Each Bid Item No. 63 — "Do Not Enter" Sign, R5-1 — Per Each Bid Item No. 64 — Directional Arrow Plaque, W16 -7P (24" x 12") — Per Each Bid Item No. 65 — One Way Arrow, R6 -1R (36" x 12") — Per Each Bid Item No. 66 — Keep Right Sign, R4-7 (24" x 30" — Per Each 01025-29 Technical Specifications F:1Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratifonal Rec FacilitvWdmimWDDENDUMS\Technical Soecs (SITE\ - Addendum No 3 11 -s -9n14 dnn ADDENDUM NO. 3 11/5/2014 SECTION 00024 — ENTRY SIGN The work specified in this item shall conform the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 67 — Entry Sign (Complete per Plan Specifications and Contract Documents) — Per Each SECTION 00025 — THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS A. Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (2014), Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturer's specifications. B. All reflective pavement markers shall be 4" x 4". Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 68 — Striping, White 6" (Thermoplastic) — Per Linear Foot Bid Item No. 69 — Striping, White 6" (2' x 4' Skip) (Thermoplastic) — Per Linear Foot Bid Item No. 70 — Striping, Yellow 6" (Thermoplastic) — Per Linear Foot Bid Item No. 71 — Striping, Double Yellow 6" (Thermoplastic) — Per Linear Foot Bid Item No. 72 — Striping, Blue 6" (Handicap Parking Spaces) (Thermoplastic) — Per Linear Foot Bid Item No. 73 — Striping, Yellow 8" (Thermoplastic) — Per Linear Foot Bid Item No. 74 — Striping, White 12" (Thermoplastic) — Per Linear Foot Bid Item No. 75 — Striping, Yellow 18" (Thermoplastic) — Per Linear Foot Bid Item No. 76 — Striping, White 24" (Stop Bars) (Thermoplastic) — Per Linear Foot Bid Item No. 77 — Handicap Symbol (Thermoplastic) — Per Each Bid Item No. 78 — Left Turn Arrow (Thermoplastic) — Per Each Bid Item No. 79 — Right Turn/Through Arrow (Thermoplastic) — Per Each Bid Item No. 80 — RPM's (White/Clear) — Per Each Bid Item No. 81 — RPM's (Bid -Directional Amber) — Per Each 01025-30 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergenerational Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 3 11-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 SECTION 00026 - SITE LIGHTING The work specified in this item shall conform to the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 82 — Site Lighting (Poles, Fixtures and Wiring) (Complete per Plan Specifications and Contract Documents) — Per Lump Sum SECTION 00027 - WATER AND SEWER UTILITIES A. Water Utilities The work to be performed for all utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards Dated March, 2014. This document can be obtained at www.ircutilities.com B. Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Technical Specifications", March, 2014. This document can be obtained at www.ircutilities.com C. Earthwork and Backfill Compaction -All fill must be compacted by hand tamping from under the pipe up to the center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shoulders and 95 percent in easements, in accordance with AASHTO T-180 and D-2167. D. Ductile Iron Pipe and Fittings 1. General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: 2 All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C1IO (ANSI 21.10-87), or latest revision. All exposed aboveground fittings shall be flanged joint. 01025-31 F:1Public Works\ENGINEERING DIVISION PROJECTS11135-8 County Park Intergeneratiional Rec FacilitylAdmim'ADDENDUMS1Technical Specs (SITE) - Addendum No. 311-5-2014.doc Technical Specifications ADDENDUM NO. 3 11/5/2014 3. Bell and Spigot Connections: Joints in bell and spigot pipe shall be push -on, mechanical, or restrained joints in accordance with AWWA Standard C-111 (ANSI 21.11-85), or latest revision. Mechanical joint pipe set -screw type retainer glands will not be permitted. 4. Flanged Connections: Flanged pipe with screwed -on flanges shall be furnished with long hubs, and the flanges shall be screwed on the threaded end of the pipe in the shop, and the face of the flange and end of pipe refaced together. There shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside. The back of the hub shall be caulked where the hub threads joint with the pipe. 5. Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box adjustments where needed. E. Disinfecting Potable Water Pipelines Before being placed in service, all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting Water Mains", except that the use of tablets is strictly prohibited. The procedure shall be approved by the Engineer. The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection, Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required. ITEM OF PAYMENT Payment for the work specified in this item shall be made under: Bid Item No Bid Item No Bid Item No. Bid Item No. Bid Item No. indicated) - Bid Item No. Bid Item No. Watermain . 83 - Sanitary Sewer Manhole (4' - 6' Depth) - Per Each . 84 - Sanitary Sewer Manhole (6' - 8' Depth) - Per Each 85 - 8" PVC Sanitary Sewer - Per Linear Foot 86 - 3" Potable Service - Per Each 87 - 8" Potable Water Main with Valves and Appurtences (as Per Linear Foot 88 - Siamese Fire Truck Connection - Per Each 89 - Relocate Existing Fire Hydrant (Includes 40 LF - 6" PVC - Per Each Bid Item No. 90 - Furnish and Install Fire Hydrant Assembly (Complete with 6" Gate Valve and Pipe) - Per Assembly 01025-32 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-5 County Park Intergeneratiional Rec Facilitv\Admim1ADDENDUMS\Technical Specs (SITE) -Addendum No. 311-5-2014 doc ADDENDUM NO. 3 11/5/2014 SECTION 00028 - FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Flushing, Pressure Testing, and Disinfection of all piping systems. B. Contractor shall furnish all necessary pumps, hoses, piping, fittings, meters, gauges, chemicals and labor to conduct specified testing. C. Testing shall be repeated at the Contractor's expense until satisfactory results are achieved. D. Refer the specific chemical system specification section for additional flushing and testing procedures. 1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A. Section 1000 — Water and Sewer Utilities 1.03 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains. 1.04 SUBMITTALS A. Test Reports: Indicate results comparative to specified requirements. Submit two (2) copies of test results to Engineer in accordance with Submittal specifications. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable Florida DEP requirements for performing the work of this Section. B. Work shall conform to Indian River County Standards. PART 2- PRODUCTS 2.01 DISINFECTION CHEMICALS A. Chemicals: The disinfecting agent shall be sodium hypochlorite solution ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301. Dry hypochlorite, similar to "HTH" or equal may also be used as the disinfecting agent. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that piping systems have been cleaned, inspected, and tested. B. Coordinate scheduling of flushing, pressure testing, and disinfection activities with tie-ins, certifications, and sequence of construction. 3.02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for conducting pressure and leakage tests 01025-33 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilitylAdmim\ADDENDUMS\Technical Specs (SITE1- Addendum No 311-5-2014_dec ADDENDUM NO. 3 11/5/2014 and flushing of the piping. Flushing and pressure testing shall be conducted in the following order. B. After all piping lines have been installed and before pressure testing, each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible. Contractor to provide means of discharging and disposing of water at Contractor's expense. C. Pressure testing ductile iron piping systems: 1. The test pressure for the water piping, irrigation quality water piping, and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours. Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used. Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600. 2. All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes, valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense. Tests shall be repeated until leakage has been reduced below the allowable amount. 3. In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason, modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements. 3.03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for the disinfection of all required piping systems. Disinfection shall be conducted on the following systems: 1. Water main piping and valves. B. Conform to AWWA Standards and as modified herein. C. Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D. After the disinfecting agents have been permitted to remain for the specified contact periods, the water lines, and valves shall be thoroughly flushed with 01025-34 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facillty1Admim\ADDENDUMS\Technical Specs (SITEI -Addendum No. 311-5-2014.don ADDENDUM NO. 3 11/5/2014 water until the residual chlorine tests are Tess than 2 PPM in each instance. The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3.04 BACTERIOLOGICAL SAMPLING A. It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping. The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems. The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B. The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations. C. Sampling must be coordinated with Engineer and other construction activities so as to minimize re -sampling. D. Contractor shall submit schedule for bacteriological testing and pressure tests. E. The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems. 3.11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements. SECTION 00029 — INTERGENERATIONAL BUILDING The work specified in this item shall conform to the plans, specifications and contract documents. This bid item includes all items shown on the plans to support the building. This includes the chiller with enclosure, entry plaza (complete with canopies and textured concrete), courtyard textured concrete, and all other items not specifically shown as a specific bid item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 100 — Construct Intergenerational Building including slab, building, doors, windows and all other items as indicated on the plan specifications and in the contract documents (complete and ready for use) — Per Lump Sum + + END OF SECTION + + 01025-35 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facilit\Wdmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 3 11-5-2014.doc Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 ADDENDUM NO. 4 Date: November 12, 2014 Project Name: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT No. 1135 Bid Opening Date: The Bid Opening date is Wednesday, November 19, 2014 at 2:OOp.m. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. NO FURTHER QUESTIONS WILL BE ANSWERED. All Bids 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 20 P\Public Works`ENGINEERING DIVISION PROJECTS \I 135-S County Perk Intergeneratiional Rec Facility \Admim\ADDENDUMStAddendum Na. 4 I I-I2-2014.doc CLARIFICATIONS: In the Project Pre -Bid Minute Meetings (Addendum No. 1), a Question was asked "Provide requirements for scoreboard." Answer "(2) scoreboards will be included in the bid. The specifications for the scoreboards will be issued in a pending addendum." The specifications for the 2 scoreboards are attached hereto in Section 116625 Gymnasium Scoreboard. In Addendum No. 2, Question No. 2 read "There does not appear to be a specification for the 3 flag poles. Will one be made available? Answer No. 2 stated "No flag poles are to be included on the project. Their removal will be noted and incorporated within the pending drawing addendum." Please see RC -L1 -01- 02 -LANDSCAPE PLAN.pdf QUESTIONS AND ANSWERS: QUESTION NO. 1 Please provide Fixture specifications for Type X fixture (Exit Lights). None shown on sheet E1.00.00. ANSWER NO. 1 Gymnasium area: Provide LED thin profile, brushed aluminum, green letters, self-contained battery with self- test/self-diagnostics, wire guard; EXITRONIX #G402/403 -WB -BA -G2 -WG**; in the remaining areas, provide LED edge -lit exit light, recessed, with battery, green letters/mirror panel, white finish, self-test/self-diagnostics, EXITRONIX 902/903-R-WB-GM-**-WH-G2; 277V for both types; contractor is to provide counts for double face, single face, wall/ceiling/universal mount, directional arrows, appropriate wire guard selection, per the lighting plans. QUESTION NO. 2 Is there a contractor doing the fountain? Is the scope for electrical contractor to provide power to vault only? Who is providing Fountain lights? ANSWER NO. 2 Similar question was asked in IRC Bidding Questions Addendum #3, Question No. 13 in reference to the fountain vault. Please refer to responses that addendum. In addition, the scope of Division 26 is to provide disconnecting means and single point power connection to fountain equipment control panel only. Fountain lights, fountain pump, control wiring, control panel would be by the fountain equipment vendor/installer. QUESTION NO. 3 Please provide cut sheets for types P1 and P1E not on fixture schedule. Also, I found no counts for types and J1 Fixtures. Have those fixtures been eliminated? Page 2 of 20 F:\Public Works\ENGINEERING DIVISION PROIECTS11135-S County Park Inlergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 4 I I-12-2014.doc ANSWER NO. 3 P1 and P1E are types P and PE respectively. There don't appear to be any J1's, just J1E. QUESTION NO. 4 Who is responsible for the water use permit application and its fees? ANSWER NO. 4 Contractor is responsible for permit application and fees. QUESTION NO. 5 What is the fitting or socket type to be used for the mainline ? ANSWER NO. 5 Solvent weld fittings are acceptable. QUESTION NO. 6 What is the voltage will be provided for the pumpstation? States 3 phase power only. ANSWER NO. 6 Power source can be reduced to meet pump requirements. Contractor shall state requirements prior to work so appropriate power can be provided to pump location. QUESTION NO. 7 Please confirm pump as 7.5 hp. The well symbol indicates a 5hp in the equipment list and differs from the well specifications. ANSWER NO. 7 The pump shall be 7.5 hp. QUESTION NO. 8 What is the TDH ( PSI ) @ 80 gpm is to be specified on the pump? Page 3 of 20 F:1Public WorkaIENGINEERING DIVISION PROJECTSII 135-S County Park Iniergeneratiional Rec Facility\AdmimUDDENDUMSWddendum No. 4 I I-12-2014.doc ANSWER NO. 8 TDH is to be 55 psi. QUESTION NO. 9 Is the pump to be pressure demand or pumpstart ? ANSWER NO. 9 The pump shall be a pumpstart system. QUESTION NO. 10 Is a pressure control valve required? ANSWER NO. 10 A pressure control valve shall be required. QUESTION NO. 11 Is Variable Frequency Drive an option for the pumpstation ? ANSWER NO. 11 A Variable Frequency Drive is the preferred option for the pumpstation.. QUESTION NO. 12 Where are the limits of work boundaries to end at for phase 2 (NIC) ? As noted between valves 6 thru 11 and the basketball courts on the plan. ANSWER NO. 12 Irrigation located within phase 2 area shall be installed as part of phase 1 to maintain grass in that area until phase 2 is constructed. QUESTION NO. 13 Is every sleeve on the plan to have a spare sleeve equal to the diameter called out on plan? • Page 4 of 20 F:\Public Works1ENGINEERING DIVISION PROJECTS\1115-S County Park Intergeneratiional Rec Facility \Admim1ADDENDI MS\Addendum No. 4 11-12-2014,doc ANSWER NO. 13 The only sleeves that are to have a second sleeve is along mainline. The second sleeve is for wire runs. QUESTION NO. 14 Please confirm who is providing Builder's Risk Insurance, GC or Owner? ANSWER NO. 14 The General Contractor will provide Builder's Risk Insurance. QUESTION NO. 15 The utility and drainage do not match up (missing pay items) with bid sheet. Will there be a revised bid sheet? ANSWER NO. 15 A revised Itemized Bid Schedule and Technical Specifications (Site) were included with Addendum No. 3 for missing items. QUESTION NO. 16 Please clarify: Section 82126: Specified materials cannot be provided for Smoke, fire, and non -rated assemblies. No contact information is provided for basis of design. ANSWER NO. 16 Previously answered in Bid Addendum #2 question No. 6; Assuming that the bidder question was for Specification '081216 Interior Aluminum Doors and Frames' - The listed basis of design as noted in section 2.1.1 is: Frameworks Manufacturing. Their contact information is readily available on-line. QUESTION NO. 17 Please clarify: Section 8513: This section is labeled as storefront and window. There are no specifications for the aluminum storefront doors. The details are drawn as curtain wall not storefront ANSWER NO. 17 Previously answered in Bid Addendum #2 question No. 7; The aluminum storefront doors are specified in section '081216 Interior Aluminum Doors and Frames'. Whether the selected contractor utilizes 'stick -built' (Curtain wall), or 'pre -assembled' (Storefront), is left to Page 5 of 20 F1Public Worke\ENGINEERING DIVISION PROJECTS\I I35 -S County Park Intergeneradional Rec Facility\AdmimUDDENDUMS\Addendum No. 4 I1-12-2O14.doc the contractor. The 'design intent' is what is shown in the details, the 'means and methods' is left to the contractor. QUESTION NO. 18 Please clarify: Section 8800: This section is specified as 1". Curtain wall standard is 1 5/16" insulated, laminated product. ANSWER NO. 18 Previously answered in Bid Addendum #2 question No. 8A; Utilize the manufacturer standard 15/16" insulated, laminated product. QUESTION NO. 19 Please clarify that the interior aluminum storefront is Bronze anodized and the exterior is clear anodized. ANSWER NO. 19 Previously answered in Bid Addendum #2 question No. 8B; The design intent was to highlight the separation between interior and exterior environments at their thresholds. As such, interior storefronts are to be Bronze anodized and the exterior is to be Clear anodized. QUESTION NO. 20 Where are we to insert the costs for the 6" DDCV assembly? ANSWER NO. 20 6" Double Detector Check Valve Assembly is added to the attached revised Itemized Bid Schedule. Also added to attached Technical Specifications (SITE). QUESTION NO. 21 Please provide a detail for the 3" meter and RPZ assembly. Plans only provided a detail for a RPZ assembly. Where are these cost to be inserted? ANSWER NO. 21 Indian River County Department of Utility Services standard detail "W-12" is attached. There is a Bid Line Item for 3" Potable Service. The 3" meter and RPZ Assembly should be included in that bid item. Page 6 of 20 F:\Public Works\ENGINEERING DIVISION PROJECTS\I13S-S County Perk Inlergeneraliional Rec Facility \ Adtrim ADDENDUMS1Addendum No. 4 11-12-2014 doc QUESTION NO. 22 In response to Addendum No. 3, Question #5 (There is a bid item for 4" HDPE (N-12) 180 LF, the plans do not show where this is to be installed. Please clarify as to where this is to be installed.) and Answer #5 (Bid item for 4" HDPE (N-12) 180 LF has been changed to 380 LF. This will be for tying into the existing underdrains between the Lacrosse fields. Also, two (2) additional Type C Inlets have been added, 260 LF of 15" CAP, 260 LF of 18" CAP, and 75 IF of 24" CAP to the existing swale on the west end of the Lacrosse field and drain to proposed Wet Detention Pond. There are no existing construction plans for this additional work.), please clarify the following: 1. Please provide Rim and Invert Elevations for the additional Type C inlets. 2. Answer stated two (2) additional C inlets were added but the bid schedule was only increased by one (1). 3. Please provide a detail for the new 4" Underdrain and existing as to what is required for connections and installation (rock, filter fabric, etc.). Is the 4" PE to be perforated? ANSWER NO. 22 1. Rim & Invert elevations for the inlets along the south side of the existing Athletic Fields (DS -24, DS -25 & DS - 26) are called out in the Storm Structure Table on Sheet C06. 2. Quantity has been corrected to show 13 Type C Inlets. Please see attached revised Itemized Bid Schedule. 3. 4" Underdrain shall be connected to solid 4" HDPE pipe and taken to inlets. There is no detail provided. QUESTION NO. 23 Plan quantities do not match revised bid schedule (Addendum #3) quantities - 8" HDPE, Plan show= 40', bid schedule=16'. Clarify. ANSWER NO. 23 8" HDPE quantity has been increased to 50 LF. Please see attached revised Itemized Bid Schedule. QUESTION NO. 24 Plan quantities do not match revised bid schedule (Addendum #3) quantities - 18" HDPE, Plan show=262', bid schedule=162'. Clarify. ANSWER NO. 24 18" HDPE quantity has been increased to 262 LF. Please see attached revised Itemized Bid Schedule. QUESTION NO. 25 Plan quantities do not match revised bid schedule (Addendum #3) quantities - P-7 Manholes, Plan show=6 ea.,bid schedule=7 ea. Clarify ANSWER NO. 25 Bid Line Item for P-7 Manholes remains at 7 each. Page 7 of 20 F:Public Works\ENGINEERING DIVISION PROJECTS1I I35 -S County Park Intergeneratiional Rec FacilityVtdmimWDDENDUMS\Addendum No. 4 I 1-12.2014.doc QUESTION NO. 26 Plan quantities do not match revised bid schedule (Addendum #3) quantities - Plans call for Cleanouts on the HDPE drainage, where do we invert these costs? Clarify. ANSWER NO. 26 Roof drains and cleanouts are included in the Bid Price for "Construction Intergenerational Building Including Slab, Building, Doors, Windows and all Items as Indicated on the Plan Specifications and in the Contract Documents (Complete and Ready for Use)." QUESTION NO. 27 Storefront System — It appears from details that the intent is curtain wall, with a 3 coat painted face cap on exterior of building, and clear anodized for all interior? ANSWER NO. 27 Interior curtain wall system is to be Bronze Anodized. Exterior curtain wall system is to be Clear Anodized. QUESTION NO. 28 Please confirm that MC cable is allowed for in wall use. ANSWER NO. 28 Refer to Specification Section 260519, Paragraphs 3.2.E & G. MC cable is only to be used for branch receptacle and lighting circuits (i.e., not for mechanical equipment connections, etc.). QUESTION NO. 29 E1.00.02 One line diagram shows Company Switch CS -2. No location on corresponding sheet E1.03.01 shows where this panel is located. Please give location. ANSWER NO. 29 Company Switch is shown on site plan E1.00.01 on outside of dumpster enclosure. QUESTION NO. 30 Are there any specifications for the voice, data and CATV cabling? Page 8 of 20 F:\Public Worka\ENGINEERING DIVISION PROJECTS \I 135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS'Addendum No. 4 I 1-12-20I4.doc ANSWER NO. 30 No; Division 26 is providing the infrastructure only. QUESTION NO. 31 Does the voice and data cabling need to be cat5e or cat6 cable? ANSWER NO. 31 Division 26 is providing the infrastructure only. QUESTION NO. 32 Does the voice and data cabling need to be plenum or non -plenum? ANSWER NO. 32 Division 26 is providing the infrastructure only. QUESTION NO. 33 On Legend drawing E1.00.00 there is a TV symbol but only one TV symbol is shown on the drawings in the activity room 135.. Does this project require any additional coax TV cabling? ANSWER NO. 33 Division 26 is providing the infrastructure only. Provide 2 -gang box with 1-1/2"C. stubbed above ceiling, with nylon pullstring & smooth bushing, blank coverplate. QUESTION NO. 34 Who is responsible for installing the plywood backboards in the data room 102? ANSWER NO. 34 Division 26. QUESTION NO. 35 On drawing E1.03.03 there are no wireless access point locations or TVs in area 3. Does the multipurpose area need any wireless access point cabling or TV cabling. Page 9 of 20 F\Public Works\ENGINEERING DIVISION PROJECTSII U5-5 County Park Intergenerntiional Rec FacilitylAdmimWDDENDUMS\Addendum No. 4 11-12-2014.doc ANSWER NO. 35 Division 26 is providing the infrastructure only. Wireless access point locations were indicated for reference only. TV locations were not directed for Area 3. QUESTION NO. 36 On drawing E1.03.03 there is a data rack shown in storage room 145 but there is no riser drawing showing a backbone fiber optic cable or backbone copper cable to this data rack. Does the data rack in the gym require any backbone cabling or will the service provider complete this work? ANSWER NO. 36 Division 26 is providing the infrastructure only. QUESTION NO. 37 On drawing E1.03.01 the enlarged plan for data room 102 shows data racks by owner. Will the owner also be supplying the vertical cable managers, ladder rack and other hardware necessary to build -out this room? ANSWER NO. 37 Division 26 is providing the infrastructure only. Whatever is not indicated "by Owner" is to be furnished and installed by Division 26. QUESTION NO. 38 Page A1.02.31 remarks refer to epoxy paint at locations indicated on plan, but there is no designation for where. ANSWER NO. 38 The "R2" remarks applicable to all painted wall surfaces in rooms as noted. Epoxy base paint is required for exterior exposed steel. Epoxy based paint is not required when the exterior exposed steel is galvanized. QUESTION NO. 39 Will tilt wall finish be smooth or textured? ANSWER NO. 39 Smooth. Page 10 of 20 F:\Public Works\ENGINEERING DIVISION PROJECTSU 135-S County Park Intergeneratiional Rec Facility \AdmimIADDENDUMS\Addendum No. 4 11.12-2014.doc QUESTION NO. 40 Can we propose using the Sherwin Williams Modac Acrylic Masonry Coating on exterior tilt wall? ANSWER NO. 40 No. Substitutions will not be entertained until after the bid has been selected. QUESTION NO. 41 Need clarity - are all markings to be thermoplastic per the bid tab, including the parking stalls and handicap stalls? ANSWER NO. 41 Refer to Striping Notes on sheet C11. Striping in IRC right of way and all stop bars are to be thermoplastic. Parking stalls and other onsite striping shall be retro -reflective traffic paint, reference FDOT Standard Spec 710. QUESTION NO. 42 They are showing drains in the steel columns. Are they also steel? ANSWER NO. 42 It is assumed that the canopy systems are proprietary based and will differ to the manufactures suggested practice. QUESTION NO. 43 Are the drain beams steel? We are assuming they are but it is not stated on the drawings. ANSWER NO. 43 It is assumed that the canopy systems are proprietary based and will differ to the manufactures suggested practice. QUESTION NO. 44 The drawings on A1.06.10 show steel columns but they also show aluminum columns. We are assuming the steel columns are needed for the support of the cantilevered roof, but are the aluminum columns for the walkway covers? ANSWER NO. 44 It is assumed that the canopy systems are proprietary based and will differ to the manufactures suggested practice. Page 11 of 20 F:\Public Works\ENGINEERJNG DIVISION PROJECTS1I135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Addendum No. 4 11-12-2014 doc QUESTION NO. 45 The drawings are showing a canopy roof opening at the end of a walkway. We do not know what that is as we cannot find a drawing for it. Can you please explain? ANSWER NO. 45 It is a framed architectural opening within the canopy system. QUESTION NO. 46 What are the colors of the steel and aluminum columns and canopy? ANSWER NO. 46 Architect will select from manufacture's full range. QUESTION NO. 47 What type of insulation is going in type E & F Walls? it is not specified. ANSWER NO. 47 Extruded Polystyrene Board Insulation QUESTION NO. 48 M1.02.03 there are return grilles marked "C" for air distribution but no "C" on the schedule. Please advise about sizes and models as well. ANSWER NO. 48 Both type "C" and type "D" grilles were omitted from the schedule. There specification shall be the following: "C" — Manufacturer — Price, Model 620, Color White, Material Aluminum, Double Deflection, %" Blade Spacing, Front Blades horizontal. Neck size shall match duct size. "D" — Manufacturer — Price, Model 610Z, Color White, Material Aluminum, %" Blade Spacing, Front Blades horizontal. Neck size shall match duct size. Page 12 of 20 F:\Public Worke'ENGINEERING DIVISION PROJECTSU 13S -S County Park Intergeneradionel Rec FecilitgtRdmim\ DDENDUMStAdderrdum No. 4 1 I-12-2014.doc QUESTION NO. 49 Please confirm the Owner is providing the Threshold Inspection Services. ANSWER NO. 49 The General Contractor is responsible for providing the Threshold Inspection Services. QUESTION NO. 50 The Spec's call out for an Accordion Door and the plans show a Folding Partition with Pocket Doors. Please clarify. ANSWER NO. 50 The specifications call for both. 083513 Accordion Folding Fire Doors and 0835 Folding Doors. The fire doors are noted as fire rated. QUESTION NO. 51 Please define if the linear lights are lay -in, surface, or pendant fixtures. If they are lay -in lights it is likely they will work with the Silhouette grid system. Please advise. ANSWER NO. 51 These are lay -in. QUESTION NO. 52 Typically, there is a Steel I -Beam to support the door's weight. Plans do not show any steel above doors. Please advise. ANSWER NO. 52 For NanaWall support, see detail 7/S1.07.03 showing new W8x18 support beam. For operable partition support, see detail 3/S1.07.03 showing angle frame and steel channel support. QUESTION NO. 53 What type of Finish Material should we figure to cover the door with? Standard is Vinyl/Rib Tex. Please advise. ANSWER NO. 53 Utilize Nanawall as basis of design; powder coat aluminum, with opaque glass. Page 13 of 20 F:\Public Wodca\ENGINEERING DIVISION PROJECTS\I13S-S County Park Intergeneratiional Roc Facility Wdmim\ADDENDUM \Addendum No. 4 11-12-2014.doc QUESTION NO. 54 The project specs have section for acoustical ceilings and another for metal pan ceilings yet plans only denote 2 x 2 ACT. Please clarify. ANSWER NO. 54 Metal Pan Ceiling system was removed from the project. QUESTION NO. 55 Are the wall panels to be fabric covered or just painted? ANSWER NO. 55 Utilize Nanawall as basis of design; powder coat aluminum, with opaque glass. QUESTION NO. 56 What is the countertop material for Bathrooms # 103, # 104, # 138 and # 139. ANSWER NO. 56 Countertop material is noted in A1.02.02 Finish Material List; Room #: 103, 104, 106, 107 (QS -1) Room#: 138,139 (SS -1) QUESTION NO. 57 Are the catering food service cabinets in room # 110 wood or stainless? ANSWER NO. 57 Stainless steel. QUESTION NO. 58 In Activity Room # 131, the countertops call for SPS. What is SPS? ANSWER NO. 58 Solid Polymer Surface. Page 14 of 20 F \Public Worka\ENGINEERING DIVISION PROJECTS \I13S-S County Park Intergeneratiional Rec Facility \Admirn\ ADDENDUMS\Addendum No. 4 11.12-20I4.doc QUESTION NO. 59 There are some specifications that make reference to LEED requirements. Please confirm this is not a LEED project and no LEED provisions are required on this project. ANSWER NO. 59 This is not a LEED project and there will be no LEED requirements. QUESTION NO. 60 Sheets A1.04.01 through A1.04.14 indicate "flat metal panels". In the pre-bid meeting it was discussed that these are specified as part of the roofing specification (07 41 13 Standing Seam Roof Panels). There is no mention of the flat metal panels in the roofing specifications, please provide details for the flat metal panels. ANSWER NO. 60 See attached specification 074213 Metal Wall Panels. QUESTION NO. 61 Please provide specification for wood doors indicated in door schedule on sheet A1.08.01. ANSWER NO. 61 See attached specification 081416 Wood Doors. QUESTION NO. 62 Please provide specifications for the LED display at the monument sign. The cost can vary depending on the number of colors, resolution, etc. Will it communicate via CAT5 cable? ANSWER NO. 62 The Entry Ground Sign Elevation notes 'Full Color LED Display Area', not a LED display unit. QUESTION NO. 63 Answer to question at pre-bid issued In Addendum #1 indicated that specification 107343 "is actually the canopied walkways in the pedestrian drop off area". After further review, specification 107343 indicates "modular aluminum shelters" by "Handl-hut, Parkut" and other prefabricated bus stop enclosures. Please confirm this specification is not applicable and provide the specification for the canopied walkways in the pedestrian drop off area. Page 15 of 20 F:\Public Works\ENGINEERJNG DIVISION PROJECTS \1135-S County Park Intergenenttional Rec Facility \Admim ADDENDUMS\Addendum No. 4 11-12-2014.doc ANSWER NO. 63 This specification is applicable to the design intent. Included are (12) differing manufactures capable of fabricating systems that meet or exceed the design intent for this project. The General Contractor is free to choose between them and is expected to do so, to meet the intent and to provide competitive bids. QUESTION NO. 64 Specification 102113 (Plastic Toilet Compartments), line 2.2E, calls for Solid HDPE panels, while the finish schedule on A1.02.20, TP -1, calls for composite phenolic panels. Please advise which material to include. ANSWER NO. 64 Phenolic Panels. QUESTION NO. 65 Specification 08 3513 (Folding Doors) indicates finish (2.1-D Panel Facing) to be selected from manufacturers full range. Can you be more specific to finish, such as fabric, wood, metal, glass, etc. ANSWER NO. 65 Utilize Nanawall as basis of design; powder coat aluminum, with opaque glass. QUESTION NO. 66 Addendum #1 indicated scoreboard specification was indicated to be issued in pending addendum, please advise an allowance to carry if specification is not issued prior to bid date. ANSWER NO. 66 See attached specification 116625 Gymnasium Scoreboard. QUESTION NO. 67 Item #82 (Fountain Assembly) on Itemized Bid Schedule only indicates the light manufacturer (Hydrel) and quantity of lights (there is no Type 6, note may be a typo to match sheet E1.00.01 which indicates typical of 6) but no information for the fountains. Please provide additional information on the fountains. ANSWER NO. 67 Please see attached Section 131200 Water Features. Page 16 of 20 F:\Public Workst.ENGINEERING DIVISION PROJECTSU l3S-S County Park Intergeneratiional Rec Facility !Admim\ADDENDUMS\Addendum No. 4 I 1-12-2014.doc QUESTION NO. 68 Sheet FP1.02.01 indicates fire sprinklers above and below suspended ceilings. Details 2, 4 and 5/ A1.05.01 indicates fire proofing at metal joists. Please confirm fire sprinklers are not required above the suspended ceilings ANSWER NO. 68 NFPA 13 requires protection above and below open ceiling systems. Contractor shall provide sprinkler protection as indicated on plans for a fully sprinklered facility. QUESTION NO. 69 Previous RFI response (Addendum 3 question 6 and 9) indicated sheet E1.03 has the detail 3for SLC Pole Base. There is no sheet E1.03, detail 3 on sheet E1.03.01 is not for the SLC Pole Base. Please provide this detail. ANSWER NO. 69 Sheets E.01, E1.02, E1.03, E1.04 were issued previously as part of the civil/photometrics package dated 6/13/14. This can be provided by architect to contractors. QUESTION NO. 70 Previous RFI response (Addendum 3 question 14) indicated General Contractor to determine fan type and size. Please provide performance criteria for the fans (gym and corridor) if the General Contractor is to select the fans. ANSWER NO. 70 Fans are specified under specifications: 233401 HVLS HVAC Fans (84") 233402 HVLS HVAC Fans (10'-0") 233403 HVLS HVAC Fans (14'-0") QUESTION NO. 71 Please provide information for electrical box that is to be relocated per sheets C05 and C05 or confirm it will be relocated by the applicable utility. ANSWER NO. 71 The architect does not have specific information regarding the existing electrical box located on the site, but it will need to be addressed between the utility and general contractor to be resolved to meet the design intent of the project. An electrical box remaining within a planned parking stall is not acceptable to the client. Page 17 of 20 F:\Public Worts\ENGINEERING DIVISION PROJECTSU 135-5 Courcy Part Imergeneratuonal. Rao Facility \AdmimWDDENDUMS\Addendum No. 4 11-12-2014.doc QUESTION NO. 72 Specification 32 1816 (Protective Playground Surfacing Synthetic Grass). Plans do not indicate location for this item. Please confirm not applicable. ANSWER NO. 72 The Synthetic Grass is to be utilized in the 'Landscape Area' of the landscaping associated with 'rectangular garden benches' labeled SOD -1 on L1.01.06. QUESTION NO. 73 Fence locations are not clear on the plans due to overlap of fence and property lines on the civil plans. Please confirm fencing is only required along south property line at development limits and approximately 100 linear feet along the south end of the east property line. ANSWER NO. 73 Correct, the chain link fence is required along the south property line (along Oslo Road) from the development limits west of the proposed driveway to the east boundary line (approx 635 If, including gates at the driveway and sidewalk connections), and north along the east boundary line to the existing fence on the IRC South WTP site (approx 100 If). QUESTION NO. 74 There is no pay item for the sanitary sewer laterals. ANSWER NO. 74 This was addressed in Addendum No. 3 — Answer No. 2. Page 18 of 20 F1Public Works\ENGINEERJNG DIVISION PROJECTS \1135-S County Perk hdergeneratiional Rec Facility\Admim\ADDENDUMS\Addendum No. 4 I I-12-2014.doc ADDENDUM NO. 4 ATTACHMENTS: Itemized Bid Schedule Pages 00310-3 through 00310-8 Technical Specifications (SITE) Pages 001025-1 through 001025-35 IRC -L1 -01 -02 -LANDSCAPE PLAN.pdf IRCDUS Standard Detail W-12.pdf Civil bid Add04.pdf A1-06-07 - IRC WALL SECTIONS.pdf A1-06-06 - IRC WALL SECTIONS.pdf A1-06-04 - IRC WALL SECTIONS.pdf A1-06-02 - MAC GYM WALL SECTIONS.pdf A1-06-01 - MAC GYM WALL SECTIONS.pdf 13 12 00 - WATER FEATURES.pdf 1166 25 - GYMNASIUM SCOREBOARD.pdf 08 7100 — FINISH HARDWARE.pdf 08 14 16 - WOOD DOORS.pdf 07 42 13 - METAL WALL PANELS.pdf M1-04-03 - MECHANICAL DETAILS.pdf P1-02-01 - PLUMBING FLOOR PLAN - AREA 1 E1-00-06 - ELECTRICAL SITE PLAN - PHOTOMETRIC DETAILS.pdf E1-00-05 - ELECTRICAL SITE PLAN - PHOTOMETRIC DETAILS.pdf E1-00-04 - ELECTRICAL SITE PLAN - PHOTOMETRICS, NORTH AREA.pdf E1-00-03 - ELECTRICAL SITE PLAN - PHOTOMETRICS, SOUTH AREA.pdf Page 19 of 20 F:IPublic Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Iritergeneratiional Roc Facility\Admim\ADDENDUMS\Addendum No. 4 11.12-2014.doc ADDENDUM NO. 4 PROJECT: Intergenerational Recreation Facility at South County Regional Park BID NO. 2014052 PROJECT NO. 1135 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 4 is submitted b and ��/- ristopherafer, ., P. 7ounty Engineer Jennifer Hyde, Purchasing Manager Company Name Name: Title: (Type / Printed) Authorized Signature: Date: Telephone: Fax: Page 20 of 20 F:\Public Wottre\ENGJNEERING DIVISION PROJECTS\I 13S -S County Park Intergeneratiional Rao Facility \Admim\ADDENDUMS Addendum No. 4 1 I-12-2014.doc SECTION 00550 - Notice to Proceed TO: Dated (BIDDER) ADDRESS: Contract For: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK (Insert name of Contract as it appears in the Contract Documents) IRC Project No: 1135 IRC Bid No. 2014052 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 contract has allocated 330 days for Substantial Completion of this project and 360 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 00550 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility.Admim\bid documents\Master Contract Documents\00550 - Notice to Proceed REV 1-4-11.doc Rev. 05/01 3120140076033 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 2813 PG: 104,12/30/2014 9:43 AM Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.13 FLORIDA STATUTES. