Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2015-241A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR SKEET AND TRAP FACILITY IMPROVEMENTS FORME INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 PROJECT NO. 1213B PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA WESLEY S. DAVIS, CHAIRMAN BOB SOLARI, VICE CHAIRMAN COMMISSIONER PETER D. O'BRYAN COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER TIM ZORC JOSEPH A. BAIRD, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTR( R ( DYLAN REINGOLD , COUNTY ATTORNEY tv CHRISTOPHER R. MORA, P.E., PUBLIC WORKS DIRECTOR RICHARD B. SZPYRKA, P E , ASSISTANT PUBLIC WORKS DIRECTOR ' 00001 - Project Title Page - REV 04-07 00001 - 1 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documentsWlaster 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\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00010 - Table of Contents - REV 04-07 doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS DIVISION 3 - BUILDING SPECIFICATIONS APPENDIX A - PERMITS APPENDIX B - FERTILIZER ORDINANCES + + END OF TABLE OF CONTENTS + + 00010-2 F•\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\00010 - Table of Contents - REV 04-07 doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 271h Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian, River County until 2'00 P.M on Wednesday, December 2, 2015. 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 "SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE - Bid No. 2016008". 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. 1213B INDIAN RIVER COUNTY BID NO. 2016008 PROJECT DESCRIPTION: Construction of three (3) new combination Skeet and Trap Ranges east of the existing 5 - stand range, including a Storage Building, Hi/low Trap Houses, associated paving and utilities, and mowing (no fill) of a new Sporting Clays Trail west of the existing Sporting Clays Trail. 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 purchasinq(c�ircgov.com All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasinqircqov.com All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida Bid Security must be in the sum of not less than Five Percent 00100 - Advertisement for Bids REV 04-07 00100 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2'Admin\bid documents\Master Contract Documents\00100 - Advertisement for Bids REV 04-07.doc (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 MANDATORY Pre -Bid Conference will be held on Wednesday, November 18, 2015 at 10:00 A.M. in the first floor conference room of the Indian River County Administration Building, Room A1-303, located at 1801 27th Street, Vero Beach, Florida, 32960 ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS REQUIRED. INDIAN RIVER COUNTY By- Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: October 25, 2015 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\1213B-IRC Shooting Range Skeet 8 Trap Phase 2\Admin\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 . 2 ARTICLE 5 - PRE-BID CONFERENCE . 4 ARTICLE 6 - SITE AND OTHER AREAS 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA 4 ARTICLE 8 - BID SECURITY .. 5 ARTICLE 9 - CONTRACT TIMES...... 5 ARTICLE 10 - LIQUIDATED DAMAGES .. 5 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS . ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS . .. 6 ARTICLE 13 - PREPARATION OF BID . . 6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS .. 7 ARTICLE 15 - SUBMITTAL OF BID. . „ .8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID.... .. 8 ARTICLE 17 - OPENING OF BIDS ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE .. ARTICLE 19 - AWARD OF CONTRACT .. .... 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE.... ... 10 ARTICLE 21 - SIGNING OF AGREEMENT 10 00200 - Instructions to Bidders REV 04-07 00200 - i F•\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\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 . 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.. . Qualifications of Bidders 3 Signing of Agreement 21 Site and Other Areas Subcontractors, Suppliers and Others 12 Submittal of Bid . . 15 Substitute and "Or -Equal" Items ................. ... 11 00200 - Instructions to Bidders REV 04-07 00200 - F:\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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 themeanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2 02 Complete sets of Bidding Documents must be used in preparing Bids, neither OWNER nor ENGINEER assumes any responsibility for 'errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below A. Bidder must be a Certified Building Contractor or General Contractor. B. Bidder must have at least five years' experience in the construction of similar projects of this size and larger - C Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. D. Bidder must have good recommendations from at least three clients similar to the OWNER. E. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. F 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 PROJECTS \12136 -IRC Shooting Range Skeet 8 Trap Phase 2\Admin\bid documents\Master Contract Documents\00200 - 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 4 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in 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 00200 - Instructions to Bidders REV 04-07 00200 - 2 FiPublic Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 4.05 Upon a request directed to the ENGINEER (Richard B. Szpyrka, 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 RICHARD B. SZPYRKA, 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; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents, H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; 00200 - Instructions to Bidders REV 04-07 00200 - 3 F -\Public Works\ENGINEERING DIVISION PROJECTS \12138 -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents'vlaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5 01 The date, time, and location for a MANDATORY Pre -Bid conference are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED 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 (purchasinqaircoov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not. be answered Only questions answered by Addenda will be binding Oral and other interpretations or clarifications will be without legal effect. 7 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. 00200 - Instructions to Bidders REV 04-07 00200 - 4 F -\Public Works\ ENGINEERING DIVISION PROJECTS \12138 -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07 doc Rev 05/01 ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the 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 willbe 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. 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 00200 - Instructions to Bidders REV 04-07 00200 - 5 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2'Admin\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such 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 seal shall be affixed and attested by the secretary or an assistant secretary The corporate address and state of incorporation shall be shown below the signature. 13 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature 13 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign The state of formation of the firm and the official address of the firm must be shown below the signature 00200 - Instructions to Bidders REV 04-07 00200 - 6 F'\Public Works\ENGINEERING DIVISION PROJECTS \12138 -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13 10 The address and telephone number for communications regarding the Bid shall be shown 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form 13.12 All supporting information requested in the Bid Form must be furnished Do not leave any questions or requests unanswered ARTICLE 14 - BASIS OF BID, EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule B The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11 02 of the General Conditions 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto 00200 - Instructions to Bidders REV 04-07 00200 - 7 F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents100200 - Instructions to Bidders REV 04-07 doc Rev 05/01 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19 01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs 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 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which ' the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19 06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as defined in FS 255.0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. 00200 - Instructions to Bidders REV 04-07 00200 - 9 F'\Public Works \ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\ 00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 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\1213B-IRC Shooting Range Skeet 8 Trap Phase 21.Admin\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: ADDENDUM NO. 1 November 13, 2015 Project Name: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range BID NO. 2016008 PROJECT No. 12138 Bid Opening Date: The Bid Opening date is Wednesday December 2, 2015 at 2:00 p.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 Bid Documents are to be submitted to PURCHASING MANAGER in writing to purchasing@ircgov.com. Interpretations or clarifications considered necessary to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bid Documents. Questions received less than ten (10) calendar days prior to the date for opening of Bids shall not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarification will be without legal effect. Deadline date for submittal of questions is Monday, November 23, 2015 at 8:30 a.m. 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. A MANDATORY Pre -Bid Conference will be held on Wednesday, November 18, 2015 at 10:00 A.M. in the first floor conference room of the Indian River County Administration Building, Room A1-303, located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS REQUIRED. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page 1 of 4 F•1Public Works\ENGINEERING DIVISION PROJECTS112I3B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents'AddendumsWddendum No. 1 1213B 11.13-201S.doc QUESTIONS AND RESPONSES: QUESTION NO. 1 Is there a line item on the bid form for the following? • Header Curb 350 LF • Wheel Stops 53 EA • Removable Bollard 1 EA ANSWER NO. 1 See revised Itemized Bid Schedule - Header Curb and Removable Bollard have been added. Wheel Stops are being deleted from project. QUESTION NO. 2 Is there a detail for the 2" Bronze Station Markers and a source for this item? ANSWER NO. 2 See the attached Orbital Concrete Markers Technical Data Sheet. QUESTION NO. 3 Are contractors being paid on in place quantities for items listed on bid form? ANSWER NO. 3 Please review the following: • Article 14 of Section 00200, Instructions to Bidders • Section 00310 — Bid Form — 5.01(C) • Section 00700 — General Conditions —11.03 QUESTION NO. 4 Is there a cut off date and time for submitting RFI's? ANSWER NO. 4 Deadline date for submittal of questions is Monday, November 23, 2015 at 8:30 a.m. Page 2 of 4 F \Public Works\ENGINEERING DIVISION PROIECTS11213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin1bid documents \Addendums\Addendum No. 1 1213E I I-13-2015.doc QUESTION NO. 5 Aluminum coiling insulated slat doors are not available windload impact rated? Are we to quote galvanize steel or has an alternate been specified? ANSWER NO. 5 Galvanized steel coiling insulated slat doors are to be quoted. QUESTION NO. 6 Motors are to have 4 button NEMA operation we can only provide 3 button NEMA and program mid -stop would this be acceptable? ANSWER NO. 6 3 button NEMA operation and program mid -stop is acceptable. QUESTION NO. 7 There were no specs for the 2 —10 x 8 sectionals with motors? Could you please verify what product is to be quoted? ANSWER NO. 7 See attached Specification Section 08630 Sectional Overhead Doors. QUESTION NO. 8 Are the doors to meet the 2014 Air Filtration Code/5th Edition? ANSWER NO. 8 Buildings are non -occupied, non -conditioned spaces and will not need to meet the 2015 Air Filtration Code/5th Edition. ATTACHMENTS: Itemized Bid Schedule (revised) Orbital Concrete Markers Technical Data Sheet Specification Section 08630 Sectional Overhead Doors Page 3 of 4 F \Public Works'ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin \bid documents IAddendums\.Addendum No. 1 12138 11-13-2015.doc ADDENDUM NO. 1 PROJECT: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range BID NO. 2016008 PROJECT NO. 1213B *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 1 is submitted by and Company Name West Construction, Inc. Richard B. Szpyrka, P.E.,Assistant Public Works Director Jennif H e, Purchasing.Manager Name: Martha A. Morgan (Type / Printed) Authorized Signature: Title: President Telephone: 561-588-2027 Page 4 of 4 Fax: 561-582-9419 "F:VPublic Works\ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentstAddendumstAddendum No. 1 12I3B 11-13-2015.doc ITEMIZED BID SCHEDULE PROJECT NAME: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE IRC PROJECT NO. 1213B BID NO. 2016008 ADDENDUM #1 - 11-13-15 BIDDER'S NAME: .i4i-iiroiS: ii'eZigfaigaqgMRARkbi.tgET,ZNFTRVRMK igtiAT6 if aiiiiig kfiiiiriQA gigAII611111.--`,,I:t 00100-1 COMBINATION HIGH/LOW HOUSES (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 2 00100-2 HIGH HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 1 00100-3 LOW HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 1 00100-4 TRAP HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 3 00100-5 STORAGE BUILDING (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 1 00100-6 ELECTRICAL SERVICE, CONDUIT AND WIRING ASSOCIATED WITH BUILDINGS (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) LS 1 101-1 MOBILIZATION LS 1 104-1 EROSION AND WATER POLLUTION CONTROLS/ NPDES COMPLIANCE LS 1 108-1 AS BUILTS/RECORD DRAWINGS LS 1 110-1-1 CLEARING AND GRUBBING AC 6.18 120-6 EMBANKMENT (BORROW)(COMPACTED IN-PLACE) CY 8,903 I 160-4-1 STABILIZED SUBGRADE (8" THICK) SY 5,844 160-4-2 STABILIZED PARKING (6" THICK) SY 910 285-704 BASE MATERIAL (LIME ROCK OR CEMENTED COQUINA) (6" THICK) SY 5,644 334-1-13 ASPHALT (2" SP 12.5) SY 5,444 430-174-112 . STORM PIPING 12" CMP LF 20 430-175-112 STORM PIPING 12" RCP LF 130 430-982-121 STORM PIPING 12" CMP MITERED END SECTIONS EA 2 430-984-121 STORM PIPING 12" RCP MITERED END SECTIONS EA 6 *519-78-1 BOLLARD- REMOVABLE EA 1 *520-1 HEADER CURB - 8" X 8" LF 350 522-2 CONCRETE WALKS/PADS (6" THICK) INCLUDING 2" DIA. BRONZE STATION MARKERS SY 1,300 527-2 DETECTABLE WARNING DOMES (BRICK RED) SF 50 550-109-19 NEW HOG WIRE FENCE LF 320 570-1-1 SOD-BAHIA SY 12,000 00310-3 FlPublic Works‘ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Adminthid documents \Bid DocumentstAddendum #1 - Itemized Bid Schedule IRC No 1213B-1 For Bidding 111215 PROJECT NAME: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE IRC PROJECT NO. 1213B BID NO. 2016008 ADDENDUM #1 - 11-13-15 BIDDER'S NAME: � Item No. ,._. .s- .'_-.':'.r�.',:.'i•ti.;;_�.:..y-,a'•-_i.'",. _ .^. F,_: •s,.73.;:::1'":_ Descri tion..: _._._ •. a<_.-.,..•.....,--.:.,_t..�..,.:,�..�...._, ;..�:., y., �„;. , �.,..�_ ...__ .:?s.x.:- s: Unit.; w,- - _ ._ Quanti Unit P�'ice�:= - �=��--Amounti`_�L': 580-1 TREE BARRICADES EA 15 580-1-1R SAND CORDGRASS EA 348 580-2-8 RELOCATE CABBAGE PALMS EA 50 580-4-345 NEW CABBAGE PALMS EA 68 580-4-393 CHINESE FAN PALM EA 6 580-5-173 BALD CYPRESS EA 9 580-5-173-1 POND CYPRESS EA 6 580-5-223 SOUTHERN LIVE OAK EA 5 580-5-223-1 LAUREL OAK EA 1 649-1 SITE LIGHTING (POLES, FIXTURES, CONDUIT AND WIRING) (COMPLETE PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) LS 1 700-1 PARKING LOT SIGNAGE LS 1 711-11-1 SKEET STATION NUMBERS, TRAP LANE LINES AND NUMBERS, YELLOW (THERMOPLASTIC) (COMPLETE PER CONTRACT DOCUMENTS AND PLAN SHEETS) LS 1 711-11-111 STRIPING, WHITE 6" (THERMOPLASTIC) LF 800 711-11-125 STRIPING, WHITE 24" (STOP BARS) (THERMOPLASTIC) LF 91 711-11-170 PAVEMENT ARROWS (THERMOPLASTIC) EA 8 711-11-211 STRIPING, DOUBLE YELLOW 6" (THERMOPLASTIC) LF 25 711-11-421 STRIPING, BLUE 6" (HANDICAP SPACES) (THERMOPLASTIC) LF 38 711-11-460 HANDICAP SYMBOL W/ CENTER GORE (THERMOPLASTIC) EA 2 SKEET and TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE SUB TOTAL FORCE ACCOUNT 100,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL TOTAL PROJECT BID AMOUNT IN WORDS * Denotes Line Items Added per Addendum #1 NOTE: IF THERE ISA DISCREPENCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. EA = Each LS = Lump Sum AC = Acre CY = Cubic Yard SY = Square Yard LF = Linear Foot 00310-4 F'\Public Works\ENGINEERING DIVISION PROJECTS\12138-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Bid Documents\Addendum #1 - Itemized Bid Schedule IRC No 12135-1 For Bidding 111215 nW1LLIAM F k & C O M P A N Y Innovations in Identification TM Orbital Concrete Markers Chemical & Solvent Resistant • Abrasion Resistant • Custom Printed & Programmed • Harsh Environment 2'': Brataze ..:: - 3,5" Aluminum Appli a ons' Orbital Concrete Markers • Easily installed into wet concrete • Custom artwork on front face • Choice of 2" diamater and 3.5" diameter models • Concrete markers can be cast from aluminum or bronze Concrete markers forged from aluminum or bronze, these concrete markers will not crack, break, or chip. Easy to install via lightly tapping into wet concrete. William Frick concrete markers come in two sizes: 2" diameter and 3.5" diameter A custom message can be engraved into the head of the concrete marker Aluminum or Bronze Concrete Markers Economical aluminum concrete markers are good for low traffic or out of the way areas that are not exposed to salt. The more durable bronze concrete marker is better for higher traffic areas, roadways exposed to salt in the winter, and marine environments. Installation A 2" countersink drill bit allows the drilling of the hole and countersink at the same time. The concrete markers can be easily installed in the field in wet concrete -t• Identification Labeling, Utility Labeling, Asset Marking & Tracking, Property management, Harsh Environments, Outdoor Use, Construction, Ground Level Marking Material Descriptioj Custom legend can be engraved. •LiAluminum_or Bronze`, Concrete. Marker Standard Sizes: 2" or 3.5" diameter Expected Outdoor Durability- 10+ years guaranteed Service Temperature range: -90° F to 300° F Available Materials: Aluminum or Bronze Water Resistance: Bronze: Excellent Solvents Resistance: Bronze: Excellent UV Resistance. Excellent Abrasion Resistance: Bronze: Excellent Test product for system compatibility as individual application conditions can impact results. William Frick Co. does not assume any responsibility or liability for any advice furnished by it, or for the performance or results of any installation or use of the product(s) or any final product into which the product(s) may be incorporated by the purchaser and/ or user. The purchaser and/ or user should perform its own tests to determine the suitability and fitness of the product(s) for the particular purpose desired in any given situation. William Frick & Company 2600 Commerce Dr Libertyville, IL 60048 Ph: (847) 918-3700 Email: sales@fricknet.com www.fricknet.com Page 1 of 2 S'it'ed life=- w= Completely Stable 0.1875" l.— 0.875" I.D. 36 MAX. CHARACTERS O.D. 46 MAX. CHARACTERS ALL DIMENSIONS ARE IN INCHES UNLESS OTHERWISE SPECIFIED TOLERANCES 3 PLACE DECIMAL + OR -.005' 2 PLACE DECIMAL + OR -.02" 1 PLACE DECIMAL + OR- 1" MAX SURFACE ROUGHNESS ALL MACHINED SURFACES EXCEPT AS NOTIFIED BREAK SHARP EDGES AND CORNERS .010" MAX Contact No. William Frick & Co. www fricknet.com DWG. Engr Chk. Orbital Concrete Markers Aprvd. Size. DWG No. WFS- ES -0037 Rev Test product for system compatibility as individual application conditions can impact results. Wilriam Frick Co. does not assume any responsibflity or liability for any advice fumished by it. or for the performance or results of any installation or use of the product(s) or any final product into which the product(s) may be incorporated by the purchaser and/ or user. The purchaser and/ or user should perform its own tests to determine the suitability and fitness of the product(s) for the particular purpose desired in any given situation. William Frick & Company 2600 Commerce Dr Libertyville, IL 60048 Ph. (847) 918-3700 Email: sales@fricknet.com www.fricknetcom Page 2 of 2 SECTION 08360 - SECTIONAL OVERHEAD DOORS PART 1 GENERAL 1.1 SECTION INCLUDES A. Steel Sectional Overhead Doors. B. Electric Operators and Controls. C. Operating Hardware, tracks, and support. 1.2 RELATED SECTIONS A. Section 03300 - Cast -In -Place Concrete: Prepared opening in concrete. Execution requirements for placement of anchors in concrete wall construction. B. Section 04810 - Unit Masonry Assemblies: Prepared opening in masonry. Execution requirements for placement of anchors in masonry wall construction. C. Section 05500 - Metal Fabrications. Steel frame and supports. D Section 07900 - Joint Sealers: Perimeter sealant and backup materials. E. Section 09900 - Paints and Coatings: Field painting. F. Section 16130 - Raceway and Boxes: Empty conduit from control station to door operator G. Section 16150 - Wiring Connections. Electrical service to door operator 1.3 REFERENCES A. ANSI/DASMA 102 - American National Standard Specifications for Sectional Overhead Type Doors. 1.4 DESIGN / PERFORMANCE REQUIREMENTS A. Wind Loads: Design and size components to withstand loads caused by pressure and suction of wind acting normal to plane of wall as calculated in accordance with applicable code. 1 Design pressure as noted on the Structural Drawings. 2. Impact Test for Flying Debris: Comply with ASTM E 1996, tested according to ASTM E 1886. a. Level of Protection: Enhanced Protection. B. Wiring Connections: Requirements for electrical characteristics. 1 115 volts, single phase, 60 Hz. 2. 230 volts, single phase, 60 Hz. C. Single -Source Responsibility: Provide doors, tracks, motors, and accessories from one manufacturer for each type of door. Provide secondary components from source acceptable to manufacturer of primary components. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. Indian River County Skeet and Trap 08630 — 1 DAA Project No. 2013.04 11/12/15 Bid Set — ADDENDUM #1 B Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings. Indicate plans and elevations including opening dimensions and required tolerances, connection details, anchorage spacing, hardware locations, and installation details. D Manufacturer's Certificates: Certify products meet or exceed specified requirements. E. Operation and Maintenance Data. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications. Company specializing in manufacturing products specified in this section with minimum five years documented experience. B. Installer Qualifications Authorized representative of the manufacturer with minimum five years documented experience. C. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories, Inc. acceptable to authority having jurisdiction as suitable for purpose specified. 1 7 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened labeled packaging until ready for installation. B Protect materials from exposure to moisture until ready for installation. C. Store materials in a dry, ventilated weathertight location. PART 2 PRODUCTS 2.1 MANUFACTURERS a.Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1)Clopay Building Products Company, Inc. 2)Cookson Company 3)Cornell Iron Works Inc. 4)Overhead Door Corp. 5)Raynor. 6)Wayne-Dalton Corp 2.2 SECTIONAL STEEL OVERHEAD DOORS A. Sectional Overhead Steel Doors: Units shall have the following characteristics: 1. Door Assembly. Steel door assembly with rabbeted meeting rails to form weathertight joints and provide full -width interlocking structural rigidity. a. Panel Thickness: 2 inches (51 mm). b. Exterior Surface. Flush. c. Section Material. 16 gauge, galvanized steel. Indian River County Skeet and Trap 08630 — 2 DAA Project No. 2013.04 11/12/15 Bid Set —ADDENDUM #1 d. Center and End Stiles: 16 gauge steel. e. Springs: 1) 25,000 cycles. 2. Finish and Color: Two coat baked -on polyester, white color. 3. Windload Design: Provide to meet the Design/Performance requirements as specified. on the Structural Drawings 4. Hardware: Galvanized steel hinges and fixtures. Ball bearing rollers with hardened steel races. 5 Lock: a. Keyed lock with interlock switch for automatic operator. 