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: (If contracting entity is different front the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: CH applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: (If applicable) 106184148 Kest Construction Company, LLC 701 Northpoint Parkway, Ste 400 West Palm Beach FL 33407 561-689-2910 Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 860-277-0111 Indian River County Board of County Commissioners 1800 27th Street Vero Beach, FL 32960 772-567-8000 $10,676,278.03 Project No. 1135 Intergenerational Recreation Facility at South County Regional Park 800 20th Ave. SW Vero Beach, FL 32962 ito rrPACE All ether bond pago(s) snowmen subsequent to lids page regardless of any page ouotber(0 that may be printed thereon. 00610-2 00610 - Public Construction Bond F:1Public WorkslENGINEERING DIVISION PROJECTS11135-S County Park lntergeneratiional Rec Faclity\Admlmlbid documentslMaster Contract Documents\00610 - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 2813 PG: 105 PUBLIC CONSTRUCTION BOND Bond No. 106184148 (enter bond number) Travelers Casualty BY THIS BOND, We Nast Construction Company, LLC , as Principal and and Surety Company of America Indian nde River c.ounty �►p y , a corporation, as Surety, are bound to Board f ( v CcaarciAsioners , herein called Owner, in the sum of $ 10,676,278.03 , 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+ ✓`I, 2.01i- , between Principal and Owner for construction of =ntergenerational xecrsation r•acii .ty of Cetm ., z i...ai vrle the contract being Send+ made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. ..:- ,, Any action instituted by a claimant under this bond for payment must be in accordance . ; with the notice and time limitation provisions in Section 255.05(2), Florida Statutes.,."'"'o� { L o;,,,. Any changes in or under the contract documents and compliance or noncoms�e • with any formalities connected with the contract or the changes does not affect S` r +rs,`r _. obligation under this bond. _ DATED ON i : t^": ',2 �`r %'''�'1� xaat Co. . rt- .ctioCaai y ,' n' 00610-3 By e of Prim; al r�t�silli+'` (As Attorney in Fact) sr t° 'aose a 4 Travlers Casualty and :$ttlzecy- 1Y_ c737 M (Name of Surety) ofa,Jjmerick h 00610 - Public Construction bond F:\Public WorksIENGINEERING DIVISION PROJECTS\1135-S County Park IntarganeratTIonal Roc FacilityVldmim\bid documents\Master Contract Documents\00610 - Public Construction Sond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 2813 PG: 106 TRAVELERSJJ 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 Attorney -In Fact No. 227285 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. 005675837 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 Brett Rosenhaus of the City of Lake Worth , 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 alt bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of October 2013 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 23rd St. Paul Mercury Insurance Company • Travelers Casualty and Surety Company • • Travelers Casualty and Surety Cdrnpany of•Amgrica United States Fidelity and Ou5ranty`Cpmpan . • • State of Connecticut City of Hartford ss. Robert L. Raney, enior Vice President On this the 23rd day of October 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. 5B440.8-12 Printed in U.S.A. \�'�{('\.0.11;4A C .Marie C. Tetreault, Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 2813 PG: 107 WARNING: THIS POWER OF ATTORNEY 1S INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 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 Firty 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 id: full forceand effect and has not been revoked. L_ {� IN TESTIMONY WHEREOF, I have hereunto set my hand and a the seals of said:Lgmpanies this day of te/ fa Kevin E. Hughes,Assistant Secretary ,20 _. 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. STATE OF FLORIDA IN'G!AN RIVER COUNTY IS TG CERTIFY THAT THIS ISA TRUE API) C ILECT C^; Y OF THE ORIGINAL ON ELF IN TVi.Oi OFFICE.:IS O?i! ,t,i,SAY HAVE REDACTED INFGliir',ATi II i,S STATED it+r1`j':i)ASTATUE 119.07. BY fi,TE WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER .R. S tLTH, CL DEPU ' Y CL 1l KASTCON-01 MASSEYC ACRO" 4.........„-- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/16/2014 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 Insurance Office of America, Inc. 1725 East Mahan Drive Tallahassee, FL 32308 CONTACT Chris Massey PHONE 850 877-8379 FAX (A/c, No, Ext): ) (A/C, No): (850) 877-8674 EMAIL M is.asse ADDRESS: Chris.Massey@ioausa.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: First Mercury Insurance Company 10657 INSURED Kast Construction Company LLC / Kast Construction 111 LLC 701 Northpoint Parkway, Suite 400 ATTN: Roger Whitman West Palm Beach, FL 33407 INSURER B:The Hanover Insurance Company 22292 INSURER c: Bridgefield Employers Insurance Company 10701 INSURER D $ 1,000,000 INSURERE: $ 50,000 INSURER F : COVERAGES CERTIFICATE NUMBER: 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. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X MI -CGL -0000041246-01 04/01/2014 04/01/2015 EACH OCCURRENCE $ 1,000,000 RENTED PREMSESO(Eaoccurrrence) $ 50,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES 72,-, PER: LOC PRODUCTS-COMP/OPAGG $ 2,000,000 PROJECT AGG $ 5,000,000 B AUTOMOBILE X LIABILITY ANY AUTO ALLOWNED AUTOS HIRED AUTOS x X SCHEDULED AUTOS NON -OWNED AUTOS AHJA10538501 04/01/2014 04/01/2015 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESSLIAB X OCCUR CLAIMS -MADE GA -EX -0000041278-01 04/01/2014 04/01/2015 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A 830-52674 10/01/2014 10/01/2015 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Indian River County Bid No. 2014052 GENERAL LIABILITY: Blanket Additional Insured coverage for both ongoing and completed operations, as required by written contract./ Forms: CG2010 (07/04) and CG2037 (07/04) Blanket Waiver of Subrogation, as required by written contract / Form: CG 2404 (05/09) Blanket Primary and Non -Contributory, as required by written contract / Form: FMIC GL 1002 (10/12) SEE ATTACHED ACORD 101 CANCELLATION 18In0n RiverCounty 1800 27th Street 'Vero Beach, FL 32960 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 "()Ir ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD` AGENCY CUSTOMER ID: KASTCON-01 LOC #: 1 MASSEYC ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Insurance Office of America, Inc. NAMED INSURED Kast Construction Company LLC / Kast Construction III LLC 701 Northpoint Parkway, Suite 400 ATTN: Roger Whitman West Palm Beach, FL 33407 POLICY NUMBER SEE PAGE 1 CARRIER SEE PAGE 1 NAIC CODE SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: General Liability does not provide coverage for residential operations: construction of single family home(s) and town home(s). It does provide coverage for commercial work only. WORKERS COMP: Blanket Waiver of Subrogation, as per written contract / Form WC 00 03 13 Cancellation Notification: 30 days except 10 days for non-payment of premium ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2014052 Project No.: 1135 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; 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated By: STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2 of 5 (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 00622 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, ,a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety STATE 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 00622 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 4of5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE **************************************************************************************************** [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 5 of 5 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 00622 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 PROJECT NAME: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK Project No. 1135 Payment Application No. 2014052 O w-. O u_ 0. O U 330 C O V N tD 0 v E ro U O 0 V C O 0) ro CH G cu CG E V 'D 'D 0C E .E U lL 0) C io O m 0) v a`) c CO 0- >1. T G O U N 0) (1 0" w w O 00 a 0 N_ E • a) Z a 2 E w (0 w w Z_ 0 Z 0) W '_ - N 6 L- • N O V) V C 0) • E a >, i u_ BALANCE TO % MATERIALS FINISH TOTAL 0 O: GEA O O O 50.00 II O O O EA O O O EA O O O O O O b9 %9 O O 0 Fig QUANTITY AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO DATE m RETAINAGE AT 10% 0 TOTAL COMPLETED AND STORED LESS RETAINAGE N N LESS PREVIOUS PAYMENT rn AMOUNT DUE CONTRACTOR STORED O 0 O I' rk TOTAL COMPLETED TOTAL ❑ O c O QUANTITY WORK COMPLETE THIS PERIOD TOTAL O c O QUANTITY PREVIOUS SCHEDULED VALUE APPLICATION Amount QUANTITY TOTAL O O O .; O O ' O O Unit Price SUBTOTAL TOTAL Quantity SUBTOTAL LS GRAND TOTAL :.- c e D Description FORCE ACCOUNT NZ• O w-. O u_ 0. O U 330 C O V N tD 0 v E ro U O 0 V C O 0) ro CH G cu CG E V 'D 'D 0C E .E U lL 0) C io O m 0) v a`) c CO 0- >1. T G O U N 0) (1 0" w w O 00 a 0 N_ E • a) Z a 2 E w (0 w w Z_ 0 Z 0) W '_ - N 6 L- • N O V) V C 0) • E a >, i u_ SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County CONTRACTOR. Project No.: 1135 Project Description: Intergenerational Recreation Facility at South County Regional Park OWNER's Bid No. 2014052 CONTRACT FOR: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To. OWNER And To. CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 00630 - Certificate of Substantial Completion REV 04-07 00630 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 00630 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00630 - 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) PROJECT NAME: INTERGENERATIONAL RECREATION FACILTY AT SOUTH COUNTY REGIONAL PARK IRC PROJECT NO: 1135 STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1. CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 00632-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 , 20 Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00632 - Contractor's 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: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK INDIAN RIVER COUNTY PROJECT # 1135 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 00634 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Ndmim\bid documents\Master Contract Documents\00634 - Professional Surveyor and Mappers 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 Delivery 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 6.06 Concerning Subcontractors, Suppliers, and Others 21 00700 - General Conditions REV 5-10-13 00700 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 6.07 Patent Fees and Royalties 21 6.08 Permits 22 6.09 Laws and Regulations 22 6.10 Taxes 22 6.11 Use of Site and Other Areas 22 6.12 Record Documents 23 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 9.08 Determination for Unit Price Work 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 00700 - General Conditions REV 5-10-13 00700 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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 12.05 Delays Beyond OWNER'S and 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 00700 - 4 }:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents \00700 - General Conditions REV 5-10-13.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 Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice 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 Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER'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 5-10-13 00700 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 named as such in the Agreement. 20. ENGINEER's Consultant An individual or entity having a contract with ENGINEER to furnish services as ENGINEER's independent professional who is identified as such in the Supplementary Conditions, 21. Field Order --A written order issued by ENGINEER 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 Division 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, Hazardous 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 encumbrances 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 upon 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 on 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 entered 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 or 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 non -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 nuclear, 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. 00700 - General Conditions REV 5-10-13 00700 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-8 County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 38. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings --All 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 Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 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 or 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 or 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 nonengineering 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 00700 - General Conditions REV 5-10-13 00700 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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- 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 unsatisfactory, faulty, or deficient in that it does not 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 Use or installation and in usable or operable condition, 2. The word "install," when used in connection with services, materials, or in final position said services, materials, or use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish 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 00700 - General Conditions REV 5-10-13 00700 - 8 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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 at the Site is started, CONTRACTOR and OWNER shall ach deliver to thc other, with copies to each additional --insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any CONTRACTOR and OWNER rcspcctivcly arc required to purchase and maintain in accordance with Article 5. 2.06 Preconstruction Conference A. Within 20 days after the Contract Times start to run, but before any Work at the Site is started, a -et et working understanding among thc parties as to thc Work and -to discuss the schedulcs referred to in para graph 2.05.B, procedures for handling Shop Drawings and other submittals, procccsing Applications for Payment, and maintaining required records. 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 as to 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 00700 - General Conditions REV 5-10-13 00700 - 9 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. 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 or 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 Bids (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 Documents, nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, 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 undertake 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, error, 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 or 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 one 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; or (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 00700 - General Conditions REV 5-10-13 00700 - 10 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents \Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any 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 obtain 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 or 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 upon 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 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 00700 - General Conditions REV 5-10-13 00700 11 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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, 00700 - General Conditions REV 5-10-13 00700 - 12 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc b. locating 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 Site 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- NEER. ENGINEER will promptly review the Underground 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 Underground 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 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 Environmental 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 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 Supplementary 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. 00700 - General Conditions REV 5-10-13 00700 - 13 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility'Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental 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 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 on 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 under 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: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created 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 Hazardous 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 Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal 00700 - General Conditions REV 5-10-13 00700 - 14 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc to the Contract Price as security for thc faithful perfor mance and payment of all CONTRACTOR's Bonds shall remain in effect at least until one year after thc date when final payment becomes due, except as provided otherwise by Laws or Regulations or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as are 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 Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be 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 or 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.B 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 or 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. OWNER shall deliver to CONTRACTOR, with copies to each additional—insured identified in thc Supple l nentary Conditions, certificates of insurance (and other evidence of insurance requested by CONTRA 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 out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under 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, or 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 employees; 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 00700 - General Conditions REV 5-10-13 00700 - 15 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc Consultants, and any other individuals or entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such 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; 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 incurancc rcquircd to be provided by CONTRACTOR under paragraph 5.04, OWNER, at OWNER's option, may purchase and insurance as will protect OWNER against claims which may arise from operations under the Contract Documents, 5.06 Property Insurance A. Unle»s otherwise provided in the Supple mentary Conditions, OWNER shall purchase and in the amount of the full replacement cost thereof {subject to such deductiblc amounts as may be by Laws and Regulations). This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and any other individuals or entities identified in thc Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each 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" form that shall at least 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 least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by cn forcement of Laws and Regulations, water loss as may be specifically rcquircd by thc 3. include expenses incurred in thc gincers and architects); /I. cover materials and equipment agreed to in writing by OWNER prior to being incorporated in the Work, provided that such 00700 - General Conditions REV 5-10-13 00700 - 16 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc an Application for Payment recommended by ENGINEER; by OWNER; 6. include testing and startup; and 7. be maintained in effect until final pay ment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR, and other additional -insured to whom a certificate of B. OWNER shall purchase and maintain such insurance as may be required by the Supplementary the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul deemed to have an insurable interest and shall be C. All the policies of insurance (and the ccrtifi cates or other evidence thcrcof) required to bc pur 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CON .- .. . whom a certificate of insurance has been issued and paragraph -6,8T 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 other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall if possible, include such insurance, and thc cost thcrcof will be charged to CONTRAC TOR by appropriate Change Order or Written 5.07 Waiver of Rights A. OWNER and CONTRACTOR intend that all will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul the Supplementary Conditions to bc listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to thc effect that in the event of payment of insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and thei r respective officers, directors, partners, employees, caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER'o identified in the Supplementary Conditions to bc listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other them) under such policies for loses and damages so caused. None of the above waivers shall extend to trustee or otherwise payable under any policy so issued. B. OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, partners, employees, agents, and other consultants 1. loss due to business intcrruption, los. of use, or other consequential—loss extending beyond direct physical to 's or damage to OWNER's property or the Work caused by, arising out of, or resulting from fire or other peril 00700 - General Conditions REV 5-10-13 00700 17 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Res Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13-doc 2. loos or damage to the completed Pro jcct or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loos covered by any property or part thereof by OWNER during partial 14.04, or after final payment pursuant to paragraph 14.07. • referred to in paragraph 5.07.6 shall contain previsions to the effect that in the event of payment of any such loos, damage, or consequential loss, the insurers will have no rights of recovery against . , - 1 . ENGINEER's Consultants and the officers, directors, partners, employees, agents, and other consultants 5.08 Receipt and Application of Insurance Proceeds A. Any insured loos under the policies of with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys ;o received applied on account thereof, and the Work • Change Order or Written Amendment. B. OWNER as fiduciary shall have power to adjust and settle any Iocs with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to OWNER'S exercise of this power. If such objection be made, insurers in accordance with such agrccmcnt as the parties in interest may reach. If no such agreement among thc parties in interest is reached, OWNER as fiduciary shall adjust and settle the loos with thc • 1 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 with the Contract Documents, the objecting party shall . . e. requested) required by paragraph 2.05.C. OWNER and CONTRACTOR shall each provide to the other provided as the other may reasonably request. If Contract Documents, such party shall notify the other any change in the required coverage. Without the party who was required to provide such coverage, e s - 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 00700 - General Conditions REV 5-10-13 00700 - 18 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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- 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 00700 - General Conditions REV 5-10-13 00700 - 19 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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: (i) 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 (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. 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 00700 - General Conditions REV 5-10-13 00700 - 20 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 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.B), 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 objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, 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 entities 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 or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation 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 entity 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- nicate 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 Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor 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 or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or entities 00700 - General Conditions REV 5-10-13 00700 - 21 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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, arising out 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, or 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, 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 engineers, 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 obtaining 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 utility 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 obligations 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 00700 - General Conditions REV 5-10-13 00700 - 22 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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- NEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings 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 00700 - General Conditions REV 5-10-13 00700 - 23 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 or to the acts or omissions of OWNER or ENGINEER or 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. 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 Directive 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 ENGINEER 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- NEER 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 Drawings and Sample submittals acceptable to ENGI- NEER 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 00700 - General Conditions REV 5-10-13 00700 24 F:\Public Works\ENGINEERING DIVISION PROJECTS 1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings 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 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- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing 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. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop 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. 00700 - General Conditions REV 5-10-13 00700 - 25 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, 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 engineers, 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 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, the indemnification obligation 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, employees, 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 00700 - General Conditions REV 5-10-13 00700 - 26 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility'Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. 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 00700 - General Conditions REV 5-10-13 00700 - 27 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. 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- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700 - General Conditions REV 5-10-13 00700 - 28 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc authority and limitations thereon of any such Resident Project 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 Supplementary 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, 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 fabricated, 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 under 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 00700 - General Conditions REV 5-10-13 00700 - 29 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Ndmim\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13.doc 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 undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or 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, or 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 or 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 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.A, (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 00700 - General Conditions REV 5-10-13 00700 - 30 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.dac 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. 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 - General Conditions REV 5-10-13 00700 - 31 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - 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 thc direct employ of CONTRACTOR in thc perfor mance of the Work under schedules of job CONTRACTOR. Such employees shall include without limitation superintendents, foremen, and other personnel employed full time at thc Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payrell--tests shall include, but not be limited to, salaries and wages plus--thc Gast of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or the extent authorized by OWNER. 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. 00700 - General Conditions REV 5-10-13 00700 - 32 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 necessary 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 negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed 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 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 00700 - General Conditions REV 5-10-13 00700 - 33 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price 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 Bids and determining an initial Contract Price. Deter- minations of the actual quantities and classifications of Unit Price 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- 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- ered by unit prices contained in the Contract 00700 - General Conditions REV 5-10-13 00700 - 34 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 12.01.C.2); or 3. where the Work involved is not cov- ered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 12.01.6.2, 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.C). 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 Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor 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 11.01.8; 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.C.2.e, inclusive. 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 00700 - General Conditions REV 5-10-13 00700 - 35 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 e A. OWNER, ENGINEER, ENGINEER's Con - 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. B. OWNER shall employ and pay for the perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals below; - -' 2. that costs incurred in connection with tests—or—inspections conducted pursuant to 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 00700 - General Conditions REV 5-10-13 00700 - 36 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents \00700 - General Conditions REV 5-10-13.doc 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 fails to supply sufficient skillcd workcrs or suitable the Contract Documents, OWNER may order CON TRACTOR 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, or entity, or any surety for, or employee or agent of any of them. 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 prescribed by Laws or Regulations or by the terms of 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 - -�• •_ �� OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to bo defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or 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. In special circumstances where a particular item of equipment is placed in continuous service 00700 - General Conditions REV 5-10-13 00700 - 37 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 the 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. 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. 00700 - General Conditions REV 5-10-13 00700 - 38 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 ENGINEER'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 Payment will constitute a representation by ENGINEER to OWNER, based on 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 00700 - General Conditions REV 5-10-13 00700 - 39 F:\Public Works ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 enumer ated in paragraph 15.02.A. C. Payment Becomes Due 1. Ten days after presentation of the Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of paragraph 14.02.D) become due, and when SF' 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 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 00700 - General Conditions REV 5-10-13 00700 - 40 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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 considering such objections, ENGINEER concludes that the Work is not substantially complete, tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after - • 1 ' - e e - considers the Work substantially complete, ENGINEER will within said 1'I days execute and certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGINEER will deliver to OWNER and CONTRA 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. Unless OWNER and inform ENGINEER in writing 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 Substantial 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 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 00700 - General Conditions REV 5-10-13 00700 - 41 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 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 -- - -• e accompanying documentation, the amount and, when duc, will be paid by OWNER to CONTRACTOR. 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final 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 00700 - General Conditions REV 5-10-13 00700 - 42 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. 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 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 rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been 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. 00700 - General Conditions REV 5-10-13 00700 - 43 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 15.03 OWNER May Terminate For Convenience Application for Payment within 30 days after it is submitted, 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 out 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 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. 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 00700 - General Conditions REV 5-10-13 00700 - 44 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\lord documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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 00700 - 45 F:\Public Works\ENGINEERING DIVISION PROJECTS 1,1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract 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 Defined Terms SC — 1.01 Terminology SC — 1.02 Before Starting Construction SC — 2.05 Preconstruction Conference SC — 2.06 Coordination of Plans, Specifications, and Special Provisions SC — 3.06 Subsurface and Physical Conditions SC — 4.02 Performance, Payment and Other Bonds SC — 5.01 Certificates of Insurance SC — 5.03 CONTRACTOR's Liability Insurance SC — 5.04 OWNER's Liability Insurance SC — 5.05 Property Insurance SC — 5.06 Waiver of Rights SC — 5.07 Receipt and Application of Insurance Proceeds SC — 5.08 Acceptance of Bonds and Insurance; Option to Replace SC — 5.09 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 the Work SC — 13.05 Correction Period SC — 13.07 Progress Payments SC — 14.02 Substantial Completion SC — 14.04 00800-i 00800 - Supplementary Conditions 05-13 rev 00800 IF:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc Final Payment SC — 14.07 OWNER May Suspend Work SC — 15.01 OWNER May Terminate for Cause SC — 15.02 OWNER May Stop Work or Terminate SC — 15.04 Mediation SC —16.02 Liens SC — 17.06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 00800 -ii 00800 - Supplementary Conditions 05-13 rev 00800 IIF:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \ldmim1bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. SC -1.01 Defined Terms SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC -2.05 Before Starting Construction SC -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC -2.06 Preconstruction Conference SC -2.06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05.B, procedures 00800-1 00800 - Supplementary Conditions 05-13 rev 00800 1 F:\Public Works \ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other 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. B. Written/computed dimensions shall govern over scaled dimensions. 00800-2 00800 - Supplementary Conditions 05-13 rev 00800 2F:\Public Works\ENGINEERING DIVISION PROJECTS 11135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.B: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Subsurface Investigations from KSM Engineering & Testing, Inc., dated March 17, 2014 (KSM Project Nos, 140434-b and 140434-perc) D. Reports and drawings itemized in SC -4.02.0 are included with the Bidding Documents and are shown in Appendix C. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1 In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part 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. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not 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 policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 00800-3 00800 - Supplementary Conditions 05-13 rev 00800 3F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents \00800 - Supplementary Conditions 05-13 rev.doc 2. Commercial General Liability: Coverage shall provide minimum limits of liability of $5,000,000 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 $5,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned 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 Best's Rating of A -VII or better. Additional Insureds: 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. c. SC -5.05 OWNER's Liability Insurance 00800-4 00800 - Supplementary Conditions 05-13 rev 00800 4F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. 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 00800-5 00800 - Supplementary Conditions 05-13 rev 00800 5F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc c. SC -5.07 Waiver of Rights SC -5.07 Delete GC -5.07 (paragraphs A, B, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5.08 Delete GC -5.08 (paragraphs A and B) in its entirety. SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5.09 Delete GC-5.09(paragraph A)in its entirety. SC -6.02 Labor; Working Hours SC -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 not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be 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 emergency upon specific permission of the ENGINEER. SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 00800-6 00800 - Supplementary Conditions 05-13 rev 00800 6F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A"): A. St. Johns River Water Management District B. Indian River County Land Clearing Permit C. Indian River County Tree Removal Permit D. Indian River County Type "A" Stormwater Permit E. Indian River County Utility Construction Permit F. Florida Department of Environmental Protection — Water Main Extension Permit G. Florida Department of Environmental Protection — Sewer Main Extension Permit 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. SC -11.01 Cost of the Work SC -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. SC -13.03 Test and Inspections SC -13.03.B. Delete paragraph GC -13.03.6 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 00800-7 00800 - Supplementary Conditions 05-13 rev 00800 7F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in 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. 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. 00800-8 00800 - Supplementary Conditions 05-13 rev 00800 8F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -14.02 Progress Payments SC -14.02.6.5. Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.6.5. 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. 218/0 et. seq. SC -14.04 Substantial Completion 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 acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." 00800-9 00800 - Supplementary Conditions 05-13 rev 00800 9F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 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 SC -14.07 Final Payment SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the " Local Government Prompt Payment Act" , Florida Statutes section 218/0, et. seq. SC -15.01 OWNER May Suspend Work SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension. SC -15.02 OWNER May Terminate For Cause SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after paragraph GC -15.02.A.4: 5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. SC -15.04 CONTRACTOR May Stop Work or Terminate SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A: ' - SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: 00800-10 00800 - Supplementary Conditions 05-13 rev 00800 10F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -16 DISPUTE RESOLUTION SC -16.02 Mediation SC -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 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 SC -17.06 Liens 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 00800 11F: \ Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents \00800 - Supplementary Conditions 05-13 rev.doc SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK OWNER's Project No. 1135 OWNER'S Bid No. 2014052 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File * END OF SECTION * * 00946 - Field Order Form REV 04-07 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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: Project: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUNTY REGIONAL PARK OWNER's Project No. 1135 You are directed to proceed promptly with the following changes: Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Method of determining change in Contract Prices Contract Times II Unit Prices Lump Sum II Other: j� By Change Order: �] Contractor's Records II Engineer's Records II Other: Il 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: By: RECOMMENDED: By: APPROVED: By: CONTRACTOR (Signature) Date: ENGINEER (Signature) Date: OWNER (Signature) Date: * * END OF SECTION * F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\00948 - Work Change Directive Rev 06-2013.doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS, PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 OPERATION AND MAINTENANCE DATA 01782 POST FINAL INSPECTION 01820 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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. In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. D. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. 01009-1 01009 -Special Provisions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01009 - Special Provisions.doc SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: INTERGENERATIONAL RECREATION FACILITY AT SOUTH COUTY REGIONAL PARK OWNER's Project No. 1135 OWNER'S Bid No. 2014052 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price Net Increase (Decrease) from previous Change Orders No. to Contract Price prior to this Change Order: Net increase (decrease) of this Change Order: Contract Price with all approved Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: Substantial Completion: Final Completion: (days or dates) Net change from previous Change Orders No. to Substantial Completion: Final Completion: (days) 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) RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: 00942 - Change Order Form REV 04-07 00942 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\00942 - Change Order Form REV 04-07.doc Rev. 05/01 SECTION 01024 FORCE ACCOUNT 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 \1135-S County Park Intergeneratiional Rec Facility\Ndmim\bid documents\Master Contract 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 Toss 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 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 PROJECTS\1135-S County Park Intergeneratiional Rec Facility Wdmim\bid documents\Master Contract 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 ACI AGA AISC AISI ANSI ASCE ASTM AW PA AWWA AWS The American Association of State Highway and Transportation Officials 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01091 - Reference Standards.doc CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 \1135-5 County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01215 General Quality.doc 1.5 PROJECT PHOTOGRAPHS/VIDEOS 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 limits of construction. 2) 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\1135-S County Park Intergeneratiional Rec Facility\Ndmim\bid documents\Master Contract 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\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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. 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\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01310 - Construction Schedule.doc 01340 — Submittal of Shop Drawings PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's and Owner's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's and Owner's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device -independent and display resolution -independent fixed -layout document format. 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing 01340 - Submittal of Shop Drawings 01340-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings dates. Include additional time required for making corrections or revisions to submittals noted by Architect and Owner and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the first 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. c. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's and Owner's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. i. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in Auto CAD 2009. 01340 - Submittal of Shop Drawings 01340-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings c. Contractor shall execute a data licensing agreement in the form of Agreement form acceptable to Owner and Architect. d. The following digital data files will by furnished for each appropriate discipline: 1) Floor plans. 2) Reflected ceiling plans. 3) Revit. e. It is Contractor's or his subcontractor's responsibility to review, modify and accept the drawings as his own. The Architect, Owner and Architect's subconsultants shall receive agreement from Contractor to that effect. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect and Owner reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's and Owner's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow twenty-one (21) calendar days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 01340 - Submittal of Shop Drawings 01340-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 3. Resubmittal Review: Allow twenty-one (21) calendar days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Architect's consultants, Owner, or other parties is indicated, allow twenty-eight (28) calendar days for initial review of each submittal. 5. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow twenty-one (21) calendar days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. D. Paper Submittals: Place a permanent label or title block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect and Owner. 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 Architect and will be returned to Contractor. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. I. Location(s) where product is to be installed, as appropriate. m. Other necessary identification. 01340 - Submittal of Shop Drawings 01340-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 4. Additional Paper Copies: Unless additional copies are required for final submittal, and unless Architect or Owner observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. a. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect and Owner. 5. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will discard submittals received from sources other than Contractor. a. Transmittal Form for Paper Submittals: Use AIA Document G810 b. Transmittal Form for Paper Submittals: Provide locations on form for the following information: 1) Project name. 2) Date. 3) Destination (To:). 4) Source (From:). 5) Name and address of Architect. 6) Name of Construction Manager. 7) Name of Contractor. 8) Name of firm or entity that prepared submittal. 9) Names of subcontractor, manufacturer, and supplier. 10) Category and type of submittal. 11) Submittal purpose and description. 12) Specification Section number and title. 13) Specification paragraph number or drawing designation and generic name for each of multiple items. 14) Drawing number and detail references, as appropriate. 15) Indication of full or partial submittal. 16) Transmittal numbered consecutively. 17) Submittal and transmittal distribution record. 18) Remarks. 19) Signature of transmitter. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 01340 - Submittal of Shop Drawings 01340-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect and Owner. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. c. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Names of subcontractor, manufacturer, and supplier. h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and title. k. Specification paragraph number or drawing designation and generic name for each of multiple items. I. Drawing number and detail references, as appropriate. m. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal numbered consecutively. q. Submittal and transmittal distribution record. r. Other necessary identification. s. Remarks. 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. c. Manufacturer name. d. Product name. F. Options: Identify options requiring selection by Architect. G. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for 01340 - Submittal of Shop Drawings 01340-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings data, revisions other than those requested by Architect and Owner on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's and Owner action stamp. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's and Owner's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. 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 Architect 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. a. It is the Contractor's responsibility to review submittals made by his suppliers and subcontractors before transmitting them to Architect to assure proper coordination of the work and to determine that each submittal is in accordance with its desires and that there is sufficient 01340 - Submittal of Shop Drawings 01340-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings information about materials and equipment for Architect to determine compliance with the Contract Documents. b. Incomplete or inadequate submittals will be returned for revision without review. 2. The Contractor's responsibility for errors and omissions in submittals is not relieved by the Architect's review of submittals. The Contractor shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the Architect for his review. 3. Begin no work, which requires submittals until return of submittals with the Architect's stamp and initials or signature indicating the submittal has been reviewed. 4. Post electronic submittals as PDF electronic files directly Architect's FTP site specifically established for Project. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 5. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 6. Action Submittals: Submit four (4) paper copies of each submittal unless otherwise indicated. Architect will return two (2) copies. 7. Informational Submittals: Submit three (3) paper copies of each submittal unless otherwise indicated. Architect will not return copies. 8. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 01340 - Submittal of Shop Drawings 01340-8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 3. Clearly mark catalog sheets, brochures, etc., to identify pertinent mateials, products, or models. 4. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 5. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams showing factory -installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. Submit Product Data before or concurrent with Samples. Submit Product Data in the following format: a. PDF electronic file. b. Four (4) paper copies of Product Data unless otherwise indicated. Architect will return two (2) copies. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal based on Architect's digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 01340 - Submittal of Shop Drawings 01340-9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least [8-1/2 by 11, but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. b. Three (3) opaque (bond) copies of each submittal. Architect will return one (1) copy. c. Four (4) opaque copies of each submittal. Architect will retain two (2) copies; remainder will be returned. 4. BIM File Incorporation: Develop and incorporate Shop Drawing files into Building Information Model established for Project. a. Prepare Shop Drawings in the following format: Same digital data software program, version, and operating system as the original Drawings. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality -control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. 01340 - Submittal of Shop Drawings 01340-10 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit three (3) full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 6. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit four (4) sets of Samples. Architect will retain two (2) Sample sets; one (1) to Owner and remainder will be returned. Mark up and retain one returned Sample set as a project record sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least four (4) sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: 01340 - Submittal of Shop Drawings 01340-11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings a. PDF electronic file. b. Four (4) paper copies of product schedule or list unless otherwise indicated. Architect will return two (2) copies. F. Coordination Drawing Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures." I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." Maintenance Data: Comply with requirements specified in Section 017823 "Operation and Maintenance Data." L. LEED Submittals: Comply with requirements specified in Section 018113.13 "Sustainable Design Requirements - LEED for New Construction and Major Renovations," Section 018113.16 "Sustainable Design Requirements - LEED for Commercial Interiors," Section 018113.19 "Sustainable Design Requirements - LEED for Core and Shell Development," and Section 018113.23 "Sustainable Design Requirements - LEED for Schools." M. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and Owners, and other information specified. N. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. O. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. P. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the 01340 - Submittal of Shop Drawings 01340-12 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings Contract Documents. Include evidence of manufacturing experience where required. Q. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. R. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. S. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. T. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. U. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers' names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. V. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. W. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. X. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 01340 - Submittal of Shop Drawings 01340-13 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings Y. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. 2.2 DELEGATED -DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated -Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF electronic file and four (4) paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. C. BIM File Incorporation: Incorporate delegated -design drawing and data files into Building Information Model established for Project. 1. Prepare delegated -design drawings in the following format: Same digital data software program, version, and operating system as the original Drawings. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. 01340 - Submittal of Shop Drawings 01340-14 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. ***END OF SECTION*** 01340 - Submittal of Shop Drawings 01340-15 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\01520 - Construction Facilities.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. 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 01541-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all existing irrigation systems which could be damaged by construction activities. Irrigation systems within the Lacrosse Complex must be repaired immediately. 01541-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, raw water 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 not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR 01541-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions. 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 facil- ities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 01541-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. 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 PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. 01550 Access Roads 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION + + 01550 Access Roads 01550-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. 01610-1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility \Admim\bid documents\Master Contract 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract 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 \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01611 - Storage of Materials.doc SECTION 01630 SUBSTITUTIONS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 01630-1 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01630 - Substitutions.doc 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC -ES. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. I. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 01630-2 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01630 - Substitutions.doc Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within nine (9) calendar days of receipt of a request for substitution. Architect will notify Contractor (through OWNER) of acceptance or rejection of proposed substitution within twenty-one (21) calendar days of receipt of request, or nine (9) calendar days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. B. In making Request for Substitution, Contractor represents that: 1. Contractor has investigated proposed substitution, and determined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. Contractor will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. Contractor waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than twenty-one (21) calendar days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not 01630-3 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documentsWlaster Contract Documents\01630 - Substitutions.doc satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution provides sustainable design characteristics that specified product provided. c. Substitution request is fully documented and properly submitted. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. Substitutions for Convenience: Not allowed unless otherwise indicated. C. Substitutions for Convenience: Architect will consider requests for substitution if received within eight -four (84) calendar days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution provides sustainable design characteristics that specified product provided. 01630-4 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01630 - Substitutions.doc e. Substitution request is fully documented and properly submitted. f. Requested substitution will not adversely affect Contractor's construction schedule. g. Requested substitution has received necessary approvals of authorities having jurisdiction. h. Requested substitution is compatible with other portions of the Work. i. Requested substitution has been coordinated with other portions of the Work. j. Requested substitution provides specified warranty. k. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. + + END OF SECTION + + 01630-5 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documentsWtaster Contract Documents\01630 - Substitutions.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. 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\1135-S County Park Intergeneratiional Rec Facility\Ndmim\bid documents\Master Contract Documents\01710 - Site Cleanup.doc G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. I. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, INDIAN RIVER FARMS WATER CONTROL DISTRICT, and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. + + END OF SECTION + + 01710 Site Cleanup 01710-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\01710 - Site Cieanup.doc SECTION 01782 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Product maintenance manuals. 5. Systems and equipment maintenance manuals. B. Related Requirements: 1. Section 011200 "Multiple Contract Summary" for coordinating operation and maintenance manuals covering the Work of multiple contracts. 2. Section 013300 "Submittal Procedures" for submitting copies of submittals for operation and maintenance manuals. 3. Section 019113 "General Commissioning Requirements" for verification and compilation of data into operation and maintenance manuals. 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 01782 Operation & Maintenance Data 01782-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc 1.4 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect and Owner will comment on whether content of operations and maintenance submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Format: Submit operations and maintenance manuals in the following format: 1. PDF electronic file. Assemble each manual into a composite electronically indexed file. Submit on digital media acceptable to Architect. a. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. b. Enable inserted reviewer comments on draft submittals. 2. Four (4) paper copies. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Architect, through Owner, will return two (2) copies. C. Initial Manual Submittal: Submit draft copy of each manual at least forty-two (42) calendar days before commencing demonstration and training. Architect and Owner will comment on whether general scope and content of manual are acceptable. D. Final Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion and at least twenty-one (21) calendar days before commencing demonstration and training. Architect and Owner will return copy with comments. 1. Correct or revise each manual to comply with Architect's and Owner's comments. Submit copies of each corrected manual within twenty-one (21) calendar days of receipt of Architect's and Owner's comments and prior to commencing demonstration and training. 01782 Operation & Maintenance Data 01782-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc PART 2 - PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Directory: Prepare a single, comprehensive directory of emergency, operation, and maintenance data and materials, listing items and their location to facilitate ready access to desired information. Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." 2.2 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Include the following information: 01782 Operation & Maintenance Data 01782-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Construction Manager. 7. Name and contact information for Architect. 8. Name and contact information for Commissioning Authority. 9. Names and contact information for major consultants to the Architect that designed the systems contained in the manuals. 10. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. E. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable bookmarking of individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. F. Manuals, Paper Copy: Submit three (3) sets of manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl -covered, loose leaf binders, in thickness necessary to accommodate contents, sized to hold 8 -1/2 -by -11- 01782 Operation & Maintenance Data 01782-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," "Intergenerational Recreation Facility at South County Regional Park" and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8 -1/2 -by -11 -inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 01782 Operation & Maintenance Data 01782-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc 1. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem, or equipment failure. 8. Chemical release or spill. C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 2.4 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor has delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 01782 Operation & Maintenance Data 01782-6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents \1782 - Operation and Maintenance Data.doc 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.5 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 01782 Operation & Maintenance Data 01782-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityWdmim\bid documents\Master Contract Documents\1 782 - Operation and Maintenance Data.doc 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 01782 Operation & Maintenance Data 01782-8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. 01782 Operation & Maintenance Data 01782-9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.doc C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. D. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. E. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared record Drawings in Section 017839 "Project Record Documents." G. Comply with Section 017700 "Closeout Procedures" for schedule for submitting operation and maintenance documentation. ***END OF SECTION*** 01782 Operation & Maintenance Data 01782-10 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\1782 - Operation and Maintenance Data.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 001820 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents \001820 - Post Final Inspection rev 05-13.doc DIVISION 2 TECHNICAL PROVISIONS (SITE) SECTION NO. 00001 Technical Specifications SECTION NO. 00002 Scope of Work SECTION NO. 00003 Mobilization SECTION NO. 00004 Project PhotographNideos & Aerial Photography SECTION NO. 00005 Prevention, Control and Abatement of Erosion and Water Pollution SECTION NO. 00006 As-Built/Record Drawings SECTION NO. 00007 Field Office SECTION NO. 00008 Clearing and Grubbing SECTION NO. 00009 Excavation and Embankment SECTION NO. 00010 Stabilization SECTION NO. 00011 Cemented Coquina Shell Base SECTION NO. 00012 Superpave Asphaltic Pavement SECTION NO. 00013 Inlets, Manholes and Junction Boxes SECTION NO. 00014 Pipe Culverts and Storm Sewers SECTION NO. 00015 Concrete Curb & Gutter SECTION NO. 00016 Concrete Sidewalk SECTION NO. 00017 Patterned/Textured Pavement SECTION NO. 00018 Detectable Warning on Walking Surface SECTION NO. 00019 Fencing SECTION NO. 00020 Performance Turf SECTION NO. 00021 Landscape Installation SECTION NO. 00022 Irrigation SECTION NO. 00023 Highway Signing SECTION NO. 00024 Entry Sign SECTION NO. 00025 Thermoplastic Traffic Stripes and Markings SECTION NO. 00026 Site Lighting SECTION NO. 00027 Water and Sewer Utilities SECTION NO. 00028 Flushing, Testing and Disinfecting SECTION NO. 00029 Intergenerational Building F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS (SITE\ Table of Contents.doc ADDENDUM NO. 4 11/12/2014 SECTION 00001 - TECHNICAL 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, 2014, 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 for all utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards Dated March, 2014. The work to be performed for Highway Signing and Thermoplastic Traffic Stripes and Markings shall conform to the applicable standards of Indian River /County Typical Drawings for Pavement Markings, Signing & Geometrics Dated July, 2011. SECTION 00002 -SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 00003- 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. (2014 Edition) Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 1 - Mobilization - Lump Sum SECTION 00004 — PROJECT PHOTOGRAPHSNIDEOS & AERIAL PHOTOGRAPHY A. The CONTRACTOR shall make provisions, at his expense, for photographs, video 01025-1 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 tapes and aerial photography of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the limits of construction. 2) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. C. Aerial Photograph: The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction. The photographs shall be done in a manner to show the construction progress for the entire length of the project. The photographs can be angled and not prepared to a particular scale, however, must be detailed enough to identify the work in detail. Furnish contact prints from the aerial negatives. The tonal quality or color will be of good quality. The prints must contain a minimum of Following information: • Date and Time the photo was taken • Project Name • Frame Number • Latitude • Longitude • Altitude • North Arrow 01025-2 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility'Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 The only acceptable file formats for photogrammetric digital imagery is Tiff format. All digital images shall be submitted on portable media or DVD. D. Payment: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 2 — PhotographsNideos & Aerial Photography - Lump Sum SECTION 00005 — PREVENTION, CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION PART 1 — GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. The pollution control measures shall prevent turbid or otherwise polluted waters from being discharged from the construction site or work area, to undeveloped portions of the site or off-site. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. C. The pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual, and other references as may be required by regulatory permits. (http://www.dep.state.fl.us./water/nonpoint/docs/erosion/erosion-inspectors- manual. 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 01025-3 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced Chapters and these Specifications, the more stringent requirement shall prevail. 1.2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR A. The OWNER has obtained certain permits for this project and they are listed in paragraph SC -6.08 of the Supplementary Conditions. Per paragraph SC -6.08.0 of the Supplementary Conditions, the CONTRACTOR shall apply for, obtain, and pay for all other required permits, licenses, sampling, and tests. Permits the CONTRACTOR may need to secure may include but not be limited to: 1. Long-term and/or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD). Generally, only the short-term permit is required. Contact SJRWMD at (321) 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 01025-4 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required by its manufacturer or the OWNER, until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. E. Discharge shall not violate State or local water quality standards in the receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress. The receiving point for water from construction operations shall be approved by the applicable owner, regulatory agency, and the ENGINEER. F. Promptly repair all damage at no cost to the OWNER. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 1340. B. Stormwater Pollution Prevention Plan. 1.5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS REQUIRED FOR INSTALLATION, AND MAINTENANCE A. State Certified Erosion Control Specialty Subcontractor is Required for Installation and Maintenance: Installation and maintenance of all erosion and stormwater pollution control devices, shall be by a State Certified erosion control subcontractor who specializes in the installation and maintenance of such devices. After installation, this specialty subcontractor shall maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County. 