6 Weatherstripping: a. Flexible bulb -type strip at bottom section. b Flexible Jamb seals. c Flexible Header seal. 7. Track: Provide track as recommended by manufacturer to suit loading required and clearances available. 8. Electric Motor Operation. Provide UL listed electric operator, size and type as recommended by manufacturer to move door in either direction at not less than 2/3 foot nor more than 1 foot per second. Operator shall meet UL325/2010 requirements for continuous monitoring of safety devices. a. Entrapment Protection. Required for momentary contact, includes radio control operation. 1) Photoelectric sensors monitored to meet UL 325/2010. b. Operator Controls. 1) Push-button and key operated control stations with open, close, and stop buttons. 2) Surface mounting. 3) Interior location. c. Special Operation: 1) • Vehicle detector operation. 2) Radio control operation. 3) Commercial light package. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until openings have been properly prepared. B. Verify wall openings are ready to receive work and opening dimensions and tolerances are within specified limits. C Verify electric power is available and of correct characteristics. D If preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. Indian River County Skeet and Trap 08630 — 3 DAA Project No. 2013 04 11/12/15 Bid Set —ADDENDUM #1 3.3 INSTALLATION A. Install overhead doors and track in accordance with approved shop drawings and the manufacturer's printed instructions. B. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance. C. Anchor assembly to wall construction and building framing without distortion or stress. D. Securely brace door tracks suspended from structure. Secure tracks to structural members only E. Fit and align door assembly including hardware. F Coordinate installation of electrical service. Complete power and control wiring from disconnect to unit components. 3.4 CLEANING AND ADJUSTING A. Adjust door assembly to smooth operation and in full contact with weatherstripping. B Clean doors, frames and glass. C. Remove temporary labels and visible markings. 3.5 PROTECTION A. Do not permit construction traffic through overhead door openings after adjustment and cleaning. B. Protect installed products until completion of project. C Touch-up, damaged coatings and finishes and repair minor damage before Substantial Completion. END OF SECTION 08630 Indian River County Skeet and Trap 08630 — 4 DAA Project No 2013 04 11/12/15 Bid Set —ADDENDUM 141 Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: Project Name: ADDENDUM NO. 2 November 18, 2015 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range BID NO. 2016008 PROJECT NO. 1213B Bid Opening Date: The Bid Opening date is Wednesday December 2, 2015 at 2:00 p.m. 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 Bid Documents are to be submitted to PURCHASING MANAGER in writing to purchasing@ircgov.com. Interpretations or clarifications considered necessary to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bid Documents. Questions received less than ten (10) calendar days prior to the date for opening of Bids shall not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarification will be without legal effect. Deadline date for submittal of questions is Monday, November 23, 2015 at 8:30 a.m. 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. Page 1 of 3 F?Public N'orks'ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet S Trap Phase 21Admintbid documents'AddendumslAddendum No 2 11•I8-20 I 5.doc 11 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. A MANDATORY Pre -Bid Conference was held on Wednesday, November 18, 2015 at 10:00 A.M. in the first floor conference room of the Indian River County Administration Building, Room A1-303, located at 1801 27th Street, Vero Beach, Florida, 32960. Attached are the Mandatory Pre -Bid Meeting Minutes, as well as copies of the sign -in sheets. ATTACHMENTS: Mandatory Pre -Bid Meeting Minutes Mandatory Pre -Bid Meeting Sign -in Sheets Page 2 of 3 FAPublic Works`ENGINEERING DIVISION PROJECTS I2UB-IRC Shooting Range Skeet & Trap Phase 2tAdmintbid documcnts\Addendums\Addendum No 2 I I-I8.2015.doc PROJECT: BID NO. PROJECT NO. ADDENDUM NO. 2 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range 2016008 1213B *****This Addendum MUST be completed and returned with your Bid****** ADDENDUM NO. 2 i submitted by and Company Name West Construction, Inc. Richard B. Szpyrka, E., Assistant Public Works Director Jen fer Hyde, Purchasing Jen fer Manager Name: Martha A. Morgan (Type / Printed) Title: president Authorized Signature: ; Telephone: 561-588-2027 Page. 3 of 3 tE 12/02/2015 Fax: 561-582-9419 F'\Public q o:ks'ENGINEERING DIVISION PROJECTS1121)BdRC Shooting Range Skeet & Trap Phase 21Adminlbid document skAddendums\Addendum No 2 I 1 18-20 I 5.doc 1 Project Name: Board of County Commissioners 180127th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 Mandatory Pre -Bid Meeting Minutes Bid Number: IRC Project Number: Date: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE 2016008 1213B November 18, 2015 The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. If no objections, questions, additions, or comments are received within five (5) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. INTRODUCTIONS/ SIGN IN SHEET The meeting was called to order by Richard B. Szpyrka, P.E., Assistant Public Works Director. The Mandatory Meeting sign -in sheets are attached. Project Description Construction of three (3) new combination Skeet and Trap Ranges east of the existing 5 - stand range, including a Storage Building, Hi/low Trap Houses, associated paving and utilities, and mowing (no fill) of a new Sporting Clays Trail west of the existing Sporting Clays Trail. Contract Details Bid Opening: Contract Time: Engineer's Estimate: Liquidated Damages: Correspondence/Line of Authority Wednesday, December 2, 2015 at 2:00 p.m. 150 Calendar Days to Substantial Completion 180 Calendar Days to Final Completion $1.3 Million $1,742.00 per day All bid submittal questions must be emailed to Jennifer Hyde (purchasing@ircgov.com). F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\Meetings\Pre-bid Meeting Minutes 11- 18-2015.doc [The remainder of this page was left blank intentionally] F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\Meetings\Pre-bid Meeting Minutes 11- 18-2015.doc CLARIFICATION: SECTION NO. 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION has been updated—copy is attached to this Addendum. CLARIFICATION: Structural Sheet S-4 TIMBER NOTES, item 5; MINIMUM LUMBER GRADE FOR RAFTERS AND JOISTS shall be changed from SOUTHERN PINE #2 OR BETTER to SOUTHERN PINE #2 PRESSURE TREATED. ATTACHMENT: " SECTION NO. 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION (Pages 1-10) Page 8 of 9 C:Users1S.illiarns Applh aU.ace MicmmBlWindowsl7emporary Intone Ftp\Ca:ren[.Uulook0A3K80071Addcodum No 3.dx ADDENDUM NO. 3 PROJECT: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range BID NO. 2016008 PROJECT NO. 1213E *****This Addendum MUST be completed and returned with your Bid****** ADDENDUM NO. 3 is submitted by and Company Name West Construction, Inc. Name: Martha A. Morgan Richard B. Szpyrka, P.E., Assistant Public Works Director Jen r Hyde, Purchasing Manager (Type / Printed) Authorized Signature: Telephone: 561-588-2027 Title: President Page 9 of 9 Date: 12/02/2015 Fax: 561-582-9419 F•1Public WottrsIENG1NEERING DEVISION PROJECTS 12138 -IRC Shooting Rango Skovtk Trop Plow 2 Mminthid documents Addendums\Addendum No. 3.doc 2 Project Consultants Donadio and Associates Architects, PA MBV Engineering, Inc. Utilities Florida Power & Light Other Issues • Maintenance of Traffic — the IRC Shooting Range is open, so Contractor (and all subs) shall be cognizant of people and vehicles at all times. • Permits o St. Johns River Water Management District o US Department of the Army Corps of Engineers o IRC Type B Stormwater Management System o IRC Land Clearing o IRC Tree Removal o IRC Wetland Resource o IRC Site Plan Approval o The CONTRACTOR shall obtain the Indian River County building permit(s) for the project. The OWNER will pay the necessary building permit fees. The building permit is ready for issuance to a qualified CONTRACTOR. 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. [The remainder of this page was left blank intentionally] F \Public Works\ENGINEERING DIVISION PROJECTS\I213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\Meetings\Pre-bid Meeting Minutes 11- 18-2015.doc 3 Questions Are there any restrictions to access the parameters of the project at the IRC Shooting Range for a site visit? A site visit was scheduled following the completion of this Mandatory Pre -Bid meeting at the Indian River County Public Shooting Range. Anyone not able to attend this site visit was asked to email Rich Szpyrka per the Contract Documents (Section 00200 Instructions to Bidders) and request to set up a time either Thursday, November 19, 2015 from 10:00 a.m. — 4:00 p.m. or Friday, November 20, 2015 from 10:00 a.m. — 4:00 p.m. A representative from the Engineering Division must be in attendance for field visits. Will the Trap range be open during weekend during construction? This decision will be made at the pre -construction meeting following the award of bid to the successful bidder. What about the expansion of the parking area — customers taking out survey stakes, etc.? As long as the project area is properly barricaded from the existing paved parking area, there should be no issues. In the bid docs, it mentions that the building permit will be obtained by the Contractor and paid for by Indian River County. What other permits would be applicable? The only permit the Contractor will be required to obtain, pay for and maintain is the NPDES permit from St. Johns River Water Management District. What drove the value for the liquidated damages? The liquidated damages for this project ($1,742.00 per day) are derived directly from the 2015 FDOT Standard Specifications for Road and Bridge Construction, Section 8.10-2. FDOT protocol is following on all site plans, roadway projects, subdivisions, etc. F -\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\Meetings\Pre-bid Meeting Minutes 11- 18-2015 doc 4 What is the deadline for RFIs? The deadline for all questions is 8:30 a.m., Monday, November 23, 2015. Addendum No. 1 was uploaded to Demandstar on Friday, November 13, 2015. Copies are available by request from purchasing@ircgov.com. Are there any concerns about gopher tortoises? No — the site has been cleared by Indian River County's Conservation Lands Manager. If one is located, contact IRC Engineering at once so removal is possible following IRC protocol. What about indigo snake? Refer to the St. Johns River Water Management Permit (part of Appendix A — Permits) in the Contract Documents. DEADLINE FOR QUESTIONS IS 8:30 A.M., MONDAY, NOVEMBER 23, 2015 F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\Meetings\Pre-bid Meeting Minutes 11- 18-2015.doc Mandatory Pre -Bid Meeting Sign In Sheet SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE - Bid No. 2016008 November 18, 2015 at 10:00 A.M. - Public Works Conference Room Name Company Phone Address Email X 1 (I �j/ I / L: � LTTI tv.ift c ���; e oN..1=A,c � � Cel -C°/- 1--0- 3 Y S di x,� 1s1�-/ Ve ,�,�n, f if ((_ ) L/ � AA <-01.2 t ri w' arc c).4 l2,, V A C -Dal. ► Oral— 'I Uv Locu-rualm , U tsl - 032D11-xe 301 N W 4--\-‘ r.- JQ D SL., 3L-1611 D % Sr OSS I .C..\ °Se '.ian5tr Ual OK -1 u S �trT, y r --.Jo R. ��A i ' -1-7.- 3511 950 DAe3 r Om 4AQ�`t -n1 , FL, '09o4- rc�kQ,Sobar•inc.. c-ct 1,A.1 ?4;A\\! ,'416 7ga - F71i-C-7•,. S -c -i re.3 V &r.ncN L J • 32942_.\\ e .c couci.ogA 6rz- 4,„„,,,,ae co,,,sffvcrray. b uvfig o,-teciap"op. co Lai J./ /1 .1 (9/t er Iry l/ - (1,,‘.-V..c.NE- 11EeL4M7S(7$ -P►nv,ac.lc C'CV►s'�iJc7ion/ b Ne Ca,t1 Props-"f-tj- 172 - 53e--6633 i7 L - 3ag-11'1(o i)7T-6 45T° Toa-45:'7#CBde7/S(,rc3 �/a,e© g�»t 3z762 iI;oY Sw s.0 -IPSP 1.4.041 54,,,4 w.7-1 FL 374Y-7 /ea 7 r• Si- �L ye/#D / ,25(ao ?jvt IAa.v-i-i v\ /� / JI .1/ vv/ // S ` - (5 i he e-- . ` ,.,,c : Bei 6/2_ Mandatory Pre -Bid Meeting Sign In Sheet SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE - Bid No. 2016008 November 18, 2015 at 10:00 A.M. — Public Works Conference Room Name Company Phone Address n Email 514 ..4.1...&_<4.)\\..,, _ Q v,.....<1,,,r) /1))_//_r;,11- fr�k YL� E�t�P.� (S r �' ,1 f �%`�S>Cr 7 7Z S6 -< rl'l5 i� 0 o(c,C 01„, e ft bats C l (to rYc,., -f- C2s3cc iifr • CGS J p-y� [p ,M1 f.- I � i` p 172 ° f ” 2 j /,+ 6 9.9 17g6 .'i vtg,,e G ,wn3 42vet� ! P "'' . `'ed'�9 �lk� /1LLN? R C �N�1,Jr-Gczr06, -77z-�-15- 5' plAell-ve9irc yt/.car) . he--12k-IF,SSe-(L IIC.- T\r eflflcj 1-)2--221)-NS° cbt..AaSSe..e�vi'^_< uv. J ev, i X6, 1-1-11 cin_ I Puy- s)1% 1-02.-22-6- 1ST1 1 tvv z-1-+`, SA- PUrdiv+sih9C rKLgov-(0, 44 (1-0/'d 0o,,,)5 144V 772,- 5(09- 0035 / o35 Zoe 54- NJz2o ef3rrz-g-, ,,,z1/4..r.,11-20_...34 hee-,10,c_4,7.7 lide-041A) 2;'/sS It� C' i i.� -2 26-'g, /04/S5 /O 2 9"� s ce i4S'`t am), 3 J7l,�iSS� 112C 6ov. co 4447c, 02PYi/�cc V C <. XI' c,,4,/K5 272—zZ6-/zZ/ rs2(y/ e, V:C6td Co �✓� 1e4k �c1��lk��$rotil�.uS (,ok.S� . ??Z- `l(� l-`G3�'f' e/'(of (,(,L-2f-ec..---r R)., -FY T FvY-f- Revr�c �C %44�1� JJeo. 'ue.f-Kve�— co��5f-rt,�c h« ti . cowj Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: Project Name: ADDENDUM NO. 3 November 23, 2015 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range BID NO. 2016008 PROJECT NO. 1213B Bid Opening Date: The Bid Opening date is Wednesday December 2, 2015 at 2:00 p.m. 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 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 9 CAUs rsijwilliamslAppDtteLceaMfie+osoRtWiodowsgemporery Internet Files\Conte t.OmlookWA3%50071Addendem No 3.doc QUESTIONS AND RESPONSES/CLARIFICATIONS QUESTION NO. 1 On Sheet P2.1 it states the discharge pipe coming off the sump pit pump is to "Discharge above grade. See Civil for details." After review of civils, I do not see any indication of where we are to terminate the discharge pipe. Please provide clarification or distance and direction from Trap Houses to point of termination of discharge pipe. ANSWER NO. 1 Discharge pipe from sump pit pump shall be taken 5 feet outside the building to the east; extended 8 inches to 12 inches above grade with a 180 degree bend at the top. Provide a 24 inch by 24 inch concrete splash block at the discharge location. QUESTION NO. 2 Are we allowed to burn land clearing debris on site? If so are there any limitations/restrictions? ANSWER NO. 2 There shall be no burning of land clearing debris. All debris shall be hauled off site and properly disposed of. QUESTION NO. 3 After the site visit it appears there is a power pole tight to the new drive throat coming off the existing parking lot and the guide wire is definitely in conflict of the new paving. During prebid meeting it was stated by IRC staff that we were not to concern ourselves with anything related to the electrical service provider. Please confirm that IRC and not the bidders shall take care of any relocation conflicts mentioned above. ANSWER NO. 3 The County will contact FP & L to have the guy wires relocated. Page 2 of 9 CAUserAjwilliamslApp ola\Local1Mic Oso€11Wiindownrmyorary Internet FiksTccoc tt.CutioaNDNK8007MAddendum No .dac QUESTION NO. 4 Is there any requirement for below grade waterproofing of the Trap House structures? See none called for on plans. ANSWER NO. 4 See Section 07141— Cold Fluid — Applied Waterproofing for Trap House Structure below Grade Waterproofing. QUESTION NO. 5 Regarding the drainage pipe. Could all pipe be RCP? With the small amount of CMP it would be just as easy and cost effective to bid as RCP. ANSWER NO. 5 Please bid the pipe as specified on the plans and in the Contract Documents. QUESTION NO. 6 It was mentioned at the site meeting that we would not be able to burn the cleared debris. Would we be able to grind the debris and leave the "mulch" stockpiled for use on-site? ANSWER NO. 6 See Answer No. 2 regarding burning. All debris must be hauled off site and properly disposed of. QUESTION NO. 7 If the owner is responsible for testing, that- what is the notification procedure? Page 3 of 9 CAUsersljwilliamAAppDatilocal Microsoft lWlndowslTempora y lre met Fiies1Conti:nt.CutloaklDA3K80071Addcndum Na 3.dac ANSWER NO.7 Review Section 01215 of the General Requirements for owner responsibility for testing. The Contractor shall request testing through the County Resident Construction Inspector a minimum of 48 hours prior to the need for testing. The County Resident Construction Inspector will schedule all tests for the site work. QUESTION NO. 8 Will the contractor be responsible for standby time? ANSWER NO. 8 This question is incomplete as to the circumstance for standby time. If this pertains to standby time for testing, then yes the Contractor will be responsible for charges from the testing lab to the County for standby time/trip charges resulting from the Contractor not be ready for testing when the testing lab arrives at the site at the time requested by the Contractor. QUESTION NO. 9 If so how will the contractor know that the testing agency is on standby time? ANSWER NO. 9 The County Resident Construction Inspector will so notify the Contractor. QUESTION NO. 10 Will the testing lab notify the contractor with a ticket of the time he/she was on standby? ANSWER NO. 10 No they will not. See Answer No. 9 Page 4 of 9 CAUsenAiwilliamAAppDataV.ocgMitrowfllWindawslTemporary Iratrni! FilalContaA.Outlook\DA3K8007AddcndumNo 3 duc QUESTION NO. 11 If so what would be the rate to be back charged to the contractor for failed tests and/or standby time? ANSWER NO. 11 The County has set hourly rates and testing rates for each testing lab under continuing contract with the County. These rates will be available to the successful bidder at the time the County contracts with the testing lab that will perform work on this particular project. QUESTION NO. 12 What are the permit fees for the project? ANSWER NO. 12 The contractor is responsible to obtain a DEP NPDES (N01) permit for the project. The permit fee is $400.00 and is to be included in Item No. 104-1, Erosion & Water Pollution Controls/NPDES Compliance, of the Itemized Bid Schedule. The permit fee for the building permit will be paid by the County. The contractor is not responsible for the building permit fee. QUESTION NO. 13 Section 1 of the Technical Specifications states " All work of this contract shall conform to the technical specifications of the Florida Department of Transportation for Road and Bridge Construction, 2015,etc.", if there is a conflict between the FDOT Specifications, the Division 2 Technical Specifications, and any other specifications listed in the bid documents, which shall be enforceable? ANSWER NO. 13 Please review Section 01091, Reference Standards, 1.1 (D) of the General Requirements. Page S of 9 CAUserAjwilliimsuppDuaV.ocaltM;crosoft Windows\ Temporary Internet Fila\Contcnt.OadlooklDA3K600TAddendum No 3.doc QUESTION NO. 14 If the enforceable specification shall be the "strictest specification", how will that be determined? ANSWER NO. 14 This will be determined by the Engineer of Record and the County Engineer. QUESTION NO. 15 Who will be the " Resident Engineer" for this project? ANSWER NO. 15 Per Section 1—Technical Specification, Standard Specification (A), the word "Resident Engineer" shall be taken to mean an authorized representative of the owners engineer on the project (Resident Construction Inspector) who will act as an agent for Indian • River County. At this time, a Resident Construction Inspector has not been assigned to the project. QUESTION NO. 16 What is the cure period for the asphalt/concrete before thermoplastic striping (28 Days)? ANSWER NO. 16 The cure period will be 14 -days per the 2015 FDOT Standard Specifications for Road and Bridge Construction. QUESTION NO. 17 Will thermoplastic striping be considered a punchlist item? ANSWER NO. 17 No. All striping shall be installed prior to a request for substantial completion. Page 6 of 9 c•ustAiwilliamskAppD.A.. ri microwftlWindawia.rric(ary Internet Fila\Cxtpu.0utlook\DA3K8007Vdderdum No 3.doc QUESTION NO. 18 Are there any of the interior ceilings to be painted? ANSWER NO. 18 All interior ceilings (joists, rafters, trusses) shall be left exposed wood, unpainted. QUESTION NO. 19 Do any of the interior walls get painted? ANSWER NO. 19 All interior concrete block walls are to be painted as noted in specification Section 09911, page 5, Part 3.6. QUESTION NO. 20 Plans call for relocation of numerous palms on site. The cost to transplant and keep watered during construction may be more expensive than just removing the trees and bringing in new ones at the appropriate time. Do we have this option if we decide it is cost beneficial? ANSWER NO. 20 The successful bidder has the option to present to the County any cost saving measures for consideration. For bidding purposes, the project must be bid to relocate the palms on site as specified in the bid documents. QUESTION NO. 21 Is there a detail for the removable bollard and/or is there a specific product that the County is requiring. ANSWER NO. 21 • There is no specific detail or product for the proposed bollard. The County will require that the removable bollard be locked in place via a key mechanism or padlock system. Page 7 of 9 C:1UurstjwsniamslAppDataiLoah'dwosaftlWindoHs1Ter porary Into net Fi1ctCoatent.OUlook\DA3K8O071Addendun No 3.doc 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 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. Immediately report all water quality violations to the OWNER. Immediately report the discharge of any hazardous substance to the State Warning Point at 800-320- 0519 or 850-413-9911. E. Discharge shall not violate State or local water quality standards in 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. The receiving point shall be shown on the Project SWPPP. 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. Approved Stormwater Pollution Prevention Plan. C. "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. 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, Florida Department of Environmental Protection (FDEP) and other applicable regulatory agencies 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, FDEP, and all applicable regulatory agencies. 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 Construction Activities" (located at the end of this Section). Page 13 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentAAddendums\Addendum No. 3 Updated Section 104 Technical Specs.docx 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 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 In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as by overland flow. If the discharge water's TSS and turbidity measurements exceed pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge is defined to be polluted. D. When Pollution Always Occurs The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is Tess than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.B, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER may report the violations to Indian River County Stormwater Enforcement, SJRWMD, Page 1 4 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.doa 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 and cover it with hay, jute, or mulch. PAM may also be used in water bodies to remove turbidity. In all cases, use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, a contact is 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 III 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 II silt fence. 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. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. Use staked turbidity barriers in water less than one -foot deep. Use floating turbidity barriers in water one -foot or deeper. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Filter bags 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 Targe 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. Page 1 5 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx 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 — use non -calcareous rock. 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. 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. Page 16 F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.doa 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 ezit point(s). Locate the site egress driveways a minimum of 25 feet from all drainage inlets or pipes. 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: Limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate, 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 in strict accordance with the polyacrylamide manufacturer/supplier's recommendations and specifications. C. REPAIR ALL EROSION DAMAGE — At no additional cost to the OWNER and regardless of the state of completion of the Work, immediately clean all dirt and debris from all pipes and drainage structures; and repair all flooding, washouts, and all other erosion damage to the Work. This responsibility shall not end until Final Acceptance of the Work by the OWNER. Included is damage caused by erosion of any kind (e.g. wind, waves, stormwater runoff, hurricanes, etc.) including Acts of God. Restore all erosion damaged areas to design grades and elevations. Also, refer to General Conditions 6.13.B. The remainder of this page was left blank intentionally] Page 17 P\ Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx CONTRACTOR'S AFFIDAVIT REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM CONSTRUCTION ACTIVITIES This sworn statement is submitted to Indian River County for the following project (list project name and site address): 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 3. CONTRACTOR 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 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 (regardles 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. Page 1 8 F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Nddendum No. 3 Updated Section 104 Technical Specs.docx 1. 4. CONTRACTOR understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: "... the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. CONTRACTOR understands 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. CONTRACTOR understands that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times UNTIL Final Acceptance of the Project by the OWNER. 7. CONTRACTOR 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. 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 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. Page 19 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx 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: Work Telephone: Mobile Telephone: ********************************* The foregoing instrument was subscribed and sworn to before me this day of , 20 by who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + Page 110 F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx 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\1213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster Contract Documents\00300 - Bid Package Contents - REV 04-07 doc SECTION 00310 - Bid Form PROJECT IDENTIFICATION: Project Name: County Project Number: Bid Number: Project Address: Project Description: THIS BID IS SUBMITTED TO: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE 1213B 2016008 10455 102"d Terrace Sebastian, Florida 32958-7823 Construction of three (3) new combination Skeet and Trap Ranges east of the existing 5 -stand range, including a Storage Building, Hi/low Trap Houses, associated paving and utilities, and mowing (no fill) of a new Sporting Clays Trail west of the existing Sporting Clays Trail. 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 11/13/2015 1 11/18/2015 2 11/23/2015 3 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. 00310 - Bid Form REV 04-07 00310 - 1 F:1Pubtic Works1ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents100310 - Bid Form REV 04-07.doc Rev. 05/16/01 D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. .Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any -group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder hasnot sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] 00310 - Bid Form REV 04-07 00310 - 2 F lPublic Works\ENGINEERING DIVISION PROJECTS \-1213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents \00310 - Bid Form REV 04-07.doc Rev. 05/16/01 ITEMIZED BID SCHEDULE PROJECT NAME: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE IRC PROJECT NO. 1213B BID NO. 2016008 ADDENDUM #1 11-13-15 BIDDER'S NAME: West Construction, Inc. Er- Item No , DescoOtion7:- -..„-;_-•.:-:,_, '- ••-• = ..;:,.::_ 'r;-4.:- = -,' , .. _ -..--.1 -‘,..• - Unit. I'L-Quantity .:- ,..-,. Unit Price :' ..-- - --, :Amount--,.. 00100-1 COMBINATION HIGH/LOW HOUSES (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 2 77,384.0 0 154,768.00 00100-2 HIGH HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 1 75520.00 , 75,520.00 00100-3 LOW HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICAT(ONS) EA 1 77917.00 , 77,917.00 00100-4 TRAP HOUSE (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 3 23595.00 , 70,585.00 00100-5 STORAGE BUILDING (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) EA 1 80605.00 , 80,605.00 00100-6 ELECTRICAL SERVICE, CONDUIT AND WIRING ASSOCIATED WITH BUILDINGS (COMPLETE PER PLAN AND DIVISION 3 BUILDING SPECIFICATIONS) LS 1 55,611.00 55,611.00 101-1 MOBILIZATION LS 1 51,655.00 51,655.00 104-1 EROSION AND WATER POLLUTION CONTROLS/ NPDES COMPLIANCE LS 1 16,817.00 16,817.00 108-1 AS BUILTS/RECORD DRAWINGS LS 1 8,197.00 8,197.00 110-1-1 CLEARING AND GRUBBING AC 6.18 4,097.00 25,319.46 120-6 EMBANKMENT (BORROW)(COMPACTED IN-PLACE) CY 8,903 16.65 148,234.95 160-4-1 STABILIZED SUBGRADE (8" THICK) SY 5,844 5.55 32,434.20 160-4-2 . .:, STABILIZED PARKING (6" THICK) SY 910 5.55 5,050.50 285-704 BASE MATERIAL (LIME ROCK OR CEMENTED COQUINA) (6" THICK) SY 5,644 10.60 59,826.40 334-1-13 ASPHALT (2" SP 12.5) SY 5,444 15.54 84,599.76 430-174-112 STORM PIPING 12" CMP LF 20 61.77 1,235.40 430-175-112 STORM PIPING 12" RCP LF 130 61.77 8,030.10, 430-982-121 STORM PIPING 12" CMP MITERED END SECTIONS EA 2 777.00 1,554.00 430-984-121 STORM PIPING 12" RCP MITERED END SECTIONS EA 6 777.00 4,662.00 *519-78-1 BOLLARD- REMOVABLE EA 1 1,520.00 1,520.00 *520-1 HEADER CURB - 8" X 8" LF 350 11.10 3,885.00 522-2 CONCRETE WALKS/PADS (6" THICK) INCLUDING 2" DIA. BRONZE STATION MARKERS SY 1,300 - 37.46 48,698.00 527-2 DETECTABLE WARNING DOMES (BRICK RED) SF 50 13.07 653.50 550-109-19 NEW HOG WIRE FENCE LF 320 7.77 2,486.40 570-1-1 SOD-BAHIA SY 12,000 2.50 30,000.00 00310-3 F:\PubIicWos\ENGINEERJNG DIVISION PROJECTS \ 1213B -IRC Shooting Range Skeet 8 Trap Phase 21Admin \ bid documents1Bid Documents‘Addendum 1 - Itemized Bid Schedule IRC No 12138-1 For Bidding 111215 PROJECT NAME: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE IRC PROJECT NO. 1213B BID NO. 2016008 ADDENDUM #1 -11-13-15 BIDDER'S NAME: West Construction, Inc. . ItemNoa Descn tion._,_.:.:.::_;.-Y>:,_-..::�.:��:.:, . � :, ._�,.:, ::-... ....;�.=C-,.-:`:'• Unit � "Quantit - :Unit Piice" 580-1 TREE BARRICADES EA 15 222.00 3,330.00 580-1-1R SANDCORDGRASS EA 348 15.63 5,439.24 580-2-8 RELOCATE CABBAGE PALMS EA 50 294.00 14,700.00 580-4-345 NEW CABBAGE PALMS EA 68 257.00 17,476.00 580-4-393 CHINESE FAN PALM EA 6 689.00 4,134.00 580-5-173 BALD CYPRESS EA 9 477.00 4,293.00 580-5-173-1 POND CYPRESS EA 6 466.00 2,796.00 580-5-223 SOUTHERN LIVE OAK EA 5 466.00 2,330.00 580-5-223-1 LAUREL OAK EA 1 466.00 466.00 649-1 SITE LIGHTING (POLES, FIXTURES, CONDUIT AND WIRING) (COMPLETE PER PLAN SPECIFICATIONS AND CONTRACT DOCUMENTS) LS 1 80,808.00 80,808.00 700-1 PARKING LOT SIGNAGE LS 1 1,388.00 1,388.00 711-11-1 SKEET STATION NUMBERS, TRAP LANE LINES AND NUMBERS, YELLOW (THERMOPLASTIC) (COMPLETE PER CONTRACT DOCUMENTS AND PLAN SHEETS) LS 1 4,440.00 4,440.00 711-11-111 STRIPING, WHITE 6" (THERMOPLASTIC) LF 800 1.11 888.00 . 711-11-125 STRIPING, WHITE 24" (STOP BARS) (THERMOPLASTIC) LF 91 1.46 132.86 711-11-170 PAVEMENT ARROWS (THERMOPLASTIC) EA 8 111 888.00 711-11-211 STRIPING, DOUBLE YELLOW 6" (THERMOPLASTIC) LF 25 2.24 56.00 711-11-421 STRIPING, BLUE 6" (HANDICAP SPACES) (THERMOPLASTIC) LF 38 7.58 288.04 711-11-460 HANDICAP SYMBOL W/ CENTER GORE (THERMOPLASTIC) EA 2 55 110.00 SKEET and TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE SUB TOTAL 1,193,827.81 FORCE ACCOUNT 100,000.00 TOTAL BID AMOUNT (INCLUDING FORCE ACCOUNT) TOTAL 1,293,827.81 TOTAL PROJECT BID AMOUNT IN WORDS One Million Two Hundred Ninety -Three Thousand Eight Hundred Twenty -Seven Dollars and Eighty One Cents Denotes Line Items Added per Addendum #1 NOTE: IF THERE ISA DISCREPENCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. EA = Each LS = Lump Sum AC = Acre CY = Cubic Yard SY = Square Yard LF = Linear Foot 00310-4 F:1Pubric WorksIENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2Vldminlbtd documents\Bid Documents\Addendum #1 - Itemized Bid Schedule IRC No 12138-1 For Bidding 111215 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 Toss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. itemized Bid Schedule B. Required Bid security in the form of 5% of Bid Amount C. Sworn Statement Under the Florida Trench Safety Act; D. Qualifications Questionnaire; E. List of Subcontractors; 00310 - Bid Form REV 04-07 00310 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentslMaster Contract Documents \00310 - Bid Form REV 04-07.doc 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on December 2nd , 2015 State Contractor License No. CGC1516626 / CBC057038 If Bidder is: An Individual Name (typed or printed): By: (Individual's signature) Doing business as: Business address: . Phone No.: FAX No.: (SEAL) Email: 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.: Email: A Corporation Corporation Name: West Construction, Inc. (SEAL) State of Incorporation: Florida Type (General Busi e�., Proessi: al Service, Limited Liability): General Contractors By: (Signature -- attach evidence of aut ority t Name (typed or printed): Martha A. Morgan Title: Pre Attest (Signa ure of Corporate ecretary) Business address 318 South Dixie Highway, Suite 4-5 (CORPORATE SEAL) Lake Worth, FL 33460 Phone No.: 561-588-2027 FAX No.: 561-582-9419 Email: mamorgan@westconstructioninc.net Date of Qualification to do business is December 16, 1969 00310 - Bid Form REV 04-07 00310-6 P\Publlc Works1ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21AdmIn\bld documents\Master Contract Documents100310 - Bid Form REV 04-07.doc 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.: Email: Joint Venture Name: (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.. Email: 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 - 7 F:1Public Works\ENGINEERING DIVISION PROJECTS112138-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents100310 - Bid Form REV 04-07.doc SECTION 00430 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION 00430 - Bid Bond REV 04-07 00430 - 1 F:\Public WorksIENGINEERING DIVISION PROJECTSI1213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents100430 - Bid Bond REV 04-07.doc Rev. 05/01 SECTION 00452 SWORN STATEMENT UNDER SECTION, 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2016005 for SIsEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE This sworn statement is submitted by: West Construction, Inc. (Naive of entity submitting Statement) whose business address is: 318 South Dixie Highway, Suite 4-5, Lake Worth, FL 33460 3. My name is Martha A. Morgan (Please print name of individual signing) and my relationship to the entity named above is President 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, -aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-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.] ✓ 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 F1Public Works1ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet &Trap Phase 21.ldminlbid documents\Master Contract Documents\O0452 Disclosure 0 Relationships.doc AIA Document A310 a 2010 Bid Bond CONTRACTOR: West Construction, Inc. 318 South Dixie Highway, Suite 4-5 Lake Worth, FL 33460 OWNER: Indian River County 1800 27th Street Vero Beach, FL 32960 BOND AMOUNT: Five Percent (5%) of Amount Bid SURETY: Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 - 1403 PROJECT: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range; Bid No. 2016008 The Contractor and Surety are 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 bld 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 specificed 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 fumished in the prosecution thereof`. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specifified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time In which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60)days In the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been fumished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requreiment shall be deemed incorporated herein. When so fumished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 2nd December 2015 Signed and sealed this day of Witness/Auest: By: West Construction, I (Principal) Philadephia Indemnity Insurance Com. any Warren M. Alter, Attorney-in-fact (Surety) This document conforms to AIA Document A310 — 2010 BID BOND. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NY AVE NW, WASHINGTON, DC 20006. 16 PHILADELPHIA INDEMNITY INSURANCE COMPANY - One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS that PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: David T. Satine and Warren M. Alter of Alter Surety Group Inc. Its true and lawful Attorney(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course°of its business''and to bind the'Company thereby, in an amountnot to exceed S25.000,000.00 - This Power of Attomey is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1' day of July, 2011 RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to. (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7m DAY OF FEBRUARY 2013 (Seal) Robert D O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this VI' day of February 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL DANIELLE PORNO!, Notary Pubic /� Hy CommurnialMarch �t$ � `/(VGA 1w/C/hl;,` Notary Public: (Notary Seal) residing at: Bala Cynwyd. PA My commission expires: March 22, 2016 I, Craig P Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D O'Leary Jr., who executed the Power of Attomey as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 2nd day of December 20 15 Craig P Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY 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 None (Signature Martha A. Morgan, President 12/02/2015 (Date) STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this 2nd day of December Martha A. Morgan ,2015, by who is personally known to me or who has produced as identification. 00452-2 otary Public, State at large My Commission Expires: June 3, 2019 (Seal) ex ;0a, RACQUEL J. BARRETT * MY COMMISSION # FF 236934 * nin.- • EXPIRES: June 3, 2019 ��rEdF wfro Bonded Thru Budget Notary Services F:1Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 2. Trap Phase 21Admin\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. 1213B for SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE. 2. This Sworn Statement is submitted by West Construction, Inc. (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The BIDDER's address is 318 South Dixie Highway, Suite 4-5, Lake Worth, FL 33460 BIDDER's Federal Employer Identification Number (FEIN) is 59-1809068 3. My name is Martha A. Morgan 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.seq. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount of $ 650.00, 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: Sloped 130 LF $5 per LF 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 $ None 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: None 00454 - Florida Trench Safety Act - REV 04-07 00454 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents\00454 - Florida Trench Safety Act - REV 04-07.doc The determination of the appropriate methods) 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: West Construction, Inc. By: Position or Title: Martha A. Morgan, Preside Date: 12/02/2015 STATE OF FLORIDA COUNTY OF PALM BEACH Personally appeared before me, the undersigned authority Martha A. Morgan er first bein• sworn by me, affixed his/her signature in the space provided above on this , 20 15 !NW M •lic, St ission pires: June 3, 2019 45s1R'RACQUELJ. BARRETT MY COMMISSION f FF 236934 EXPIRES: June 3, 2019 ''of,„sse Bonded Thru Budget Notary Services * * END OF SECTION * * 00454 - Florida Trench Safety Act - REV -04-07 00454 - 2 F:1Public Works1ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet .4 Trap Phase 21Adminlbid documentsWMaster Contract Documents\00454 - 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: 1213B Project Name: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE 1. Bidder's Name / Address: West Construction, Inc. 318 South Dixie Highway, Suite 4-5, Lake Worth, FL 33460 2. Bidder's Telephone & FAX Numbers: PH: 561-588-2027 / FX: 561-582-9419 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CGC1516626 [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. Martha A. Morgan, President/Treasurer Matthew F. West, Vice-President/Secretary 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 45 years 5. What is the last project OF THIS NATURE that the firm has completed? West Palm Beach Babcock National Guard Armory Renovations Department of Military Affairs 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? Yes [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which 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 PROJECTS\1213B-IRC Shooting Range Skeet 8 Trap Phase 21Adminlbid documents\Master Contract Dowments\00456 - Qualifications Questionnaire.doc. CLARIFICATION: SECTION NO. 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION has been updated — copy is attached to this Addendum. CLARIFICATION: Structural Sheet S-4 TIMBER NOTES, item 5; MINIMUM LUMBER GRADE FOR RAFTERS AND JOISTS shall be changed from SOUTHERN PINE #2 OR BETTER to SOUTHERN PINE #2 PRESSURE TREATED. ATTACHMENT: SECTION NO. 104 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION (Pages 1-10) Page8of9 C:11.rxrs13willisroMppDats LocaMliwsothWindow0Tcmpofary Interact riles \Co. teotAotlook\DA3K8007Uddendum No 3.doc PROJECT: BID NO. ADDENDUM NO.3 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range 2016008 1213B PROJECT NO. *****This Addendum MUST be completed and returned with your Bid****** ADDENDUM NO. 3 is submitted by and Company Name West Construction, Inc. Name: Martha A. Morgan Richard B. Szpyrka, P.E., Assistant Public Works Director Jen r Hyde, Purchasing Manager (Type / Printed) Title: President Authorized Signature: LJ / Telephone: 561-588-2027 Page 9 of 9 Date: 12/02/2015 Fax: 561-582-9419 F \Public WodcsIENGINEERING DIVISION PROJECTSll2t3&IRC Shooting Range Skeet & Tipp Phase 21Adminlbid doamentMddendums\Attdendum No. 3.doc SECTION NO. 104 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. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. 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. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release — separate and independent discharges are required. C. 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, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), 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 applicable or required by regulatory permits. 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 failure to comply with this Section, the Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. Page I1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx F, Submit to SJRWMD a "Notice to District of Dewatering Activity" (SJRWMD Form No. 40C-2.900(12)) prior to commencement of dewatering in accordance with F.A.C. 40C-2.042(9). Provide a copy of the Notice to Indian River County. 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.B of the EJCDC Standard General Conditions of the Construction Contract (General Conditions). Per paragraph 6.08.0 of the General Conditions, apply for and obtain all other required federal, state, and local permits, licenses, sampling, and tests. B. Provide copies of all approved 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 or requirements between permits, the more stringent specification or requirement shall govern. C. Pay for all required water quality sampling and laboratory tests. 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, permits, and these Specifications; and the installed system has been examined by the OWNER for compliance. 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, specifications, contract documents, and permits. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. Page 12 P\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Addendums\Addendum No. 3 Updated Section 104 Technical Specs.docx [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: Alex Nicoletti Date of Inspections: 11/18/2015 14. Name of on-site Project Foreman: Kurt King Number of years of experience with similar projects as a Project Foreman: 18 yrs 15. Name of Project Manager: Christopher Caprio Number of years of experience with similar projects as a Project Manager: 30 yrs 16. State your total bonding capacity: $75,000,000 / Total 17. State your bonding capacity per job: $25,000,000 / Per Project 18. Please provide name, address, telephone number, and contact person of your bonding company: Alter Surety Group, Inc. / Warren M. Alter, Agent 5979 NW 151st Street, Suite 202 Miami Lakes, FL. 33014 / PH: 305-517-3803 [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire 00456 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documenls\Master Contract Documents\00456 - Qualifications Questionnaire.doc 19. Complete the following table for SIMILAR projects: Name of Project Date Completed Owner Contact Person: Name/ Email Address/Phone Original Contract Amount Final Contract Amount Please see attached. • 00456 -3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 2\Ndmin\bid documentsVvlaster Contract Dccuments\00456 - Qualifications Questionnaire.doc 00456 - Qualifications Questionnaire WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE >"..,.: t^. G: :-3:',•t:: .,:: i. , . :. ...:; :.:�: .._. . '. nfi ;-j: u•il.,: I')4 W a r ap.rly.'- .TfS•c:. .,..... ..: `1y5 n$... an ,.. .�rn.',.., .,� .:..'M n.�'j+� a . Stx y; t 1 c :)cl '.i i�� o t .__:, t "' _..r �'' r t:. .•-�- t�l.. �;-if•It'�f 7.I '/. Y ! °Ira9 of -h 141'I 11 .1 :c7 c� j C "tet I. •! '( S• r .. _.. ,,..,..�. E:.i :AE' J..... .:,.. ,.. ..L.i�-.1nil:bw'..) ...__,�gw..Gi..l.+,.,..�. ,, i 1, .,� ., .r'jfl'1 ti, 1/cd'4: �li _ _ i L 1ut..ti.l 1. .fC SJj. 1.. 9'e ...... .>�sP.bl:;t1._i. I \ ,,., .:,+a!'G{ �. sai• ,A } J'... ••Y..`.: aut'.:±.a,IJ. rll R,::Yt+.. Pioneer Plaza Traffic Circle West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Khanh Uyen Dang, Senior Project Engineer PH: 561-494-1116 Keshavarz & Associates, Inc. $ 333,885.00 2015 Spectrum Jr/Sr High School - Buildings 4, 5, 6, & 7 Renovations Stuart, FL Martin County School District 1050 SE 10th Street Stuart, FL 34996 David Spear, AIA, Construction Manager PH: 772-223-3105, ext. 43133 Florida Architects, Inc. $ 423,684.00 2015 Demolition & Removal / Building . Alteration (Cut & Reface) Services for SR -7 Hollywood, FL Florida Department of Transportation 3400 West Commercial Blvd. Fort Lauderdale, FL 33309 Van Neilly, Project Manager PH: 954-777-4108 Saltz Michelson Architects $ 884,395.00 2015 Demolition & Removal / Building Alteration (Cut & Reface) Services for SR -7 (Parcel 808 & 179/705) Hollywood, FL Florida Department of Transportation 3400 West Commercial Blvd. Fort Lauderdale, FL 33309 Van Neilly, Project Manager PH: 954-777-4108 Saltz Michelson Architects $ 384,816.00 2015 Coconut Palm Fire Station #70 Miami, FL Miami -Dade County 111 NW 1st Street, Suite 2340 Miami, FL 33128 Edward Villareal, MDFR Project Manager PH: 786-331-4509 Miami -Dade Fire Rescue Angel H. Lamela $ 2,962,596.55 2015 5th Ave N Greenway Project Re -Bid Lake Worth, FL City of Lake Worth 7 N. Dixie Highway - Lake Worth, FL 33460 Karla White, Project Manager PH: 561-586-1720 Keith & Schnars, P.A. $ 90,672.00 2015 NW 21st Avenue Pedestrian Bridge Over C-13 Canal Oakland Park, FL Broward County 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 David Huizenga, Engineer III, Plat Section PH: 954-577-4597 EAC Consulting, Inc. $ 420,122.00 2015 Broward County Public Safety Complex for Buildings 2, 3, 4, & 5 Wind Mitigation Fort Lauderdale, FL Broward County 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Luis Seta, Project Manager PH: 954-357-7383 ACAI Associates, Inc. $ 3,187,419.00 2015 1 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE . w i�x.;....�;e...r...�:.:.•`. � .. ..-..... i . �r1 f.. - �j::=Y. �. 1 (' r_,h... t>�l. ." ...:... :! ,.•...._ a:,'x.r..,., ,hJ'.