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). 01025-5 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 (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 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. D. Pollution Always Occurs When ... The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. 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. 01025-6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 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 silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6 -inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, install in accordance with FDOT Index No. 102. 3. Product: All material shall be new and unused. Use FDOT Types II through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type III silt fence. (a) For FDOT Type III Silt Fence - ACF Environmental, Catalog No. 360800000, Florida DOT Silt Fence. U.S. Sieve = 30, tensile strength = 120 pounds. The heavy-duty filter fabric shall be pre -attached to 48 -inch long stakes on 6 -foot centers. (1-800-448-3636). (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 manufacturer's recommendations and per FDOT Index No. 103 unless directed otherwise by the ENGINEER. 01025-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 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 II or Type b. Or equivalent. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag. The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. 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. 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. 01025-8 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiionai Rec Facility Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Crushed limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually granite), washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. PART 3 - EXECUTION A. Design, construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities. B. Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 3 — Erosion and Water Pollution Controls (Includes NPDES Compliance) — Lump Sum [The remainder of this page was left blank intentionally] 01025-9 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No. 1135 for Intergenerational Recreation Facility at South County Regional Park STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, , who upon oath duly 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 (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 01025-10 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 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 number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-11 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 , 20by who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 01025-12 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 SECTION 00006 — AS-BUILT/RECORD DRAWINGS GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. AS-BUILT/RECORD DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the Northern American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer. 01025-13 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim'ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 E. The horizontal information provided on the Record Drawings shall be referenced to the State of Florida, State Plane Coordinate System, Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the Federal Geodetic Control Committee (FGCC) procedures. F. All Record/As-Built drawings shall be prepared in digital format (ACAD Ver. 2009) and shall utilize the digital design drawings as prepared by the Project Engineer as a base for the Record/As-Built drawings. It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As- Built drawing set. G. ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As-Built drawings submitted to the County: DRAINAGE: 1. Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves — All inverts and pipe size. 3. Outfalls — All pipe inverts, pipe size and elevations, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Site Drainage — All inverts and elevations; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as -built of typical cross section as shown on design plan. ROADWAY AND PARKING AREAS 1. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets, along with high and low points. WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location and elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 01025-14 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stubouts. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one -hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell -tales) at each of the one -hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2 -inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As -Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center -to -center and horizontal location. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub -outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where services are not perpendicular to wye. 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a 01025-15 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilityVMmim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. AS-BUILTS/RECORD DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 2009 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 4 — As-Builts/Record Drawings - Lump Sum [The remainder of this page was left blank intentionally] 01025-16 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\AdmimADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc Lic. Name ADDENDUM NO. 4 11/12/2014 Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Date: Project Name: Intergenerational Recreation Facility at South County Regional Park Project No.: 1135 Chapter 61G17-6 Minimum Technical Standards F.A.C. 61G17-6.003 General Survey, Map, and Report Content Requirements ❑ (1) REGULATORY OBJECTIVE: The public must be able to rely on the accuracy of measurements and maps produced by a surveyor and mapper. In meeting this objective, surveyors and mappers must achieve the following minimum standards of accuracy, completeness, and quality: ❑ (a) Accuracy of survey measurements based on the type of survey and expected use. ❑ (b) Measurements made in accordance with the United States standard, feet or meters. ❑ (c) Records of measurements maintained for each survey (check field notes.) ❑. (d) Measurement and computation records dated. ❑ (e) Measurement and computation records substantiate the survey map. ❑ (f) Measurement and computation records support accuracy statement (closure calculations or redundant measurements, if applicable.) (2) Other More Stringent Requirements: ❑ (a) Met more stringent requirements set by federal, state, or local governmental agencies. (3) Other Standards and/or Requirements that Apply to All Surveys, Maps, and/or Survey Products: ❑ (a) REGULATORY OBJECTIVE: In order to avoid misuse of a survey and map, the surveyor and mapper must adequately communicate the survey results to the public through a map, report, or report with an attached map. (b) Survey map or report identified the responsible surveyor and mapper and contain standard content. In meeting this objective, surveyors and mappers must meet the following minimum standards of accuracy, completeness, and quality: ❑ (c) Type survey stated on map and report: As -Built Survey Boundary Survey Condominium Survey Construction Layout Survey Control Survey Hydrographic Survey Mean High Water Line Survey Quantity Survey Record Survey Specific or Special Purpose Survey Topographic Survey ❑ (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ❑ (e) Name and license number of the surveyor and mapper in responsible charge. ❑ (f) Name, license number, and street and mailing address of a surveyor and mapper 01025-17 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 practicing independent of any business entity on the map and report. ❑ (g) Survey date (date of data acquisition.) ❑ (h) Revision date for any graphic revisions (when survey date does not change.) ❑ (i) Map and report statement "Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper." ❑ (j) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (I) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. (u) Map Accuracy. (1) Vertical Feature Accuracy: ❑ (a) Vertical Control: Field -measured control for elevation information shown upon survey maps or reports shall be based on a level loop or closure to a second benchmark. ❑ (b) Closure in feet must be accurate to a standard of plus or minus .05 ft. times the square root of the distance in miles. ❑ (c) All surveys and maps or reports with elevation data shall indicate the datum and a description of the benchmark(s) upon which the survey is based. ❑ (d) Minor elevation data may be obtained on an assumed datum provided the base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control: All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based. ❑ (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: CommerciallHigh Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; 01025-18 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc Technical Specifications - ADDENDUM NO. 4 11/12/2014 Rural: Linear: 1 foot in 5,000 feet; ❑ (d) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level, should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C. ❑ (e) Intended Display Scale: All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 1/ or smaller". 61G17-6.004 Specific Survey, Map, and Report Requirements (1) As-Built/Record Survey: ❑ (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. ❑ (b) Clearly shows by symbols, notations, or delineations, those constructed improvements located by the survey. ❑ (c) All maps prepared shall meet applicable minimum technical standards. ❑ (d) Vertical and horizontal accuracy of the measurements made shall be such that it may be determined whether the improvements were constructed consistent with planned locations. + + END OF SECTION + + 01025-19 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facilitv\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 SECTION 00007 - FIELD OFFICE The Specifications for Field Office (Contractor) shall include furnishing and installing a Construction Field Office within the Project Limits in accordance with these Specifications. It is the Contractor's responsibility to clean the inside of the building and provide furnishings. The building shall be a minimum of 900 square feet with air conditioning, heat, restroom and sufficient space to hold progress meetings. Each room shall have at least one (1) weatherproof window and two electrical and data outlets. Each window shall be a minimum of 8 square feet, be screened and open and close to provide adequate ventilation. Equip each outside door with a lock. The Building shall be equipped with tables and chairs to accommodate meetings for a minimum of 12 people. The field office must provide 2 desks, chairs, cabinets, etc. for 2 county field representatives. Also, contractor shall provide, one (1) rough plan rack, one (1) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one (1) printer/scanner machine, and one (1) fire-resistant (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1-hourtest. The field office must include the following TWO computers for COUNTY PERSONNEL: • Dell OptiPlex 9020 Minitower Base, CORE i7 4770 Processor (3.4GHz, 8M) with 16GB, 1600MHz DDR3 memory with 2 Dell 24 -inch Flat Panel Display, U2412M, Windows 7 Professional (64Bit), minimum 1 TB hard drive, 1 GB video card, Office 2013 Professional edition, Adobe Acrobat XI standard edition The computers mentioned above must be purchased from a known retailer/wholesaler brand new with all warranty information included. Contractor shall warranty the computers for the length of the project. Once the project is complete the above mentioned computers and printer/scanner will be the property of the COUNTY. The Contractor will be required to provide electric, (2) landline phones, High Speed Internet service or equivalent satellite or mobile service if DSL is not available to the field office. Internet link DHCP must be user configurable to accommodate County network configurations, The field office shall be ready for use no later than ten (10) calendar days after the date the Contract is fully executed and before any other work is started, and shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Owner. Field Office shall have restroom within the building with approved sanitary and water connections. Item of Payment Payment shall be made under: Bid Item No. 5 - Field Office — Each Day 01025-20 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 SECTION 00008 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2014) with the following modifications: A. Prior to any clearing and grubbing, the contractor will stake the limits of construction. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. B. No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. C. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization, structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots. If directed by the Engineer or where shown on the drawings, work shall be done by hand in order to protect the trees. D. The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures. The Contractor shall not pull hair or major root structures. All severed roots shall be sawn clean and paint with pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by the Contractor. Undesirable, dead, and/or damaged trees (as so designated by the Engineer) shall be removed. E. All trees to be removed shall be disposed off site; burning will be strictly prohibited. F. All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for transplanting is required, this work shall be done in cooperation with the Owner and at no additional expense to the Owner. G. All items to be removed shall be excavated to their full depth. All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge. (See Paragraph C, Special Provisions) The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in 01025-21 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility \Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 a location designated or approved by the Owner. Any culverts, structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. H. 'No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. I. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No.6 — Site Clearing and Grubbing — Per Acre SECTION 00009 - EXCAVATION AND EMBANKMENT A. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the Standard Specifications. Such price and payment shall specifically include all cost of any roadway, lateral ditch or canal, and final dressing operations. B. Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors. C. Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill, isolated swale bottom locations, isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation. Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of replacement embankment shall be included in cost of subsoil excavation. Contractor shall coordinate with county representative prior to any subsoil excavation. D. Embankment - General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: Roadway Design Standard Index No. 505, Embankment Utilization Details is modified by the addition of the following: 01025-22 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facilitv\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. E. Payment shall be made under: Bid Item No. 7 — Earthwork (Includes Excavation, Embankment, Borrow Fill (as required) Rough Grading, Final Grading, Compaction, etc.) — Lump Sum SECTION 00010 - STABILIZATION The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). A. Sub Article 160-5.1 is modified by the addition of the following: "The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines, and grades shown in the plans." Minimum L.B.R. = 40 - No under -tolerance. B. Payment shall be made under: Bid Item No. 8 — Stabilized Subgrade (8" Thick) (LBR 40) — Per Square Yard Bid Item No. 9 — Stabilized Subgrade (12" Thick) (LBR 40) — Per Square Yard SECTION 00011 - CEMENTED COQUINA SHELL BASE The work specified in this item shall conform to Section 285 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). A. Sub Article 285-4 is modified by the addition of the following: Base material, thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used. No additional payment will be made for base thickness in excess of the specified thickness 3. B. Payment shall be made under: Bid Item No. 10 — Cemented Coquina Shell Base (6") One Lift - Per Square Yard Bid Item No. 11 — Cemented Coquina Shell Base (8") Two Lifts - Per Square Yard 01025-23 F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim1ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 SECTION 00012 - SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Sub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its entirety. There will be no pay adjustments for any fuel surcharge during the allotted duration of construction. Any fuel surcharge beyond final completion resulting from changes to the contract by Owner will be adjusted. Sub article 334-8.4 — Payment shall be amended as follows: Bid Item No. 12 — Asphalt Pavement, Type SP -9.5 (1.5" Thick) (1 Lift) - Per Square Yard Bid Item No. 13 — Asphalt Pavement, Type SP -12.5 (1.5" Thick) (1 Lift) — Per Square Yard Bid Item No. 14 — Asphalt Pavement, Type SP -9.5 (1" Thick) (1 Lift) — Per Square Yard SECTION 00013 — INLETS, MANHOLES AND JUNCTION BOXES The work specified in this item shall conform to Section 425 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 15 — Type "C" Inlet — Per Each Bid Item No. 16 — Type "E" Inlet — Per Each Bid Item No. 17 — Type "F" Inlet — Per Each Bid Item No. 18 — Type "G" Inlet — Per Each Bid Item No. 19 — Type 4 Curb Inlet — Per Each Bid Item No. 20 — Manhole, Type P-7 — Per Each Bid Item No. 21 — Control Structure (DCS -2) Type P-7 (4'x4') — Per Each Bid Item No. 22 — Modify Existing Bleeder Structure — Per Each SECTION 00014 — PIPE CULVERTS AND STORM SEWERS The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 23 — 10" High Density Polyethene (HDPE) Drop -In Grate — Per Each Bid Item No. 24 — 18" x 12" High Density Polyethene (HDPE) In -Line Drain — Per Each 01025-24 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facilitv\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 Bid Item No. 25 — 12" High Density Polyethene (HDPE) Drop -In Grate — Per Each Bid Item No. 26 — 18" Nyloplast Drain Basin - Per Each Bid Item No. 27 — 4" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 28 — 8" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 29 — 10" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 30 — 12" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 31 — 15" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 32 — 18" High Density Polyethene Pipe (HDPE) (N-12) — Per Linear Foot Bid Item No. 33 — 15" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 34 — 18" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 35 — 24" Corrugated Aluminum Pipe (CAP) — Per Linear Foot Bid Item No. 36 — 30" Corrugated Aluminum Pipe (Cap) — Per Linear Foot Bid Item No. 37 — 12" x 18" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 38 — 14" x 23" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 39 — 19" x 30" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot Bid Item No. 40 — 24" x 38" Elliptical Reinforced Concrete Pipe (ERCP) — Per Linear Foot SECTION 00015 - CONCRETE CURB AND GUTTER The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 41 — Concrete Curb, Type B — Per Linear Foot Bid Item No. 42 — Concrete Curb, Type D — Per Linear Foot Bid Item No. 43 — Concrete Curb and Gutter, Type F — Per Linear Foot Bid Item No. 44 — 3' Wide Concrete Valley Gutter — Per Linear Foot Bid Item No. 45 — Pavement Repair — Per Square Yard SECTION 00016 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 46 — Concrete Sidewalk (6" Thick) — Per Square Yard 01025-25 F:\Public Works\ENGINEERING DIVISION PROJECTS \1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 SECTION 00017 — PATTERNED/TEXTURED PAVEMENT The work specified in this item shall conform to Section 523 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 47 — Colored Stamped Concrete (Inside of Roundabout) 6" Thick— Per Square Yard SECTION 00018 — DETECTABLE WARNING ON WALKING SURFACES The work specified in this item shall conform to Section 527 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 48 — Detectable Warning Surface (Sidewalk) — Per Square Foot SECTION 00019 -- FENCING The work specified in this item shall conform to Section 550 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 49 — Fencing, 4' Black Vinyl Coated Chain Link — Per Linear Foot Bid Item No. 50— Fence Gate, 4' High Black Vinyl Coated, 40' Wide Double Sliding — Per Each Bid Item No. 51 — Fence Gate, 4' High Black Vinyl Coated, 8' Wide Swing — Per Each SECTION 00020 - 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 (2014). 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, to be mowed at maximum 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 01025-26 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\4DDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 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 one year after date of final acceptance. Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months. All replacement shall meet original specifications. The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be replaced within two weeks. D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B). E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-3.6. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6.0 - 7.0. Contractor shall apply two (2) applications. The initial shall be fertilizer and the second application shall be "weed and feed". The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate. Contractor shall apply applications as per manufacturer's 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. 01025-27 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1W 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. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following is added: The contract unit price for performance turf 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 for the work specified in this item shall be made under: Bid Item No. 52 — Sod (Includes St. Augustine, Empire Zoysia Sod, and Argentina Bahia Sod - Per Lump Sum Bid Item No. 53 — Sod (Celebration Bermuda) Within Lacrosse Fields Complete — Per Square Yard Bid Item No: 54 — Seeding (Bahia) Per Square Yard SECTION 00021 — LANDSCAPE INSTALLATION The work specified in this item shall conform to Section 580 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2014). 01025-28 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facilitv\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 55 - Landscaping (Including Littoral Plantings) Complete — Per Lump Sum Bid Item No. 56 — Tree Preservation and Relocation — Per Lump Sum SECTION 00022 — IRRIGATION The work specified in this item shall conform the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 57 — Irrigation System Complete (Including Wells, Pumps, Pipes, Valves, Electric Service, Control Wiring and Sprinkler Heads) — Per Lump Sum SECTION 00023 — HIGHWAY SIGNING A. 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 58 — Chevron, R6-4 (30" x 24") — Per Each Bid Item No. 59 — "Stop" Sign, R1-1 (30" x 30") — Per Each Bid Item No. 60 — "Yield" Sign, R1-2 (30" x 30" x 30") — Per Each Bid Item No. 61 — Handicap Sign, FTP 21-06 and 22-06 — Per Each Bid Item No. 62 — Pedestrian Warning Signs, W11-2 (30" x 30") — Per Each Bid Item No. 63 — "Do Not Enter" Sign, R5-1 — Per Each Bid Item No. 64 — Directional Arrow Plaque, W16 -7P (24" x 12") — Per Each Bid Item No. 65 — One Way Arrow, R6-1 R (36" x 12") — Per Each Bid Item No. 66 — Keep Right Sign, R4-7 (24" x 30" — Per Each 01025-29 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 SECTION 00024 — ENTRY SIGN The work specified in this item shall conform the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 67 — Entry Sign (Complete per Plan Specifications and Contract Documents) — Per Each SECTION 00025 — THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS A. Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (2014), Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturer's specifications. B. All reflective pavement markers shall be 4" x 4". Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 68 — Striping, White 6" (Thermoplastic) — Per Linear Foot Bid Item No. 69 — Striping, White 6" (2' x 4' Skip) (Thermoplastic) — Per Linear Foot Bid Item No. 70 — Striping, Yellow 6" (Thermoplastic) — Per Linear Foot Bid Item No. 71 — Striping, Double Yellow 6" (Thermoplastic) — Per Linear Foot Bid Item No. 72 — Striping, Blue 6" (Handicap Parking Spaces) (Thermoplastic) — Per Linear Foot Bid Item No. 73 — Striping, Yellow 8" (Thermoplastic) — Per Linear Foot Bid Item No. 74 — Striping, White 12" (Thermoplastic) — Per Linear Foot Bid Item No. 75 — Striping, Yellow 18" (Thermoplastic) — Per Linear Foot Bid Item No. 76 — Striping, White 24" (Stop Bars) (Thermoplastic) — Per Linear Foot Bid Item No. 77 — Handicap Symbol (Thermoplastic) — Per Each Bid Item No. 78 — Left Turn Arrow (Thermoplastic) — Per Each Bid Item No. 79 — Right Turn/Through Arrow (Thermoplastic) — Per Each Bid Item No. 80 — RPM's (White/Clear) — Per Each Bid Item No. 81 — RPM's (Bid -Directional Amber) — Per Each 01025-30 F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc Technical Specifications ADDENDUM NO. 4 11/12/2014 SECTION 00026 - SITE LIGHTING The work specified in this item shall conform to the plans, specifications and contract documents. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 82 — Site Lighting (Poles, Fixtures and Wiring) (Complete per Plan Specifications and Contract Documents) — Per Lump Sum SECTION 00027 - WATER AND SEWER UTILITIES A. Water Utilities The work to be performed for all utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards Dated March, 2014. This document can be obtained at www.ircutilities.com B. Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Technical Specifications", March, 2014. This document can be obtained at www.ircutilities.com C. Earthwork and Backfill Compaction -All fill must be compacted by hand tamping from under the pipe up to the center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shoulders and 95 percent in easements, in accordance with AASHTO T-180 and D-2167. D. Ductile Iron Pipe and Fittings 1. General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: 2 All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C1IO (ANSI 21.10-87), or latest revision. All exposed aboveground fittings shall be flanged joint. 01025-31 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 3. Bell and Spigot Connections: Joints in bell and spigot pipe shall be push -on, mechanical, or restrained joints in accordance with AWWA Standard C-111 (ANSI 21.11-85), or latest revision. Mechanical joint pipe set -screw type retainer glands will not be permitted. 4. Flanged Connections: Flanged pipe with screwed -on flanges shall be furnished with long hubs, and the flanges shall be screwed on the threaded end of the pipe in the shop, and the face of the flange and end of pipe refaced together. There shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside. The back of the hub shall be caulked where the hub threads joint with the pipe. 5. Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box adjustments where needed. E. Disinfecting Potable Water Pipelines Before being placed in service, all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting Water Mains", except that the use of tablets is strictly prohibited. The procedure shall be approved by the Engineer. The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection, Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required. ITEM OF PAYMENT Payment for the work specified in this item shall be made under: Bid Item No. 83 — Sanitary Sewer Manhole (4' — 6' Depth) - Per Each Bid Item No. 84 — Sanitary Sewer Manhole (6' — 8' Depth) — Per Each Bid Item No. 85 — 8" PVC Sanitary Sewer — Per Linear Foot Bid Item No. 86 — 3" Potable Service — Per Each Bid Item No. 87 — 8" Potable Water Main with Valves and Appurtences (as indicated) — Per Linear Foot Bid Item No. 88 — Siamese Fire Truck Connection — Per Each Bid Item No. 89 — Relocate Existing Fire Hydrant (Includes 40 LF — 6" PVC Watermain — Per Each Bid Item No. 90 — Furnish and Install Fire Hydrant Assembly (Complete with 6" Gate Valve and Pipe) — Per Assembly Bid Item No. 91 — Furnish and Install 6" Double Detector Check Valve Assembly — Per Each 01025-32 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim'ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 SECTION 00028 - FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Flushing, Pressure Testing, and Disinfection of all piping systems. B. Contractor shall furnish all necessary pumps, hoses, piping, fittings, meters, gauges, chemicals and labor to conduct specified testing. C. Testing shall be repeated at the Contractor's expense until satisfactory results are achieved. D. Refer the specific chemical system specification section for additional flushing and testing procedures. 1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A. Section 1000 — Water and Sewer Utilities 1.03 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains. 1.04 SUBMITTALS A. Test Reports: Indicate results comparative to specified requirements. Submit two (2) copies of test results to Engineer in accordance with Submittal specifications. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable Florida DEP requirements for performing the work of this Section. B. Work shall conform to Indian River County Standards. PART 2 - PRODUCTS 2.01 DISINFECTION CHEMICALS A. Chemicals: The disinfecting agent shall be sodium hypochlorite solution ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301. Dry hypochlorite, similar to "HTH" or equal may also be used as the disinfecting agent. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that piping systems have been cleaned, inspected, and tested. B. Coordinate scheduling of flushing, pressure testing, and disinfection activities with tie-ins, certifications, and sequence of construction. 3.02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for conducting pressure and leakage tests 01025-33 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11135-S County Park Intergeneratiional Rec FacilitV\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 and flushing of the piping. Flushing and pressure testing shall be conducted in the following order. B. After all piping lines have been installed and before pressure testing, each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible. Contractor to provide means of discharging and disposing of water at Contractor's expense. C. Pressure testing ductile iron piping systems: 1. The test pressure for the water piping, irrigation quality water piping, and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours. Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used. Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600. 2. All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes, valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense. Tests shall be repeated until leakage has been reduced below the allowable amount. 3. In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason, modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements. 3.03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for the disinfection of all required piping systems. Disinfection shall be conducted on the following systems: 1. Water main piping and valves. B. Conform to AWWA Standards and as modified herein. C. Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D. After the disinfecting agents have been permitted to remain for the specified contact periods, the water lines, and valves shall be thoroughly flushed with 01025-34 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\ADDENDUMS\Technical Specs (SITE) - Addendum No. 4 11-12-2014.doc ADDENDUM NO. 4 11/12/2014 water until the residual chlorine tests are less than 2 PPM in each instance. The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3.04 BACTERIOLOGICAL SAMPLING A. It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping. The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems. The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B. The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations. C. Sampling must be coordinated with Engineer and other construction activities so as to minimize re -sampling. D. Contractor shall submit schedule for bacteriological testing and pressure tests. E. The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems. 3.11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements. SECTION 00029 — INTERGENERATIONAL BUILDING The work specified in this item shall conform to the plans, specifications and contract documents. This bid item includes all items shown on the plans to support the building. This includes the chiller with enclosure, entry plaza (complete with canopies and textured concrete), courtyard textured concrete, and all other items not specifically shown as a specific bid item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 101 — Construct Intergenerational Building including slab, building, doors, windows and all other items as indicated on the plan specifications and in the contract documents (complete and ready for use) — Per Lump Sum + + END OF SECTION + + 01025-35 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec FacilitV\Admim\ADDENDUMS\Technical Specs (SITE) -Addendum No. 4 11-12-2014.doc APPENDIX 'A' PERMITS Appendix A -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\APPENDIX A - Permits.doc APPL DATE 9/10/2014 INDIAN RIVER COUNTY BUILDING DIVISION 1801 27TH STREET VERO BEACH, FL 32960 PERMIT APPLICATION BUILDING COMMERCIAL PERMIT#: 2014090259 PERMIT TYPE: BC ISSUED DATE: JOB DESCRIPTION: SOUTH COUNTY INTERGENERATIONAL FACILITY JOB ADDRESS 800 20TH AV SW SOUTH COUNTY REGIONAL PARK BLOCK 0100 LOT: 00001.0 SUBDIVISION #: - ADDR NBR: 53146 FOLIO NBR: 33-39-23-00001-0100-00001.0 OWNER NAME: INDIAN RIVER COUNTY JURISDICTION: FLOOD ZONE X FLOOD ELEV: PROJECT 91090060 APPLICANT: INDIAN RIVER COUNTY DBA: SETBACKS FRONT: REAR: FCC CODE; 831 ALTERATIONS; COMMERCIAL SQFT: 0 TIFF #: ADDITIONAL INFO: JOB VALUE: $ 9,000,000. ROW NBR FLOOD MAP: 166 TYPE: OWNER CERT NBR: LEFT: #UNITS: PLAN NBR: Confirm. #: 319 BY: WWP (2X fee): N IRC E INSP AREA: JOB PHONE: JOB FAX: RIGHT: #FLOORS #BLDGS: IN ACCORDANCE WITH THE FLORIDA BUILDING CODE AND THE APPLICATION ON FILE IN THIS OFFICE, WORK MUST BE INSPECTED BEFORE BEING CONCEALED OR COVERED. NOTICE: In addition to the requirements in this permit, there may be additional restrictions applicable to this property that may be found in the public records of this county, and there may be additional permits required from other governmental entities such as water management districts, state agencies, or federal agencies. FS:553.79(10) A permit expires unless work is commenced and a "passed" inspection is obtained within 180 days after its issuance. Exception: ALL DEMOLITION PERMITS WILL EXPIRE 60 DAYS FROM ISSUE DATE. Schedule Inspections Online at: http://indianriver.clearvillageinc.com/citizenportal/PermitUl/Requestlnspections.aspx This permit issued by order of Building Official. For administrative inquiries call 772-226-1260. Owner/Contractor Date Print Name WARNING TO OWNER: YOUR FAILURE TO RECORD A NOTICE OF COMMENCEMENT MAY RESULT IN YOUR PAYING TWICE FOR IMPROVEMENTS TO YOUR PROPERTY. IF YOU INTEND TO OBTAIN FINANCING CONSULT WITH YOUR LENDER OR AN ATTORNEY BEFORE RECORDING YOUR NOTICE OF COMMENCEMENT. 105.6 Suspension or revocation. The Building Official is authorized to suspend or revoke a permit issued under the provisions of this code wherever the permit is issued in error or on the basis of incorrect, inaccurate or incomplete information, or in violation of any ordiance or regulation or any of the provisions of this code. Engineering reserves the right to modify the original permitted conditions as needed at any time prior to final acceptance in order to comply with Indian River County Ordinances. CDPR2020 Official Receipt - Indian River County CDPR103 - Official Receipt Trans Number Date Post Date Payment Slip Nbr 2014090545 9/10/2014 3:48:45 PM 9/10/2014 PT 2014090259 Address: 800 20TH AV SW SOUTH COUNTY REGIONAL PARK Owner: INDIAN RIVER COUNTY COA #: Permit Type: BC Job Desc: SOUTH COUNTY INTERGENERATIONAL FACILITY Applicant: INDIAN RIVER COUNTY DBA: Swr Meter: Wtr Meter: Payor: Fee Information Fee Code Description GL Account Amount Waived PAPPL APPLICATION FEE - 75 OR 200 1-441032-322010 $200.00 YES Total Payments $0.00 Payment Code Account/Check Number Amount Memo: Total Cash Total Non Cash Total Paid $0.00 $0.00 $0.00 Cashier/location: BLD12 / 1 User:BLD12 Indian River County CD -Plus for Windows 95/98/NT/2000/XP Printed: 9/10/2014 3:48:48 PM August 21, 2014 John M. Boyer, P.E. Masteller & Moler, Inc. 1655 27th Street, Suite 2 Vero Beach FL 32960 INDIAN RIVER COUNTY COMMUNITY DEVELOPMENT DEPARTMENT 1801 27th Street, Vero Beach FL 32960 772-226-1237 / 772-978-1806 fax www.iregov.com RE: Indian River County Intergenerational Recreation Facility Site Plan Approval [SP -MA -14-06-16 / 91090060-723121 Dear Mr. Boyer: At its regular meeting of August 14, 2014, the Planning and Zoning Commission approved the above -referenced major site plan application by a vote of 5 - 0. Those actions approve the construction of a 37,753 square foot recreation facility and associated site improvements to be located at 1590 9th Street SW (Oslo Road), with the following conditions: 1. Prior to site plan release, the applicant shall submit all required jurisdictional permits to planning staff as follows: a. Indian River County Initial/Final Concurrency Indian River County Land Clearing Permit ge " Indian River County Tree Removal Permit Indian River County Type "A" Stormwater Permit -e St. John River Water Management Environmental Resource Permit Florida Department of Environmental Protection Water Main Extension Permit Florida Department of Environmental Protection Sewer Main Extension Permit 2. Prior to the issuance of land clearing and tree removal permits, the applicant shall: a. Submit a formal gopher tortoise assessment to Environmental Planning staff; and b. Comply with any requirements determined by the Florida Fish and Wildlife Conservation Commission (FWC) as a result of the study. 3. Prior to issuance of Certificate of Occupancy (C.O.), all required landscape improvements shall be installed in accordance with the approved landscape plan. Upon satisfaction of the approval conditions, the applicant shall provide, in writing, the intent to begin construction and arrange an appointment with a current development division staff member to release the approved plan. F:\Community Development\CurDev\P&Z\2014\IRClntergenRecFacilityPZCappltr.docx 1 Please be advised that site plan approval shall terminate and become null and void without notice if construction has not commenced within 24 months from the date of approval. Site plan approval may be extended one time only for good cause by the Board of County Commissioners for a period not to exceed 12 months. Construction shall be considered abandoned and site plan approval shall be terminated if a good faith effort to proceed with the completion of the project has not occurred for a continuous period of 6 months. Be advised that the Planning Depattalent may request that a Code Enforcement Officer may conduct periodic inspections to ensure the project is being completed in accordance with the approved site plan. Prior to obtaining a certificate of occupancy for this project, the applicant shall schedule a final inspection through the planning department by following the attached procedural checklist. Ryan Sweeney Senior Planner, Current Development Attachment: Site Plan CO Checklist cc: Stan Boling, AICP (via e-mail) John W. McCoy, AICP (via e-mail) Vincent Burke, P.E. (via e-mail) John King (via e-mail) Arjuna Weragoda, P.E. (via e-mail) Chris Mora, P.E. (via e-mail) Chris Kafer, P.E. (via e-mail) Beth Powell (via e-mail) Davis W. Schryver, P.S.M. (via e-mail) David Hays, P.E. (via e-mail) Todd Tardif (via e-mail) Jeanne Bresett (via e-mail) Jesse Roland (via e-mail) Roland M. DeBlois, AICP (via e-mail) Environmental Health (via e-mail) Lt, Peggy Parmenter (via e-mail) David Taylor, P.S.M. (via e-mail) F:\Community Development\CurDev\P&Z\2014URCIntergenRecFacilityPZCappltr.docx 2 Community Development Department County Administration Building 1801 27th Street, Building "A" Vero Beach FL 32960 SITE PLAN PROJECTS CERTIFICATE OF OCCUPANCY CHECKLIST This Covers Project Site Work NOT Included in Building Dept's Final Inspection To request site work inspections and approval for Certificate of Occupancy, applicant must submit to Maria Bowdren in the Planning Division — 1st Floor (226-1242): (a) Certification Letter sealed by Architect or Engineer of Record stating site has been completed in conformance with approved site plan. MUST INCLUDE: Address, Project #, Site Plan # and all Building Permit #'s. (b) Landscape Certification Letter from landscape provider or landscape architect certifying that landscape material is Florida #1 or better quality and when last inspected. If mitigation trees are required, the certification letter must include the number and location of the mitigation trees. II. Applicant must submit to County Engineering Department — 1st Floor (226-1283): (a) Certification Letter sealed by Architect or Engineer of Record stating site has been completed in conformance with approved site plan. (b) One as -built site plan. III. Applicant must submit to Donna Starck in County Solid Waste Disposal District (SWDD) (226- 1300): (a) One construction floor plan, signed and sealed. (include building square footages) (b) One site plan, signed and sealed. (c) Solid waste fee payment. (set by SWDD at time of submittal) IV, Other departments involved that you may need to contact after inspections are made include: (a) Environmental Health Department: (794-7440). (b) Utilities: Mike Hotchkiss (226-1821), Gordon Sparks (226-1823), Jesse Roland (226- 1636). Note: F.D.E.P. water/sewer Iine certifications may be needed before Utilities will clear the project for Certificate of Occupancy. (c) Traffic Engineering, Maya Miller (226-1637). (d) Fire Prevention: 226-1880 (Lt. Rich Marini, Lt. Peggy Parmenter, Lt. John Duran, and Lt. Sandra Seeley) j* Needed] - SL Johns River WaterManagement District, Pahn Bay Office (321-984- 4940) F:\Community Dovclopment\FORMS\curdev\CO checklist.doc (e) September 5, 2014 Indian River County Engineering Division 1801 27th Street, Building A Vero Beach, Florida 32960 Board of County Commissioners Engineering Division 180127th Street Vero Beach, Florida 32960-3388 Telephone: (772) 226-1283 Fax: (772) 778-9391 Attention: Mr. Christopher J. Kafer, Jr., P.E., County Engineer Subject: Acknowledgement of SWMS Permit Conditions for South County Regional Park, Intergenerational Recreation Center Reference: SWMS Permit No. 91090060-72599 SP -MA -14-06-16 / 91090060-72312 Dear Mr. Kafer: As Permittee for this project, your signature is an acknowledgement that you will ensure construction will be administered in accordance with permit conditions, standards and specifications. Please sign below that you have read and understand the conditions of the above referenced permits dated September 5, 2014. Please remit the signed copy back to the Indian River County Engineering Department for release of the permit. Indicate handling preference below for the permits and Illicit Discharge Sign. Permit 17,5 pick up by (please print) Illicit Discharge Sign Signa -,) r . or Mail out ❑ Printed Name or Pick up at later date ❑ If you have any questions, please call me at 772-226-1596. Sincerely, David A. Hays, P.E., CFM Land Development Manager Date 9-/ September 5, 2014 Indian River County Engineering Division 1801 27th Street, Building A Vero Beach, Florida 32960 Board of County Commissioners Engineering Division 1801 27th Street Vero Beach, Florida 32960-3388 Telephone: (772) 226-1283 Fax: (772) 778-9391 Attention: Mr. Christopher J. Kafer, Jr., P.E., County Engineer Subject: Approval of Type A Stormwater Management System Permit No. 91090060- 72599 for South County Regional Park, Intergenerational Recreation Center Reference: SP -MA -14-06-16 / 91090060-72312 Dear Mr. Kafer: This letter shall serve as the Type A Stormwater Management System (SWMS) Permit for the subject project. All activities shall be implemented as set forth in the plans, specifications, and performance criteria as provided by this permit or any other permit issued by the County or other agencies. In the event of a conflict between these permit conditions and the conditions of any other permit, the most stringent permit condition shall govern. The following drawings signed and sealed July 21, 2014 are approved for the construction of the stormwater management system in conjunction with the August 14, 2014 Planning and Commission approval: 1. Sheet C01: 2. Sheets C05, 06, 10: 3. Sheets 008, 09: 4. Sheet C12: Site Plan Drainage and Utility Plan Paving and Grading Plan Details General Conditions: 1. Any proposed changes to the approved plans must be approved prior to initiating any change in construction. This includes material changes such as type of drainage pipe, etc. 2. This permit approval does not relieve the engineer or contractor of responsibilities or conditions expressed or otherwise intended by any other local, State or Federal Agency. Permittee agrees to hold Indian River County harmless for any construction activities authorized by this permit. 3. By acceptance of this permit, Indian River County is granted the right to enter onto the project site to make inspections, and perform tests or other duties related to the permitted construction activities. Permittee shall employ inspection services necessary for certification of construction conformance with this permit. F:\Engineering\Stormwater Permits\South County Park\Intergenerational Recreation Facility\SWMS Permit.doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 2 4. The permittee is responsible for administering the construction contract in accordance with this permit. If the permittee fails to comply with any part of this permit or any other permit issued for this project by any regulatory authority, Indian River County may at its sole discretion, shut down the project site until said permit condition is complied with. A Cease and Desist Orderwill be issued by the County Administrator or his designee, and served in an appropriate manner to the permittee or the permittee's agent. Under no circumstances shall work proceed when a Cease and Desist Order has been issued until said Order has been withdrawn in writing, by Indian River County. If a Cease and Desist Order is issued, Indian River County at its sole discretion, may take other action against the permittee and the permittee's agent(s) for the project. 5. A copy of the approved plans and this permit must be on site during construction. 11. Inspections: 1. A pre -construction meeting with Engineering Division staff is required. The Engineer of Record (EOR) shall coordinate and contact the Engineering Division at dwittenberqAircgov.com, (772) 226-1622 or 226-1283 to schedule the pre -construction meeting. Failure to conduct such meeting may result in the issuance of a Cease and Desist Order by the County. It may be necessary to have other County representatives or agency personnel at the meeting. 2. The respective Indian River County departments shall be notified** in writing, or by telephone, of the commencement and completion of the following items of construction so that an immediate inspection can be performed to ensure construction in conformance with said approved construction plans and specifications and the requirements of Chapter914. If the County notifies the developer that no County inspector is available to inspect within forty- eight (48) hours of an inspection request, and if a delay in inspection would cause a delay in the project, then this requirement may be met by submission of a certificate from the EOR that all construction was completed, in accordance with this permit along with field inspection reports. Prior to requesting an inspection by County personnel, the EOR shall have inspected and approved the construction of each item. Backfilling of the storm sewer system or covering any unapproved item of inspection is prohibited and may result in requiring the contractor to uncover the item for inspection and approval. A) Stabilized subgrade (Public Works Department); B) Base (Public Works Department); C) Surface course (Public Works Department); D) Storm sewer (Public Works Department); **The failure to notify the respective departments of the commencement and completion of the construction of such items shall be good cause to refuse to issue a Certificate of Occupancy (C.0) or equivalent. The CO may not be issued until further investigation is conducted to verify compliance with the permit and a certification letter is provided by a testing laboratory stating that the improvements have been constructed in accordance with the approved plans and specifications [914.12(3)(C)]. 3. To request an inspection, email Dan Wittenberg at dwittenberg(a ircgov.com or call (772) 226-1622 or 226-1283, state the location of the inspection, the type and the time requested. Leave a contact number for confirmation or any further coordination. F:\Engineering\Stormwater Permits\South County Park\Intergenerational Recreation Facility\SWMS Permit.doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 3 4. The County shall be notified to inspect all storm sewer pipes on site prior to installation. Failure to call for such inspection may result in the contractor/applicant unearthing any covered pipe for inspection. 5. Prior to requesting final inspection from the County, the EOR shall inspect the project and insure all punch list items have been completed. The following items shall be provided; inspection reports, testing reports, certification letter, Record Drawings (the stormwater management tract(s) shall be cross-sectioned and certified by the Engineer of Record) and other pertinent closeout information. Prior to Engineering release, all items must be completed along with certification of construction in accordance with the approved Stormwater Management System permit drawings. III. Erosion Control: 1. Activities approved by this permit shall be conducted in a manner which does not cause pollution as defined below: A) "Pollution" is 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 or 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. Florida Statutes Ch. 403.031(7). Pollutants to be removed include but are not limited to: excessive dust, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, construction chemicals, and construction debris. B) Pollution with Respect to Sediment and Suspended Solids — A water body (including ditches and canals) is defined to be polluted with respect to sediment and suspended solids when at any time, the turbidity of the water immediately downstream of the permittee's discharge point(s) is at least 29 nephelometric turbidity units (NTU's) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of discharged water cannot exceed the turbidity of the immediate receiving water. Indian River County reserves the right to measure the turbidity of the receiving water prior to construction and to use that value at its sole discretion, as the background turbidity value for the receiving water. C) Uncontestable Pollution Event — The discharge from a construction site or work area is defined to be polluted whenever any of the following is present in the discharge water: i. Hazardous waste or hazardous materials in any quantity, ii. Any petroleum product or by-product in any quantity, iii. Any chemical in any quantity, or iv. Concentrated pollutants. Paragraphs (B) and (C) above do not in any way, limit the types of conditions in which pollution may be determined to occur. F:\Engineering\Stormwater Permits\South County Park\Intergenerational Recreation Facility\SWMS Permit.doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 4 2. The permittee is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area (see attached Permittee's Affidavit Regarding Pollution dated May 13, 2014) [930.08(1)(e)]. In addition to taking its own actions and remedies against the permittee for a permit violation, Indian River County will report each violation to St. Johns River Water Management District, Florida Department of Environmental Protection, Indian River Farms Water Control District (or other Florida Statute Chapter 298 Drainage District, as appropriate), Indian River County Code Enforcement, and other pertinent regulatory or enforcement agencies. No construction work shall begin until the pollution control and treatment system have been constructed in accordance with approved permits and plans. 3. A copy of the Stormwater Pollution Prevention Plan (SWPPP) must be available on site during construction. Any necessary change to the SWPPP shall be agreed upon with the County prior to implementing such change. 4. An `Illicit Discharge Sign' shall be installed and remain posted continuously during construction activities. The sign may be obtained from the Indian River County Public Works Department or Stormwater Division. Permit Expiration: The expiration date shall be concurrent with the Site Plan expiration date of August 14, 2016 at 5:00 p.m. as conditioned by such approval. Any permit extension must be requested and approved in writing by the IRC Engineering Division. Please do not hesitate to contact me at (772) 226-1596, if you have any questions. David A. Hays, P.E., CFM Land Development Manager DAH/dac cc: Chris Mora, P.E., Director Public Works via e-mail David A. Hays, P.E., C.F.M., Land Development Manager Daniel Wittenberg, Engineering Inspection Supervisor Keith McCully, P.E., Stormwater Engineer John W. McCoy, AICP, Chief, Current Development Maria Bowdren, Planning Staff Assistant III Todd Tardif, Senior Stormwater Inspector John M. Boyer, P.E., Masteller & Moler, Inc F:\Engineering\Stormwater Permits\South County Park\]ntergenerational Recreation Facility\SWMS Permit.doc NOTICE OF PERMITTING REQUIREMENTS ILLICIT DISCHARGE SIGN INSTALL SIGN AT START OF CONSTRUCTION An `Illicit Discharge Sign' shall be installed in front of the project site in a location clearly visible to the public and remain posted continuously during construction activities, in accordance with Indian River County ordinance. Upon issuance of the Stormwater Management System Permit, the sign will be made available for pickup in the Public Works — Engineering Division with the permit. For any questions regarding the use, installation, maintenance, purchase or removal of sign, please contact the Stormwater Division at 772-226-1379 or 226-1562. If said sign is damaged or stolen, Permittee shall immediately purchase a replacement sign from the County at cost and install it at the project site. Replacement signs may only be purchased and obtained from the Stormwater Division located in the Public Works, Engineering Division at 1801 27th Street, Building A, Vero Beach, Florida 32960. PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project (list project name and site address: IRC Intergenerational Recreation Center, 1590 9th Street SW (Oslo Road) 32962 STATE OF COUNTY OF Personally before me the undersigned authority, appeared Christopher J. Kafer, Jr., PE , who upon oath duly administered, stated as follows: 1. This sworn statement is submitted by the PERMITTEE, Indian River County Board of County Commissioners whose business address is 1801 27th Street Vero Beach, FL 32960 and (if applicable) its Federal Identification No.(FEIN) is 2. My name is Christopher J. Kafer, Jr., PE and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. Permittee understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable: (a) The 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) All other permits required for this project not specifically listed herein, and (e) All Codes and Ordinances of Indian River County. 4. Permittee understands 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 C:\Documents and Settings\sjohsno\Local Settings\Temporary Internet Files\Content.Outlook\GXPO96XI\Permittee Affidavit Regarding Pollution.doc Revised 1/10/11 Page 1 of 3 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. Permittee understands that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit. 6. Permittee understands 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. Permittee understands that this requirement is for this project regardless of the project size. 7. Permittee understands 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. Permittee 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 Permittee shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Permittee shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Permittee 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 "Permittee's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Permittee is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. C:\Documents and Settings\sjohsno\Local Settings\Temporary Internet Files\Content.Outlook\GXPO96XI\Permittee Affidavit Regarding Pollution.doc Revised 1/10/11 Page 2 of 3 Under penalty of perjury, Permittee declares that it has read the foregoing affidavit and the facts stated in it are true. FURTHER AFFIANT SAYETH NAUGHT Permittee: Indian River •unt Boar• • Co t Com' i 'oners Authorized Signature: signin7 ner,s Printed Name: Christo er J. Kafer, Jr/PE Letter of Authorization to Sign from Owner) Date: /,/ The foregoing instrument was subscribed and sworn to before me this day of 20_ by who is personally known to me or has produced as Identification and who did take oath. Notary Public My Commission expires: C:\Documents and Settings\sjohsno\Local Settings\Temporary Internet Files\Content.Outlook\GXP096XI\Permittee Affidavit Regarding Poliution.doc Revised 1/10/11 Page 3 of 3 INDIAN RIVER COUNTY ENGINEERING DIVISION 1801 27TH STREET VERO BEACH, FL 32960-3365 772-226-1597 PERMIT Confirm. #: 788 ROW SITE PLAN PERMIT #: 2014060110 PERMIT TYPE: ROWSP ISSUED DATE: 09/05/2014 BY: PW308 JOB DESCRIPTION: CONSTRUCTION OF DRIVEWAY, SIDEWALKS, CURB, & UTILITIES TO SUPPORT PROPOSED DE JOB ADDRESS 800 20TH AV SW SOUTH COUNTY REGIONAL PARK BLOCK 0100 LOT: 00001.0 SUBDIVISION #: - ADDR NBR: 53146 FOLIO NBR: 33-39-23-00001-0100-00001.0 WWP (2X fee): N OWNER NAME: INDIAN RIVER COUNTY JURISDICTION: IRC PROJECT 91090060 APPLICANT: IRC INTER -GENERATIONAL REC. CTR TYPE: OWNER JOB PHONE: 772-226-1221 DBA: CERT NBR JOB FAX: FLOOD ZONE X FLOOD ELEV: FLOOD MAP 166E OPEN CUT: LANES: BOND AMOUNT: ADDITIONAL INFO: PERMIT EXPIRES WITH SITE PLAN 72 HOUR NOTIFICATION REQUIRED PRIOR TO BEGINNING WORK IN INDIAN RIVER COUNTY RIGHT-OF-WAY. MAINTENANCE OF TRAFFIC PER ATTACHED PLAN. SPECIAL CONDITIONS AND ADDITIONAL ITEMS ATTACHED. INSPECTION CODE DATE INITIALS APPR DISAPPR COMMENTS (As Applicable) STAKE & GRADE 801 / / PRE -POUR DRIVE/SIDE 802 / / OTHER 803 / /_ ROW FINAL 899 _//_ DISPLAY ON JOB SITE This permit is subject to attached conditions. For information regarding this permit, contact the Indian River County Engineering Division at (772) 226-1283. Schedule Inspections Online at: http://www.irccdd.com/Building_Division/Online_Permitting.htm This permit is based upon information supplied on the application. Insufficient or erroneous information does not relieve the applicant of any future requirements that may be imposed to comply with Indian River County Ordinances. Engineering reserves the right to modify the original permitted conditions as needed at any time prior to final acceptance in order to comply with Indian River County Ordinances. CDPR2020ROW PERMIT #: JOB DESCRIPTION: PROJECT JOB ADDRESS BLOCK FOLIO NBR: APPLICANT: DBA: INDIAN RIVER COUNTY BUILDING DEPARTMENT LOT: 1801 27TH STREET VERO BEACH, FL 32960 INSPECTION CARD PERMIT TYPE: ISSUED DATE: SUBDIVISION #: - OWNER NAME: TYPE: CERT NBR: JURISDICTION: BY: CONTACT PHONE THIS CARD MUST BE POSTED IN A CONSPICUOUS PLACE AND PROTECTED UNTIL THE PERMIT HAS BEEN FINALED. *THIS BUILDING CANNOT BE OCCUPIED UNITL A "CERTIFICATE OF OCCUPANCY" HAS BEEN OBTAINED FROM THE BUILDING OFFICIAL. Schedule Inspections Online at: http://indianriver.clearvillageinc.com/citizen portal/PermitUI/RequestInspections.aspx or call 772-226-1260. A permit expires if work has not commenced within six(6) months of being issued or if there is no "Passed" inspection activity for a period of six(6) months per Florida Building Code requirements. Exception: ALL REQ DESCRIPTION REQ DESCRIPTION WARNING TO OWNER: YOUR FAILURE TO RECORD A NOTICE OF COMMENCEMENT MAY RESULT IN YOUR PAYING TWICE FOR IMPROVEMENTS TO YOUR PROPERTY. IF YOU INTEND TO OBTAIN FINANCING, CONSULT WITH YOUR LENDER OR AN ATTORNEY BEFORE RECORDING YOUR NOTICE OF COMMENCEMENT. CDPR2022 DATE /f v f "l INDIAN RIVER COUNTY RIGHT-OF-WAY REVIEW/PERMIT APPLICATION R.O.W. PERMIT NO. 07_6 APPLICANT Indian River County c/o Christopher J. Kafer, Jr., PE 772-226-1221 NAME PHONE 1801 27th Street, Vero Beach, FL 32960 ADDRESS CONTRACTOR To Be Determined 772-226-1221 NAME EMERGENCY PHONE NO. (REQUIRED) ADDRESS OFFICE PHONE N LOCATION OF WORK 1590 9th Street SW (Oslo Road) STREET ADDRESS 0 00001.0 010 00001 LOT BLOCK SUBDIVISION UNIT DESCRIPTION OF WORK Construction of driveway, sidewalks, curb, and utilities to support proposed development ,; RAFi :C EN ' E 1NG INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION LAND DEVELOPMENT I MAINTENANCE OF TR:FFIC R ' UTILITY ONE) RESIDENTIAL TYPE O ORMWATER REVIEW: (CIRCLE ONE) CONSTRUCTION TYPE: ✓ DRIVEWAY* STREET PAVING ✓ SIDEWALKS/CURBS ✓ RIGHT-OF-WAY SANITARY SEWER YES (NO) PRIVATE CABLE TV UNDERGROUND ELECTRICITY OVERHEAD TELEPHONE STORM DRAINAGE WATER SYSTEMS CLEARING OTHER NOTE: 1. Detailed drawings shall be submitted with each application. 2. This permit is issued subject to all conditions on reverse side of this application. 3. A signature by the contractor shall be construed as making the contractor personally liable for all permit conditions unless contractor attached written proof of authorization to act on behalf of the applicant. 4. All work is subject to final inspection by Engineering Division. Call 772-226-1283 to schedule inspections for an • -rmjssued after Janu-ry 1, 2003. /1 LICANT 'f/'"� TRA/ I R URE NAME (P 'ASE PRINT) N/A - PERMIT FEE $ 1,►i 1 V Efl ISSUING OFFICE DATE ISSUED ` S EXPIRATION DATEG.< riEt,G)il OFFICE USE ONLY NOTES: F:1Engineering\FORMS Land Development Section\ROW ADPL Revised 050313.doc Page 1 of 3 RIGHT-OF-WAY CONDITIONS 1. Applicant shall not begin construction of any kind in the County right-of-way prior to application and issuance of a valid permit by the Department of Public works. 2. Any areas disturbed in the County right-of-way must be restored by applicant to a condition equal to or better than existing just prior to construction, including but not limited to compaction, grading, paving, seeding mulching and sodding, etc., as the case my be. The quality of construction, materials, and workmanship shall be in accordance with County standards. 3. *Applicant shall notify the Engineering Division at least 48 hours prior to the placement of concrete, paving of asphalt, installation of culverts, or backfilling of trenches, so that the County may inspect installations as necessary. Applicant shall further notify the County in writing of its request for final inspection and approval at the completion of the permitted activity. 4. This permit shall EXPIRE WITH THE ASSOCIATED LAND DEVELOPMENT OR SITE PLAN PERMIT unless otherwise stated in writing on the face of this permit by an authorized representative of the Engineering Division. 5. The applicant shall assume the responsibility for all maintenance, replacement or removal of any right- of-way improvement authorized by this permit; and applicant further agrees by acceptance of this permit to indemnify and save harmless the county, its officers, employees, or agents, from any damages, claims, causes of actions, or losses whether for personal injury, Toss of life or property damage, arising from the actions or omissions of applicant, its officers, agents, or employees, associated with the placement, maintenance or removal of installations authorized by this permit. The applicant agrees to use all reasonable care under the given circumstances to assure that members of the traveling public are not unreasonably inconvenienced nor endangered by the activities conducted hereunder, including the use of reflectorized barriers, warning signals, flagmen or other prudent measures as described in the Manual on Uniform Traffic Control Devices, (MUTCD), 2000 Edition, published by US Department of Transportation, Federal Highway Administration. 6. The validity of this permit is contingent upon applicant obtaining necessary permits from any other agencies having jurisdiction. Issuance of this permit does not relieve applicant of liability for trespass to private property. 7. This permit shall be considered a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title, or interest of the Count in the subject right-of-way property. 8. Applicant agrees to remove or alter such installations without objection or cost to the County as the County may direct, at any time and within a reasonable time after receipt of direction by the County Engineer or his authorized representative. 9. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such installations, and shall coordinate construction with all lawful users of said fight -of -way. Applicant shall be liable in every manner for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users. 10. *In cases where a concrete driveway is to extend to a paved road, that portion of the driveway from property line to edge of the road pavement shall be a minimum thickness of four inches for residential, local roads only, all others will be six inches, as specified in Chapter 312.19(2B) of the County Right -of - Way Ordinance. If road is unpaved concrete/asphalt driveway shall not extend beyond the property line. F.1FngineeringiFOPMS Land Development Sec!ion\.ROW APDL Revised 050313.doc Page 2 of 3 INDIAN RIVER COUNTY RIGHT-OF-WAY INFORMATION & FEE SCHEDULE PERMIT/REVIEW TYPE STORMWATER TYPE C SINGLE FAMILY ROW & DRAINAGE REVIEW (PRIVATE) SINGLE FAMILY ROW & DRAINAGE REVIEW/PERMIT (PUBLIC) UTILITY ROW PERMIT LAND DEVELOPMENT ROW PERMIT COMMERCIAL ROW PERMIT FEE $100.00 $ 45.00 $ 75.00 $ 350.00 $ 550.00 $300.00 ADDITIONAL FEES RE -INSPECTION AFTER 2 SITE VISITS — (CHARGED @ AN HOURLY RATE) PLAN REVIEW AFTER 3rd RESUBMITTAL — (CHARGED @ AN HOURLY RATE) F:\En. gineering ORAS Land Development Sec ion\ROL'V APPL Revised 050313,doc Page 3 of 3 September 5, 2014 Indian River County Engineering Division 1801 27th Street, Building A Vero Beach, Florida 32960 Board of County Commissioners Engineering Division 180127th Street Vero Beach, Florida 32960-3388 Telephone: (772) 226-1283 Fax: (772) 778-9391 Attention: Mr. Christopher J. Kafer, Jr., P.E., County Engineer Subject: Approval of Type A Stormwater Management System Permit No. 91090060- 72599 for South County Regional Park, Intergenerational Recreation Center Reference: SP -MA -14-06-16 / 91090060-72312 Dear Mr. Kafer: This letter shall serve as the Type A Stormwater Management System (SWMS) Permit for the subject project. All activities shall be implemented as set forth in the plans, specifications, and performance criteria as provided by this permit or any other permit issued by the County or other agencies. In the event of a conflict between these permit conditions and the conditions of any other permit, the most stringent permit condition shall govern. The following drawings signed and sealed July 21, 2014 are approved for the construction of the stormwater management system in conjunction with the August 14, 2014 Planning and Commission approval: 1. Sheet C01: 2. Sheets C05, 06, 10: 3. Sheets C08, 09: 4. Sheet C12: Site Plan Drainage and Utility Plan Paving and Grading Plan Details General Conditions: 1, Any proposed changes to the approved plans must be approved prior to initiating any change in construction. This includes material changes such as type of drainage pipe, etc. 2. This permit approval does not relieve the engineer or contractor of responsibilities or conditions expressed or otherwise intended by any other local, State or Federal Agency. Permittee agrees to hold Indian River County harmless for any construction activities authorized by this permit. 3. By acceptance of this permit, Indian River County is granted the right to enter onto the project site to make inspections, and perform tests or other duties related to the permitted construction activities. Permittee shall employ inspection services necessary for certification of construction conformance with this permit. F:\Engineering\Stormwatcr Permits\Soulh County Park\lntergenerational Recreation Facility\SWMS Permit.doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 4. The permittee is responsible for administering the construction contract in accordance with this permit. If the permittee fails to comply with any part of this permit or any other permit issued for this project by any regulatory authority, Indian River County may at its sole discretion, shut down the project site until said permit condition is complied with. A Cease and Desist Order will be issued by the County Administrator or his designee, and served in an appropriate manner to the permittee or the permittee's agent. Under no circumstances shall work proceed when a Cease and Desist Order has been issued until said Order has been withdrawn in writing, by Indian River County. If a Cease and Desist Order is issued, Indian River County at its sole discretion, may take other action against the permittee and the permittee's agent(s) for the project. 5. A copy of the approved plans and this permit must be on site during construction. 11. Inspections: 1. A pre -construction meeting with Engineering Division staff is required. The Engineer of Record (EOR) shall coordinate and contact the Engineering Division at dwittenberq(c�ircoov.com, (772) 226-1622 or 226-1283 to schedule the pre -construction meeting. Failure to conduct such meeting may result in the issuance of a Cease and Desist Order by the County. it may be necessary to have other County representatives or agency personnel at the meeting. 2. The respective Indian River County departments shall be notified** in writing, or by telephone, of the commencement and completion of the following items of construction so that an immediate inspection can be performed to ensure construction in conformance with said approved construction plans and specifications and the requirements of Chapter 914. If the County notifies the developer that no County inspector is available to inspect within forty- eight (48) hours of an inspection request, and if a delay in inspection would cause a delay in the project, then this requirement may be met by submission of a certificate from the EOR that all construction was completed, in accordance with this permit along with field inspection reports. Prior to requesting an inspection by County personnel, the EOR shall have inspected and approved the construction of each item. Backfilling of the storm sewer system or covering any unapproved item of inspection is prohibited and may result in requiring the contractor to uncover the item for inspection and approval. A) Stabilized subgrade (Public Works Department); 13) Base (Public Works Department); C) Surface course (Public Works Department); D) Storm sewer (Public Works Department); **The failure to notify the respective departments of the commencement and completion of the construction of such items shall be good cause to refuse to issue a Certificate of Occupancy (C.0) or equivalent. The CO may not be issued until further investigation is conducted to verify compliance with the permit and a certification letter is provided by a testing laboratory stating that the improvements have been constructed in accordance with the approved plans and specifications [914.12(3)(C)]. 3. To request an inspection, email Dan Wittenberg at dwittenberq(a7ircgov.com or call (772) 226-1622 or 226-1283, state the location of the inspection, the type and the time requested. Leave a contact number for confirmation or any further coordination. F:\Engineering\Stonnwater Permits\South County Park\lntergcnemtional Recreation Facility\SWMS Permit.doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 3 4. The County shall be notified to inspect all storm sewer pipes on site prior to installation. Failure to call for such inspection may result in the contractor/applicant unearthing any covered pipe for inspection. 5. Prior to requesting final inspection from the County, the EOR shall inspect the project and insure all punch list items have been completed. The following items shall be provided; inspection reports, testing reports, certification letter, Record Drawings (the stormwater management tract(s) shall be cross-sectioned and certified by the Engineer of Record) and other pertinent closeout information. Prior to Engineering release, all items must be completed along with certification of construction in accordance with the approved Stormwater Management System permit drawings. 