(!�J.2. e -::...: t..ri, ,.. _. dx., .�. .'1 ,.(.!•... Y{R�1L4I: k ... et s1. —a i '.. GILI-McGraw Architects, LLP I r lm t $ 509,017.00 •.lcp -s-;u•f4.i 7 'ii%c.�i}' African Square Park Improvements & Renovations / Splash Park Miami, FL City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130 Gili-McGraw Architects, L.L.P J Gary McGraw, Principal PH: 305-663-1263 2015 Puerto Rico VA National Cemetery Bayamon, Puerto Rico U.S. Department of Veterans Affairs 811 Vermont Street, Room 565 Washington DC 20420 Mitchelle Ortiz, Project Manager PH: 787-740-1068 CSA Group Architects & Engineers, LLP $ 21,634,615.00 2015 Site 35 Air Monitoring Station Broward County, FL Broward County 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Ahmad Ali, Project Manager II PH: 954-357-6460 Synalovski Romanik Saye, LLC - $ 225,412.48 2015 Coconut Creek Parkway Improvements Phase III - Banks Road to Florida Turnpike Overpass Coconut Creek, FL City of Coconut Creek 4800 West Copans Road Coconut Creek, FL 33063 Asaad Akar, P.E., Senior Project Manager PH: 954-956-1504 Atkins $ 2,044,875.08 2015 Design -Build New Beach Library Pompano Beach, FL City of Pompano Beach 100 W Atlantic Boulevard Pompano Beach, FL 33060 Horacio Danovich, CRA Engineer PH: 954-786-7834 West Architecture + Design, LLC $ 1,658,752.64 2015 Public Safety Complex Exterior Building Improvements & Emergency Generator Installation Pompano Beach, FL City of Pompano Beach 1190 NE 3rd Avenue Pompano Beach, FL 33060 Horacio Danovich, CRA Engineer PH: 954-786-7834 Bermello Ajamil & Partners Inc. $ 4,634,216.00 2015 Seawall Rehab Lake Park Harbor Marina Lake Park, FL Town of Lake Park 650 Old Dixie Highway Lake Park, FL 33403 Richard Pittman, Project Manager PH: 561-881-3345 Simmons & White $ 403,682.00 2015 Miscellaneous Traffic Engineering Improvements Boca Raton, FL City of Boca Raton 201 West Palmetto Park Road Boca Raton, FL 33432 Michael Dyko, Chief Construction Inspector PH: 561-416-3413 West Architecture + Design, LLC $ 138,425.30 2015 2 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE „:: .{.: .r i�1.... ..�.;,. i •: •..., r ,,. r.. ... -•' -;-r, d:...... J . ,; .._.•.. ;,'”. {!J'.�•t'1, nt ai... ,`fi4`••. "„ r f ,lam ? JLWL. ra a,c- 4 .�. ~ i. �' r 9th Ave S Greenway Project Re -Bid Lake Worth, FL f .. •�;.,; ',:,,.. f.'. ,.:x .,.�^. e.- •=�I rY .:. r.. .:... .. , , .,. ,., ^� ;. ,-3`• , .T; 1'eY,'(—..1 .I . :VII,Y 5/�c�l:,,.�.-. ;!h. �l -I'fG .I.gLi1'I�^i�: r.. is... ,� s't ,�ti_,IL(!! l 1.;., �'-� � 1. �L 1_ ..�. rl ' ...,t. . .,'i - ,.. .�- z'i r r ,t% f. 57 -/ hj,._4: I.l. }I`,1 I' , r, w_. -: ..Ih.. i� . City of Lake Worth 7 N. Dixie Highway Lake Worth, FL 33460 Karla White, Project Manager PH: 561-586-1720 h• ',1:� 4 •} .r, .,,;, �• ., i• lr}'/llt/i IIS t, .. IlAu.�Y f �wJf •,;.,,. .l7fl_ �L_Ct.,.'�.11 t i •r 1.:1.; ds:+.:... r.: .., KEITH and SCHNARS, P.A. � •�1.. ni 11'�s _ s 'v $ 166,708.00 -.�(. �r„ I r •li. r :,i•'^,{' 2015 Riverbend Park Pavilion West Palm Beach, FL Palm Beach County 2633 Vista Parkway West Palm Beach, FL 33411 James Rohweller PH: 561-966-6634 Enterprise Engineering Consultants / PBC Parks & Rec $ 89,866.57 2014 Clear Lake & Mangonia Vehicular Access Restriction Devices West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Jeremy Covey, Utilities Engineering Project Coordinator PH: 561-494-1040 Mock Roos & Associates $ 696,141.11 2014 Highlands Park New Restroom & Shelter Building Pompano Beach, FL City of Pompano Beach 1190 NE 3rd Avenue Pompano Beach, FL 33060 Louis Friend, Construction Project Manager PH: 954-786-4023 Bermello Ajamil & Partners Inc. $ 249,376.01 2014 City -Wide Roadway Resurfacing & Concrete West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Brian Collins, P.E., City Engineer PH: 561-791-4000 City of West Palm Beach Engineering & Public Works Department $ 1,015,976.82 2014 Terminal 2,-3, and 4 Pedestrian Bridges - Phase 1 - Demolition and Cleaning Fort Lauderdale, FL Broward County 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Alejandro Cuevas, Project Manager PH: 954-359-6260 HDR Engineering, Inc. $ 1,263,333.66 2014 North Limestone Creek Tank & Parking Lot Improvements Re -Bid Jupiter, FL Town of Jupiter 210 Military Trail Jupiter, FL 33458 Steven Montemayor, P.E., Utilities Engineer PH: 561-741-2710 Hazen and Sawyer Environmental Engineers & Scientists $ 394,304.75 2014 West Palm Beach Babcock National Guard Armory Renovations West Palm Beach, FL Department of Military Affairs 2305 State Road 207 St. Augustine, FL 32086 John Brian Hudson, Project Manager PH: 904-827-8547 Gurri Matute, P.A. $ 2,189,841 10 2014 3 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE c-'.. ..... .rr . ... , ... ,.r. .c�,.., .a... ✓•r .-: r+.,r,_V. �r:. ii0 ) ! z• e,.:+. K ..... r`t. .... .. :, �:.rli. .7„•,s., C,./.,+• ' • '; r.., Welleby Park Trail Replacement Sunrise, FL ,u _�. L J't+�'I'2` -r!rr. .. ..J. .. ... ...,_..:.1 's:r n .t .: ..,: «.. r..._ .: n.•.. s.e ._.....,.b �....y .e fi-4 .-< : i it ;i >,r- -.r ,.;fik i . J. � n :w 01r, .rlf}'vA I •'�U� z �:: r+l z s,�Idi?J<_n_,.,,L__Y'�lr_,.r--e .J_:. �_An�! ,r,:. �...1..:.. .r �, ., ,}.. .! .,, ..1,., _ r•. Y+' a..,rti ., :+d" ,( 1.. '. 4•, i +)51.,. 1.. ? +sv , ? L .t. 1_,__ ,`:,1 1.'� �,.4;-., I'.r.•T'-�.�+�:.___+ _�7>. �.. ... _Y.. ,l ..l".'�._.: 1r: 7. 4R. +� 'r ,r •? M1 -7r ., �.. i.: FF l 1 . r.,: 7 c *,:r r .�ld....l.•�Lt.�h..L:L..,._r x. .,) ..1.;J .4/ w... :.+:;+%i:,•u.' hf n `tl V ;' / :�„luY,:, i..!^ /17 1�� t 4,. J• ..'yry. .t:,� ': n�•�i: 3 ,. y:,..l.. �.... City of Sunrise 10770 W. Oakland Park Boulevard Sunrise, FL 33351 David J Abderhalden, Capital Project Coordinator PH: 954-572-2264 Craven Thompson & Associates, Inc. $ 673,249.01 2014 SW 9th Avenue Parking Lot/Pocket Park Delray Beach, FL City of Delray Beach CRA 100 NW 1st Avenue Delray Beach, FL 33444 Calvin, Giordano & Associates, Inc. Patrick Figurella, P.E., Director of Engineering PH: 954-684-6161 Calvin, Giordano & Associates, Inc. $ 438,195.57 2014 C.B. Smith Flume Slide Replacement Broward County 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Martin Gross, Project Coordinator PH: 954-370-3810 Walters Zackria Associates $ 2,667,294 74 2014 Historic Gainesville Depot Building Rehabilitation Gainesville, FL City of Gainesville P.O. Box 490, Station 32 Gainesville, FL 32602 Diane Gilreath, CRA Engineer PH: 352-334-2047 Bender & Associates, Inc. $ 2,549,943.00 2013 Jensen Beach Boulevard (SR -732) Sidewalk & Landscaping Jensen Beach, FL Martin County 2401 S.E. Monterey Road Stuart, FL 34996 Krysti L. Brotherton, Associate Project Manager (RCS) PH. 772-288-5777 Culpepper & Terpening, Inc. $ 273,512.00 2013 North County Service Center Food Service Remodeling Riviera Beach, FL School District of Palm Beach County' 3661 Interstate Park North, Suite 200 Riviera Beach, FL 33414 Alfred Jones, Senior Project Administrator PH: 561-882-1920 Johnson, Avedano, Lopez, Rodriguez & Wallewski $ 339,000.00 2013 Clematis Street Streetscape West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Brian Collins, P.E., City Engineer PH. 561-791-4000 AECOM Design + Planning $ 2,088,135.00 2013 Martin County High School Auditorium Remodel Stuart, FL ' School District of Martin County 500 E. Ocean Boulevard Stuart, FL 34994 Joel Campbell, Trades Specialist PH: 772-219-1200 Song + Associates $ 664,039.00 2013 4 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE a1 � '. ,, r' .. tr .,,,,: .. .t t -_.. pt.S Mi ,. d4 f t r 1.:2. V. _-;¢.�/ „L. ai t" �, ..,:,,.; I .i .ki d: a s . N: .it`--• �, t- tit •'g; ,y ..tt..ih 'w.�. '�. �?..;;�.i:. Village Park Gymnasium Repairs Wellington, FL r .. ,a�; .:,.... .. .trot, . .?, r e:t,. wl. �+ ,_.♦ nl ,;a_ U if3 _�l'n IS' 1.,,tLia if i l9lrtu_�� _ ..�'. :,,+ ::x.: = S�' fl.:fa..r .::!' n:t it 3. ��...Y'.., ._ �[t. '..: �...�.. Wellington 12300 Forest Hill Boulevard Wellington, FL 33414 Jason Hanchuk, Senior Project PH. 561-818-1935 .:. -J� ���_ ct' { Manager vSY'. ,;. r,c F r �. ._ _.ti Flt i �:- ?c{. �r•'ni- A. ...I. i1 �I %. �.u.-.. ':s �JJ ':r:- +�- -int .t.. _;. 't`y .,1 .!: •.I•n. ...x ...,.t7.✓ 1'. ..: �. i'_.ftD. .!Y)'II!`..A 7. („ , • e ,w .-r - J lF'.ir ,.,r .t nr f:'`rV `i, ` .r:.«..i 'n 9=tart. y ?•^:. i ..�,Ll;i- 1 :. � ��nn �, mse.µ�a,. ,a na Y' ^f`` :� ��;c,�+y,. ..]r Y�.... N"i. __::.T ..i..... ...'1+�.... Wellington Engineering Department I.., 1,. �. 1 �i l 1� 't' �' , ,{ .L :CY .... II..1.-:�,. $ 2,423,657.00 t;.YGvrar-... .t ii.ian f t, 2013 Terminal Building Exterior Envelope & Curbside Renovation Gainesville, FL Gainesville Regional Airport Authority 3880 NE 39th Avenue, Suite A Gainesville, FL 32609 Allen J Penska, Chief Executive Officer PH: 352-373-0249 Reynolds, Smith and Hills, Inc. $ 1,273,688.00 2013 Wimbley Gym Repairs Lake Worth, FL r City of Lake Worth 7 North Dixie Highway Lake Worth, FL 33460 Jerry Kelly, Grant Analyst PH: 561-522-7358 LDG Florida Architects, Inc. $ 594,004.00 2013 ASR -9 Radar Building & Tower Fort Lauderdale, FL U.S. Department of Transportation 4150 SW 12th Terrace Fort Lauderdale, FL 33315 William A. Houlberg, Civil Engineer PH: 404-702-9563 U.S. Department of Transportation $ 2,049,731.00 2013 EOC Security Fence Plantation, FL Broward County 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Jack Shim, Project Manager PH: 954-357-8628 Saltz Michelsen Architects $ 388,850.00 2013 South Fork High School Art Lab Renovations Stuart, FL School District of Martin County 500 E. Ocean Boulevard Stuart, FL 34994 Joel Campbell, Trades Specialist PH: 772-219-1200 BRPH $ 113,201.00 2013 McKeithen Park Pavilion Restoration Deerfield Beach, FL City of Deerfield Beach 150 NE 2nd Avenue Deerfield Beach, FL 33441 E. Dean Pain, Jr., Capital Projects Manager & Administrator PH: 954-427-3343 Kenneth R. Carlson - Architect, P.A. $ 83,418.00 2013 Design -Build Emergency Operations Center Lauderdale Lakes, FL City of Lauderdale Lakes 4300 NW 36th Street Lauderdale Lakes, FL 33319 Sonia Torres, City Engineer PH: 954-535-2712 West Architecture + Desitin, LLC $ 415,509 00 2013 5 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE h,tvP ..i: N: n , . ISI�" N.. V tC•r ��` d .i l .� cif. Plt t. •t ZI•.:. i� _ "S i aear't. .•._. iit ':.:,.,:...,.��,..;:'tia� Kissimmee Transfer Station Kissimmee, FL •'{Pi?` F � . F - f+. 7, r,: r ::r. a sd: ..a., b '✓f2;, t _ Y h . i . .' - x t4 i(:) 1 ,,�:;�:. ,� :•ref i t t T. y nr _\ a n• .� ,1, ii �1.,nxr'-lr�_�.ra ._._h•JG.�_,.r ..L.,._tits...:r f,. f M1 ,r„ . � q ' S L $' to s tf tk t Y7� 4‘4:.. '� :�s.� .:,.t,. ..-w . , i..�•a .?,i.z .,.+v i ..�.::: �_„ �, Central Florida Regional Transportation,Authority (LYNX) 455 North Garland Avenue Orlando, FL 32801 Jeff Reine, Capital Planner PH: 407-254-6046 ; t.� .r... _ .�.. S,' a yC ,. !a /� n.7 t' I �t t,� b + : �3 : h . .� .�.'t✓'.i . :� •- til I', %� . �':h.J „ �. , AECOM Technical Services, Inc. $ 798,103.00 2013 Design -Build Vincent Torres Park Improvement & Renovation Lauderdale Lakes, FL City of Lauderdale Lakes West Architecture + Design, LLC 4300 NW 36th Street Lauderdale Lakes, FL 33319 Sonia Torres, City Engineer PH: 954-535-2712 $ 387,000.00 2013 N.E. 12th Avenue Street End Improvements Oakland Park, FL City of Oakland Park 3650 NE 12th Avenue Oakland Park, FL 33334 Ronald Desbrunes, P.E., Project Manager PH: 954-630-4482 City of Oakland Park Engineeering Department $ 509,684.00 2013 Cove Shopping Center Parking Lot Improvements Deerfield Beach, FL City of Deerfield Beach 150 NE Second Avenue Deerfield Beach, FL 33441 Kris Mory, CRA Coordinator PH: 954-480-4317 Keith & Associates, Inc. $ 2,339,458.68 2012 Congress Avenue Barrier Free Park Boynton Beach, FL City of Boynton Beach 100 E Boynton Beach Boulevard Boynton Beach, FL 33425 Kevin Ramsey, Senior Project Manager PH: 561-742-6986 Stephen Boruff AIA Architects + Planners, Inc. $ 1,412,366.00 2012 Country Lakes Greenway & Pedestrian Bridge Coconut Creek, FL City of Coconut Creek 4800 West Copans Road . Coconut Creek, FL 33063 Scott Stoudenmire, Deputy Director Sustainable Development PH: 954-973-6756 Keith & Associates, Inc. $ 467,093.00 2012 Design -Build Faith Farm Men's Dorm Renovations Fort Lauderdale, FL Faith Farm Ministries 9538 Highway 441 Boynton Beach, FL 33472 Dean O. Webb, Director PH: 561-737-2259 West Architecture + Design, LLC $ 1,279,427.00 2012 Lyons Road Median Phase 11 Coconut Creek, FL City of Coconut Creek 4800 West Copans Road Coconut Creek, FL 33063 Scott Stoudenmire, Deputy Director Sustainable Development PH: 954-973-6756 Keith & Schnars, P.A. $ 458,418.32 2012 6 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE }, Y { ti 4. .f . «.?{, .�:' :6?; J — +, o.4y' ... xa� r_rfix.. ] .t.. r-' .7..4. ..tY ;r. -VI tN, Ut..a I.tYV��IJJ F. 3 • qY� Yft .... u -!1 i }_....�_4L ,_. L,.....' .. r �Y , •, , . ., w r .- f ,.+ Y S' .. �” nS.2+dn;r:k a N {%.; 15.1i a,i . .... 1 :. c .,k ,. ..,:�11y �'; .:1 Tomoka State Park Multiuse Trail Ormond Beach, FL - J' "I *'oe @ ,.{r •: �„fY . cc.. -A\ r t,'�r:ca - , u . ;' :�. V. aa1,., � r, .f7,*.,/. r.; :Sa :,{ -1,. ..--*VY (('' ^'�:: r� .kv t' */,*!, (i) '�i: '�'I'. Ill /, .'! -IU ..i - •+� '4 .....a . �l.Y.._.,51...�- �..1 ��.�� -. .� �-•••-•,-,4: .. . 1.�! 7;(✓ , � �i U 4 � : rl . ,� _4 - •,t•<u. ax, >,$,1.- ':,..le . -..- :c:Y• •.•, a . ,M � . J. vr_•�n...'.,.N �. '.� � �t t:. .�.,...�. a:� ..y.. c. a...: u�^. �. kviLyt•. :Y City of Ormond Beach 22 South Beach Street Ormond Beach, FL 32174 Larry Rivera, Civil Engineer PH: 386-676-3269 .fr ='K . \ 7 alr. ` nc,:x. .� � ,r i'%r� -. .%.\ ^f•, - y'. .:�, ,}', rG l+ ��Y- al, rs .. f C <TU.IN'�._�Ll�.l,�l.��-+u'-1 i!'• J..i. :C S!V%f.. _F;c ,;....,,.. t.-.,... _ �• � 1•. ,r � a ., ,,y:•,t.r C +I ?��$z _.. :'fht, .Fv2 .,..}: ��` r _ _ .. . .zYc,..<� _.,.. City of Ormond Beach Engineering Division ^ (• C., s i3 ,yi tlAi,. 1�.L.�!1Cr e, I�� .^fi: _ i .�` t ,+. r' .0 �i ,};1, . , k%u� `.-n '-i 6 : LL. � Ai ��'li? tr1%; � 4 $ 314,814.00 2012 Sun Garden Isles Streetscape Improvements Dania Beach, FL City of Dania Beach 100 West Dania Beach Boulevard Dania Beach, FL 33004 James Earle, CRA Executive Director PH: 954-924-6800 Consul -Tech Entrprises Inc. $ 452,714.20 2012 Cove Shopping Center Alley Way Improvements Deerfield Beach, FL City of Deerfield Beach 150 NE Second Avenue Boynton Beach, FL 33435 Kris Mory, CRA Coordinator PH: 954-480-4317 Keith & Associates, Inc. $ 349,100.58 2012 Landscape Improvements for S.R. 811 (Alt AIA) Jupiter, FL , Town of Jupiter 210 Military Trail Jupiter, FL 33458 Scott Isberner, P.E., Project Engineer PH:561-741-2281 Gentile Halloway O'Mahoney $ 675,821.87 2012 Sunset Ridge Park Improvements Lake Worth, FL City of Lake Worth 7 North Dixie Highway Lake Worth, FL 33460 Edwin Fry, Office of Management & Budget Manager PH: 561-586-1741 LDG Florida Architects, Inc. $ 158,628.00 2012 Potable Water Tower, Miami VA Medical Center Miami, FL U S. Department of Veterans Affairs/AKEA 25105 W Newberry Road Newberry, FL 32669 AKEA Inc. Jeffrey R. Bergmann, P.E., Project Manager PH: 352-474-6124 AKEA Inc. $ 2,570,859 00 2012 Sunny Isles Beach Skate Park Sunny Isles Beach, FL City of Sunny Isles Beach 18070 Collins Avenue, 4th FL Sunny Isles Beach, FL 33160 Jorge Vera, Acting City Manager PH: 305-792-1701 West Architecture + Design, LLC $ 418,000.00 2011 Howard Park North End Renovations West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Brian Collins, P.E., City Traffic Engineer PH: 561-494-1092 OEST Associates, Inc. $ 943,139 00 2011 7 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE •,u •. �:x:r „5. �. Y= `' F . �S -1 �U t :a. .-M. ;1....,1...6... •1'. ]_ t.. � :ir t I ..nil l,.. .. '�. =,... ,. «•.„..x;5...,...5.: �,,,,J..� �J_,�,C,.l.....,�.rr..1+r� _I.. ov 4 .r/ : t �:'� _1��r «4-�A .�.. ..{ .rPM1 2' L d�,r%IC, J..'r, ... J ..�v'r :.y :).-r,r. .. t6+.__.... Howard Park Restroom Renovations Lake Worth, FL :�r`, _ t �' . W..+ w.5• _ �i` - k' '!V' �f :1i.. Y'-tl'r r *•¢ : l'% :- �% 1. � - ollti � ...•. � �.,~,?5�,a,11(�I:;�.�G�lll�:-L.V �lf J'S• Ver t L�. C: INM 17 .r - .it . v-,..>.�F a..n} ie .!'.�(SCS�Y: l- T��..,Y'�ei'_.:.:_'.. �. ....�w.� L.�. '::.-. !t City of Lake Worth 7 North Dixie Highway Lake Worth, FL 33460 Stephen Haughn, Facilities Coordinator PH: 561-533-7363 ..r^. i .. F•'c V f. iri—��p � :LG.�JLy_��i�!�I_-Lr ?� II ..>a -h, i. 1': - I ,, .�;,.:.�. k'!1. r: ..f�, `.ri 7` �ert� �-. :..II .�. tL�•.0 - r_Y':: ".C� i:'�L'w 4 Ir`a •1'F'= Y r!.Y 5-.. we(. YYEA .,.7 •� �.7• ��l l;' :5 ../ :.:h,' Ix, rS�+ N. I Ili J ItS:i !„ 'a!!: ..°i ,: J.... �.�i�: .l�.i t jt' 1 ,y� moi' : .. �r�:F,d�•. ..a �s . 9 '+. �....4�YY },:w_[.._ �Y1 �..Y v+l t�. Y. .� D-. jj.�7t ••��,,�� � f i �.L I/..MJ�. ��_r_- .l r. x r{ .+,' � r rbc tT L^5 1J � { 5y •�'.v �I`�"� o.. t '•! ,.. _ � _..�...-�f(IL, �++ � ,t h. +�. . tl Y,. , r+r,�••J!�. Living Designs Group, LLC $ 59,580.00 2011 Hallandale Elementary School New Baseball Fields Hallandale, FL School Board of Broward County 1700 SW 14th Court Fort Lauderdale, FL 33312 Steve Dowling, Project Manager PH: 754-321-1597 Flynn Engineering Services, P.A. $ 793,400.00 2011 Young Circle Artspark & Amphitheater Hollywood, FL City of Hollywood 2717 Van Buren Street Hollywood, FL 33020 Terrence Comiskey, AIA, Senior Project Manager PH: 954-921-3930 Public Utilities - ECS Division $ 2,900,000.00 2011 Surfside Community Center Surfside, FL Town of Surfside 9293 Harding Avenue Surfside, FL 33154 Calvin, Giordano & Associates Chris Giordano, Project Manager PH: 954-921-7781 Spillis Candella DMJM $ 4,074,525.00 2011 John D MacArthur State Park Pew Family Science Center North Palm Beach, FL Florida Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, FL 32399 J Gerry Pisciottano, District Project Manager PH: 850-488-5372 David Porter Associates - Architects, Inc. $ 837,000.00 2011 John D MacArthur State Park Munyon Island North Palm Beach, FL Florida Department of Environmental Protection 3800 Commonwealth Boulevard Tallahassee, FL 32399 Fred Hand, Project Manager PH: 850-245-2684 Coastal Systems International, Inc. $ 1,490,000 00 2011 Stuart Memorial Park Stuart, FL City of Stuart 121 SW Flagler Avenue Stuart, FL 34994 PH: 772-288-2927 Culpepper & Terpening, Inc. $ 1,600,000.00 2011 Worthing Park Improvements Delray Beach, FL City of Delray Beach 100 NW 1st Avenue Delray Beach, FL 33444 Bob Diaz, Construction Manager PH: 561-243-7320 AECOM $ 195,656.00 2011 8 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE �.,dl�r'ry �`T 1.._ t.. -�n.l � T ,•_i .i.. !'.,'' �T�e. l ' yy�� SI..G. .-✓K•.. ,�ci�._,r.,:.t-.. Congress Avenue Barrier Free Park Boynton Beach, FL Js ,+ -..xy u. ,.<u>..,..•7. iJ...^?:M' .,� l .Y' � _ - - '1.' _KCd •�n (-'' n =r^Ir :L'n`l._ �fl �� j�_.2 _LC- �:J'Jk .!;J� . Lr^.0 :r._i� ...n ..._. �:. r.l.�:-hk City of Boynton Beach 100 E Boynton Beach Boulevard Boynton Beach, FL 33425 Kevin Ramsey, Senior Project Manager PH: 561-742-6986 y,.•, { a ._ _ "Y-;� r•:•'I�fn`uen Y .y1• 1J J,::I... i .y ._ I .. :•N;. .n ..r.l �If - l. t�^, u`��'� ��. J . K:'r �:�M n't-x .. :1 t �,r 4V ..G Z :ia: ✓, i.; �, .n> ,; • , ',:�:. t •.t ! (� .A 9 tC� t - — .Lf t'' ' 1 Yf.0 �(y �^..;%VJIc II'I0'Y_j•'"dt'• ty� :✓n Y ''',1 t' .e� Y. rT � � .�. ,.0 ..._a _t...- — '� i l�. .. _ _. t. r ^� .i4 ,{,. l I t.)a k :% _1.7. 7M.T.i AECOM $ 1,412,366.00 2011 Cove Shopping Center Parking Lot Improvements Deerfield Beach, FL City of Deerfield Beach 150 NE 2nd Avenue Deerfield Beach, FL 33441 Kris Mory, CRA Coordinator PH: 954-480-4317 Keith & Associates, Inc. $ 2,166,929.00 2011 Design -Build Plantation Woods at Kennedy Park Plantation, FL City of Plantation 400 N.W 73rd Avenue Plantation, FL 33317 Susan DiLaura, Public Relations PH: 954-797-2221 West Architecture + Design, LLC $ 510,222.00 2010 Phil Foster Multi -Purpose Building Riviera Beach, FL Palm Beach County 4633 Vista Parkway West Palm Beach, FL 33411 Anthony Compagnone, Construction Inspections Coordinator PH: 561-233-5172 Boyle Engineering $ 1,042,000.00 2010 Miller Park Improvements Delray Beach, FL City of Delray Beach 100 NW 1st Avenue Delray Beach, FL 33444 Bob Diaz, Construction Manager PH:561-243-7343 Kimley-Horn & Associates, Inc. _ $ 5,436,917.00 2010 Public Services Administration Building Dania Beach, FL City of Dania Beach 100 W Dania Beach Blvd. Dania Beach, FL 33004 Dominic Orlando, Public Service Director PH: 954-924-3740 Camp, Dresser & McKee, Inc. $ 3,047,000.00 2010 South Florida VA National Cemetery Lake Worth, FL US Department of Veterans Affairs 6501 S. State Road 7 Lake Worth, FL 33449 Christopher Penn, Senior Resident Engineer PH: 561-967-7186 Miller Legg $ 11,000,000.00 2010 9 WEST CONSTRUCTION, INC. FIVE (5) YEAR EXPERIENCE i..y:. .. 7.J. . .y".y ... y.. N,.-. rY +..�:..v:`'. ....s .;✓i ,. •... .....;�!J ..l� f L.. } 1r .T y;,.. ... r. ;r, 1,._ �_ .�,. ).k—Ar,s-u',t•;;r } . i,t >1 . �; r. `.I'.' 1. �. �.f , i l . � imss, T,u �., � , . :. -.. .'b. .I 1 .... 1. C, x t7r'... Wil, .. Jensen Beach Community Center Jensen Beach, FL 1 ..J' a,: fy ..N ',,. �. ..,i1 .r{...f; .t A . .. r ., A .. 'hi, !a'....1v. 7 L• r.... a F �'* '.'.r.. 44. :Sly. (f..l.'.•. :^J :(. G.l :7aM1 .. '�.:3 .'' `t'�: i , VV. 5 ..h';11.:( i 1y ,.', r.V ..,. 5,, , � tU., _ r UJ�sn� ^5 c . _kph. =� , n. ,., r+. x.. y ... ..C.�.<.� - .l.. '.'i ix .�.> n, e:l... i.r .e.Vk ... '� . a...v r .U..,.,. .��,,..s. Martin County 2401 S.E. Monterey Road Stuart, FL 34996 PH: 772-288-5412 ,,' +.: 1'l �'. .k #l" !. f .4 �r :s:. .. •l. I .; ..I '. Yi,., S�''.,. .., - . UIi f f� xi., _ I_ :.n.'�,�iU. ilJ•.r_...� �t1' ,: �., .,.. ,,. / [ V-- ..: .. �. 1.' ,. i f:� C. :..�.f .!'S fi.i^..:: S.. i :.5.4�I;}I...df�`. .. ...4T.Y 1. r'I ` f ,Std ..•x:rK T i .. .1Y 1.. � ..!, '.y } Peacock, fL ..Z �. ; 4j {. 5. -. Ci � vi -..7.. ri l Z • •C .rc,l i y. ,. N� . �. ,, r ,:a. :, ...�Lr,�Ltl_._RL;L,1...+G ..'I. .i...4. ri: F F: b .N. - _ IS l,r. .•.sf , r'vk,"•T i:•"� uer�•w��{;G. f. '1... r lrfl 'l�` rll.i �r •. I x L . � i r .SL f. .r;t..: ✓ is !C., I r "•r:S: -. 5 f.- � •!�' ��j fi.-+! ,., �,, (•..� ".1 ff ...k - d -.J.: ., _ �i'.1-�_:1.. Lewis Architects& Planners, Inc. $ 054,000.00 2010� 10 [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: (Signature) Martha A. Morgan, President 12/02/2015 (Position or Title) **END OF SECTION** (Date) 00456 - Qualifications Questionnaire 00456 - 4 F \Public Works\ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documents\Master Contract Documents100456 - Qualifications Questionnaire.doc RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY •i STATE OF FLORIDA DEPARTMENT -OF BUSINESS AND PROFESSIONAL REGULATION ' CONSTRUCTIOIyINDUSTRY LICENSING BOARD LICENSE NUMBER -- —:;.'ii -4—;"A ,- '; CBC05703.8;'_. w.m-1- I ne UUILUING cUN 1 RACTOR Narred,belov IS.CERTIFIED Under, the.provisidiis of Chapter 489 FS. _ Expiration date::AUG.31; 2016 • • ".IVIORGAIJ MP;RTHAANN���;�—•� : . WEST-CONSTRUCTION..1.1CC ;318:SOUTH.DIXIE HWY' _ LAKE;WORT}-f- FL•33460W;; • _ _.,,r�''y;,ay;,,��+�`:•...� ;,;.•k.•,� ._til._' .��',.: _'�',..,- « _ % .`,\ _ .Y'•',.,,=.,,•�.•.ti �k, s.ti: ,..=titii`_•' 't�."�g1�`l.._\ t � +. �' -`, \ . -•t` � \. DISPLAY AS REQUIRED BY LAW SEQ# L1408250001626 ISSUED: 08/25/2014 RICK SCOTT, GOVERNOR LICENSE NUMBER KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT_OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION,INDLISTRY LICENSING BOARD The.GENERAL CONTRACTOR - ` - Named below, IS'CEBTIFIED :. Under the provislons.of Chapter 489 FS. Expiration date: AUG 31, 2016= - _ WEST„MATTHEW FIELDEN ` = . _ ' WEST CONSTRUCTION• INC ”` -27 LAKE-VVORTH' --- -F.,_L 33460tl"'• ` ISSUED: 07/10/2014 DISPLAY AS REQUIRED BY LAW v1. •, i•• -14.1, 414 Stiff -1:7:tp; • .SE9 # L1407100001159 City of Lake Worth Business License 2015 - 2016 BUSINESS NUtdBE0013861 k BUSINESS NAME WEST CONSTRUCTION INC BUSINESS ADDRESS: 318 S DIXIE HWY 4, LAKE WORTH FL 33460 NON TRANSFERABLE jLICENS N :ER iCIASSIRCA110NJ IIESC PR011 .ft;.'t�v_;'..c ;. - "s.r.,t-�>..,i% T .;,t 'i 90. • 16-00040453 UC USE & OCCUPANCY COMMERCIAL%INDUSTRIAL City of Lake Worth Business License Division 1900 2nd Avenue North • Lake Worth, Florida 33461 EXPIRES SEPTEMBER 30th 2016 SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY y.dns�e4. t'z t • :• ANNE M. GANNON P.O. Box 3353, West Palni Beath, FL 33402-3353 "LOCATED AT - T"' !