111. Erosion Control: 1. Activities approved by this permit shall be conducted in a manner which does not cause pollution as defined below: A) "Pollution" is 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 or 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. Florida Statutes Ch. 403.031(7). Pollutants to be removed include but are not limited to: excessive dust, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, construction chemicals, and construction debris. B) Pollution with Respect to Sediment and Suspended Solids — A water body (including ditches and canals) is defined to be polluted with respect to sediment and suspended solids when at any time, the turbidity of the water immediately downstream of the permittee's discharge point(s) is at least 29 nephelometric turbidity units (NTU's) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of discharged water cannot exceed the turbidity of the immediate receiving water. Indian River County reserves the right to measure the turbidity of the receiving water prior to construction and to use that value at its sole discretion, as the background turbidity value for the receiving water. C) Uncontestable Pollution Event — The discharge from a construction site or work area is defined to be polluted whenever any of the following is present in the discharge water: i. Hazardous waste or hazardous materials in any quantity, fi. Any petroleum product or by-product in any quantity, iii. Any chemical in any quantity, or iv. Concentrated pollutants. Paragraphs (B) and (C) above do not in any way, limit the types of conditions in which pollution may be determined to occur. F:\>rneineering\Stomnvater hermits\South County Park\[ntergenerationul Recreation Facility\SWMS Permit,doc Mr. Christopher J. Kafer, Jr., P.E. 91090060-72599 September 5, 2014 4 2. The permittee is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area (see attached Permittee's Affidavit Regarding Pollution dated May 13, 2014) [930.08(1)(e)]. In addition to taking its own actions and remedies against the permittee for a permit violation, Indian River County will report each violation to St. Johns River Water Management District, Florida Department of Environmental Protection, Indian River Farms Water Control District (or other Florida Statute Chapter 298 Drainage District, as appropriate), Indian River County Code Enforcement, and other pertinent regulatory or enforcement agencies. No construction work shall begin until the pollution control and treatment system have been constructed in accordance with approved permits and plans. 3. A copy of the Stormwater Pollution Prevention Plan (SWPPP) must be available on site during construction. Any necessary change to the SWPPP shall be agreed upon with the County prior to implementing such change. 4. An 'Illicit Discharge Sign' shall be installed and remain posted continuously during construction activities. The sign may be obtained from the Indian River County Public Works Department or Stormwater Division. Permit Expiration: The expiration date shall be concurrent with the Site Plan expiration date of August 14, 2016 at 5:00 p.m. as conditioned by such approval. Any permit extension must be requested and approved in writing by the IRC Engineering Division. Please do not hesitate to contact me at (772) 226-1596, if you have any questions. Sincerely David A. Hays, P.E., CFM Land Development Manager DAH/dac cc: Chris Mora, P.E., Director Public Works via e-mail David A. Hays, P.E., C.F.M., Land Development Manager Daniel Wittenberg, Engineering Inspection Supervisor Keith McCully, P.E., Stormwater Engineer John W. McCoy, AICP, Chief, Current Development Maria Bowdren, Planning Staff Assistant III Todd Tardif, Senior Stormwater Inspector John M. Boyer, P.E., Masteller & Maier, Inc F:\Engineering\Stormwaier Permits\South County Pari dlntergenerational Recreation Facility\SW MS Perrnit.doc RM(TTII G REQUIREMEN: =_An =`^^licit Discharge=Sign' ahalf._bre ;installed iri fron .0 the;project_ =side In a Iocat on clearly_ visible to the public__and rerribinposted cor tinuousty__during__construction activities :iri_ accordance -with -:Indian; County ord!nance::::= ntSystem ermit; tliesign _wil irks=_=°Engineering_-Division:": tbe.useinstallation, = ease: contact-the-_Stormwater said`sign _lis damaged or stolen ;Permittee =shall_ immediate lacement sign- rom- ounty at cost_and instalLit-at the eplacerient=signs_may'orily -e ase =and.obtained=from:t tormwater_ Division=located inthe-:Public Works Engineering 0 0'I 27th Street, Building A, Vero:Beach Florida: _32960 `° PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project (list project name and site address: IRC Intergenerational Recreation Center, 1590 9th Street SW (Oslo Road) 32962 STATE OF COUNTY OF Personally before me the undersigned authority, appeared Christopher J. Kafer, Jr., PE , who upon oath duly administered, stated as follows: 1. This sworn statement is submitted by the PERMITTEE, Indian River County Board of County Commissioners whose business address is 1801 27t Street Vero Beach, FL 32960 and (if applicable) its Federal Identification No.(FEIN) is 2. My name is Christopher J. Kafer, Jr., PE and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter ofAuthorization to Sign from Owner) 3. Permittee understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable: (a) The 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) All other permits required for this project not specifically listed herein, and (e) All Codes and Ordinances of Indian River County. 4. Permittee understands 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 C:\Documents and Settings\sjohsnolLocal Settings\Temporary Internet Files\Content.Outlook\GXP096XItpermittee Affidavit Regarding Pollution.doc Revised 1/10/11 Page 1 of 3 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. Permittee understands that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit. 6. Permittee understands 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. Permittee understands that this requirement is for this project regardless of the project size. 7. Permittee understands 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. Permittee 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 Permittee shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Permittee shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Permittee 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 "Permittee's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Permittee is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. C:1Documents and Settingslsjohsno\Local SettingslTemporary Internet Files\Content.OutiooklGXP096XItPermittee Affidavit Regarding Pollution.doc Revised 1/10111 Page 2 of 3 Under penalty of perjury, Permittee declares that it has read the foregoing affidavit and the facts stated in it are true. FURTHER AFFIANT SAYETH NAUGHT Permittee: Indian Riverunty Boar • o C q u ty Com issioners Authorized Signature: signing ate. neefs ei f Printed Name: Christo • er J. Kafer, Jr., PE =ch Letter of Authorization to Sign from Owner) Date: The foregoing instrument was subscribed and sworn to before me this day of 20 by who is personally known to me or has produced as Identification and who did take oath. Notary Public My Commission expires: C:\Documents and Settingslsjohsno1Local Settings\Temporary Internet Files1Content.Outlook\GXPO96X11Permittee Affidavit Regarding Pollution.doc Revised 1!10/11 Page 3 of 3 September 5, 2014 Indian River County Engineering Division 1801 27th Street, Building A Vero Beach, Florida 32960 Board of County Commissioners Engineering Division 1801 27th Street Vero Beach, Florida 32960-3388 Telephone: (772) 226-1283 Fax: (772) 778-9391 Attention: Mr. Christopher J. Kafer, Jr., P.E., County Engineer Subject: Acknowledgement of SWMS Permit Conditions for South County Regional Park, Intergenerational Recreation Center Reference: SWMS Permit No. 91090060-72599 SP -MA -14-06-16 / 91090060-72312 Dear Mr. Kafer: As Permittee for this project, your signature is an acknowledgement that you will ensure construction will be administered in accordance with permit conditions, standards and specifications. Please sign below that you have read and understand the conditions of the above referenced permits dated September 5, 2014. Please remit the signed copy back to the Indian River County Engineering Department for release of the permit. Indicate handling preference below for the permits and Illicit Discharge Sign. Permit' 75 n71- 1-e,- -J Y . or Mail out ❑ pick up by (please print) Illicit Discharge Sign n or Pick up at later date ❑ Signa Printed Name If you have any questions, please call me at 772-226.1596. Sincerely, David A. Hays, P.E., CFM Land Development Manager St. Johns River Water Management District Hans G. Tanzzer 111, Execurive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 329-4500 On the Internet at fioridaswater.com. June 26, 2014 Indian River County Public Works 1801 27th Street Vero Beach, FL 32960-3388 SUBJECT: Permit Number IND -061-104191-4 IRC Intergenerational Recreation Center Dear Sir/Madam: Enclosed is your individual permit issued by the St. Johns River Water Management District on June 26, 2014. This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal, state, or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application, you may view the TSR by going to the Permitting section of the District's website at floridaswater.com/permitting. Using the "search applications and permits" feature, you can use your permit number or project name to find information about the permit. When you see the results of your search, click on the permit number and then on the TSR folder. Noticing Your Permit: For noticing instructions, please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed, your permit will become nonfinal and any activities that you choose to undertake pursuant to your permit will be at your own risk. Compliance with Permit Conditions: To submit your required permit compliance information, go to the District's website at floridaswater.com/permitting. Under the "Apply for a permit or submit compliance data" section, click to sign -in to your existing account or to create a new account. Select the "Compliance Submittal" tab, enter your permit number, and select "No Specific Date" for the Compliance Due Date Range. You will then be able to view all the compliance submittal requirements for your project. Select the compliance item that you are ready to submit and then attach the appropriate information or form. The forms to comply with your permit conditions are available at floridaswater.com/permitting under the section "Handbooks, forms, fees, final orders". Click on forms to view all permit compliance forms, then scroll to the ERP application forms section and select the applicable compliance forms. Alternatively, if you have difficulty finding forms or need copies of the appropriate forms, please contact the Bureau of Regulatory Support at (386) 329- 4570. Transferring Your Permit: Your permit requires you to notify the District in writing within 30 days of any change in ownership or control of the project or activity covered by the permit, or within 30 days of any change in ownership or control of the real property on which the permitted project or activity is located or occurs. You will need to provide the District with the information specified in rule 62 - GOVERNING BOARD John A. Miklos, cnannam Maryam H. Gbyabi, vn.1 wiektor Fred N. Roberts Jr., S C EW W George W. Robbins. TREASURER MANUS OSUMCISEAGA CCAtA JACKSUNvrttE Douglas C. Gournique VEND PEACH Douglas Burnett ST AUGUSTINE Lad Daniels Chuck Drake JACKSOWItIE DRLANDD Carla Yeller tERTIANDINA PEACH 330.340, Florida Administrative Code (F.A.C.). Generally, this will require you to complete and submit Form 62-330.340(1), "Request to Transfer Permit," available at http://www.floridaswater.com/permitting/permitforms.html. Please note that a permittee is liable for compliance with the permit before the permit is transferred. The District, therefore, recommends that you request a permit transfer in advance in accordance with the applicable rules. You are encouraged to contact District staff for assistance with this process. Thank you and please let us know if you have additional questions. For general questions contact e-permit@sjrwmd.com or (386) 329-4570. Sincerely, -ix Let4-tu_d Margaret Daniels, Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 (386) 329-4570 Enclosures: Permit cc: District Permit File Engineering Consultant: John M Boyer Masteller & Moler, Inc. 1655 27th Street, Suite 2 Vero Beach, FL 32960 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO. IND -061-104191-4 DATE ISSUED: June 26, 2014 PROJECT NAME: IRC Intergenerational Recreation Center A PERMIT AUTHORIZING: Construction of a Stormwater Management System with stormwater treatment by Retention and Wet -Detention for IRC Intergenerational Recreation Center, a 28.31- acre project to be constructed as per plans received by the District on June 3, 2014 and June 25, 2014. LOCATION: SECTION(S): 23, 25, 26 Indian River Counties ISSUED TO: Indian River County Public Works 1801 27th Street Vero Beach, FL 32960-3388 TOWNSHIP(S): 33S RANGE(S): 39E Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance. Said application, including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights or privileges other than those specified herein, nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies. All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked, modified or transferred at any time pursuant to the appropriate provisions of Chapter 373, Florida Statutes. PERMIT IS CONDITIONED UPON: See conditions on attached "Exhibit A", dated June 26, 2014 AUTHORIZED BY: St. Johns River Water Management District Division of Regulatory Engineering and Environmental Services By: John Juilianna Service Center Director "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER IND -061-104191-4 Indian River County Public Works DATED June 26, 2014 1. This permit for construction will expire five years from the date of issuance. 2. At a minimum, all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities. To prevent reduction in storage volume and percolation rates, all accumulated sediment must be removed from the storage area prior to final grading and stabilization. 3. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. 4. All activities shall be implemented following the plans, specifications and performance criteria approved by this permit. Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315, F.A.C. Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 5. A complete copy of this permit shall be kept at the work site of the permitted activity during the construction phase, and shall be available for review at the work site upon request by the District staff. The permittee shall require the contractor to review the complete permit prior to beginning construction. 6. Activities shall be conducted in a manner that does not cause or contribute to violations of state water quality standards. Performance-based erosion and sediment control best management practices shall be installed immediately prior to, and be maintained during and after construction as needed, to prevent adverse impacts to the water resources and adjacent lands. Such practices shall be in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (Florida Department of Environmental Protection and Florida Department of Transportation June 2007), and the Florida Stormwater Erosion and Sedimentation Control Inspector's Manual (Florida Department of Environmental Protection, Nonpoint Source Management Section, Tallahassee, Florida, July 2008), which are both incorporated by reference in subparagraph 62-330.050(9)(b)5, F.A.C., unless a project -specific erosion and sediment control plan is approved or other water quality control measures are required as part of the permit. 7. At least 48 hours prior to beginning the authorized activities, the permittee shall submit to the District a fully executed Form 62-330.350(1), "Construction Commencement Notice,"[10-1-13], incorporated by reference herein (http://www.flrules.oro/Gateway/reference.asp?No=Ref-02505), indicating the expected start and completion dates. A copy of this form may be obtained from the District, as described in subsection 62-330.010(5), F.A.C. If available, an District website that fulfills this notification requirement may be used in lieu of the form. 8. Unless the permit is transferred under Rule 62-330.340, F.A.C., or transferred to an operating entity under Rule 62-330.310, F.A.C., the permittee is liable to comply with the plans, terms and conditions of the permit for the life of the project or activity. 9. Within 30 days after completing construction of the entire project, or any independent portion of the project, the permittee shall provide the following to the Agency, as applicable: 1. For an individual, private single-family residential dwelling unit, duplex, triplex, or quadruplex — "Construction Completion and Inspection Certification for Activities Associated With a Private Single -Family Dwelling Unit" [Form 62-330.310(3)]; or 2. For all other activities — "As -Built Certification and Request for Conversion to Operational Phase" [Form 62-330.310(1)]. 3. If available, an Agency website that fulfills this certification requirement may be used in lieu of the form. 10. If the final operation and maintenance entity is a third party: 1. Prior to sales of any lot or unit served by the activity and within one year of permit issuance, or within 30 days of as -built certification, whichever comes first, the permittee shall submit, as applicable, a copy of the operation and maintenance documents (see sections 12.3 thru 12.3.3 of Volume I) as filed with the Department of State, Division of Corporations and a copy of any easement, plat, or deed restriction needed to operate or maintain the project, as recorded with the Clerk of the Court in the County in which the activity is located. 2. Within 30 days of submittal of the as- built certification, the permittee shall submit "Request for Transfer of Environmental Resource Permit to the Perpetual Operation Entity" [Form 62-330.310(2)] to transfer the permit to the operation and maintenance entity, along with the documentation requested in the form. If available, an Agency website that fulfills this transfer requirement may be used in lieu of the form. 11. The permittee shall notify the District in writing of changes required by any other regulatory District that require changes to the permitted activity, and any required modification of this permit must be obtained prior to implementing the changes. 12. This permit does not: 1. Convey to the permittee any property rights or privileges, or any other rights or privileges other than those specified herein or in Chapter 62-330, F.A.C.; 2. Convey to the permittee or create in the permittee any interest in real property; 3. Relieve the permittee from the need to obtain and comply with any other required federal, state, and local authorization, law, rule, or ordinance; or 4. Authorize any entrance upon or work on property that is not owned, held in easement, or controlled by the permittee. 13. Prior to conducting any activities on state-owned submerged lands or other lands of the state, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund, the permittee must receive all necessary approvals and authorizations under Chapters 253 and 258, F.S. Written authorization that requires formal execution by the Board of Trustees of the Internal Improvement Trust Fund shall not be considered received until it has been fully executed. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities that may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of any project authorized by the permit. 15. The permittee shall notify the District in writing: 1. Immediately if any previously submitted information is discovered to be inaccurate; and 2. Within 30 days of any conveyance or division of ownership or control of the property or the system, other than conveyance via a long-term lease, and the new owner shall request transfer of the permit in accordance with Rule 62-330.340, F.A.C. This does not apply to the sale of lots or units in residential or commercial subdivisions or condominiums where the stormwater management system has been completed and converted to the operation phase. 16. Upon reasonable notice to the permittee, District staff with proper identification shall have permission to enter, inspect, sample and test the project or activities to ensure conformity with the plans and specifications authorized in the permit. 17. If any prehistoric or historic artifacts, such as pottery or ceramics, stone tools or metal implements, dugout canoes, or any other physical remains that could be associated with Native American cultures, or early colonial or American settlement are encountered at any time within the project site area, work involving subsurface disturbance in the immediate vicinity of such discoveries shall cease. The permittee or other designee shall contact the Florida Department of State, Division of Historical Resources, Compliance and Review Section, at (850) 245-6333 or (800) 847-7278, as well as the appropriate permitting agency office. Such subsurface work shall not resume without verbal or written authorization from the Division of Historical Resources. If unmarked human remains are encountered, all work shall stop immediately and notification shall be provided in accordance with Section 872.05, F.S. 18. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62-330.201, F.A.C., provides otherwise. 19. The permittee shall provide routine maintenance of all components of the stormwater management system to remove trapped sediments and debris. Removed materials shall be disposed of in a landfill or other uplands in a manner that does not require a permit under Chapter 62-330, F.A.C., or cause violations of state water quality standards. 20. This permit is issued based on the applicant's submitted information that reasonably demonstrates that adverse water resource -related impacts will not be caused by the completed permit activity. If any adverse impacts result, the District will require the permittee to eliminate the cause, obtain any necessary permit modification, and take any necessary corrective actions to resolve the adverse impacts. 21.A Recorded Notice of Environmental Resource Permit may be recorded in the county public records in accordance with Rule 62-330.090(7), F.A.C. Such notice is not an encumbrance upon the property. 22. Prior to construction, the permittee must clearly designate the limits of construction on-site. The permittee must advise the contractor that any work outside the limits of construction, including clearing, may be a violation of this permit 23. The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance entity must maintain a record of each required inspection, including the date of the inspection, the name and contact information of the inspector, and whether the system was functioning as designed and permitted, and make such record available for inspection upon request by the District during normal business hours. If at any time the system is not functioning as designed and permitted, then within 30 days the entity shall submit a report electronically or in writing to the District using Form 62-330.311(1), "Operation and Maintenance Inspection Certification," describing the remedial actions taken to resolve the failure or deviation. 24. The project shall be constructed and operated in accordance with the plans received by the District on June 3, 2014, and June 25, 2014. 25. The permittee must obtain a minor permit modification prior to construction of the future building and paved parking lot. Notice Of Rights 1. A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code, the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P. O. Box 1429, Palatka Florida 32178-1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd.com, within twenty-six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21) days of the District emailing the notice of District decision (for those persons to whom the District emaiis actual notice), or within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Chapter 28-106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no. 4 below. 2. Please be advised that if you wish to dispute this District decision, mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation, you must do so in a timely -filed petition. If all parties, including the District, agree to the details of the mediation procedure, in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120.569 and 120.57, Florida Statutes, the time limitations imposed by Sections 120.569 and 120.57, Florida Statutes, shall be tolled to allow mediation of the disputed District decision. The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator, a statement that each party shall be responsible for paying its pro - rata share of the costs and fees associated with mediation, and the mediating parties' understanding regarding the confidentiality of discussions and documents introduced during mediation. If mediation results in settlement of the administrative dispute, the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute, the District will notify all the parties in writing that the administrative hearing process under Sections 120.569 and 120.57, Florida Statutes, is resumed. Even if a party chooses not to engage in formal mediation, or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions. 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120.569 and 120.57(2), Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28-106.301, Florida Administrative Code. Notice Of Rights 4. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8:00 a.m. — 5:00 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8:00 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101.001, Florida Administrative Code), which is available for viewing at floridaswater.com. These conditions include, but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile is prohibited and shall not constitute filing. 5. Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, Florida Administrative Code). 6. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28-106, Florida Administrative Code, and Rule 400-1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding, in accordance with the requirements set forth above. 7. Pursuant to Section 120.68, Florida Statutes, a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, within 30 days of the rendering of the final District action. 8. A District action is considered rendered, as referred to in paragraph no. 7 above, after it is signed on behalf of the District and filed by the District Clerk. 9. Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR. Decision. DOC.001 Revised 12.7.11 Notice Of Rights Certificate of Service I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent to the permittee: Indian River County Public Works 1801 27th Street Vero Beach, FL 32960-3388 This 26th day of June, 2014. lit Da.kuz-d Margaret Daniels, Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 (386) 329-4570 Permit Number: IND -061-104191-4 NOTICING INFORMATION Dear Permittee: Please be advised that the St. Johns River Water Management District will not publish a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication, using the District's notice form, notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication, then there is a 21 -day time limit for someone to file a petition for an administrative hearing to challenge the issuance of the permit. To close the point of entry for filing a petition, you may publish (at your own expense) a one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes. If you do not publish a newspaper notice to close the point of entry, the time to challenge the issuance of your permit will not expire and someone could file a petition even after your project is constructed. A copy of the notice form and a partial list of newspapers of general circulation are attached for your convenience. However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published, the newspaper will return to you an affidavit of publication. In that event, it is important that you either submit a scanned copy of the affidavit by emailing it to compliancesupport@sjrwmd.com (preferred method) or send a copy of the original affidavit to: Margaret Daniels, Bureau Chief Bureau of Regulatory Support 4049 Reid Street Palatka, FL 32177 If you have any questions, please contact the Bureau of Regulatory Support at (386) 329- 4570. Sincerely, Margaret Daniels, Bureau Chief Bureau of Regulatory Support NOTICE OF AGENCY ACTION TAKEN BY THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on (Name and address of applicant) permit# . The project is located in County, Section , Township South, Range East. The permit authorizes a surface water management system on acres for . The receiving water body is known as A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 400-1.1007, Florida Administrative Code (F.A.C.), the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P.O. Box 1429, Palatka FL 32178-1429 (4049 Reid St, Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd.com, within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes (F.S.), and Chapter 28-106, F.A.C. The District will not accept a petition sent by facsimile (fax). Mediation pursuant to Section 120.573, F.S., may be available and choosing mediation does not affect your right to an administrative hearing. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8 a.m. — 5 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the Districts regular business hours shall be deemed filed as of 8 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28- 101.001, Florida Administrative Code), which is available for viewing at floridaswater.com. These conditions include, but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile (fax) is prohibited and shall not constitute filing. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28-106, Florida Administrative Code, and Rule 40C- 1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, F.A.C.). If you wish to do so, please visit http://floridaswater.com/nor_dec/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's decision(s) on the permit application(s) described above. You can also request the Notice of Rights by contacting the Director of Regulatory Support, 4049 Reid St., Palatka, FL 32177-2529, tele. no. (386)329- 4570. NEWSPAPER ADVERTISING ALACHUA The Alachua County Record, Legal Advertising P. O. Box 806 Gainesville, FL 32602 352-377-2444/ fax 352-338-1986 BRAFORD Bradford County Telegraph, Legal Advertising P. O. Drawer A Starke, FL 32901 904-964-6305/ fax 904-964-8628 CLAY Clay Today, Legal Advertising 1560 Kinsley Ave., Suite 1 Orange Park, FL 32073 904-264-3200/ fax 904-264-3285 FLAGLER Flagler Tribune, c/o News Journal P. O. Box 2831 Daytona Beach, FL 32120-2831 386- 681-2322 LAKE Daily Commercial, Legal Advertising P. O. Drawer 490007 Leesburg, FL 34749 352-365-8235/fax 352-365-1951 NASSAU News -Leader, Legal Advertising P. O. Box 766 Fernandina Beach, FL 32035 904-261-3696/fax 904-261-3698 ORANGE Sentinel Communications, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 PUTNAM Palatka Daily News, Legal Advertising P. O. Box 777 Palatka, FL 32178 386-312-5200/ fax 386-312-5209 SEMINOLE Seminole Herald, Legal Advertising 300 North French Avenue Sanford, FL 32771 407-323-9408 BAKER Baker County Press, Legal Advertising P. O. Box 598 Maclenny, FL 32063 904-259-2400/ fax 904-259-6502 BREVARD Florida Today, Legal Advertising P. O. Box 419000 Melbourne, FL 32941-9000 321-242-3832/ fax 321-242-6618 DUVAL Daily Record, Legal Advertising P. O. Box 1769 Jacksonville, FL 32201 904-356-2466 / fax 904-353-2628 INDIAN RIVER Vero Beach Press Journal, Legal Advertising P. O. Box 1268 Vero Beach, FL 32961-1268 772-221-4282/ fax 772-978-2340 MARION Ocala Star Banner, Legal Advertising 2121 SW 19th Avenue Road Ocala, FL 34474 352-867-4010/fax 352-867-4126 OKEECHOBEE Okeechobee News, Legal Advertising P. O. Box 639 Okeechobee, FL 34973-0639 863-763-3134/fax 863-763-5901 OSCEOLA Little Sentinel, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 ST. JOHNS St. Augustine Record, Legal Advertising P. O. Box 1630 St. Augustine, FL 32085 904-819-3436 VOLUSIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 July 8, 2014 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SOUTHEAST DISTRICT OFFICE 400 NORTH CONGRESS AVENUE, 3'D FLOOR WEST PALM BEACH, FL 33401 561-681-6600 RICK SCO"T"T GOVERNOR CARLOS LOPEZ-CANTERA LT. GOVERNOR HERSCHEL T. VINYARD JR. SECRETARY NOTIFICATION OF ACCEPTANCE OF USE OF A GENERAL PERMIT Permittee: Mr. Christopher J. Kafer, County Engineer IRC Board of County Commissioners 1801 27th Street Vero Beach, FL 32960 Email: ckafer@ircgov.com Dear Mr. Kafer: Permit Number: 0039206-890-DSGP Issue Date: July 7, 2014 Expiration Date: July 6, 2019 County: Indian River Project Name: IRC Intergenerational Recreational Center Water Supplier: Indian River County WTP PWS I.D.: 3314052 On July 07, 2014 the Florida Department of Environmental Protection received a "Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs" [DEP Form No. 62-555.900(7)], under the provisions of Rule 62-4.530 and Chapter 62-555, Florida Administrative Code (F.A.C.). The proposed project includes construction of 915 linear feet (lf) of 8 -inch PVC water main; three (3) fire hydrant assemblies; and three (3) sampling points to provide potable water and fire service to proposed community recreation facility. Based upon the submitted Notice and accompanying documentation, this correspondence is being sent to advise that the Department does not object to the use of such General Permit at this time. Please be advised that the permittee is required to abide by Rule 62-555.405, F.A.C., all applicable rules in Chapters 62-4, 62-550, 62-555, F.A.C., and the General Conditions for All General Drinking Water Permits (found in 62-4.540, F.A.C.). The permittee shall comply with all sampling requirements specific to this project. These requirements are attached for review and implementation. Pursuant to Rule 62-555.345, F.A.C., the permittee shall submit a certification of construction completion [DEP Form No. 62-555.900(9)] to the Department and obtain approval, or clearance, from the Department before placing any water main extension constructed under this general permit into operation for any purpose other than disinfection or testing for leaks. www.dep.state.fl.us Permittee: Mr. Christopher J. Kafer IRC Board of County Commissioners Page 2 DEP File No.: 0039206-890-DSGP Within 30 days after the sale or legal transfer of ownership of the permitted project that has not been cleared for service in total by the Department, both the permittee and the proposed permittee shall sign and submit an application for transfer of the permit using Form 62- 555.900(8), F.A.C., with the appropriate fee. The permitted construction is not authorized past the 30 -day period unless the permit has been transferred. When any existing asbestos cement (AC) pipes are replaced under this permit, the permittee shall do so in accordance with the applicable rules of the Federal Asbestos Regulation and Florida DEP requirements. For specific requirements applicable to AC pipes, the permittee should contact the Air and Waste Management section managers prior to commencing any such activities at (561) 681- 6672. Please be aware that a notification is required to be submitted to the Department for a regulated project. This permit will expire five years from the date of issuance. If the project has been started and not completed by that time, a new permit must be obtained before the expiration date in order to continue work on the project, per Rule 62-4.030, F.A.C. Sincerely Janke M Szuflita, PE Environmental Administrator Water Facilities Southeast District JMS/bmz cc: John M. Boyer, P.E. — Masteller &Moler, Inc. — mastmolr@bellsouth.net Indian River County Health Department — Chervl.DunnAflhealth.gov FDEP/SED — Michele.Owens@dep.state.fl.us Jocelyn.Labbe@dep.state.fl.us Jesse Roland — Indian River County Utilities Hroland@ircgov.com F:\Drinking Water\Permitting\0039206 Indian River County Utility Department\0039206-890-DSGP IRC Intergenerational Recreation Center GP.docx Permittee: Mr. Christopher J. Kafer IRC Board of County Commissioners Page 3 DEP File No.: 0039206-890-DSGP A Civil Penalty May Be Incurred if this project is placed into operation before obtaining a clearance from this office. Requirements for clearance upon completion of projects are as follows: 1) Clearance Form Submission of a fully completed Department of Environmental Protection (DEP) Form 62- 555.900(9) Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation. 2) Record Drawings, if deviations were made Submission of the portion of record drawings showing deviations from the DEP construction permit, including preliminary design report or drawings an specifications, if there are any deviations from said permit (Note that it is necessary to submit a copy of only the portion of record drawings showing deviations and not a complete set of record drawings.). 3) Bacteriological Results Copies of satisfactory bacteriological analysis (a.k.a. Main Clearance), taken within sixty (60) days of completion of construction, from locations within the distribution system or water main extension to be cleared, in accordance with Rules 62-555.315(6), 62-555.340, and 62-555.330, F.A.C. and American Water Works Association (AWWA) Standard C 651-92, as follows: Connection to an existing system The end point of the proposed addition Any water lines branching off a main extension Every 1,200 feet on straight runs of pipe Each location shall be sampled on two consecutive days, with sample points and chlorine residual readings clearly indicated on the report. A sketch or description of all bacteriological sampling locations must also be provided. 