`�ja 'CONSTITUTIONAL TAX COLLECTOR WWW.pbctax.com Tel: (561) 355-2264 3 .._�C.".'' Serving Palm Bench County 318 S DIXIE HWY #4-5 `4cp�* LAKE WORTH, FL 33460-0000 Serving yOu. TYPE OF BUSINESS OWNER CERTIFICATION 6 RECEIPT.O/DATE PAID 'AMT PAID BILL6 23-0153 BUILDING CONTRACTOR MORGAN MARTHA ANN C6C057038 815.872046.09173(/5 527.50 840126363 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA .PALM BEACH COUNTY 2015/2016 LOCAL BUSINESS TAX RECEIPT B1-141 WEST CONSTRUCTION INC -LBTR. Number: 201002726 WEST CONSTRUCTION. INC EXPIRES; SEPTEMBER 30; 2016 318 S DIXIE HWY #4-5 LAKE WORTH, FL 33460-4452 This receipt grants the privilege of engaging in or „I I„, II1111II, I I I, I I„I,i„i, I,, i,i,il„1,1 managing any business profession or occupation within Its Jurisdiction and MUST be conspicuously displayed 'at the place of business and In such a manner as to be open to the New of the public. ••"r ANNE M. G AN N O N P..ox Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT" IE CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel: (561) 355,2264 `.r .: //"4 Serving Palm Bench Connly 318 S DIXIE HWY #4-5 "k `^,''..• LAKE WORTH, FL 33460-0000 Serving,you. TYPE OF BUSINESS _ -OWNER - CERTIFICATION RECEIPTS/DATE PAID AMT PAID • _ SILL 2..10103 CW BUILDING CONTRACTOR - - MORGAN MARTHA ANN CBC057038 815.072045-09/03/15 5264.00 810126364 This document is valid only when receipted by the Tax Collector's Office. $TATE OF FLORIDA PALM BEACH COUNTY i. eq 140 2015/2016 LOCAL BUSINESS TAX RECEIPT 'WEST CONSTRUCTION INC LBTRNumber: 201002725 'WEST CONSTRUCTION INC EXPIRES: SEPTEMBER 30, 2016 318 S DIXIE HWY 04:5 LAKE WORTH, FL 33460-4452 This receipt grants the privilege of engaging in or ,III,,, I I,1 i,.i, ii„i il,I, i„i,i I,i 1i, i,l,l, t managing any business profession or occupation within iI2jurisdiction and MUST be conspicuously displayed at.the place of business and In such a manner as'to be open to the view of the public. ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Kilo!Brach County Serving you. P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT'• wivW.pbctex.cdni Tel: (561) 355-2264 318 S DIXIE HWY;14-5 LAKE WORTH, FL 33460-0000 TYPE OF BUSINESS OWNER CERTIFICATION 0 RECEIPT 0/DATE PAID AMT PAID BILL0 23-0051 GENERAL CONTRACTOR WEST MATTHEW F CGCI516622 815.872043.01/¢U15 521.50 040120366 This document is valid only when receipted by the Tax Collectors Office. WEST CONSTRUCTION INC WEST CONSTRUCTION INC 318 S DIXIE HWY #4-5 LAKE WORTH, FL 33460-4452 ,liin,ll„ 1„ 1111111111„LILLJ111L71111 ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you. B1 - 140 STATE OF FLORIDA PALM BEACH COUNTY 2015/2016 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200911376 EXPIRES: SEPTEMBER 30, 2016 This receipt grants the,privilege of engaging' in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT" www.pbctax.com Tel: (561) 355.2264 318 S DIXIE HWY #4-5 LAKE WORTH, FL 33460-0000 TYPE OF BUSINESS OWNER CERTIFICATION 0 RECEIPT 0/DATE PAID AMT PAID BILL 0 - 230102 CW GENERAL CONTRACTOR WEST MATTHEW F CGC1516626 1315172044.09203/15 5369.60 840126305 This docurrienl is valid only when receipted by the Tax Collector's Once. 132-140 WEST CONSTRUCTION INC WEST CONSTRUCTION INC 318 S DIXIE HWY #4-5 LAKE WORTH, FL 33460-4452 u11m11111,111111111nn11.1,1,1Id,1u,lll STATE OF FLORIDA PALM BEACH COUNTY 2015/2016 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200911377 EXPIRES: -SEPTEMBER 30, 2016 This receipt grants the privilege of engaging in or Managing any business profession or occupation Within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY State of Florida Department of State I certify from the records of this office that WEST CONSTRUCTION, INC..is a corporation organized under the laws of the State of Florida, filed on December 16, 1977. The document number of this corporation is 555487. 1 further certify that said corpbration has.paid all fees -due this office through December.31, 2015, that its most recent armual report/uniform business.repott was filed on January 7, 2015, and its status is active. I further certify _that said corporation has not filed Articles ofDissolution. Given under my handand the Great Seal ofthe State ofFlorida at Tallahassee, the Capital, Ilii. the Seventh day of.7anuary, 2015 Secretary of State Authentication ID: CC9646245701 To authenticate this certificate,visit the following site,enter.this ID,"and then follow the instructions displayed. https;//eri1e.sunbiz.org ceitauthver.html SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY LIQUIDATED DAMAGES ASSESSMENT OF LIQUIDATED DAMAGES Nova Blanche Forman Elementary School for the SBBC (School Board of Broward County) Project Description: Construction of entrance & bus loop modifications at Nova Blanche Forman Elementary School, including parking spaces, tree removal/relocations and lighting. This project was extended by 226 calendar days as a result of added work items, outside inspection agencies (Broward County Engineering and FDOT), and concealed conditions. The School Board found that the unanticipated delays and additional work items resulted in 215 calendar days and charged West for the additional 11 days to final completion. The charges were $1,000.00 per Calendar day for the 11 days. Liquidated Damages. $11,000 North County Airpark Hangars E & F (Palm Beach International Airport Authority) Project Description: Construction of (2) concrete block & steel buildings. The buildings included one-piece hangar doors & restrooms. Site work included asphalt paving, water, sewer, grad- ing, & storm drainage. Liquidated Damages: $132,369 SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY West Construction, Inc. and Subsidiaries Consolidated Financial Statements For the years ended December 31, 2014 and 2013 WEST CONSTRUCTION, INC. PRESIDENT G 41\71)141-7r ro....��� CQUEL J. BARRErr j r * MY COMMISSION It FF 236934 * _•— EXPIRES: June 3, 2019 4 ma. �o Bonded ituuBudpetNotaryServices �Fo►tti� West Construction, Inc. and Subsidiaries Consolidated Financial Statements For the years ended December 31, 2014 and 2013 Table of Contents Independent Auditors' Report 1-2 Consolidated Financial Statements Consolidated Balance Sheets 3-4 Consolidated Statements of Income and Retained Earnings 5 Consolidated Statements of Cash Flows 6-7 Notes to Consolidated Financial Statements 8-18 CHARLES L. LAMN, CPA *RETIRED GARY R. KRIELOW, CPA *RETIRED MARTIN A. DYTRYCH, CPA GARTH E. ROSENKRANCE, CPA JOANN L. WAGNER, CPA MICHAEL R. DILLON, CPA LED CERTIFIED PUBLIC ACCOUNTANTS & CONSULTANTS 500 University Blvd., Suite 215 Jupiter, FL 33458- (561)694-1040 Fax (561) 626-2158 www.11cdcpa.com INDEPENDENT AUDITOR'S REPORT ON SUPPLEMENTARY INFORiMATION To the Board of Directors West Construction, Inc. and Subsidiaries Lake Worth, Florida We have audited the consolidated financial statements of West Construction, Inc. and Subsidiaries as of and for the years ended December 31, 2014 and 2013,.and our report thereon dated. April 27, 2015, which expressed an unmodified opinion on those consolidated financial statements, appears on pages one and two. Our audit was conducted for the purpose of forming an opinion on the consolidated financial statements as a whole. The consolidated schedule of uncompleted contracts, consolidated schedule of contracts completed, and consolidated schedules of general and administrative expenses are presented for purposes of additional analysis and are not a required part of the 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 consolidated financial statements. The information has been subjected to the auditing procedures applied in the audit of the 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 consolidated financial statements or to the consolidated 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 . material respects in relation to the consolidated financial statements as a whole. LKD Certified Public Accountants & Consultants April 27, 2015 A TRADITION OF EXCELLENCE SINCE 1970 To the Board of Directors and Stockholders West Construction, Inc. and Subsidiaries Page 2 Auditors' Responsibility (Continued) are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the Company'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. 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 West Construction, Inc. and Subsidiaries as of December 31, 2014 and 2013, 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. Certified Public Accountants &.Consultants April 27, 2015 West Construction, Inc. and Subsidiaries Consolidated Balance Sheets December 31, 2014 and 2013 Assets Current Assets Cash and cash equivalents Certificates of deposit - Contract receivables Costs and estimated earnings in excess of billings on uncompleted contracts Inventory Deferred tax asset Other current assets Total current assets Property and Equipment Computer equipment Office furniture and equipment Vehicles Construction equipment Less accumulated depreciation Net property and equipment Other Assets Deposits Total assets 2014 $ 4,839,197 223,039 5,818,395 1,060,268 145,500 156,590 175,552 2013 $ 359,820 281,531 6,253,278 3,733,542 199,625 156,590 224,582 12,418,541 11,208,968 119,689 14,607 748,676 1,418,857 2,301,829 (1,637,053) 664,776 750 203,651 14,607 761,203 2,864,790 3,844,251 (1,991,175) 1,853,076 1,250 $ 13,084,067 $ 13,063,294 Read the accompanying notes and independent auditors' report. -3of18- West Construction, Inc. and Subsidiaries Consolidated Balance Sheets (Continued) December 31, 2014 and 2013 2014 2013 Liabilities Current Liabilities Accounts payable $ 4,626,393 $ 5,519,544 Accrued expenses 83,710 46,926 Foreign income tax payable 5,490 7,343 Billings in excess of costs and estimated earnings on uncompleted contracts 705,440 386,655 Lines of credit -0- 933,915 Notes payable - current portion 33,169 7,572 Related party notes payable - current portion 222,476 100,000 Total current liabilities 5,676,678 7,001,955 Long -Term Liabilities Notes payable - less current portion 72,316 8,009 Related party notes payable - less current portion 1,257,524 1,380,000 Total long-term liabilities 1,329,840 1,388,009 Total liabilities 7,006,518 8,389,964 Stockholders' Equity Common stock - $1 par value, 1,000 shares authorized, issued and outstanding Additional paid -in capital Retained earnings Total stockholders' equity 1,000 19,563 6,056,986 1,000 19,563 4,652,767 6,077,549 4,673,330 Total liabilities and stockholders' equity $ 13,084,067 $ 13,063,294 Read the accompanying notes and independent auditors' report. -4of18- West Construction, Inc. and Subsidiaries Consolidated Statements of Income and Retained Earnings For the years ended December 31, 2014 and 2013 2014 2013 Construction revenues $ 35,569,535 $ 21,286,332 Cost of construction 31,784,037 19,250,483 Gross profit 3,785,498 2,035,849 Expenses General and administrative 2,107,439 2,255,538 Foreign income taxes 50,675 23,947 Total expenses Income (loss) from operations before other income (loss) 2,158,114 2,279,485 1,627,384 (243,636) Other income (loss) (2,757) 154,630 Net income (loss) 1,624,627 (89,006) Retained earnings, beginning of year 4,652,767 4,741,773 Stockholder distributions (220,408) -0- Retained earnings, end of year $ 6,056,986 $ 4,652,767 Read the accompanying notes and independent auditors' report. -5of18- West Construction, Inc. and Subsidiaries Consolidated Statements of Cash Flows For the years ended December 31, 2014 and 2013 2014 2013 Operating Activities Cash received from clients $ 38,828,126 $ 20,843,025 Cash paid to subcontractors, suppliers and employees (34,074,142) (21,780,881) Other income received 68,452 81,419 Interest paid (7,431) (40,137) Foreign income taxes paid (52,528) (38,906) Net cash provided (used) by operating activities 4,762,477 (935,480) Investing Activities Purchases of certificates of deposit (93,400) (103,300) Proceeds received from certificates of deposit 151,892 -0- Advances to employees (6,450) (1,500) Repayments from employees 1,410 4,436 Purchases of property and equipment (167,094) -0- Proceeds received from -sale of property and equipment 1,000,000 (45,023) Net cash provided (used) by investing activities 886,358 (145,387) Financing Activities Advances from lines of credit 800,000 1,596,195 Repayments of lines of credit (1,733,915) (1,362,280) Repayments of notes payable (15,135) (9,970) Advances from related parties -0- 480,000 Repayments to related parties -0- (100,000) Stockholder distributions (220,408) -0- Net cash provided (used) by financing activities (1,169,458) 603,945 Net increase (decrease) in cash and cash equivalents 4,479,377 (476,922) Cash and cash equivalents, beginning of year Cash and cash equivalents, end of year 359,820 836,742 $ 4,839,197 $ 359,820 Read the accompanying notes and independent auditors' report. -6of18- West Construction, Inc. and Subsidiaries Consolidated Statements of Cash Flows (Continued) For the years ended December 31, 2014 and 2013 Reconciliation of net income (loss) to net cash provided (used) by operating activities: Net income (loss) Adjustments to reconcile net income (loss) to net cash provided (used) by operating activities: Depreciation Bad debts Loss on sale of property and equipment (Increase) decrease in: Contract receivables Costs and estimated earnings in excess of billings on uncompleted contracts Inventory Other current assets Other assets Increase (decrease) in: Accounts payable Accrued expenses Foreign income tax payable Billings in excess of costs and estimated earnings on uncompleted contracts Net cash provided (used) by operating activities 2014 2013 $ 1,624,627 $ (89,006) 399,092 179,716 18,841 266,532 2,673,274 54,125 42,705 500 (850,651) 36,784 (1,853) 318,785 573,891 -0- -0- (543,949) 437,458 (199,625) 43,302 (1,050) (700,035) (104,691) (14,959) (336,816) $ 4,762,477 $ (935,480) Read the accompanying notes and independent auditors' report. -7of18- West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31, 2014 and 2013 Nature of Operations West Construction, Inc. (the Company) is located in West Palm Beach, Florida and was incorporated in the State of Florida in 1977. The Company is a general construction company servicing commercial accounts in Florida and abroad. The Company currently has projects in Liberia and Puerto Rico. Operations outside the United States are subject to risks inherent in operating under different legal systems and various political and economic environments. All contracts and transactions are conducted in U.S. dollars. The Company grants credit to its customers, which consist primarily of local governments and national and local businesses. West Architecture & Design, LLC is a limited liability company (LLC) organized in 2007 under the laws of the State of Florida. West Construction, Inc. is the single member of the LLC. West Africa Rock and Concrete Products, LLC (West Africa) is a limited liability company organized in 2011 under the laws of the State of Florida. West Construction, Inc. was the single member of West Africa, which was sold in April 2014. See Note 11. 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES: This summary of significant accounting policies of West Construction, Inc. and Subsidiaries is presented to assist in understanding the consolidated financial statements. The consolidated financial statements and notes are representations of the management, who are responsible for their integrity and objectivity. These accounting policies conform to accounting principles generally accepted in the United States of America (GAAP) and have been applied on a consistent basis. Principles of Consolidation The accompanying consolidated financial statements include the accounts of West Construction, Inc., and its wholly-owned subsidiaries, West Architecture & Design, LLC and West Africa Rock and Concrete Products, LLC, collectively referred to as "the Company". All significant intercompany accounts and transactions have been eliminated in consolidation. -8of18- West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31,'2014 and 2013 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED): . Revenue and Cost Recognition The Company recognizes revenues from fixed-price construction contracts on the percentage -of - completion method, pleasured by the actual construction costs incurred to date to the estimated total construction costs for each contract. This method is used because management considers expended construction costs to be the best available measure of progress on these contracts. Because of the inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. Revenues from cost -plus -fee contracts are recognized on the basis of costs incurred during the period plus the fee earned, measured by the cost -to -cost method. Incentive bonuses are recognized in the period in which they are earned. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools and repairs. Selling, general and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the period in which the revisions are determined. The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts," represent 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. Cash and Cash Equivalents For purposes of the statement of cash flows, the Company considers all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. Certificates of Deposit The Company's certificates of deposit are recorded at their cost, which approximates fair value, and management's intention is to hold the certificates until they mature. -9of18- West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31, 2014 and 2013 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED): Contract Receivables Contract receivables are recorded when invoices are issued and are presented in the consolidated balance sheet net of the allowance for doubtful accounts. The Company provides an allowance for doubtful collections based upon a review of outstanding receivables, historical collection information, and existing economic conditions. Normal contract receivables.are due 30 days after the issuance of the invoice. Contract retentions are due 30 days after completion of the project and acceptance by the owner. Receivables past due more than 120 days are considered delinquent. Delinquent receivables are written off based on individual credit evaluation and specific circumstances of the customer. Currently, no provision for doubtful accounts has been made as management considers all amounts fully collectible. The Company's receivables are collateralized by normal contractor lien rights. At December 31, 2014 and 2013, no contractor lien rights have been exercised by the Company. Inventory Inventory is valued at cost, determined by the first -in, first out (FIFO) method, and consists primarily of materials not yet placed in service. Property and Equipment Property and equipment is stated at cost. Depreciation is calculated using the straight-line method over the following estimated useful lives of the assets. Computer equipment 3 — 10 years Office furniture and equipment 5 — 10 years Vehicles 3 — 5 years Construction equipment 3 — 10 years Income Taxes The Company has made an election to be treated as a Small Business Corporation under Subchapter S of the Internal Revenue Code, whereby profits and losses are passed directly to the stockholders for inclusion in their personal tax returns. The Subsidiaries are single member LLC's and are, therefore, disregarded entities for U.S. federal income tax purposes under the Internal Revenue Code. Accordingly, these consolidated financial statements reflect no provision for U.S. federal income taxes. - IOof18- West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31, 2014 and 2013 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED): Income Taxes (Continued) The Company conducts business in several foreign countries. Construction projects located in foreign countries may be subject to local corporate income tax. Tax liabilities associated with these foreign countries are recorded when the liability is incurred. Management has assessed its tax positions for the years ended December 31, 2014 and 2013 and determined there are no uncertain tax positions to be recognized. The Company is generally no longer subject to U.S. federal, state and local examinations by tax authorities for years before 2011. Management continually evaluates expiring statutes of limitations, audits, proposed settlements, changes in new tax law and new authoritative rulings. Advertising Costs The Company expenses advertising costs when the advertisement occurs. Estimates The preparation of consolidated financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates. Subsequent Events The Company has evaluated subsequent events through April 27, 2015, the date which the financial statements were available to be issued. 2. CONCENTRATION OF CREDIT RISK: The Company maintains its cash balances at several financial institutions. Accounts are insured by the Federal Deposit Insurance Corporation up to $250,000. The uninsured balances at December 31, 2014 and 2013 approximated $4,620,000 and $692,000, respectively. The Company has not experienced any losses in such accounts, and believes it is not exposed to any significant credit risk on cash and cash equivalents. -11 of18- West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31, 2014 and 2013 3. CONTRACT RECEIVABLES: Contract receivables at December 31 consist of the following: 2014 Billed: 2013 Contracts in progress $ 2,634,209 $ 2,879,455 Retainage 1,409,685 1,897,279 Completed contracts 1,774,501 1,233,845 Unbilled -0- 242,699 Total $ 5,818,395 $ 6,253,278 4. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS: 2014 2013 Costs incurred on uncompleted contracts $ 35,499,316 $ 26,579,562 Estimated earnings 1,920,485 3,583,383 Earned revenue 37,419,801 39,162,945 Less billings to date (37,064,973) (26,816,058) $ 354,828 $ 3,346,887 Included in the accompanying consolidated balance sheet under the following caption: Costs and estimated earnings in excess of billings on uncompleted contracts $ 1,060,268 $ 3,733,542 Billings in excess of costs and estimated earnings on uncompleted contracts (705,440) (386,655) $ 354,828 $ 3,346,887 - 12 of 18 - West Construction, Inc. and Subsidiaries Notes to Consolidated Financial Statements As of and for the years ended December 31, 2014 and 2013 5. LINES OF CREDIT: During December 2013, the Company renewed a $1,000,000 revolving line of credit (first line) with principal and interest due on demand. The first line is secured by all of the assets of the Company and interest shall accrue on the unpaid principal balance at one-month LIBOR plus 4%. The outstanding balance on the first line at December 31, 2014 and 2013 was $-0- and $600,000, respectively. During 2013, the Company entered into a line of credit (second line) with a financial institution in Africa with principal and interest due on demand. The second line bears interest at annual rate of 14.25% and is secured by property and equipment located in Africa. The outstanding balance on the second line at December 31, 2013 was $333,915. During 2014, the outstanding balance was repaid and the second line was terminated. 6. LETTER OF CREDIT: In January 2014, the Company renewed their $75,000 irrevocable standby letter of credit with an expiration date of January 2015. The letter is secured by certificates of deposit totaling $75,000. In January 2015, the Company renewed the letter of credit for an additional twelve months. The beneficiary is Amerisure Mutual Insurance Company, the Company's worker's compensation carrier. - 13 of 18 - WEST CONSTRUCTION, INC. CONTRACTOR'S EXISTING AND PROJECTED WORKLOAD •t,•;a r,. �r, : ,r -(C n, 'I r , c. �. t ,..;w •? .. t...r�..:.�.:.._� ';'1 ..,jU ii..G `T 1 ., ry :... , ,, .-...-•H,-^-W q•:.A .�•!.e^+)-"Y: �� n It 1� •,+,( .P1i.•<7 ? tryrt..r?._ .4+. r�.. .m. -a Nr .i . + •:, . 9 i-u"J •- f.. r. �'1K;i4. r.1•..; •s..�td u� fl. F�• ."!� ;a: ; 0 •, V �'!i i . ..• -. .:Jn.l� .. .L... P .' v. .r,w,i.o r. .:.•,,.., t.:l.nLL-7:1..�,r:.5 m, i iir� . L,i'7'I. :� 'r Yt 1 tY -0;/* o e :y " -. �.•.. .. f��-C1'�.q t- 1 nn.:�� S ;�"r , `� .'...�.•. 1 , r, e +f>,.?.�-..f{s'-,r..:.?.,,.2...+'�,. sl-tom.:,,w .a;.i-„+,;)„ t t „Jy ;••p� �� i", 11:1, n y ti?e4:•..'1 .3r.r; .� �tiir .1 _.f '`�--• 'r� Ear, r• �....•� > PG.. ;�4^�-�' rt ..,�y?.H r,,:[ ' Cie. "��\ 'YC•p' : n +l "I �in I l.V J tl"_=,.t `LIQ ,.r' r r,..rua ccr..,° 1 .4 t � YJ��r, " n r o 'i Fir../AL :;'I .. . ll�ihlUl...r.�. r r n;il I r t, +�.�-•xU)...•.n.rr Nt e-4 �` � "`df".:.r,.��. ., rel.:U �Irq t , ,t, Cul L f•, ; .���” �t.•.�, c:r F ntl ri.i �.. :LL �J"; ,; lu..:�lll (Nil: x.ar. ,.,s,nv`i v:.. Fire Sprinkler & Fire Alarm System Replacement in West Palm Beach, FL West Palm Beach, FL U.S. General Services Administration (GSA) 77 Forsyth Street, SW, Suite G40 Atlanta, GA 30303 AKEA, Inc. Sean Holway, P.E. Project Manager PH: 352-474-6124 SHolwaypa akeainc.com AKEA, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 1,247,021.00 14% TBD Autec Federal Building -SSA Build Out in West Palm Beach, FL West Palm Beach, FL U.S. General Services Administration (GSA) 77 Forsyth Street, SW, Suite G40 Atlanta, GA 30303 AKEA, Inc. Sean Holway, P.E. Project Manager PH: 352-474-6124 S H o lwa y p a k e a i nc. c o m AKEA, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 5,116,430.00 1B% TBD Design -Build Fire Station #78 Tamarac, FL City of Tamarac 6011 Nob Hill Road Tamarac, FL 33321 John Doherty, Assistant Director of Public Works/City Engineer PH: 954-597-3706 John.Doherly@tamarac.orq West Architecture + Design, LLC West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 3,458,604.00 0% TBD 15th Street Beautification Project West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Contact: TBD PH: TBD Email: TBD Kimley-Horn and Associates, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 1,045,815.00 0% TBD Boca Raton Utility Complex Access Road Guard House Improvements Boca Raton, FL City of Boca Raton 201 W Palmetto Park Road Boca Raton, FL 33432 Contact: TBD PH: TBD Email: TBD City of Boca Municipal Services/ Engineering Division West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 457,325.00 0% TBD Waterway Park Jupiter, FL Palm Beach County (C.I.D.) 2633 Vista Parkway West Palm Beach, FL 33411 Contact: TBD PH: TBD Email: TBD Stantec West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 5,168,000.00 0% TBD Patch Reef Trail - Verde Trail South to Town Center Road Boca Raton, FL City of Boca Raton 201 W Palmetto Park Road Boca Raton, FL 33432 Contact: TBD PH: TBD Email: TBD City of Boca Municipal Services/ Engineering Division West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 324,766.00 0% TBD Samson Oceanfront Park Improvements Sunny Isles Beach, FL City of Sunny Isles Beach 18070 Collins Avenue Sunny Isles Beach, FL 33160 Contact: TBD PH: TBD Email: TBD Icon Design Group West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 2,788,724.00 0% TBD 2 FOREMAN Kurt King On -Site Superintendent Experience Total. 14 years With West: 8 years Education Associates Degree of Arts from The University of Detroit Credentials Graduate of FAST Sprinkler School 30 Hour OSHA Certified Kurt will be responsible for managing the day-to-day field work including but not limited to, subcontractor quality and adherence to the plans and specifications, coordinating all inspections as well as preparing daily log reports and two and four week look ahead schedules. Project Experience Palm Beach County Fire Rescue Station #3 West Palm Beach, Florida $3 Million, 11,000 Square Feet Project Involvement: Superintendent Palm Beach County Fire Station #4 Delray Beach, Florida $2.4 Million, 5,608 Square Feet Project Involvement: Superintendent Palm Beach County Fire Station #7 West Palm Beach, Florida $4.2 Million, 12,000 Square Feet Project Involvement: Superintendent Palm Beach County Fire Station #73 Belle Glade, Florida $1.1 Million, 9,800 Square Feet Project Involvement: Superintendent Palm Beach Sheriff's Office Substation Boynton Beach, Florida $4 8 Million, 23,000 Square Feet Project Involvement: Superintendent Aircraft Rescue & Firefighting Facility Lee County, Florida $9 8 Million, 36,000 Square Feet, LEED Project Involvement: Superintendent Surfside Community Center Surfside, Florida $4 Million Project Involvement: Superintendent Wilson Park Boynton Beach, Florida $6 Million, 14,000 SF Project Involvement: Superintendent Fire Station #3 Fire Station #4 Fire Station 57 7.777 J f c.'�t3rtii' J—i A. flit PBSO Substation ARFF Facility SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY PROJECT MANAGER Christopher Caprio Operations Manager / Project Manager Experience Total. 30 years With West: 9 years Education Bachelor of Science in Computer Science Mercy College, Dobbs Ferry, NY Union Certification in Carpentry United Brotherhood of Carpen- ters and Joiners of America, New York, NY Credentials Certified by the Project Management Institute (PMI) as a Project Management Professional OSHA Safety Trained and Certified Mr. Caprio has over 20 years commercial and private construction experience and possesses strong labor and operational experience. He is committed to excellence in quality control and owner satisfaction As the Senior Project Manager he plans, coordinates, monitors, controls, and closes out projects. He is in charge of all phases of the project life ' cycle. Project Experience Design -Build New Beach Library Pompano Beach, FL $1.7 Million, Design -Build New Construction Project Involvement: Operations Manager West Palm Beach Babcock National Guard Armory Renovations West Palm Beach, FL $2.2 Million, Renovation Project Involvement: Operations Manager Airport Rescue & Fire Fighting Facility Fort Myers, FL $10.9 Million, New Construction, LEED Project Involvement: Operations Manager Historic Gainesville Depot Building Gainesville, FL $2.5 Million, Historic Rehabilitation, LEED Project Involvement: Operations Manager SWA Maintenance Facility West Palm Beach, Florida $1.8 Million, 7,000 Square Feet, LEED Project Involvement: Project Manager Public Administration Building Dania Beach, Florida $3 Million, 3,700 Square Feet Project Involvement: Operations Manager Faith Farm Men's Dormitory Fort Lauderdale, Florida $1.2 Million, 3 -story, 13,500 SF, Renovation Project Involvement: Operations Manager Emergency Operations Center Lauderdale Lakes, Florida $415,509, 8,000 Square Feet, Renovation Project Involvement: Operations Manager Fire Rescue Station 04 Fire Station 07 ARFF Facility Lauderhill FS 110 Dania Beach Public Administra- tion Building SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. 1213B for SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE 1. 2. 3. 4. 5. 6. 7. 8. 9 Work to be Performed Roofing Metals Electrical Survey Stucco Coiling Doors Glazing Landscaping Trusses Sitework 10. 11. 12. 13. 14. 15. 16. 17. Note: Attach additional sheets if required. Subcontractor's Name/Address Leeward Roofing 9577 Gator Drive, Unit #4, Sebastian, FL 32958 Accent Welding 3201 SE Slater St., Stuart, FL 34997 Blais Electric P.O. Box 651519, Vero Beach, FL 32965 American Layout & Land Surveying, LLC 436 West Commodore Blvd., Suite 1 & 2, Jackson, NJ 08527 Davis Stucco Inc. 7355-D Commercial Circle, Fort Pierce, FL 34951 ARCO Garage Door Company, Inc. 670 8th Ct., Vero Beach, FL 32962 Vero Glass & Mirror 1669 Old Dixie Highway, Vero Beach, FL 32960 Aiello Landscape, Inc. 2111 47th St., Vero Beach, FL 32967 Southern Truss Companies, Inc. 2590 North Kings Highway, Fort Pierce, FL 34951 Jobear Contracting, Inc. 1950 Danr Dr. NE, Palm Bay, FL 32905 * * END OF SECTION * * 00458 - List of Subcontractors REV 04-07 00458-1 F \Public Works\ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2V\dmin\bid documenlsVdaster Contract Documents100458 - List of Subcontractors REV 04-07.doc EQUIPMENT Melrose Bobcat (1996) Roller WP3100 Stone (2002) Kubota Tractor / Box Blade (2002) Bobcat 864 Track Loader (2003) Kubota Mini Excavator KX41 (2004) S250 Bobcat (2004) Bobcat T180 Track Loader (2005) Caterpillar Locader 257 (2006) Lovett Box Blade (2006) CAT (2006) (2) Holland Skid Steer Loader (2007) Komatsu Loader (2008) Kubota (2008) Tractor L5240 (2009) Vibratory Plat Compactor (2009) 35 Ton Lowboy (1989) EX200 Hitachi Excavator (1995) WA250 Kamatsu Loader (1996) WA200 Kamatsu Loader (2006) Case 721 Loader (1995) Case 580 Combo / Backhoe (1995) 515 Katamsu Grader (1999) C512 Dynapac 3 Wheel Roller (2000) 530 Hyster Traffic Roller (2000) DA30 Vibratory Roller (1999) 3600 Box Tractor (1998) 2810 Box Tractor (1998) 12' Box Blade (2001) Bomag Propaver 815-2 (2007) Kubota Fuel Tractor (2006) SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY WEST CONSTRUCTION, INC. CONTRACTOR'S EXISTING AND PROJECTED WORKLOAD � , e l i'� �.. �•r ..; is � .) rCrJ,U':.`.t1.!) t..r ' `'r +�'F �.... ;. . . � � 1l�a ✓, a !i+ „/. •� ,! F . LOG •O , a . �r.:r n t . 4• •4,. qqz 1°- s%1.,:_ry ,�.£� +R '4 ..�;yc4 . 7�'a'!, �::✓�• .,.s�}:.y�7S .�.,1.x ,Qtit•,�.Jti:. ',1 .���^.'. C � �'.i . t � Y D n " rl"` 'v ' :: ( �t U, 1 .tJ �:/ - -ifP. :v,,.., ..,... .. • . �r � Y - `I V.. „C.z?"�I . O' r' _ � 0 .rlf _ I�' �I,�L-�.. �Lr'�Linx.%�1;1� � } 1'' rte. P ,.2, • i - 1. i "A}. rair _r;�''�•`','�., d.A \.?'F,,a An.- L S. si.. k. e tl w �F,+ .p n � .. l rr ,rt 1. •/ lo�ll nrL.l•ll� h :w. ;,.,-. r • J £r y'. `.rr7u .T I•" J. P,!a (. (: i 'ry': . }, �• .. �4 I I.S 1 �-i ri. S Af+n 'L J• '1tr� .. r3 . 4.. .t # F ;r:_�GtAS..,� �+•.. .. �',� °r�. •- y, c +r .wR. �(, .vr .Z.. -' ^..k .. „�n- ''{,• F i,..,eA-, l_1��Un�ai .vW fi t 1fLl� X ,t �' M :(,.... '�i* }x t S / `}.. .. t' I.rl, ' A •S., i t N .fi'+� :,7 I,x 7 .i` '�` � r O. l 0 ltit•.n.1�•i\[�1j't • ,t!':�,r nh� I `I , '!zi' 1rlItt r rvL V... �. �.}�� ,{c _ � ';.. ct ?�'t x= ;. f- ;- n Y rat_ �IfM J z 5 ). ^+�.i. hl 1 yll L�..1.�L� �., ,hy .j. r i°.�: t 69 rr l+. J .> _��i; r, f. ,t:. '1• at •4 ,r �l ..z r'. s 5` Lr�.,. c "in9?1 P =.. Fire Sprinkler & Fire Alarm System Replacement in West Palm Beach, FL West Palm Beach, FL U.S. General Services Administration (GSA) 77 Forsyth Street, SW, Suite G40 Atlanta, GA 30303 AKEA, Inc. Sean Holway, P.E. Project Manager PH: 352-474-6124 SHolwayya akeainc.com AKEA, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 1,247,021.00 14% TBD Autec Federal Building -SSA Build Out in West Palm Beach, FL West Palm Beach, FL U.S. General Services Administration (GSA) 77 Forsyth Street, SW, Suite G40 Atlanta, GA 30303 AKEA, Inc. Sean Holway, P.E. Project Manager PH: 352-474-6124 SHolwayna akeainc.com AKEA, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 5,116,430.00 18% TBD Design -Build Fire Station #78 Tamarac, FL City of Tamarac 6011 Nob Hill Road Tamarac, FL 33321 John Doherty, Assistant Director of Public Works/City Engineer PH: 954-597-3706 John.Doherty@tamarac.orq West Architecture + Design, LLC West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 3,458,604.00 0% TBD 15th Street Beautification Project West Palm Beach, FL City of West Palm Beach 401 Clematis Street West Palm Beach, FL 33401 Contact: TBD PH: TBD Email: TBD Kimley-Horn and Associates, Inc. West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 1,045,815.00 0% TBD Boca Raton Utility Complex Access Road Guard House Improvements Boca Raton, FL City of Boca Raton 201 W Palmetto Park Road Boca Raton, FL 33432 Contact: TBD PH: TBD Email: TBD City of Boca Municipal Services/ Engineering Division West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 457,325.00 0% TBD Waterway Park Jupiter, FL Palm Beach County (C.I.D.) 2633 Vista Parkway West Palm Beach, FL 33411 Contact: TBD PH: TBD Email: TBD Stantec West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 5,168,000.00 0% TBD Patch Reef Trail - Verde Trail South to Town Center Road Boca Raton, FL City of Boca Raton 201 W Palmetto Park Road Boca Raton, FL 33432 Contact: TBD PH: TBD Email: TBD City of Boca Municipal Services/ Engineering Division West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 324,766.00 0% TBD Samson Oceanfront Park Improvements Sunny Isles Beach, FL City of Sunny Isles Beach 18070 Collins Avenue Sunny Isles Beach, FL 33160 Contact: TBD PH: TBD Email: TBD Icon Design Group West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 PH: 561-588-2027 $ 2,788,724.00 0% TBD 2 BOARD OF COUNTY COMMISSIONERS December 15, 2015 via Email West Construction, Inc. Attn: Ms. Martha A. Morgan 318 South Dixie Highway, Suite 4-5 Lake Worth, FL 33460 NOTICE OF AWARD Reference: Indian River County Bid No. 2016008 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range Dear Ms. Morgan: It is my pleasure to inform you that on December 15, 2015, 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. 1. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($1,294,027.81). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s) must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. 4. W-9. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, the Certificate(s) of Insurance, W-9, and two fully - executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday, December 30, 2015. 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, 1e Wife Hyde Purchasing Manager cc: Rich Szpyrka, County Engineer Office of Management and Budget o Purchasing Division 1800 27th Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasineCcairceov.com INSURANCE CERTIFICATE OF LIABILITY INSURANCE WESTCON-04 LGLEASON DATE (MMIDDIYYYY) 12/24/2014 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 Collinsworth, Alter, Lambert, LLC 23 Eganfuskee Street Suite 102 Jupiter, FL 33477 CONTACT Lori NAME: B. Gleason CAH/c3,1•70, 561 776-9001 FAX (561)427-6730 Ext): ( )INC, No): Mess Igleason/callIc.com INSURER(S) AFFORDING COVERAGE NAIC C INSURER A.Amerisure Insurance Co 19488 INSURED West Construction, Inc. X18 South Dixie Highway Suite 45 Lake Worth, FL 33460 INSURER B: North River Insurance Company 21105 INSURER C. 01/01/2016 INSURER D. 5 1,000,000 INSURER E: CLAIMS -MADE ( X [OCCUR INSURER F. s 100,000 COVERAGES CERTIFICATE NUMBER: • T1-115 IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS' AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. (LTR TYPE OF INSURANCE IMSDibUjB POLICY NUMBER(MM/DD/YYYY) POLICY EFF POtIC POLICY EXP ( YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY :PP2085774013015 01/01/2015 01/01/2016 EACH OCCURRENCE 5 1,000,000 CLAIMS -MADE ( X [OCCUR DAMAGES(c PREMISES (Ea Eaoccurrrcence) s 100,000 X XCU & Contractual MED EXP (Any one person) S 5,000 X Broad Form Prop. Dam PERSONAL 8 ADV INJURY s 1,000,000 GEN'L AGGREGATE LIMY APPLIES PER: POLICY I X I PELT 11 LOC OTHER: GENERAL AGGREGATE s 2,000,000 PRODUCTS - COMP/OP AGG 5 2,000,000 5 A AUTOMOBILE X X LIABILITY ANY AUTO_ ALL OWNED AUTOS HIRED AUTOS X — SCHEDULED AUTOS NON -OWNED AUTOS CA12999291701 01/01/2015 01/01/2016 E E SINGLE UMIT (�Eazcid $ 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) 5 (PerPa dent) GE S PIP Coverage s 10,000 B X UMBRELLALIAB ExCEssLu6 X OCCUR CLAIMS -MADE 6811024627 01/01/2016 01/01/2016 EACH OCCURRENCE $ 10,000,000 AGGREGATE S 20,000,000 DED I X I RETENT1ON $ 0 s A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN CFFICERQAEMBER EXCLUDED? (Mandatory In NH) II yes, describe under DESCRIPTION OF OPERATIONS below NIA WC204157408 01/01/2015 01/01/2016 PER f 21113H - X STATUTE 1 I ER E.L EACH ACCIDENT s 1,000,000 EL DISEASE - EA EMPLOYEE 5 1,000,000 EL DISEASE - POLICY UMIT S 1,000,000 A A Rented/Leased Equip. Inland Marine QT6609215L272TIL14 QT6609215L272TIL14 01/01/2015 01/01/2015 01/01/2016 01/01/2016 Limit 200,000 Scheduled Equipment DESCRIPTION OF OPERATIONS! LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) The Certificate Holder Is named as additional Insured including products and completed operations for general liability per form C07048, automobile liability, and umbrella (lability when required by written contract. General Liability and Auto Liability are primary and non contributory when required by written contract. Waiver of subrogation applies to general liability per CG7049, automobile liability, umbrella liability, and workers' compensation when required by written Contract. Umbrella extends over general liability, auto liability and employer's liability. Should any of the above described policies be cancelled, notice will be delivered In accordance with the policy provisions. CERTIFICATE HOLDER CANCELLATION FOR PROPOSAL PURPOSES 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 go,i 8.42140.1 ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE BID NO. 2016008 / INDIAN RIVER COUNTY 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 F1Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range)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 West Construction, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows Construction of three (3) new combination Skeet and Trap Ranges east of the existing 5 -stand range, including a Storage Building, Hi/low Trap Houses, associated paving and utilities, and mowing (no fill) of a new Sporting Clays Trail west of the existing Sporting Clays Trail. 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: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE County Project Number: 1213B Bid Number: 2016008 Project Address: 10455 102nd Terrace, Sebastian, Florida 32958-7823 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 150th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the 00520 - Agreement (Public Works) REV 06-14 00520 - 2 F'\Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\00520 - Agreement (Public Works) REV 06-14.doc General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 180th calendar 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 $1,742.00 for each calendar day that expires after the time specified in paragraph 4 02 for Substantial Completion until the Work is substantially complete After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,742.00 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: $ 1,294,027.81 Written Amount: One Million Two Hundred Ninety -Four Thousand Twenty -Seven and 81/100 Dollars ARTICLE 6 - PAYMENT PROCEDURES 6 01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, 00520 - Agreement (Public Works) REV 06-14 00520 - 3 F\Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\00520 - Agreement (Public Works) REV 06-14.doc Florida Statutes section 218 70 et seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty 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, 00520 - Agreement (Public Works) REV 06-14 00520 - 4 F\Purchasing\Bids\2015-2016 FY (2016000)12016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\00520 - Agreement (Public Works) REV 06-14.doc shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7 01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents B CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all. (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 06 of the General Conditions E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, 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 00520 - Agreement (Public Works) REV 06-14 00520 - 5 F1Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range100520 - Agreement (Public Works) REV 06-14.doc Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following. 1. This Agreement (pages 00520-1 to 00520-9, inclusive), 2 Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00-610-3, 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-i to 0800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements), Division 2 (Technical Provisions), and Division 3 (Building Specifications) 9 Drawings consisting of a cover sheet and sheets numbered A0.10 through P2.1. inclusive, with each sheet bearing the following general title SKEET AND TRAP FACILITY IMPROVEMENTS, 10 Addenda (numbers 1 to 3 , inclusive); 11 Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Fertilizer Ordinances 12 CONTRACTOR'S BID (pages 00310-1 to 00310-7, 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 Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 15.Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive), 00520 - Agreement (Public Works) REV 06-14 00520 - 6 F'\Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\00520 - Agreement (Public Works) REV 06-14.doc 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. 10.06 Public Records Compliance 00520 - Agreement (Public Works) REV 06-14 00520 - 7 F'\Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range 100520 - Agreement (Public Works) REV 06-14.doc 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 F\Purchasing\Bids12015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\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 on December 15 , 2015 (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 Bob Solari, Chairman * * * * • jF9S CONTRACTOR: WEST CONSTRUCTION, INC. NM44 Q; (Contractor) artha A. APPROVED AS TO SUFF B Y. F ylan Reingold, County Attorney LEGAL Jeffrey R. Smith, Clerk of Court and Comptr Attest: er (SEAL) Deput Designated Representative Name Richard B. Szpyrka, P.E. Title. Assistant Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1221 Facsimile: (772) 778-9391 Moran Pres ent 411/ -11111111Mpr "1RA r Matthew F . st, Secretary Address for giving notices -y 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460-4452 License No CGC1516626 (Where applicable) Agent for service of process Martha A. Morgan, President Designated Representative: Name: Matthew F. West Title Vire PreSi dent - Address: 318 S. Dixie Hwy., Ste 4-5 Lake Worth, FL 33460-4452 Phone. (561) 588-2027 Facsimile: (561) 582-9419 (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 F-\Purchasing\Bids\2015-2016 FY (2016000)\2016008 -Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range\00520 - Agreement (Public Works) REV 06-14.doc d AFFIDAVIT The undersigned, Martha A. Morgan, President and Treasure, and Matthew F. West, Vice President and Secretary, of West Construction, Inc. (the "corporation"), hereby declare under oath that Martha A. Morgan and Matthew F. West, jointly or individually, have the authority to sign contracts, bonds and other legal documents to legally bind the corporation under the by-laws of the corporation. (Corporate Seal) STATE OF FLORIDA COUNTY OF PALM BEACH WEST CONSTRUCTION, INC. By: Martha A. Morgan, President & Tr: urer WEST CTION, INC. Matt ew F President & Secretary Sworn to and subscribed before me this 16th day of December, 2015, by Martha A. Morgan and Matthew F. West, personally known to me. tary Pudic State of Florida at Large (Seal) ; [ AURORAVEGA , MY COMMISSION # FF 070742 E EXPIRES: December 8, 2017 n; ' Bonded Thru Notary Public Underx^iters Notary West Construction, Inc. 318 South Dixie Highway / Suite 4-5 / Lake Worth, Florida 33460 / Phone. 561-588-2027 / Fax: 561-582-9419 License No. CBC057038 / CGC1516626 www.westconstructioninc.net SECTION 00550 - Notice to Proceed TO: Dated (BIDDER) ADDRESS. Contract For: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE IRC Project No: 1213B IRC Bid No 2016008 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 150 calendar days for Substantial Completion of this project and 180 calendar 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 oavment 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 F1Public Works ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents\00550 - Notice to Proceed REV 1-4-11.doc Rev 05/01 3120150076316 RECORDED IN THE PUBLIC RECORDS OF JEFFREY R SMITH, CLERK OF COURT Public Work INDIAN RIVER COUNTY FL F.S. Chapter 255.05 (1)(a) BK. 2901 PG: 299 Page 1 of 3 12/28/2015 1 13 PM Cover Page • THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. PB12159900008 BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: _. . West Construction, Inc. 318 South Dixie Highway, Suite 4-5, Lake Worth. FL 33460 CONTRACTOR PHONE NO: (561) 588-2027 SURETY COMPANY NAME: Philadelphia Indemnity Insurance Company SURETY PRINCIPAL One Bala Plaza. Suite 100. Bala Cynwyd. PA 19004 - 1403 BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: - (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range DESCRIPTION OF WORK: 610-617-7900 Indian River County 1800 27th Street, Vero Beach, FL 32960 772-226-1416 $1,294,027.81 Bid No. 2016008 PROJECT LOCATION: LEGAL DESCRIPTION: (If applicable) 10455 102nd Terrace, Sebastian, FL 32958-7823 Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range )IRONT PAG Fr All other bond page(s) are deemed subsequent to this page regardless of any page numbers) that may be printed thereon. 00610-2 00610 - Public Construction Bond E; Pub11c N!o:ks\ENGINEERING DIVISION PROJECTS\12137-IRC Shooting Rango Shoal & Trap Phase 21AdmInlbId documents\Ma Mei Conl,ect DocumenIMOOB10- Pubbe Consbuulen Bond.doc PUBLIC CONSTRUCTION BOND Bond No. PB12159900008 (enter bond number) • West Construction, Inc. BY THIS BOND, We as Principal and Philadelphia Indemnity Insurance Comp —..___ , Indian. Rivei County herein called Owner,_ in the sum of $ 1,294,027.81 , 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 Dec . { 5, 401V, between Principal and Owner for construction of ***, the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and ***Skeet and Trap Facility Improvements for the. Indian River County Public Shooting Range 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. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON Pece/6,1 ab% West Construction, Inc. The provisions and limitations of section 2$5.05 Florida Statutes, including but not limited to the notice and time limitations in Sections 255.05(2) and 255.05(10), are incorporated in this bond by reference. 