4) Pressure Test Results Copy of satisfactory pressure test results demonstrating compliance with AWWA Standard requirements. For further clarification contact: Bahman M. Zangeneh, ENG IV Drinking Water Section SED DEP 400 N. Congress Avenue, 3rd Floor 561-681-6749 Bahman.Zangeneh@dep.state.fl.us July 10, 2014 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SOUTHEAST DISTRICT OFFICE 400 NORTH CONGRESS AVENUE, 3RD FLOOR WEST PALM BEACH, FL 33401-2913 (561) 681-6600 RICK SCOTT GOVERNOR CARLOS LOPEZ-CANTERA LT. GOVERNOR HERSCHEL T. VINYARD J.R. SECRETARY NOTIFICATION OF ACCEPTANCE OF USE OF A GENERAL PERMIT PERMITTEE Mr. Christopher J. Kafer, Jr., P.E. County Engineer Indian River County Utilities Department 1801 27th Street Vero Beach, FL 32960 Dear Mr. Kafer: PERMIT NUMBER: 0039225-011-DWC COUNTY: Indian River PROJECT: Intergenerational Recreation Center CONNECTED TO: IRCUD South County WWTP DATE GRANTED: July 10, 2014 EXPIRATION DATE: July 9, 2014 Thank you for your Notification/Application for Constructing a Domestic Wastewater Collection/Transmission System for the subject project. Our office received the Notice on July 07, 2014. This is to advise you that the Department does not object to your use of such General Permit. Please note, the attached requirements apply to your use of this General Permit for constructing the proposed domestic wastewater collection/transmission system. You are further advised that the construction activity must conform to the description contained in your Notification/Application for Constructing a Domestic Wastewater Collection/Transmission System and that any deviation will subject the permittee to enforcement action and possible penalties. If you have any questions please contact Manuel P. Delosantos at telephone number (561) 681-6628 or by email manuel.delosantos@dep.state.fl.us. Sincerely, Jenice M. Szuflita, P.E. Wastewater Environmental Administrator JMS/md: 003 9225-011-DWC Electronic Copy Provided To: Mr. Christopher J. Kafer, Jr., P.E., IRCBCC: Mr. Jesse Roland, IRCUD: Mr. John M. Boyer, P.E., Masteller & Moler, Inc.: Mr. Michael Hambor, DEP/SED: Mr. William Thiel, DEP/FP: ckafer@ircgov.com jroland@ircgov.com mastmolr@bellsouth.net Michael.Hambor@dep.state.fl.us William.Thiel@dep.state.fl.us www. dep. state. fl. us Mr. Christopher J. Kafer, Jr., P.E. Project: Intergenerational Recreation Center Permit No. 0039225-011-DWC Page 2 of 2 REQUIREMENTS FOR USE OF THE GENERAL PERMIT FOR DOMESTIC WASTEWATER COLLECTION/TRANSMISSION SYSTEMS: 1. This general permit is subject to the general permit conditions of Rule 62-4.540, F.A.C., as applicable. This rule is available at the Department's Internet site at: http://www.dep.state.fl.us/water/wastewater/rules.htm#domestic [62-4.540] 2. This general permit does not relieve the permittee of the responsibility for obtaining a dredge and fill penuit where it is required. [Rule 62-604.600(6)(b)1] 3. This general permit cannot be revised, except to transfer the permit. [Rule 62-604.600(6)(b)2] 4. Upon completion of construction of the collection/transmission system project, and before placing the facilities into operation for any purpose other than testing for leaks or testing equipment operation, the permittee shall submit to the Department's Southeast District Office Form 62-604.300(8)(b), Request for Approval to Place a Domestic Wastewater Collection/Transmission System into Operation. This form is available at the Department's Internet site at: http://www.dep.state.fl.us/water/wastewater/forms.htm [Rule 62-604.700(2)] 5. The new or modified collection/transmission facilities shall not be placed into service until the Department clears the project for use. [Rule 62-604.700(3)] 6. Abnormal events shall be reported to the Department's Southeast District Office in accordance with Rule 62-604.550, F.A.C. For unauthorized spills of wastewater in excess of 1000 gallons per incident, or where information indicates that public health or the environment may be endangered, oral reports shall be provided to the STATE WARNING POINT TOLL FREE NUMBER (800) 320- 0519 as soon as practical, but no later than 24 hours from the time the permittee or other designee becomes aware of the circumstances. Unauthorized releases or spills less than 1000 gallons per incident are to be reported orally to Department's Southeast District Office within 24 hours from the time the permittee, or other designee becomes aware of the circumstances. [Rule 62-604.550] www. dep. state. f1 . us 1 ; ; ; ; APPENDIX B Indian River County Fertilizer Ordinances ORDINANCE NO. 2013 - 012 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE 01? INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 316, ENTITLED "FERTILIZER AND LANDSCAPE MANAGEMENT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA. -FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MODIFICATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY WEBSITE, AND AN EFFECTIVE DATE. WHEREAS, as a result of impairment to Indian River County's surface waters caused by excessive nutrients, or, as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board of County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on sin -face and/or ground water; and WHEREAS, in order to address this risk, the Board of County Commissioners has determined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida -Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science -based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, mu mottkagfFNHNtU04.611Q•101$(F+,..y(arpur74,40: Page 1 of 9 ORDINANCE NO. 2013 - 012 NOW, THEREFORE, BE 1T ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §I of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. Section 3. Adoption of Chapter 316 of the Code of Indian River County (the "Code"). Chapter 316 of the Code is hereby adopted, as follows (new language is indicated by underline): Section 316.1. Title. This chapter shall be known as the "Indian River County Fertilizer and Landscape Management Ordinance." Section 316.2. Definitions. For the purposes of this cater. the following terms shall have the following meanings: "Administrator" shall mean the County Administrator, or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter. "Application" or "apply" shall mean the actual physical deposit of -fertilizer to turf or landscape "Applicator" shall mean any Person who apylies fertilizer on turf anchor landscape plants in Indian River County. "Board" shall mean the Indian River County Board of County Commissioners. "Best Management Practices" shall mean turf and landscape practices or combination of practices based on research, field-testing. and expert review, determined to be the most effective PlAttoragylLitest0EiVERatarsolattouR Oris xa1UrA nstrem RaVdadd Fmk" Ontimete-,2Dli tf!^dfN•fi'st7PJ:Ava Page 2 of 9 ORDINANCE NO. 2013 - ane practicable on -location ns i cludin economic and technological considerations, for proving water quality, conserving water supplies and protecting natural resources. "Chapter 85-427" shall mean The Indian River County Environmental Control Act, Chapter 85- 427, Special Acts, Laws of Florida. "Code Enforcement Officer shall mean any designated employee or agent of Indian River County whose duty it is to enforce codes and ordinances enacted by Indian River County. "Commercial Fertilizer Applicator," except as provided in §482.1562(9), Florida Statutes, shall mean a ny person who applies fertilizerfor payment orr other consideration to property not owned by the person or firm applying the fertilizer or the employer of the applicator "Code" shall mean The Code of Indian River County. "Environmental Control O(zcer" shall mean the Indian River Coun Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 303 (Part I) of this Code, and his or her designees. ".Fertilize," "fertilizing," or `fertilization" shall mean the act of applyin _ fertilizer to turf, specialized turf, or landscape plants. "Fertilizer" shall mean anny__substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity, or provides other soil enrichment, or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fertilizer Applicator" shall mean any person, other than a private, non-commercial applicator or a Commercial Fertilizer Applicator (unless such definitions also apply under the circumstances), that applies fertilizer for the purpose of maintaining turf and/or landscape,plants. .Institutional Fertilizer Applicators shall include, but shall not be limited to, owners, managers or emto ees ofpublic lands schools arks reli 'ous ' titutions utilities industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscgpj plant" shall mean any native or exotic tree, shrubs or groundcover (excluding tum. "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization, watering, mowing, etc. "Person" shall mean any natural person, business, corporation, limited liability company, partnership, limited partnership, association, club, organization, and/or any group of people acting as an organized entity. F:UwmryVl te£NERALUtna/vl 400erne.-rolldhancettr Ittlit WattPrnMx.thdnancr- 7013(Am,A!Auxtut16 Page 3 of 9 ORDINANCE NO. 2013 - 012 "Restricted Season" shall mean June 1 through September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not rewire flow. For the purposes of this chapter, soils shall be considered saturated if stan, d water is present or the pressure of aperson standing on the soil causes the release of free water. "Slow Release Nitrogen" shall mean nitrogen in a form which delays its availability for plant uptake and use after application, or which extends its availability to the plant, longer than a reference rapidor quick release product. "Turf," "sod," or "lawn" shall mean a piece of grass -covered soil held together by the roots of the grass. "Urban landscape" shall mean pervious areas on residential, commercial, industrial, institutional, highway rights-of-way, or other nonagricultural lands that are planted with turf or horticultural plants. For the purposes of this section, agriculture has the same meaning as in §570.02, Florida Statutes. Section 316.3. Timing of fertilizer application. No applicator shall apply fertilizers containing nitrogen and/or phosphorus to turf and/or landscape plants during the Restricted Season to saturated soils. or during a period in which a Flood Watch or Warning or a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of Indian River County. issued by the National Weather Service, OT if heavy rain is likely. Section 316.4. Fertilizer -free zones. Fertilizer shall not be applied within ten feet of any pond, stream, watercourse, lake, canal, or wetland as defined by the Florida Department of Environxmental Protection (Chapter 62-340, Florida Administrative Code) or from the top of a seawall. if more stringent Indian River County Code regulations apples provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants may be fertilized in this zone only for a 60 -day .period beginning thirty days after planting if needed to allow the plants to become well established, Caution shall be used to prevent nutrients from being directly deposited into the water. Section 316.5. Low maintenance zones. A voluntary ten foot low maintenance zone is strongly recommended, but not mandated, from any pond, streamiwater course, lake, wetland or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of this low maintenance zone to capture and filter runoff. If more stringent Indian River County Code regulations apply, this provision FUmmryllirdrAMIYRAtifa:40m d•OreinanceslOrataftviWrelrlierl4fahl P MIfmr net ino 1.1013 eFinoMugsstlPldmx Page 4 of 9 ORDINANCE NO. 2013 - 012 does not relieve the requirement to adhere to the more stringent regulations Notwithstanding the voluntary nature of the above sentences, no mowed or cut vegetative material may be deposited or left remaining in this zone or dposited in the water. Care should be taken toprevent the over - spray of aquatic weed products in this zone. Section 316.6. Fertilizer content and application rates. (a) No fertilizer containing phosphorous shall be applied to turf or landscapc_plants in Indian River County unless a soil or plant tissue deficiency is verified by a University of Florida, Institute of Food and Agriculture Sciences, approved testing methodology, In the case that a deficienc has been verifiethe a • . lication of a fertilizer containin hos horous shall be in accordance with the rates and directions for the Central Region of Florida as provided by Rule 5E--1.003(2), Florida Administrative Code. Deficiency verification shall be no more than 2 years old. However, recent application of compost, manure, or top soil shall warrant more recent testing to verify current deficiencies. (b) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. (c)Fertilizers applied to an urban lawn or turf within Indian River County shall be applied in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(2), Florida Administrative Code Labeling Requirements For Urbcm Turf Fertilizers. All packaged and bulk fertilizer products sold in Indian River County shall be sold in acka es with labels or tags, or, if sold in bulk, be accompanied by printed information, which complies with the reauirements of Rule 5E-1 003(2) Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding" site, and shall not be applied for the first 30 days after seeding or sodding, except when hydro - seeding for temporary or permanent erosion control in an emergency situation (wildfire, etc.), or in accordance with the Stormwater Pollution Prevention Plan for that site. Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing via rotary (broadcast) spreaders. Deflectors must be positioned such that fertilizer,ranules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies. including wetlands. (b) Fertilizer shall not be_pplied spilled, or otherwise deposited on any impervious surfaces. (c) Any fertilizer applied, spilled, or deposited, either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. FWmMytrinderENF.RALItlrialtomirWrolmexestOt nsrect rrd6rcrUiodriArrdfxrOd/nmrce-2013(t.OPlug.p7lRdea Page S of 9 ORDINANCE NO. 2013 - 012 (d) Fertilizer released on an impervious surface must be immediately contained and either legally applied to turf or any other legal site, or returned to the original or other appropriate container. (e) In ne case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies, Section 316.8. Management of grass clippings and vegetative materials. In no case shall grass clippings, vegetative material. and/or vegetative debris be washed, swept, or blown off into stormwater drains, ditches, conveyances, water bodies, wetlands, or sidewalks or roadways. Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Section 316.9. Exemptions. The provisions set forth above in this chater shall not apply to: (,l_ bona fide fairtn operations as defined in the Flothagight to Farm Act, § 823 14 Florida Statutes; (b) other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for grazing livestock; (c) any lands used for bona fide scientific research, including, but not limited to research on the effects of fertilizer use on urban stormwater, water quality, agronomics, or horticulture.; (d) golf courses when landscaping is performed within therovisions of the Florida Department of Environmental Protection document, "Best Management Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when applying fertilizer to golf course practice and play areas; (e) athletic fields at public parks and school facilities that ap_p1y the concepts and principles embodied in the Florida Green BMPs, while maintaining the health and function of their specialized turf areas; (f) vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. Section 316.10. Training. (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within _Indian River County shall abide by and successfully complete the six -hour training program in the "Florida friendly Best F. Abri tAtirr/o1G2NFRfZWeroLi nr6Ord4wnoiodenwetlPanMYa41.41rnANxrOre&wrcr. 2013(FYiullddWSuir2Qljfmt Page 6 of 9 ORDINANCE NO. 2013 - Management Practices for Protection of Water Resources b the Green Industries" offered by the Florida Department of Enviroiarnental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent. (b) Private, .non-commercial applicators are encouraged to follow the recommendations of the University of Florida, Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a _orogram to inform the general public of the requirements of this chapter, which program shall include, among other things, informative postings on the County website printing and distributing informative brochares and other print materials, and speaking engagements at community associations, civic organizations, etc. The program shall also include, to the extent practicable, use of any materials from the Be Floridian program, and coordination and collaboration with University of Florida Institute of Food and As educational activities. An claimed or alleged deficient in the Count's. general .education program shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section. 316.12. Licensing of commercial fertilizer applicators. (a) No later than December 31, 2013, all Commercial Fertilizer .Applicators within Indian River County. shall abide by and successful/ complete training and continuing education requirements is the "Florida friendly Best Management Practices for Protection of Water Resources by the Green Industries," offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida -friendly Landscapes" •roam or an a. .roved uivalent .ro_ am rior to obtainin' an Indian River Coun Local Business Tax Certificate for any category of occupation which .pray apply any fertilizer to turf and/or landsca e slants. Commercial Fertilizer A • • licators shall •rovide • , of of com letion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31, 2013, all Commercial Fertilizer Applicators within Indian River County shall have and carry in their possession at all times when applying fertilizer, evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicatorper Rule 5E-14.117(18), Florida Administrative Code. (c� All businesses applying fertilizer to turf and/or landscape plantsIincludingbgt not limited to residential lawns, golf courses, commercial properties, and multi -family and condominium properties) must ensure that at least one employee has a "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a Local Business Tax Certificate. Owners for any category of P.M@.mryallmtc'4FNERALtRna.rtan d Odtrogn.,+c nanrnu:,aan.ui,deAnmmo„aea.n. 2015(Pin.XAven1040 Page 7 of 9 ORDINANCE NO. 2013 - 012 occupation which may apply an fertilizer to turf and/or landscape plants shall ,provide proof of completion of the program to the Indian River County Tax Collector's Office. Section 316.13. Enforcement. This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devote C , to issues pertaining to this Chapter, pursuant to Chapter 162, Florida statutes. and 1 103.07 of this Code. In addition this chaster ma be enforced b the Environmental Control Officer pursuant to Chapter 85-427, Special Acts, Laws of Florida, and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in §100.05 of this Code an. to the extent applicable, Chapter 85-427, Special Acts, Laws of Florida. Funds generated by penalties imposed under this section shall be used by Indian River County for the administration and enforcement of §403.9337, Florida Statutes, and the corresponding sections of this chapter, and to further water conservation and nonppint pollution prevention activities. Section 316.14. Refere ces to state law. Any references in this chapter to Florida Statutes, rujes or regulations shall refer to such statutes, rules or regulations, as amended from time to time. Section 316.15. Applicability. Ilius chapter shall be applicable to and shall regulate arty and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County, unless such applicator is specifically exempted; provided, however, that this chapter shall not apply within the limits of an munici • all which has ado • ted an ordinance regulating the same subject matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 4. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. FurrormIGNa+WQRAVA. r.Ow8CWkranrrdva7lme.W ,nxureOMP Nkur A0mme-ZUJ(FU041 .044,1. Page 8of9 ORDINANCE NO. 2013 r 012 Section 6. Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of the filing of this ordinance with the Florida Department of State. Section 7. Effective Date. This ordinance shall become effective 45 days after the filing of the ordinance with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 8th day of July, 2013, for a public hearing to be held on the 18th day of July, 2013, and on the 10th day of August, 2013 for an additional public hearing to be held on the 20th day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E. Fleseher AYE Vice Chainnan Wesley S. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari AYE Conunissioner Tint Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 20th day of August, 2013. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA • s J .j ; C) y6• •• J. ATTEST: Jeffrey R. Smith, Cl'' r ;' "'' d s ptroller By: Depu Clerk cph ". Flescher, Chairman Approved as to form and legal sufficiency: Dy uigold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. P-urasu•Vfls1147:1113t4ARewlwbna4 OnEnoncr,ThAnancAlenN4aWodlRoam O+dnwu-7nli(F7 i rJ7P).dcs Page 9 of 9 ORDINANCE NO. 2013 -Q1.4._ AN ORDINANCE OF TIIE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF THE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY, AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners adopted an ordinance regulating the proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or Landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14, 2013; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment or this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above `Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. O,40v9.4.1:0.770 M,Adn.r..60„/lwrcrirn.rm.r.-.<Frmlrng4 .xel:mdwlmtia..a:.. iArA Page 1 of 3 OR.IJ►INANCE NO. 2013 - 014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.6. Fertilizer content and application rates. (b) As of the efie Live date of this cha ter the The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 2550% slow release nitrogen per guaranteed analysis label. As of June 1, 2014. the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. Section 4. Amendment of Section 316.15 (Applicstbility) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; depted- matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 6. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F*NlYmrtFUrifoi;L'A'bRWRiemAsirni.Gt ianxiy+fJnimilirrx F:Wkw-:lmtrtaamrrrm/irrr UrUs, 4,:5.4.. Page 2 of 3 ORDINANCE NO. 201.3 - 014 Section 7, Effective Date. This ordinance shall become effective upon filing with the Florida Department o This ordinance was advertised in the Vero Beach Press Journal, on the septenber , 2013, for a public hearing to be held on the 1st day of 2013, at which time it was moved for adoption by Commissioner Solari Commissioner O Bryan , and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S. Davis Aye Commissioner Peter D. O'Bryan Aye Commissioner Bob Solari Aye Commissioner Tim Zorc Aye f State. 16th day of October seconded by The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October, 2013. a, pnr.�^vn 01‘'IL,11 BOARD OF COUNTY COMNIISSIONERS %INDIAN RIVER COUNTY, FLORIDA ATTEST: Jeffrey R. Smith, Clerk Gf Cetirt' and Comptroller By: 13y: eph E. Fleseher, Chairman Approved as to form and legal sufficiency: Dep Clerk Dylan Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. ::frt wreyttate iliNEJL Il veemilm Nre ri lMF.euanreYMboen Ps l'rHrh:.•reJaernJ,nvr Ae+fiL�.rl7y,hmn Orr Page 3 of 3 1 APPENDIX 'C' SUBSURFACE INVESTIGATIONS Appendix A -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1135-S County Park Intergeneratiional Rec Facility\Admim\bid documents\Master Contract Documents\APPENDIX C - Subsurface Investigations.doc KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 March 17, 2014 TAP 011k A' I W HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Chris Kafer, P.E. Indian River County 1801 27th Street Vero Beach, Florida 32960 Re: Intergenerational Recreational Facility at South County Regional Park 20th Avenue S.W. Vero Beach, Florida KSM Project #: 140434-b Dear Mr. Kafer: ND TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG INC (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 As requested, KSM Engineering & Testing has performed a subsurface investigation at the referenced site. Presentation of the data gathered during the investigation, together with our geotechnical related opinions, are included in this report. A. Site Description: At the time of drilling, the site was fairly flat with many trees and moderate underbrush. Therefore, trails had to be cleared for our truck -mounted drill -rig. B. Project Description: A Recreation building is planned to be constructed on the site. Loads from the structure will be transferred to the ground by conventional shallow footings. We estimate the maximum Toads will be less than 3,000 pounds per linear foot along the wall foundation and Tess than 60 Kips for any individual column loads. Drives and Parking areas will also be constructed for the project. We estimate that several feet of site fill will be required to reach the desired grades. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 T1' 01 /' £' I ILWL HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Intergenerational Recreational Facility at South County Regional Park -2- ND TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG, INC. (772) 589-0712 (321) 768-8488. (772) 229-9093 (772) 589-6469 March 17, 2014 C. The scope of our study consisted of the following: 1. Performed Standard Penetration Test Borings in the proposed construction area to estimate the subsoil relative density. 2. Measured the groundwater level at each boring. 3. Evaluated the existing soil conditions with respect to the proposed construction and provided recommendations for site preparation and foundation design. 4. Prepared this report to document our findings. D. Site Investigation: The site investigation program consisted of performing six (6) Standard penetration test borings for the foundation borings (FB), in the proposed structure area and six (6) hand - auger borings (HA), in the proposed drives and parking areas. The foundation borings were terminated at depths of 25 feet below grade. The locations of the borings are indicated on the attached boring Location Plan. The SPT borings were completed in accordance with procedures described in ASTM D- 1586. A standard 1.5 inch I.D., 2 inch O.D. split -spoon sampler is driven into the soil by successive blows of a 140 pound hammer freely falling 30 inches. The number of blows required to drive the sampler 1 foot, after seating 6 in., is designated the Penetration Resistance, or "N" value. At regular intervals the sampler is extracted from the ground and opened to allow visual examination and classification of the retained soil sample. Also, the groundwater table was allowed to stabilize and the depth of the groundwater elevation recorded from existing grade. During the hand -auger borings, a shaft with a conical point is pushed through the soil and the thrust required to push the cone tip is measured on an attached calibrated gauge. The value of the bearing pressure exerted by the cone point allows the operator to estimate the existing soil. density. After the thrust was measured, the hole was advanced with a hand -auger in 1 -foot increments to permit a continuation of measurement of relative density versus depth. The records of the soils encountered, the penetration resistances and groundwater level are shown on the attached Togs. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 1 reC1t ,diva KELLER, SCHLEICHER & MacWILLIAM ENGINEERING A MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 PALM BEACH (561) 845-7445 www.ksmengineering.net FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET C.A.: 5693 Intergenerational Recreational Facility at -3- South County Regional Park E. Engineering Evaluation and Conclusions: ND TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 March 17, 2014 Based on the information obtained from this site investigation, we are pleased to offer the following evaluation: The boring Togs indicate the subsurface soils consist of fine-grained sand and fine- grained sand that is slightly silty, except for a 2 to 3 feet thick layer of clayed sand. No "muck" or other unsuitable material was found in the test borings except for the typical surface vegetation. "N" values recorded during the boring operation indicate the soil density is generally firm to medium dense. Please refer to the soil boring logs for specific information relative to the soil description. Based on the existing soil conditions, the proposed structures can be supported on a shallow foundation system provided that the site is properly prepared. The following sections provide recommendations for the site preparation and foundation design. F. Site Preparation: The proposed building areas and areas to be paved, plus a minimum margin of five feet beyond the proposed construction shall be stripped and grubbed of surface debris, including vegetation, roots and organic matter. Stumps shall be removed entirely. The building area should be graded level and proofrolled. Any soft yielding areas shall be excavated and replaced with clean compacted fill. Sufficient passes should be made during compaction operations to produce a density no Tess than 95 percent of its modified dry Proctor value (ASTM D 1557) to a depth of two feet. After the exposed surface has been proofrolled, the building and pavement areas may be filled to the desired grades. The fill material shall consist of dean granular sand containing Tess than 10% material passing the U.S. Standard No. 200 mesh sieve. Place structural fill in loose layers of 12 inches in thickness and compact each lift to at least 95 percent of its modified dry Proctor value. After excavating for the footings, the disturbed footing subgrade should be recompacted to 95 percent (minimum) of its modified dry Proctor value. This can be best achieved by making several passes with a relatively light -weight walk -behind vibratory sled or roller. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Tr c!11 a%iivi HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX Intergenerational Recreational Facility at South County Regional Park G. Foundation: NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 -4- March 17, 2014 Provided that our recommendations for site preparation are followed, the proposed structures may be supported on conventional concrete steel reinforced footings designed for an allowable soil bearing pressure of 2,500 pounds per square foot, or Tess. With the foundation properly designed and the site properly prepared, we anticipate total settlements less than one inch and differential settlement of less than 1/2 of an inch. The majority of the settlement should occur during construction. H. Floor Slabs: A conventional slab -on -grade can be used in the "at grade" portion of the buildings. We recommend the disturbed subgrade below the floor slab be re -compacted to 95 percent of the modified Proctor maximum dry density (ASTM D 1557) prior to placement of the concrete. An estimated modulus of subgrade reaction of 150 pounds per cubic inch (pci) can be used for design of the slab -on -grade. We recommend that expansion or control joints be incorporated in the slab at frequent intervals to control shrinkage cracks. A moisture barrier is recommended beneath the floor slab to prevent moisture migration from the underlying soil resulting in dampness of the slab. I. Drives and Parking Areas: (Standard Duty Only) We also performed six (6) hand -augers in the proposed drives and parking areas to evaluate the soils in relation to the proposed pavement. We did not find any "muck" or other unsuitable material in the test borings except for the typical surface vegetation. Penetrometer readings recorded during the investigation indicates the existing soil density is firm to medium dense. Although a comprehensive pavement evaluation was not within the scope of this study the site may be prepared to support a flexible pavement or rigid concrete pavement. The pavement should be designed for the anticipated loads and frequencies. The minimum pavement design for standard duty asphalt should include the following: Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, RE.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 'CP C1 /' L IJILYi HER & MacWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 www.ksmengineering.net MELBOURNE (321) 768-8488 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 FAX (772) 589-6469 Intergenerational Recreational Facility at South County Regional Park -5- March 17, 2014 Clear the pavement areas of any surface debris, including vegetation, roots and organic matter. Stumps shall be removed entirely. The cleared areas should be graded level and proofrolled. Any soft yielding areas shall be excavated and replaced with clean compacted fill. Sufficient passes should be made during compaction operations to produce a density no Tess than 95 percent of its modified dry Proctor value (AASHTO T180) to a depth of two feet. Additional fill shall consist of clean granular sand containing less than 10% material passing the U.S. Standard No. 200 mesh sieve and placed in loose layers of 12 inches and compacted to the above densities. Eight inches of suitable clayed soil having a limerock bearing ratio (LBR of 40) should be used for the stabilized subgrade and compacted to 98 percent of its modified dry Proctor value (AASHTO T180). The base course shall be six inches minimum of cemented coquina rock (LBR 100) or limerock and compacted to 98 percent of its modified dry Proctor value (AASHTO T180). A minimum of 12 inches separation should maintained between the bottom of the base and the high seasonal groundwater table. The asphalt wearing surface should consist of 1 /2' of type S-3 in accordance with the Florida Department of Transportation Standard Specification for Road and Bridge Construction. Where a concrete pavement section is used, a minimum thickness of 5 inches is recommended within Tight duty areas. The concrete should be reinforced to withstand the design traffic loads and sawcuts constructed for crack control. The concrete should have a minimum compressive strength of 4,000 psi. The base below the concrete shall be compacted to a minimum of 95% of the modified dry Proctor to a depth of two feet. Six inches of suitable clayed soil having a limerock bearing ratio (LBR of 40) and compacted to no less than 98 percent of its modified dry Proctor value (AASHTO T180) should be used as a base. Standard duty pavement areas are considered car and pickup truck loading conditions and a few medium trucks such as delivery and garbage truck loading conditions. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 it O 1 / i%171Yi KELLER, SCHLEICHER & MacWILLIAM ENGINEERING A MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 PALM BEACH (561) 845-7445 www.ksmengineering.net FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET C.A.: 5693 ND TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 Intergenerational Recreational Facility at -6- March 17, 2014 South County Regional Park J. Groundwater Table: The groundwater table was measured in the test borings at depths of 44 inches to 54 inches below the existing grade. K. Closure: This report has been prepared in accordance with generally accepted soil and foundation engineering practices based on the results of the test borings and the assumed loading conditions. This report does not reflect any variations which may occur between the borings. If variations appear evident during the course of construction, it would be necessary to re-evaluate the recommendations of this project. WeoarVIS1&II,xo be of assistance to you on this phase of your project. When we may Wcktfgrt Nto you or should you have any questions, please feel free to call. • No.6 STI E . F itl e o i%ilos JEK/km E-mail to: mastmolr@bellsouth.net john@mastellermoler.com ckafer@ircgov.com Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KSM Engineering and Testing KSM7► f P.O. Box 78-1377 �J 1V1 Sebastian, FL 32978 Telephone'. (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b DATE STARTED COMPLETED 3/10/14 DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan BORING NUMBER FB -1 PAGE 1 OF 1 PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park GROUND ELEVATION HOLE SIZE inches GROUND WATER LEVELS: VAT TIME OF DRILLING 4.00 ft AT END OF DRILLING AFTER DRILLING --- _ 0- W 0 a. m sr w w 2 Y 0 0 0 cn tJ 0 0 F- z z 0 J 0 - CO m x Uw O w C7 U =0 o -O 0 MATERIAL DESCRIPTION r w0 Oca ce w co 0=Q moz z w 0 Uv 0 ♦ SPT NVALUE ♦ 20 40 60 80 PL MC LL 1 • 20 40 60 180 ❑ FINES CONTENT (%) ❑ 20 40 60 80 5 10 Gray Sand with Some Roots Light Gray Sand Dark Gray Sand with Traces of Hardpan Dark Brown Sand Light Brown Sand SS X1 SS SS Gray Clayed Sand SS 15 20 25 Light Brown Sand, Slightly Silty SS SS x SS • Dark Brown Sand, Slightly Silty SS Light Brown Sand, Slightly Silty SS 9-7-9 (16) 8-6-5 (11) 5-5-5 (10) 6-7-8 (15) 8-7-7 (14) 6-7-8 (15) 9-10-10 (20) 14-16-19 (35) 12-9-7 (16) Bottom of borehole at 25.0 feet. KSM Engineering and Testing KSM P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b BORING NUMBER FB -2 PAGE 1 OF 1 PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION GROUND WATER LEVELS: Q AT TIME OF DRILLING 4.33 ft DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan AT END OF DRILLING --- AFTER DRILLING --- HOLE SIZE inches o� 0 5 0 _0 MATERIAL DESCRIPTION w mim wo >0 2Z 0� w � o_ COW COO,' OZ C' Z 0 0 a 0 ♦ SPT NVALUE A 20 40 60 80 PL MC LL 20 40 60 180 ❑ FINES CONTENT (%) ❑ 20 40 60 80 Gray Sand with Trace of Roots Dark Gray Sand with Trace of Hardpan 0 4 wW Lu Lu 2 0 0 0 O N rn N C0 0 c� taui 0) 0 0 0 0. a 0 W 0 w W 10 - Grayish Brown Sand Light Brown Sand Gray Clayed Sand ICI 15 20 25 Light Brown Sand, Slightly Silty Dark Brown Sand, Slightly Silty t'® Brown Sand, Slightly Silty t'® 3-4-4 (8) 4-3-4 (7) 3-3-5 (8) 4-6-10 (16) 5-6-8 (14) 6-8-9 (17) 8-10-12 (22) 12-12-14 (26) 20-22-24 (46) 14-12-10 (22) Bottom of borehole at 25.0 feet. KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 BORING NUMBER FB -3 PAGE 1 OF 1 CLIENT Indian River County PROJECT NAME Chris Kafer, P.E. PROJECT NUMBER 140434-b PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sampler .V AT TIME OF DRILLING 4.00 ft LOGGED BY DP/MS CHECKED BY JEK AT END OF DRILLING -- NOTES See Attached Location Plan AFTER DRILLING --- aV Wv 0 U x� 0 MATERIAL DESCRIPTION w >-Q ►-w m EL 2z u 0 Og w 0 J m0> UZ Z U Ci ♦ SPT N VALUE 20 40 60 80 PL MC LL 20 40 • 60 180 ❑ FINES CONTENT (%) ❑ 20 40 60 80 0 0 w ce ce 0 0 0 0 N 9 M ai 0 0) Z N F- 0 0- 0 O w Gray Sand with Some Roots Light Gray Sand Dark Gray Sand with Traces of Hardpan 5 10 Brown Sand X SS k SS Light Brown Sand X SS Gray Clayed Sand x SS 15 20 25 Light Brown Sand, Slightly Silty X SS X SS Dark Brown Sand, Slightly Silty SS Brown Sand, Slightly Silty X SS 3-4-5 (9) 6-5-4 (9) 5-4-5 (9) 6-6-6 (12) 6-5-6 9-11-13 (24) 16-20-20 (40) 13-12-12 (24) Bottom of borehole at 25.0 feet. KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 BORING NUMBER FB -4 PAGE 1 OF 1 CLIENT Indian River County PROJECT NAME Chris Kafer, P.E. PROJECT NUMBER 140434-b PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan GROUND WATER LEVELS: S. AT TIME OF DRILLING 4.33 ft AT END OF DRILLING -- AFTER DRILLING --- n.0 0 0 =0 a -O 0 MATERIAL DESCRIPTION w >- o' ~m 2 2 C/) cc O— w z w a Y 0 0 a • ♦ SPT N VALUE A 20 40 60 80 P1 L MC LLL 20 40 60 80 ❑ FINES CONTENT (%) ❑ 20 40 60 80 as 1 m it w w w 0 0 0 N 1- 0 U' m w 0 1- 0, F - z 0 0 a z m 0 Lu 0 O Lu C7 Gray Sand with Some Roots Dark Gray Sand with Traces of Hardpan 5 10 15 20 25 Brown Sand u- Grayish Brown Sand Light Brown Sand Gray Clayed Sand Light Brown Sand, Slightly Silty x SS x SS X SS X SS h SS X SS Y SS Dark Brown Sand, Slightly Silty k SS Light Brown Sand, Slightly Silty SS 3-3-4 (7) 5-5-4 (9) 4-5-7 (12) 6-5-6 (11) 7-9-11 (20) 10-10-11 (21) 11-13-16 (29) 16-16-19 (35) 12-10-11 (21) Bottom of borehole at 25.0 feet. %� KSM Engineering and Testing KS1Vlx 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 BORING NUMBER FB -5 PAGE 1 OF 1 CLIENT Indian River County PROJECT NAME Chris Kafer, P.E. PROJECT NUMBER 140434-b PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler GROUND WATER LEVELS: AT TIME OF DRILLING 3.67 ft LOGGED BY DP/MS CHECKED BY JEK AT END OF DRILLING --- NOTES See Attached Location Plan AFTER DRILLING -- r"-- 0 5 U °-o MATERIAL DESCRIPTION w >- ~m 2z >- re— Oce w a z w 0 LLI w Uv d ♦ SPT N VALUE • 20 40 60 80 PL MC LL 20 40 60 180 ❑ FINES CONTENT (%) ❑ 20 40 60 80 Gray Sand with Some Roots Dark Gray Sand with Some Hardpan SS 0 co w w Y 0 0 0 N 2 m m J 0 1- t - z N 0 O 0_ a m x 0 W 1- 0 w U' Dark Brown Sand Light Brown Sand SS Gray Clayed Sand SS Light Brown Sand, Slightly Silty 10 15 SS x SS X SS u SS Dark Brown Sand, Slightly Silty 20 X SS Brown Sand, Slightly Silty 25 SS 4-5-8 (13) 10-7-7 (14) 7-6-7 (13) 5-5-6 6-6-6 (12) 5-7-8 (15) 8-8-10 (18) 18-19-22 (41) 15-12-10 (22) Bottom of borehole at 25.0 feet. KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 BORING NUMBER FB -6 PAGE 1 OF 1 CLIENT Indian River County PROJECT NAME Chris Kafer, P.E. PROJECT NUMBER 140434-b PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION HOLE SIZE inches GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sampler Q AT TIME OF DRILLING 3.67 ft DRILLING CONTRACTOR LOGGED BY DP/MS CHECKED BY JEK AT END OF DRILLING -- NOTES See Attached Location Plan AFTER DRILLING --- o$ 0 0 0 a0 MATERIAL DESCRIPTION w 11.1 a2 2 w>o >0 � wvre z1 mO> UZ z w a w Uv 0 o- A SPT N VALUE • 20 40 60 80 PL MC LL 20 40 60 I80 ❑ FINES CONTENT (%) 0 20 40 60 80 5 Gray Sand with Some Roots 10 4 Dark Gray Sand with Some Hardpan SS Q Brown Sand SS Light Brown Sand SS Gray Clayed Sand X SS Light Brown Sand, Slightly Silty 15 GEOTECH BH PLOTS - GIN SS SS SS Dark Brown Sand, Slightly Silty 20 1. SS Brown Sand, Slightly Silty 25 SS 3-4-4 (8) 6-7-9 (16) 6-6-8 (14) 5-5-6 (11) 8-9-11 (20) 10-10-11 (21) 12-13-15 (28) 21-23-25 (48) 17-15-12 (27) Bottom of borehole at 25.0 feet. KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 SP' S £iiLIAj HER & MacWILLIAM ENGINEERING AND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET C.A.: 5693 FAX (772) 589-6469 Date Location: March 7, 2014 Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -1, See Attached Location Plan DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS — 0- - 1- - 2- -3- - 4 -5- -6 0" - 8" Gray Sand with Traces of Roots 8" - 16" 28 Light Gray Sand 16" - 32" Dark Gray Sand with Traces of Hardpan 34 32" - 48" 48" - 72" 50 Grayish Brown Sand 44 40 40 Light Brown Sand Water Table : 48" Below Existing Grade Job #: KSM 140434-lha Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Date Location: lre 01 t .111.11.7 AIM HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX March 7, 2014 Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -2, See Attached Location Plan NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS - 0- 1 -2- -3- - 4- 0" - 12" 32 Gray Sand with Traces of Roots 12" - 28" Light Gray Sand 40 28" - 40" Dark Gray Sand with Some Hardpan 58 40" - 56" Brown Sand 50 56" - 72" Light Brown Sand - 5- 47 - 6- 45 Water Table : 54" Below Existing Grade Job #: KSM 140434-2ha Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Date Location: e C'► I' .111•7 MEL HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET March 7, 2014 ND TESTI SEBASTIAN MELBOURNE ST. LUCIE Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -3, See Attached Location Plan FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS -0- -1- 2 3 -4- -5- 6 0" - 24" 40 52 Gray Sand with Traces of Roots 24" - 36" Dark Gray Sand with Traces of Hardpan 58 36" - 50" Brown Sand 47 50" - 72" Light Brown Sand 45 44 Water Table : 46" Below Existing Grade Job #: KSM 140434-3ha Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 TF 01 t E diva HER & MacWILLIAM ENGINEERING AND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET C.A.: 5693 FAX (772) 589-6469 Date Location: March 7, 2014 Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -4, See Attached Location Plan DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS - 0- - 1- - 2- 0" - 10" Gray Sand with Traces of Roots 10" - 30" 29 Light Gray Sand 34 30" - 50" Dark Gray Sand with -3- 57 Traces of Hardpan -4- - 5- -6 50 50" - 62" Dark Grayish Brown Sand 48 62" - 72" Light Brown Sand 48 Water Table : 50" Below Existing Grade Job #: KSM 140434-4ha Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Date Location: 'r' CPI l £'%.i7 &V J. HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET March 7, 2014 ND TESTI SEBASTIAN MELBOURNE ST. LUCIE Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -5, See Attached Location Plan FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS -0- 0" - 16" Gray Sand with Traces of Roots -1- 41 16" - 22" -2- 22" - 40" 60 -3- -5- -6- 53 Dark Gray Sand with Traces of Hardpan ---- Brown Sand 40" - 60" Grayish Brown Sand 60" - 72" 46 42 40 Light Brown Sand Water Table : 50" Below Existing Grade Job #: KSM 140434-5ha Ronald G. Keller, P.E.: 37293 / SI Lie. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Date Location: Tr el ilk z in. I VL HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX March 7, 2014 Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida HA -6, See Attached Location Plan NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DEPTH IN FEET Strata FROM -TO PEN READINGS DESCRIPTION OF SOILS -0- 0" - 10" Gray Sand with Traces of Roots -1- 10" - 20" 32 Light Gray Sand 20" - 30" Dark Gray Sand with -2- 37 Traces of Hardpan 4 5 -6 30" - 48" Brown Sand 50 48 48" - 60" Grayish Brown Sand 47 60" - 72" Light Brown Sand 46 Water Table : 46" Below Existing Grade Job #: KSM 140434-6ha Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 S L�� .WHO/Lac Qom- _J —. , / ! ?` , fi II 14 /!N. _ .--. I 1'719 ReEenNCn V. FB -4 FB -3 o� FI_ 7.rclww V* \). �� � a vim' / lb (1..' 0/11 RECREATION frs-2 B::1 4./ ..-o lb 0. 9 0 r '- O 1 ' '` . H A-5 `� Q 111 ID n %\ HA- [ I\.a a �,.. - `v HA -4 - 4I --/ — C -• - ���� W WATER ''- KW 41' 21'11 1245.89' 1 �_II --OSLO-ROAD c — -- — nal sill"— LEGEND LOCATION OF FOUNDATION BORING (FB) and HAND -AUGER BORING (HA) PROJECT: South Count Park, Indian River Count , Florida SHEET 1 ❑F 1 PERMIT #: PROJECT #: 130166 £117 £VL AN D TESTI N DRAWN BY: J.K. DESIGNED BY:R.K: DATE' EE2 NONE 2 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 'O' CM /' A IL iJ IIVL HER & MacWILLIAM ENGINEERING AND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 FAX 72 589-6469 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSMQKSMENGINEERING.NET C.A.: 5693 ) March 17, 2014 Chris Kafer, P.E. Indian River County 1801 27th Street Vero Beach, Florida 32960 Re: Intergenerational Recreational Facility at South County Regional Park 20th Avenue S.W. Vero Beach, Florida KSM Project #: 140434-perc Dear Mr. Kafer: Enclosed are the permeability test results and soil profiles for the referenced project. Three (3) Hydraulic Conductivity Tests were performed in the field by the `Usual Open - Hole Test' and five (5) Standard Penetration Test (SPT) borings for the referenced project. Three (3) of the SPT borings were performed in the proposed dry retention areas to depths of 14 feet below existing grade and two (2) SPT borings were performed in the proposed wet detention area to depths of 30 feet below existing grade. The horizontal and vertical permeability flow rates were determined by excavating a test pit adjacent to the permeability tests and obtaining undisturbed shelby tube samples. We then performed a permeability test on the field samples in our laboratory. All these tests were performed to evaluate the drainage characteristics of the soils for these particular test locations. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Trot: E1.1.7) & HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Intergenerational Recreational Facility at South County Regional Park -2- ND TESTI SEBASTIAN MELBOURNE ST. LUCIE FAX NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 March 17, 2014 The following table indicates the usual Open Hole Hydraulic Conductivity test results for each test location: TEST LOCATION (See Location Plan) P-1 P-2 P-3 HYDRAULIC CONDUCTIVITY (CFS/Sq. Ft. — Ft. Head) 1.4 x 10-4 1.8x10-4 1.3 x 10-4 The following table indicates the horizontal and vertical flow rates at the permeability test location: TEST LOCATION HORIZONTAL FLOW RATE (See Location Plan) P-1 P-1 P-1 13.4 Ft/Day @ (0"-16") Depth 16.8 Ft/Day @ (16"-28") Depth 1.5 Ft/Day @ (28"-36") Depth P-2 12.6 Ft/Day @ (0"-24") Depth P-2 1.2 Ft/Day @ (24"-36") Depth P-3 14.3 Ft/Day @ (0"-10") Depth P-3 16.8 Ft/Day @ (10"-20") Depth P-3 2.4 Ft/Day @ (20"-40") Depth P-3 5.9 Ft/Day @ (40"-58") Depth VERTICAL FLOW RATE 10.7 Ft/Day @ (0"-16") Depth 14.3 Ft/Day @ (16"-28") Depth 1.0 Ft/Day @ (28"-36") Depth 5.9 Ft/Day @ (36"-48") Depth 10.1 Ft/Day @ (0"-24") Depth 0.8 Ft/Day @ (24"-36") Depth 11.8 Ft/Day @ (0"-10") Depth 14.1 Ft/Day @ (10"-20") Depth 1.2 Ft/Day @ (20"-40") Depth 5.0 Ft/Day @ (40"-58") Depth Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, RE.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 TeCIlk t CLIO £V& HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Intergenerational Recreational Facility at South County Regional Park ND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 FAX (772) 589-6469 -3- March 17, 2014 The following table indicates the measured water table along with our estimated normal wet season water table and normal dry season water table for each test location: TEST LOCATION (See Location Plan) MEASURED ESTIMATED WET SEASON WATER TABLE WATER TABLE ESTIMATED DRY SEASON WATER TABLE SPT -1, P-1 SPT -2 SPT -3 SPT -4, P-3 SPT -5, P-2 48" Below Grade 36" Below Grade 46" Below Grade 44" Below Grade 50" Below Grade 16" Below Grade 14" Below Grade 18" Below Grade 18" Below Grade 16" Below Grade 52" Below Grade 50" Below Grade 54" Below Grade 54" Below Grade 52" Below Grade This estimate is based upon our interpretation of existing site conditions and a review of the USDA Soil Survey for Indian River County, Florida. The project soils are mapped as Myakka fine sand (5), according to the Soil Survey Map of Indian River County, Florida. Fill Source: Two (2) Soil Borings were performed in the proposed wet detention area. The fine-grained sands are considered best as a structural fill source because they drain freely when excavated below the water table and are not moisture sensitive. Please note that after removing the typical surface vegetation, raking of the surface soils may be necessary to remove roots, stumps and other deleterious matter. The fine-grained sands, slightly silty materials are also suitable as an engineer fill, but may require extra work to properly compact. These soils drain fairly well but may require some stock piling in order to avoid compaction problems due to a high moisture content. Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Oa T" L%. IJ iVi HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET Intergenerational Recreational Facility at South County Regional Park ND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 FAX (772) 589-6469 -4- March 17, 2014 The clayed fine-grained sands may be considered as a structural fill source. However, these soils are moisture sensitive and will require much more effort to dry and compact properly. The site contractor may choose to modify the clayed sandy soils by blending with cleaner materials in order to improve the workability of the materials and improve their suitability for the project. The borings performed on the site, typically found fine-grained sands and fine-grained sands that are slightly silty. Very little fine-grained clayed sands were found on the site. Therefore, it is our professional opinion that the subsoils are suitable as a structural fill source. Please refer to the soil boring logs for more specific information relative to the soil description. e�*urrrrrrrr It+yrlai'$tions, please feel free to call my office. R • rrrrrrritiso J EK:km E-mail to: mastmolr@bellsouth.net john@mastel lermoler. com ckafer@ircgov.com Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KS M-SERVER)\140434-B. G P J GEOTECH BH PLOTS - GINT STD US LAB.GDT - 3/17/14 16:16 - Z:114DOCS KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b DATE STARTED COMPLETED 3/10/14 DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan BORING NUMBER SP'i PAGE 1 OF PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park GROUND ELEVATION HOLE SIZE inches GROUND WATER LEVELS: 2 AT TIME OF DRILLING 4.00 ft AT END OF DRILLING -- AFTER DRILLING --- W 0 a0 0 MATERIAL DESCRIPTION <. }}w F W CC - Jg >0 2z 00- w 0) o: ♦ SPT N VALUE A 20 40 60 80 PL MC LL 20 40 60 180 Gray Sand with Some Roots (0"-16") Light Gray Sand (16"-28") 5 10 Dark Gray Sand with Some Hardpan (28"-36") Dark Brown Sand (36"-48") XS Y. Grayish Brown Sand Light Brown Sand s Gray Clayed Sand X s Light Brown Sand, Slightly Silty Bottom of borehole at 14.0 feet. X ss Xss SS 4-4-4 (8) 7-6-5 (11) 6-5-7 (12) 5-7-9 (16) 8-8-7 (15) 6-9-10 (19) 11-14-15 --} (29) o FINES CONTENT (%) 0 20 40 60 80 GEOTECH BH PLOTS - GINT STD US LAB.GDT- 3/18/14 16:21 - Z:114DOCS (KSM-SERVER)1140434-B.GPJ KSM Engineering and Testing KSMP.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b DATE STARTED COMPLETED 3/10/14 DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Pian BORING NUMBER SP PAGE 1 OF 1 PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park GROUND ELEVATION HOLE SIZE inches GROUND WATER LEVELS: AT TIME OF DRILLING AT END OF DRILLING AFTER DRILLING --- a- 0 v (.40 0 0 MATERIAL DESCRIPTION Gray Sand with Some Roots w -o — wm w0 2z o W (.1) o' cnw oDaa m0> 0z Dark Gray Sand with Traces of Hardpan 10 Dark Brown Sand S Light Brown Sand SS S Gray Clayed Sand S 15 20 25 30 Light Brown Sand, Slightly Silty with Shell SS S S Dark Brown Sand, Slightly Silty S Brown Sand, Slightly Silty SS Bottom of borehole at 30.0 feet. SS 4-3-4 (7) 9-13-10 (23) 12-15-10 (25) 9-11-8 (19) 5-7-7 (14) 9-10-8 (18) 10-12-14 (26) 19-18-19 (37) 11-9-12 (21) 9-7-9 -� (16) ♦ SPT N VALUE A 20 40 60 80 PL MC LL • 20 40 60 180 ❑ FINES CONTENT (%) ❑ 20 40 60 80 KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b DATE STARTED COMPLETED 3/10/14 DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan BORING NUMBER SPT -3 PAGE 1 OF 1 PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park GROUND ELEVATION GROUND WATER LEVELS: aATTIME OF DRILLING 2.50 ft HOLE SIZE inches AT END OF DRILLING --- AFTER DRILLING --- acg - � U_ x0 o -o O MATERIAL DESCRIPTION w o )-m wo >0 2z O w w cc A SPT N VALUE 20 40 60 80 PL MC LL 20 40 60 I80 ❑ FINES CONTENT (%) 0 20 40 60 80 Gray Sand with Some Roots 5 10 Dark Gray Sand with Traces of Hardpan SZ Dark Brown Sand Light Brown Sand S S SS Gray Clayed Sand S O - 15 ai it w uJ w Y 20 U O D N - 25 c� m_ 5 y 10_ F- GEOTECH BH PLOTS - GI 30 Light Brown Sand, Slightly Silty SS S SS Dark Brown Sand, Slightly Silty S Light Brown Sand, Slightly Silty SS Bottom of borehole at 30.0 feet. x S 3-5-3 (8) 10-16-12 (28) 11-13-12 (25) 11-9-8 (17) 6-5-6 7-8-10 (18) 11-14-16 (30) 17-18-20 (38) 9-10-19 (29) 7-8-10 (18) GEOTECH BH PLOTS - GINT STD US LAB. GDT - 3/17/14 16:16 - Z:\14DOCS (KSM-SERVER)\140434-B.GP KSM Engineering and Testing KSMox 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 CLIENT Indian River County PROJECT NUMBER 140434-b DATE STARTED COMPLETED 3/10/14 DRILLING CONTRACTOR DRILLING METHOD Split Spoon Sampler LOGGED BY DP/MS CHECKED BY JEK NOTES See Attached Location Plan BORING NUMBER SP1 PAGE 1 OF PROJECT NAME Chris Kafer, P.E. PROJECT LOCATION Recreational Facility, South County Regional Park GROUND ELEVATION HOLE SIZE inches GROUND WATER LEVELS: AT TIME OF DRILLING 3.83 ft AT END OF DRILLING --- AFTER DRILLING --- x w xO oO 0 MATERIAL DESCRIPTION A SPT N VALUE 20 40 60 80 5 Gray Sand with Some Roots (0" -10") Light Gray Sand (10"-20") Dark Gray Sand with Traces of Hardpan (20"-40") Dark Brown Sand (40"-58") S Light Brown Sand Gray Clayed Sand Light Brown Sand, Slightly Silty 10 Bottom of borehole at 14.0 feet. S X X X x s S S S 3-4-5 (9) 7-10-10 (20) 9-7-6 (13) 6-6-6 (12) 7-9-10 (19) 8-8-9 (17) 12-13-14 (27) PL MC LLL 20 40 60 80 0 FINES CONTENT (%) 0 20 40 60 80 KSM KSM Engineering and Testing P.O. Box 78-1377 Sebastian, FL 32978 Telephone: (772)589-0712 Fax: (772)589-6469 BORING NUMBER SPT -5 PAGE 1 OF 1 CLIENT Indian River County PROJECT NAME Chris Kafer, P.E. PROJECT NUMBER 140434-b PROJECT LOCATION Recreational Facility, South County Regional Park DATE STARTED COMPLETED 3/10/14 GROUND ELEVATION HOLE SIZE inches DRILLING CONTRACTOR GROUND WATER LEVELS: DRILLING METHOD Split Spoon Sampler SL AT TIME OF DRILLING 4.16 ft LOGGED BY DP/MS CHECKED BY JEK AT END OF DRILLING NOTES See Attached Locaton Plan AFTER DRILLING --- x 0" 0 5 U a0 O MATERIAL DESCRIPTION w r rr ~m Lu Z Wo d O- W ♦ SPT N VALUE • 20 40 60 80 PL MC LL 1 1 40 • 60 20 80 ❑ FINES CONTENT (%) ❑ 20 40 60 80 Gray Sand with Some Roots (0"-241 Dark Gray Sand with Some Hardpan (24" - 36") SS Dark Brown Sand (36" - 54") 2 SS Light Brown Sand Gray Clayed Sand SS Light Brown Sand, Slightly Silty 10 SS SS SS SS 3-4-4 (8) 6-7-7 (14) 7-7-7 (14) 6-7-9 (16) 8-10-10 (20) 9-11-13 (24) GEOTECH BH PLOTS - GINT STD US LAB.GDT- 3117/14 16:16- Z:114DOCS (KSM-SERVER)\140434-B.GPJ Bottom of borehole at 14.0 feet. 12-13-15 (28) KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 ▪ CI 11 £ .IJ AWL HER & MacWILLIAM ENGINEERING A P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET ND TESTING, INC. SEBASTIAN (772) 589-0712 MELBOURNE (321) 768-8488 ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 DATE OF TEST: CLIENT LOCATION : USUAL OPEN -HOLE TEST March 10, 2014 PROJECT NO. KSM 140434-1p Chris Kafer, P.E. Indian River County Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 P-1, See Attached Location Plan STARTING VOLUME (gals.) ENDING VOLUME (gals.) TOTAL VOLUME USED (gals.) TOTAL ELAPSED TIME (mins.) AVERAGE FLOW RATE (gpm) DIAMETER OF TEST HOLE DEPTH TO WATER TABLE DEPTH OF TEST 10 2 8 10 0.8 4 inches 48 inches 60 inches K = HYDRAULIC CONDUCTIVITY (CFS/SQ.FT. - FT. HEAD) = 1.4 X 10'4 Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Teat i1.O1MIL HER & MacWILLIAM ENGINEERING AND TBOURNE AEsSATJIN(7G P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SMEE(771) ) www.ksmengineering.net ST. LUCIE (772)1 E -Mail: KSM@KSMENGINEERING.NET FAX (772) LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: , INC. 589-0712 768-8488 229-9093 589-6469 March 12, 2014 PROJECT NO. KSM 140434-1ph CLIENT Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -1 (0"-16"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Gray Sand = 10 Inches (Sample Taken Horizontally) 5.5 INCHES 3INCHES = 400 MILLILITERS 10 MINUTES = 191A INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 13.4 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 TFctA ilL1610 AVL KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTI MARTIN (772) 337-7755 RO. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN PALM BEACH (561) 845-7445www.ksmengineenng.net MELBOURNE FAX (561) 845-8876 E-Mail: KSM@KSMENGINEERING.NET ST. LUCIE C.A.: 5693 FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 March 12, 2014 PROJECT NO. KSM 140434-1 pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -1 (0"-16"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Gray Sand 10 Inches (Sample Taken Vertically) 5.5 INCHES 3 INCHES 320 MILLILITERS 10 MINUTES = 19 % INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 10.7 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, RE.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 TO' CM AIL *JAVA HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: CLIENT LOCATION NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 March 12, 2014 PROJECT NO. KSM 140434-1 ph Chris Kafer, P.E. Indian River County Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -1 (16"-28"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Light Gray Sand 20 Inches (Sample Taken Horizontally) 5.5 INCHES = 3INCHES 500 MILLILITERS = 10 MINUTES = 19'/% INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 16.8 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 SPOIL Air .101647.13/1. HER & MacWILLIAM ENGINEERING AND TESTING P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) www.ksmengineering.net MELBOURNE (321) E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) FAX (772) LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: , INC. 589-0712 768-8488 229-9093 589-6469 March 12, 2014 PROJECT NO. KSM 140434-1 pv CLIENT Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -1 (16"-28"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Light Gray Sand 20 Inches (Sample Taken Vertically) 5.5 INCHES 3 INCHES 425 MILLILITERS 10 MINUTES = 19'/2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 14.3 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 'IF C1t i1 LJIIVL HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-1ph CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -1 (28"-36"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Gray Sand with Some Hardpan 32 Inches (Sample Taken Horizontally) 5.5 INCHES 3 INCHES 45 MILLILITERS = 10 MINUTES = 19 %INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 1.5 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 TFC1t i110W A KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488. FAX (561) 845-8876 E-Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-1 pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Bach, Florida KSM Project #: 140434 PV -1 (28"-36"), See Attached Location Plan at P-1 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Gray Sand with Some Hardpan 32 Inches (Sample Taken Vertically) 5.5 INCHES = 3INCHES = 30 MILLILITERS = 10 MINUTES = 19 % INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 1.0 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Trell t JIM i71NIL KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-1 pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -1 (36"-48"), See Attached Location Plan at Location P-1 SAMPLE DESCRIPTION = Dark Brown Sand DEPTH @ SAMPLE LOCATION = 40 Inches (Sample Taken Vertically) LENGTH OF SAMPLE ALONG PATH OF FLOW = 5.5 INCHES DIAMETER OF SAMPLE = 3 INCHES QUANTITY OF FLOW - 175 MILLILITERS TIME INTERVAL OF TEST = 10 MINUTES DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = 19 %INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 5.9 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 iai,iJi IL KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND ETESTIING 5 s oC. AA MARTIN (772) 337-7755 PO, BOX 78-1377, SEBASTIAN, FL 32978-1377 MELBOURNEN (321) 768-8488 2 PALM BEACH (561) 845-7445 www.ksmengineering.net ST. LUCIE (772) 229-9093 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET FAX (772) 589-6469 C.A.: 5693 USUAL OPEN -HOLE TEST DATE OF TEST: March 10, 2014 PROJECT NO. KSM 140434-2p CLIENT Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 P-2, See Attached Location Plan STARTING VOLUME (gals.) ENDING VOLUME (gals.) TOTAL VOLUME USED (gals.) TOTAL ELAPSED TIME (mins.) 11 0.5 10.5 10 AVERAGE FLOW RATE (gpm) = 1.05 DIAMETER OF TEST HOLE = 4 inches DEPTH TO WATER TABLE = 50 inches DEPTH OF TEST = 60 inches K = HYDRAULIC CONDUCTIVITY (CFS/SQ.FT. - FT. HEAD) = 1.8 X 104 Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 TO' C% It i16I IIVL KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TTESSTING INC. SEBASTIAN MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 MELBOURNE (321) 589-0712 2 PALM BEACH (561) 845-7445 www.ksmengineering.net ST. LUCIE (772) 229-9093 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET FAX (772) 589-6469 C.A.: 5693 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-2ph CLIENT : Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -2 (0"-24"), See Attached Location Pian at Location P-2 SAMPLE DESCRIPTION = Gray Sand DEPTH @ SAMPLE LOCATION = 18 Inches (Sample Taken Horizontally) LENGTH OF SAMPLE ALONG PATH OF FLOW = 5.5 INCHES DIAMETER OF SAMPLE = 3 INCHES QUANTITY OF FLOW = 375 MILLILITERS TIME INTERVAL OF TEST = 10 MINUTES DIFFERENCE IN HYDRAULIC HEAD = 19 +/Z INCHES ACROSS THE SAMPLE THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 12.6 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KSM KELLER, SCHLEICHER & MacWILLIIAM ENGINEERING A MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN FL 32978-1377 N DTESTI PALM BEACH (561) 845-7445 SEBASTIAN MELBOURNE FAX (561) 845-8876 C.A.: 5693 www.ksmengineering.net E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE NG, INC. (772) 229-9093 FAX (772) 589-6469 (772) 589-0712 (321) 768-8488 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: CLIENT . March 12, 2014 PROJECT NO. KSM 140434-2pv Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -2 (0"-24"), See Attached Location Plan at Location P-2 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION Gray Sand 18 Inches (Sample Taken Vertically) LENGTH OF SAMPLE ALONG PATH OF FLOW = 5.5 INCHES DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE 3 INCHES 300 MILLILITERS 10 MINUTES = 19 Y2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 10.1 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 £1FiJ KELLER, SCHLEICHER & MacWILLIAM ENGINEERING ANDSEBASTIAN AESSATIING I INC.ARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 MELBOURNEE(321) 768-8488 2 PALM BEACH (561) 845-7445 www.ksmengineering.net LUCIE (772) 229-9093 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. FAX (772) 589-6469 C.A.: 5693 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: CLIENT : LOCATION : March 12, 2014 PROJECT NO. KSM 140434-2ph Chris Kafer, P.E. Indian River County Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -2 (24"-36"), See Attached Location Plan at Location P-2 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Gray Sand with Some Hardpan 30 Inches (Sample Taken Horizontally) 5.5 INCHES 3 INCHES 35 MILLILITERS 10 MINUTES = 19 % INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 1.2 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 "v' C#% i £% I IVI HER & MacWILLIAM ENGINEERING ANDTESTING P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SMELBOURN NE (321)2) www.ksmengineering.net ST. URNLUCIE (772) E -Mail: KSM@KSMENGINEERING.NET FAX (772) LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: , INC. 589-0712 768-8488 229-9093 589-6469 March 12, 2014 PROJECT NO. KSM 140434-2pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -2 (24"-36"), See Attached Location Plan at Location P-2 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Gray Sand with Some Hardpan 30 Inches (Sample Taken Vertically) 5.5 INCHES 3 INCHES 25 MILLILITERS = 10 MINUTES = 19' INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 0.8 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Sr C% 1 AINAL KELLER, SCHLEICHER & MaCWIL AM ENGINEERING MARTIN (772) 337-7755 AND TESTING !Nu. PALM BEACH (561) 845-7445 P.O.BOX 78 137 FAX (561) 845-8876 www.ksmengineenng.net MELBOURNE (321) 768-8488 C.A.: 5693 E -Mail: KSM©KSMENGINEERING.NET ST. LUCIE (772) 229-9093 FAX (772) 589-6469 7, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) 589-0712 DATE OF TEST: CLIENT LOCATION : USUAL OPEN -HOLE TEST March 10, 2014 Chris Kafer, P.E. Indian River County Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 P-3, See Attached Location Plan STARTING VOLUME (gals.) ENDING VOLUME (gals.) TOTAL VOLUME USED (gals.) TOTAL ELAPSED TIME (mins.) AVERAGE FLOW RATE (gpm) DIAMETER OF TEST HOLE DEPTH TO WATER TABLE DEPTH OF TEST 10 3 7 10 0.7 4 inches 44 inches 60 inches PROJECT NO. KSM 140434-3p K = HYDRAULIC CONDUCTIVITY (CFS/SQ.FT. - FT. HEAD) = 1.3 X104 Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 C!ti KELLER, SCHLEICHER & MaCWILLIAM ENGINEERING MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 AND TESTI PALM BEACH (561) 845-7445 SEBASTIAN MELBOURNE FAX (561) 845-8876 www.ksmengineering.net C.A.: 5693 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 CLIENT : LOCATION : NG, INt,. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 PROJECT NO. KSM 140434-3ph Chris Kafer, P.E. Indian River County Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -3 (0"-10"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST = Gray Sand 6 Inches (Sample Taken Horizontally) 5.5 INCHES 3 INCHES 425 MILLILITERS 10 MINUTES DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = 19 % INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 14.3 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lie. No.: 860 / Julie E. Keller, P.E.: 68366 .111.01.1.W. KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND ETEsS LITIAN NG IN) C. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 2 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-3pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -3 (0"-10"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION = Gray Sand DEPTH @ SAMPLE LOCATION = 6 Inches (Sample Taken Vertically) LENGTH OF SAMPLE ALONG PATH OF FLOW = 5.5 INCHES DIAMETER OF SAMPLE = 3 INCHES QUANTITY OF FLOW = 350 MILLILITERS TIME INTERVAL OF TEST = 10 MINUTES DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = 19 Y2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 11.8 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 ie C 11 IL . 7iVi HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.net MELBOURNE E -Mail: KSM@KSMENGINEERING.NET St LUCIE FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-3ph CLIENT Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project* 140434 PH -3 (10"-20"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Light Gray Sand 16 Inches (Sample Taken Horizontally) 5.5 INCHES 3INCHES 500 MILLILITERS = 10 MINUTES = 19 %2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 16.8 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 'VI' 01 I' ilk iii. AV& HER & MacWILLIAM ENGINEERING AND TESTING P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) www.ksmengineering.net MELBOURNE (321) E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) FAX (772) LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: , INC. 589-0712 768-8488 229-9093 589-6469 March 12, 2014 PROJECT NO. KSM 140434-3pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project* 140434 PV -3 (10"-20"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = Light Gray Sand 16 Inches (Sample Taken Vertically) = 5.5 INCHES 3 INCHES 420 MILLILITERS = 10 MINUTES = 19% INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 14.1 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Te 01A IL Alr 11 M KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND ETESTING, N (772) 58INC. MARTIN (772) 337-7755 P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 9-0712 PALM BEACH (561) 845-7445 www.ksmengineering.net MELBOURNE (321) 768-8488 FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) 229-9093 C.A.: 5693 FAX (772) 589-6469 LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-3ph CLIENT Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -3 (20"-40"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = Dark Gray Sand with Traces of Hardpan 30 Inches (Sample Taken Horizontally) 5.5 INCHES 3INCHES = 70 MILLILITERS 10 MINUTES = 19 Y2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 2.4 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Tl' e% t X% ii. PM KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTI MARTIN (772) 337-7755 RO. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN PALM BEACH (561) 845-7445www.ksmengineering.net MELBOURNE FAX (561) 845-8876 E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE C.A.: 5693 FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 DATE OF TEST: March 12, 2014 PROJECT NO. KSM 140434-3pv CLIENT Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -3 (20"-40"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE = Dark Gray Sand with Traces of Hardpan = 30 Inches (Sample Taken Vertically) 5.5 INCHES 3INCHES 35 MILLILITERS 10 MINUTES = 19 Y2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 1.2 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 Tel CM A' £*JAVA HER & MacWILLIAM ENGINEERING AND TESTI P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN www.ksmengineering.netMELBOURNE E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE FAX LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: NG, INC. (772) 589-0712 (321) 768-8488 (772) 229-9093 (772) 589-6469 March 12, 2014 PROJECT NO. KSM 140434-3ph CLIENT : Chris Kafer, P.E. Indian River County LOCATION Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PH -3 (40"-58"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Brown Sand 48 Inches (Sample Taken Horizontally) 5.5 INCHES 3 INCHES 175 MILLILITERS 10 MINUTES = 191/2 INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 5.9 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 TO' cti 4%57 WA HER & MacWILLIAM ENGINEERING AND TESTING P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) www.ksmengineering.net MELBOURNE (321) E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) FAX (772) LABORATORY PERMEABILITY - CONSTANT HEAD METHOD (ASTM 2434) DATE OF TEST: , INC. 589-0712 768-8488 229-9093 589-6469 March 12, 2014 PROJECT NO. KSM 140434-3pv CLIENT : Chris Kafer, P.E. Indian River County LOCATION : Intergenerational Recreational Facility at South County Regional Park 20th Avenue, S.W. Vero Beach, Florida KSM Project #: 140434 PV -3 (40"-58"), See Attached Location Plan at Location P-3 SAMPLE DESCRIPTION DEPTH @ SAMPLE LOCATION LENGTH OF SAMPLE ALONG PATH OF FLOW DIAMETER OF SAMPLE QUANTITY OF FLOW TIME INTERVAL OF TEST DIFFERENCE IN HYDRAULIC HEAD ACROSS THE SAMPLE Dark Brown Sand 48 Inches (Sample Taken Vertically) 5.5 INCHES 3 INCHES 150 MILLILITERS 10 MINUTES = 19th INCHES THE RESULTS OBTAINED FROM OUR LABORATORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 5.0 FEET/DAY Ronald G. Keller, P.E.: 37293 / SI Lic. No.: 860 / Julie E. Keller, P.E.: 68366 Samar `+*" olemltlul' `— _ —_— --__- _I 1 // \ 1_2. 1 , _ " — — i SPT-4, P-3 „fir \ SPT-'+, k Ci -- L�� ,---i S 1r92./4h-i a+,tl SPT-2 c.1142, etti a.cmauls A • dSTPUMU' oMUM risi th 06 Au�1t lit i i ),i , Qa-1J 11 C �� • t PROPOSED �exam' SFr a ' dot. SPT-1, \ P-1 0 0 1ipr 000001" fl J � -- 0 . 1) D D � - xur • I r -!—mix W WAng k N39 41. 2t-w /24619 i lI a ..— �r Z_F— r ...,...,,,--2--#._—_,......1.-_ ... a i --_ —_ --it at LLJJ Legend LOCATION OF PERMEABILITY TEST AND SPT PROFILE LOCATION OF SPT BORING PROJECT: South County Park, Indian River Count , Florida SHEET 1 OF 1 PERMIT #: PROJECT #t 130166 Ali SIM AND TESTIN DRAWN BY: J.K. DESIGNED BYIR.K. DATE: 20140312 SCALEt NONE KELLER, SCHLEIC MARTIN (772) 337-7755 PALM BEACH (561) 845-7445 FAX (561) 845-8876 C.A.: 5693 TO' 011 ,L%.17MIL HER & MacWILLIAM ENGINEERING AND TESTING P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (772) www.ksmengineering.net MELBOURNE (321) E -Mail: KSM@KSMENGINEERING.NET ST. LUCIE (772) FAX (772) IiiDP 9.A} -J- South County Park Indian River County, Florida 3- EauGallie fine sand 5- Myakka fine sand USDA Soil Survey Map , INC. 589-0712 768-8488 229-9093 589-6469