00610-3 By ame of P incipal) oa A. Morgan, L President (As Attorney in Fact) Warren M. Alter, Attorney-in-fact Philadelphia Indemnity Insurance Company (Name of Surety) 00610 - Public Construction Bond F:1PublIc Works\ENGINEERING DIVISION PROJECTS112138-inc Shooting Range Skeet d Trap Phase 2\Admin\bid documenls\Mosler Contract Dowmenls1W810- Public Construction Bond.doc 23 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS. that PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint: David T. Satine and Warren M. Alter of Alter Surety Group Inc. Its true and lawful Attomey(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby; in ah amount not to exceed 525.000.000.00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1' day of July, 2011 RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7TH DAY OF FEBRUARY 2013 (Seal) Robert D O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 7"day of February 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSYLVANIA NOTARIAL SEAL DANIELLE PORATH, Notary Pubic Lowar MyCorlmionT Montan County 016 0 A My Come March 2(119 rjC)/ Notary Public: (Notary Seal) residing at: Bala Cynwyd, PA My commission expires: March 22, 2016 1, Craig P Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that - the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect. I do further certify that Robert D O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this / (9 day of t'J��'tvoe.r- 20 Craig P Keller, Executive Vice President, Chief Financial Officer & Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY WESTCON-04 LGLEASON 1 ARL CERTIFICATE OF LIABILITY INSURANCE DATE(MMY) 12/16/2015 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 Collinsworth, Alter, Lambert, LLC 23 Eganfuskee Street Suite 102 Jupiter, FL 33477 CONTACT Lori B. Gleason PHONE 561 776-9001 FAX No):561 427-6730 No, E-MAIL ( ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Amerisure Insurance Co 19488 INSURED West Construction, Inc. 318 South Dixie Highway Suite 4-5 Lake Worth, FL 33460 INSURER B: North River Insurance Company 21105 INSURER c Travelers Property & Casualty Co. of America 25674 INSURER D: $ 1,000,000 INSURER E: INSURER F : • LAJV CRHU CJ vu�.0 w.-..�........-�. .. 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER (MM/UDDY EFF �) POUCY EXP ( MM DD YYYY) LIMITS A X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ 1,000,000 TU RENItD DAMAGPREMISES X OCCUR CPP20857740201 01/01/2015 01101/2016 PREMISES (Ea occurrence) $ 100,000 CLAIMS -MADE X XCU & Contractual MED EXP (Any one person) $ 5,000 X Broad Form Prop. Dam PERSONAL 8 ADV INJURY $ 1,000,000 LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE X PRO LOC PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY OTHER: JECT AUTOMOBILE UABIUTY {Ea COMBINEDDt) SINGLE LIMIT $ 1,000,000 A X CA12999291801 01/01/2015 01/01/2016 BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ X AUTOS _ X AUTOS ED PROPERTY DAMAGE (Per accident) $ HIRED AUTOS AUTOS PIP Coverage $ 10,000 X UMBRELLA UAB X EACH OCCURRENCE $ 10,000,000 B EXCESS LIAB OCCUR CLAIMS 5811038172 01/01/2015 01/01/2016 AGGREGATE $ 20,000,000 -MADE DED X RETENTION $ 0 $ WORKERS COMPENSATION X PER STATUTE OTH- ER A AND EMPLOYERS' LIABILITY Y / N WC204157409 01 /01/2015 01 /01 /2016 E.L. EACH ACCIDENT 1,000 000 $ r ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? In NH) N N / A E.L. DISEASE - EA EMPLOYEE 1 000,000 $ r (Mandatory If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 C C Rented/Leased Equip. Inland Marine QT6609215L272TIL15 QT6609215L272TIL15 01/01/2015 01/01/2015 01/01/2016 01/01/2016 Limit 200,000 Scheduled Equipment DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is requi ed) The Certificate Holder is named as additional insured including products and completed operations for general liability per form CG7048, automobile liability, and umbrella liability when required by written contract. General Liability and Auto Liability are primary and non contributory when required by written contract. Waiver of subrogation applies to general liability per CG7049, automobile liability, umbrella liability, and workers' compensation when required by written contract. Umbrella extends over general liability, auto liability and employer's liability. Should any of the above described policies be cancelled, notice will be delivered in accordance with the policy provisions. RE: Bid No. 2016008; Skeet and Trap facility Improvements for the Indian River County Public Shooting Range. CERTIFICATE HOLDER Indian River County 1801 27th Street Vero Beach, FL 32960-3388 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 deo B gym n "v114/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 30 For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of insurance. IL 70 45 05 07 SECTION 00622 - Contractor's Application for Payment SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE Application for Payment No. For Work Accomplished through the period of through To. Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2016008 Project No.: 1213B 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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Admin\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) Please remit payment to: Contractor's Name: Address: 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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents 00622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 Page 4 of 5 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 \1213B -IRC Shooting Range Skeet 8 Trap Phase 2\Admin\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 \1213B -IRC Shooting Range Skeet 8 Trap Phase 2Wdmin\bid documents\Master Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev 05/01 PROJECT NAME: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE Project No. 12136 Payment Application No. F'\Public Works\ENGINEERING DIVISION PROJECTS \12136 -IRC Shooting Range Skeet &Trap Phase 2\Admin\bid documents\Master Contract Documents \00622 -Contractor's Application for Payment Spreadsheet Example.doc 1 j PREVIOUS APPLICATION WORKGOMPLTED THIS PERIOD TOTAL COMPLETED SCHEDULED VALUE % MATERIALS BALANCE TO FINISH Item No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL .. 1 S .. . rL:....... ... 3. SUBTOTAL SUBTOTAL 0.00 0.00 0.00 0.00 0.00 0.00 M•,- . _ : „. „ . ... ... ... ... ..... •. a41f..-:., „ass..':%".: ,:-t.. FORCE ACCOUNT 1 LS .�s. rt.. J't .. ,�', J. r. �, .� 1.. ,t. .,,,, :.r. t Y .1 s. .,h . 1 err: r --� :. GRAND TOTAL TOTAL 0,00 AMOUNT COMPLETED TO DATE NIATERIALS SPORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO D DATE 0 m RETAINAGE AT 10% 0 0 TOTAL COMPLETED AND STORED LESS RETAINAGE rn N ^J LESS PREVIOUS PAYMENT at AMOUNT DUE CONTRACTOR $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 F'\Public Works\ENGINEERING DIVISION PROJECTS \12136 -IRC Shooting Range Skeet &Trap Phase 2\Admin\bid documents\Master Contract Documents \00622 -Contractor's Application for Payment Spreadsheet Example.doc SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County CONTRACTOR. Project No: 1213B Project Description. SKFFT ANIl TRAP FACII ITY IMPROVFMFNTS FOR THF INDIAN RIVFR COUNTY PUBLIC SHOOTING RANGE OWNER's Bid No. 2016008 CONTRACT FOR: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PURI IC SHOOTING RANGF 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 calendar days of the above date of Substantial Completion. 00630 - Certificate of Substantial Completion REV 04-07 00630 1 F\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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 \1213B -IRC Shooting Range Skeet 8 Trap Phase 21.\dmin\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: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range IRC PROJECT NO: 1213B 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2'Admin\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 \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00632 - Contractors Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by. (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: Skeet and Trap Facility Improvements for the Indian River County Public Shooting Range INDIAN RIVER COUNTY PROJECT # 1213B 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 Mappers Certification as to Elevations and Locations of the Work REV 04-07 00634 - 1 F -\Public Works\ENGINEERING DIVISION PROJECTS\12138-IRC Shooting Range Skeet & Trap Phase 21Admin\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 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 ..... .. .. . 19 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 .22 00700 - General Conditions REV 5-10-13 00700 - 2 F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 6 07 Patent Fees and Royalties.. ... 22 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 24 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 . . 26 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 . .28 8 07 Change Orders . .. .28 8 08 Inspections, Tests, and Approvals .28 8 09 Limitations on OWNER's Responsibilities .28 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 ... . 29 9 05 Authorized Variations in Work .29 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 30 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 . . .. 31 10 05 Claims and Disputes .. 31 00700 - General Conditions REV 5-10-13 00700 - 3 F\Public Works \ ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents \00700 - General Conditions REV 5-10-13.doc ARTICLE 11 - COST OF THE WORK, CASH ALLOWANCES, UNIT PRICE WORK. 32 11.01 Cost of the Work... ... 32 11.02 Cash Allowances ... 34 11 03 Unit Price Work 34 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 . 36 ARTICLE 13 - TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK. 36 13 01 Notice of Defects 36 13 02 Access to Work .. 36 13 03 Tests and Inspections ... .. 36 13.04 Uncovering Work. 37 13.05 OWNER May Stop the Work . .. 37 13 06 Correction or Removal of Defective Work -. 37 13 07 Correction Period . . . .37 13.08 Acceptance of Defective Work. 38 13 09 OWNER May Correct Defective Work. . . 38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 39 14.01 Schedule of Values 39 14.02 Progress Payments 39 14 03 CONTRACTOR's Warranty of Title 40 14 04 Substantial Completion 41 14.05 Partial Utilization 41 14 06 Final Inspection ... 42 14 07 Final Payment.. ... 42 14 08 Final Completion Delayed ....... .. 42 14 09 Waiver of Claims . . 43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . 43 15 01 OWNER May Suspend Work 43 15 02 OWNER May Terminate for Cause . . . . .. 43 15 03 OWNER May Terminate For Convenience .... 44 15 04 CONTRACTOR May Stop Work or Terminate 44 ARTICLE 16 - DISPUTE RESOLUTION ... 44 16.01 Methods and Procedures .. . 44 ARTICLE 17 - MISCELLANEOUS .. 44 17 01 Giving Notice .. . ... 44 17 02 Computation of Times .. 44 17 03 Cumulative Remedies . . ... .. 45 17 04 Survival of Obligations 45 17 05 Controlling Law .. .. . 45 00700 - General Conditions REV 5-10-13 00700 - 4 F'\Public Works\ENG1NEERLNG DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\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. 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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster 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--AII drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40 Site --Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41 Specifications --That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto 42. Subcontractor --An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site 43 Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof 44. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions 45 Supplier --A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any 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. 102 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'1Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 2Vadmin\bid documentsWaster 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 ?aid services, materials, or equipment to the Site (or some other specified location) ready for condition. 2. The word "install," when used in connection with services, materials, or in final position said services, materials, or equipment complete and ready for intended use, 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said cervices, materials, or 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 PROJECTSI1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster 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 ccrch deliver to the other, with copies to each Conditions, certificates of insurance (and other 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 conference attended by CONTRACTOR, ENGINEER, Work and to discuss the schedules referred to in para and other submittals, processing Applications for 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05 B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1 The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor 2 CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER 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\1213B-IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documentsWaster 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 \1213B -IRC Shooting Range Skeet & Trap Phase 21.\dmin\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 \12138 -IRC Shooting Range Skeet & Trap Phase 2V\dmin\bid documentsWlaster Contract Docurnents\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\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 1Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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 e 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 00700 - General Conditions REV 5-10-13 00700 - 14 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\00700 - General Conditions - REV 5-10-13.doc to the Contract Price as security for the faithful perfor .,• .- obligations under the Contract Documents. These Bonds shall remain in effect at least until one year or by the Contract Documents. CONTRACTOR shall also furnish such other Bonds as arc required by the Contract Documents. 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 to each additional insured idcntificd in the Supple mentary Conditions, certificates of insurance (and 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\12138-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents100700 - 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 furhished by the CON- TRACTOR pursuant to paragraph 5 03 will so provide), 6 remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13 07, and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter) 5.05 OWNER's Liability Insurance A. In addition to the insurance required to be provided by CONTRACTOR under paragraph 5.04, OWNER, at OWNER's option, may purchase and Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supple mentary Conditions, OWNER shall purchase and (subject to such deductible 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 the Supplementary Conditions, and the officers, directors, partners, employees, agents, and and any of them, ach of whom is deemed to an additional insured, 2. be written on a Builder's Risk "all risk" ee form that shall at least include insurance for physical lo's or damage to the Work, tempo Icact thc following perils or causes of krc: fire, forcement of Laws and Regulations, water damage, and such other perils or causes of 3. include expenses incurred in thc repair or replacement of any insured property engineers and architects), /1. cover materials and equipment stored at the Sitc or at another location that was 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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13.doc an Application for Payment recommended by ENGINEER; 5. allow for partial utilization of the Work by OWNER, 6. include testing and startup, and 7. be maintained in effect until final pay writing by OWNER, CONTRACTOR, and ENGINEER with 30 days written notice to each insurance has been issued. B. OWNER shall purchase and maintain such the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul C. All the policies of insurance (and the ccrtifi Gurcnsc hare -been -i ^d - 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, TOR by appropriate Change Order or Written 5 07 Waiver of Rights A. OWNER and CONTRACTOR intend that all will protect OWNER, CONTRACTOR, the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other con.,ultant., policies and will provide primary coverage for all loss covered thereby. AH such policies shall contain insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and thei r respective officers, directors, partners, employees, agents, and other consultants and subcontractors of perils or causes of loss covered by such policies and and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER'G Consultants, and all other individuals or entities directors, partners, employees, agents, and other them) under such policies for losses and damages so caused. None of the above waivers shall extend to 8. OWNER CONTRACTOR, waives all rights against Subcontractors, ENGINEER, 1. lose due to business interruption, loss beyond direct physical loss or damage to 00700 - General Conditions REV 5-10-13 00700 - 17 , F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13.doc 2. lots or damage to thc completed Pro ject or part thereof caused by, arising out of, or cause of loss covered by any property or part thereof by OWNER during partial utilization pursuant to paragraph 14.05, after 14.04, or after final payment pursuant to paragraph 11.07. C. Any insurance policy maintained by OWNER covering any loss, damage or consequential los, referred to in paragraph 5.07.B shall contain any such lo:, damage, or consequential loss, the CONTRACTOR, Subcontractors, ENGINEER, or ENGINEER's Consultants and the officers, directors, 5.08 Receipt and Application of Insurance Proceeds A. Any insured Ions under the policies of with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so Change Order or Written Amendment. B. OWNER as fiduciary shall have power to days after the occurrence of loss to OWNER's OWNER as fiduciary shall make settlement with the parties in interest may reach. If no such agreement insurers and, if required ih writing by any party in proper performance of such duties. 5 09 Acceptance of Bonds and Insurance, Option to Replace A. If either OWNER or CONTRACTOR has any objection to the coverage afforded by or other provi cions of thc Bonds or insurance required to be receipt of the certificates (or other evidence requested) required by paragraph 2.05.C. OWNER provided as the other may reasonably request. If either party docs not purcha Contract Documents, such party shall notify the other any change in the required coverage. Without prejudice to any other right or remedy, the other party protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust thc 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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 21Admin\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\12138-IRC Shooting Range Skeet 8 Trap Phase 2VAdmin\bid documentsWlaster Contract DocumentsV00700 - General Conditions REV S-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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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\12138-IRC Shooting Range Skeet & Trap Phase 2\Admin\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:1Public Works ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster 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 00700 - 23 F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 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. ail 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 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•1Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting.Range Skeet & Trap Phase 2\Admin\bid documentsWtaster 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2Vadmin\bid documentsWlaster 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2lAdmin\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 PROJECTS11213B-IRC Shooting Range Skeet & Trap Phase 2lAdmin\bid documents1Master 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 910, 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\1213B-IRC Shooting Range Skeet & Trap Phase 2Vadmin\bid documentsWlaster 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\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\PAaster Contract Documents\00700 - 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13.doc 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\12138-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 the RACTOR in the perfor classifications agreed upon by OWNER and CONTRACTOR. Such employees shall include without limitation superintendents, foremen, Site. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, 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'1Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents100700 - 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 riot 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 E \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet 8 Trap Phase 21Admin\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\1213B-IRC Shooting Range Skeet & Trap Phase 2VAdmin\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 B.2, on the basis of the Cost of the Work (determined as. provided in paragraph 11 01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.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 B, e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12 01 C.2.a through 12.01.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\1213B-IRC Shooting Range Skeet 8 Trap Phase 21.Admin1bid documentsWlaster 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 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 cervices of an independent testing laboratory to 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 13.01.B shall be pai 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\12138-IRC Shooting Range Skeet & Trap Phase 2Wdmin\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 skilled workers or suitable TRACTOR to stop the Work, or any portion thereof, however, this right of OWNER to stop the Work shall exercise this right for the benefit of CONTRACTOR, 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 Contract Documents or -by -any Contract Documents, any Work is found to be contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost eeik 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 fF01117 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 before Substantial Completion of all the Work, the 00700 - General Conditions REV 5-10-13 00700 - 37 F -\Public Works\ENGINEERING DIVISION PROJECTS\12138-IRC Shooting Range Skeet 8 Trap Phase 21Admin\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\1213B-IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documentsWlaster 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 refusingto 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\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 ENGIN EER'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 14.02.6.2. 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 atcd in paragraph 15.02.A. . C. Payment Becomes Due Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the prevUens_-ef paragraph 11.02.D) become due, and when duc will be paid by OWNER to CONTRACTOR, D Reduction in Payment 1 OWNER may refuse to make payment of the full amount recommended by ENGINEER because. a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific 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\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 suctantially complete, ENGINEER will prepare and Completion. There shall be attached to the certificate make written objection to ENGINEER as to any considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within 14 days after submission of the in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, certificate of Substantial Completion (with a revised as ENGINEER believes juctificd-aftersea.idcratien-of e Mb 1 - of—the tentative certificate of Substantial Completion TOR 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, and guarantees. Unless OWNER and CONTRACTOR agree otherwise in writing and so 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 WorksIENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 2Vldmin\bid documents\Master Contract Documents100700 - 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 • Thirty days after tho presentation to -- ' -- -- - - -- . and, when due, will be paid by OWNER to CONTRACTOR. 14 08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5 01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 00700 - General Conditions REV 5-10-13 00700 - 42 F \Public Works ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\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 substantial way of any provisions Contract Documents in any of the 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc r.....�� ,.41L11V1nr, vi �i.vii•�u� 10110 w Piot vII ally 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 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 00700 - General Conditions REV 5-10-13 00700 - 44 F1Public Works ENGINEERING DIVISION PROJECTS11213B-IRC Shooting Range Skeet &Trap Phase 2VAdmin\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc the work and to discuss schedules referred to in paragraph 2.05.B, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. 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 andtheir 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 00800-2 00800 - Supplementary Conditions 05-13 rev F'\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 2\Admin\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc B. Written/computed dimensions shall govern over scaled dimensions. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.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: Not applicable 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 less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 00800-3 00800 - Supplementary Conditions 05-13 rev F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2tAdmin\bid documentsWtaster Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 2 Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for. a. Premises/Operations b. Products/Completed Operations c Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground 3 Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000;000 per occurrence Combined Single Limit for Bodily Injury and Property Damage This shall include coverage for: a. 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. N/A 6. 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. D. 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. The Board of Trustees of the Internal Improvement Fund of the State of Florida b. The State of Florida Department of Environmental Protection c. The Florida Fish and Wildlife Conservation Commission 00800-4 00800 - Supplementary Conditions 05-13 rev F'Public Works\ENGINEERING DIVISION PROJECTS\12138-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Dowments\00800 - Supplementary Conditions 05-13 rev.doc SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall. 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2 be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss. fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 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 C of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: 00800-5 00800 - Supplementary Conditions 05-13 rev F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet 8 Trap Phase 2\Admin\bid documents\Master Contract Documents100800 - Supplementary Conditions 05-13 rev.doc SC -6.06 Concerning Subcontractors, Suppliers, and Others 00800-6 00800 - Supplementary Conditions 05-13 rev F \Public Works\ENGINEERING DIVISION PROJECTS \12135 -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 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 .0 SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A"): A. St. Johns River Water Management District -Permit No. 18858-3 B. U.S. Department of the Army Corps of Engineers Permit No. SAJ-1998- 04088 (MOD-JSC) C. IRC Type B Stormwater Management System Permit No. 98090044- 75228 D. IRC Land Clearing Permit No. 98090044-75028 E IRC Tree Removal Permit No. 98090044-75029 F. IRC Wetland Resource Permit No. 98090044-75390 G. IRC Site Plan Approval Permit' No. 98090044-75027 2. The CONTRACTOR shall obtain the Indian River County building permit(s) for the project. The OWNER will pay the necessary building permit fees. The building permit is ready for issuance to a qualified CONTRACTOR. 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. 00800-7 00800 - Supplementary Conditions 05-13 rev F \Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster Contract Documents100800 - Supplementary Conditions 05-13 rev.doc SC -13.03 Test and Inspections SC -13.03.B. Delete paragraph GC -13.03.8 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: 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 00800-8 00800 - Supplementary Conditions 05-13 rev F \Public Works1ENGINEERING DIVISION PROJECTS112136-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 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. 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. 218.70 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; 00800-9 00800 - Supplementary Conditions 05-13 rev F'\Public Works ENGINEERING DIVISION PROJECTS \12138 -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14 04B Add the following new paragraph immediately after paragraph GC 14.048: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees 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 218.70, 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: 00800-10 00800 - Supplementary Conditions 05-13 rev F\Public Works \ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc - . r. SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: deT SC -16 SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01 SC -16.02 Mediation DISPUTE RESOLUTION 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 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.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 POST FINAL INSPECTION 01820 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\DIVISION 1 GENERAL REQUIREMENTS.doc D In addition to these Specifications all work must comply with the requirements of the local governing agency, St Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. 01009-1 01009 -Special Provisions F'\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents \01009 - Special Provisions.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 Tossor disturbance of the stakes or marks cause a delay in the Work, the CONTRACTOR shall have no claim for damages or extension of time. Control stakes, benchmarks, reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Sur- veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due the CONTRACTOR for the work performed under this Contract. C. All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1.3 STATION BOARDS A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. 1.4 LAYOUT OF STRIPING Establish by instrument, and mark the finished surface, the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications. + + END OF SECTION + + 1050-2 01050 Field Engineering E \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\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 The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED.SPEC. Federal Specifications 01091-1 01091 Reference Standards F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Ndmin\bid documentsVvlaster 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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 01215-1 01215 General Quality Control F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\01215 General Quality doc storage at the project site prior to installation. 1.5 PROJECT PHOTOGRAPHSNIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) AH existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10)Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentsWlaster 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 COORDINATIONMANAGER 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\1213B-IRC Shooting Range Skeet & Trap Phase 2V dmin\bid documents Master Contract Documents\01220 - Progress Meetings.doc 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\01310 - Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. 01340 - Submittal of Shop Drawings 01340-2 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 • F'\Public Works\ENGINEERING DIVISION PROJECTS\12138-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE Project No.: 1213B ❑ Shop Drawing I I Cut Sheet I 1 Other Description: Sub -Contractor: Remarks: *********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd n 1 R C Engineering Div. I I IRC Utilities Services Remarks' IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings 01340-4 F.\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documents Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of six (6) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch), and one unfolded sepia and 2 prints made from that sepia for all submittals on sheets larger than 11 -inch by 17 -inch. H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as, Corrected 3. Approved as Corrected - Resubmit 4. Revise and Resubmit 5. Not Approved If a submittal is acceptable, it will be marked "Approved" or "Approved as Corrected". Three (3) prints or copies of the submittal will be returned to CONTRACTOR. T OR. J. Upon return of a submittal marked "Approved" or "Approved as Corrected", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a Shop Drawing marked "Approved as Corrected" has extensive corrections or corrections affecting other drawings or Work, ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes. Such drawings will have the notation, "Approved as Corrected - Resubmit." L. If a submittal is unacceptable, three (3) copies will be returned to CONTRACTOR with one of the following notations: 1. "Revise and Resubmit" 2. "Not Approved" 01340 - Submittal of Shop Drawings 01340-5 F'\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS M. Upon return of a submittal marked "Revise and Resubmit", make the corrections indicated and repeat the initial approval procedure. The "Not Approved" notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. N. Any related Work performed or equipment installed without an "Approved" or "Approved as Corrected" Shop Drawing will be at the sole responsibility of the CONTRACTOR. O. Submit Shop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved. CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner P ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back -charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back -charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340 - Submittal of Shop Drawings 01340-6 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01 340 - 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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 \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\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 responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 01541-1 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2'Admin\bid documents\Master Contract Documents\01541 - Protection of Property doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. B. Do not store or park materials or equipment within the drip line. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. Irrigation systems within the project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the -project limits. 01541-2 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2V\dmin\bid documentsWiaster Contract Documents101541 - Protection of Property.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B. Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope 2 Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. 01310-1 01310 Construction Schedule F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\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\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01310 - Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6.17, Section 00700. B. Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C. Clearly mark catalog sheets, brochures, etc., to identify pertinent materials, products, or models. 1.4 SAMPLES Samples are physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated. Samples are further defined in Article 6.17, Section 00700. 01340 - Submittal of Shop Drawings 01340-1 F 1Public Works\ENGINEERING DIVISION PROJECTS \12136 -IRC Shooting Range Skeet 8 Trap Phase 2Wdmin\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adjacent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were preparedandhave not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 01541-3 F•\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2'Admin\bid documents\Master Contract Documents\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents, ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions. B. Surface Structures: 1. Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface. Surface structures include, but are not limited to, buildings, tanks, walls, bridges, roads, dams, channels, open drainage, piping, poles, wires, posts, signs, markers, curbs, walks and all other facilities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the dam- aged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 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 01541-4 F• \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2V\dmin\bid documents\Master Contract Documents\01541 - Protection of Property doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is 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 \1213B -IRC Shooting Range Skeet 8 Trap Phase 21Admin\bid documents\Master Contract Documents101541 - Protection of Property.doc . SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately bythe 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their Toads, 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 \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\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. 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. 01610-1 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 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 \1213B -IRC Shooting.Range Skeet & Trap Phase 2V\dmin\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 manufacturer's 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 \1213B -IRC Shooting Range Skeet &Trap Phase 2\Admin\bid documents\Master Contract Documents\01611 - Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform, to the requirements of Article 6.05, "Substitutes and Or -Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. c. Samples, if appropriate. 01630-1 01630 Substitutions F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions F.\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01630' SUBSTITUTIONS 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F•\Public.Works \ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster 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. F Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new - appearing condition. G. It is the intent of the Specifications to place the responsibility on the 01710 Site Cleanup 01710-1 F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase ZAdmin\bid documentsWlaster Contract Documents\01710 - Site Cleanup.doc SECTION 01710 SITE CLEANUP AND RESTORATION CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR'S expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminantswill not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER 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 at no additional expense. + + END OF SECTION + + 01710 Site Cleanup 01710-2 F -\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents Master Contract Documents\01710 - Site Cleanup.doc SECTION 01820 POST FINAL INSPECTION 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection. B. Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13, General Conditions. C. After the inspection, the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds. 001820 - Post Final Inspection rev 05-13 001820 - 1 F'\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\001820 - Post Final Inspection rev 05-13.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO 00001 Technical Specifications SECTION NO. 00004 Scope of Work SECTION NO. 00101 Mobilization SECTION NO. 00104 Prevention, Control, and Abatement of Erosion and Water Pollution SECTION NO. 00108 Record Drawings/As-Built Drawings SECTION NO. 00110 Clearing and Grubbing SECTION NO. 00120 Excavation and Embankment SECTION NO 00160 Stabilization SECTION NO. 00285 Cemented Coquina Shell Base SECTION NO. 00334 Superpave Asphaltic Concrete SECTION NO 00430 Pipe Culverts SECTION NO. 00520 Concrete Curb & Gutter SECTION NO. 00522 Concrete Sidewalk SECTION NO. 00527 Detectable Warnings SECTION NO. 00550 Fencing SECTION NO. 00570 Performance Turf SECTION NO. 00580 Landscape Installation SECTION NO 00649 Site Lighting SECTION NO 00700 Highway Signing SECTION NO 00711 Thermoplastic Traffic Stripes and Markings F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc SECTION 1- Technical Specifications STANDARD SPECIFICATIONS A. AH work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 2015, and Supplemental Specification, Special Provisions and addenda thereto, except as modified and supplemented hereinafter. Reference to Article numbers herein -after apply to the FDOT Standard Specifications, and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative. Wherever the Specifications, Supplementals, etc. may refer to the "Owner", "Department", "State of Florida Department of Transportation", or words relating to offices of State Government, such words shall be taken as meaning Owner or Indian River County, Florida. Wherever the word "Owner's Engineer", "District Engineer", "Engineer", "Project Engineer", etc., appears, it shall be taken to mean the Registered Professional Project Engineer of the Indian River County Public Works Department, Engineering Division acting directly or through duly authorized representatives. Wherever the word "Resident Engineer" appears, it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County, assigned to observe the progress quantity and quality of the work. The work to be performed per sheet Bid item 1643-700 and all other utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards Dated March, 2014, revised January 2015. The work to be performed per line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings, Signing & Geometrics Dated July, 2011. SECTION 4- SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 101 - MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (2015 Edition) Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 101-1 - Mobilization - Lump Sum 01025-1 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc SECTION 104 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 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.A.2 of the Supplementary Conditions, the CONTRACTOR shall apply for, obtain, and pay for all other required permits, licenses, sampling, and tests. Permits the 01025-2 Technical Specifications F.\Public Works\ENGINEERING.DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc CONTRACTOR may need to secure may include but not be limited to: 1. Long-term and/or short-term dewatering permit as requiredby 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 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. 01025-3 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet -&-Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc 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). 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 01025-4 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 Tess than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.B, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER will immediately report the violations to the Indian River County Code Enforcement Board, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or 01025-5 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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. 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 I b. Or equivalent. D. Sedimentation Control From Dewatering or Pumping Operations UsingFilter 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, 01025-6 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 21Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 geotexti!e and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1- 800-448-3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). c. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock 01025-7 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 !tem No. 104-1 — Erosion & Water Pollution Control/NPDES Compliance - Lump Sum [The remainder of this page was left blank intentionally] 01025-8 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No. 1213B for SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE 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 Owners Agent, attach Letter of Authorization to Sign from Owner) 3. I understand stat iid al Id agrees 'dial: it I addition to complying with the terms I IS al ld 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 01025-9 Technical Specifications F.\Public Works\ENGINEERING DIVISION'PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. I understand and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be 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. 01025-10 Technical Specifications F 1Pulilic Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts stated in it are true. Contractor: FURTHER AFFIANT SAYETH NAUGHT Authorized Signature: Printed Name: Date: (If signing as Owners Agent, attach Letter of Authorization to Sign from Owner) The foregoing instrument was subscribed and sworn to before me this day of 20_ by who is personally known to me or has produced as identification and who did take oath. My Commission expires: Notary Public State of Florida at Large + + END OF SECTION + + 01025-11 Technical Specifications F -\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 108 — RECORD / AS -BUILT DRAWINGS GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR'sfield office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. RECORD / AS -BUILT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the North American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer. 01025-12 Technical Specifications F -\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet& Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc 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 Civil 3D 2013) 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. Right-of-way Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves - All inverts, pipe size, stations and offsets. 3. Outfalls — All pipe inverts, pipe size, elevations and station offsets, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Roadway/Off Site Drainage — All inverts, elevations and station offsets; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as -built of typical cross section as shown on design plan. ROADWAY: 1. Stations and offsets related to controlling baseline and elevations of all structures, side street and major driveway radius returns (edge of pavement), bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. 01025-13 Technical Specifications F:\Public1korks\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents'Master Contract Documents\Technical Specifications.doc WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location and elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stub - outs. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation -shall be obtained at one -hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell -tales) at each of the one - hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2 -inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As -Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center -to -center and horizontal location by baseline station and offset. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub -outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show station and offset location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where services are not perpendicular to wye. 7 Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out 01025-14 Technical Specifications F\Public.Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentsWlaster Contract Documents\Technical Specifications.doc connection, float level settings, any deviation from the plans, and serial number(s) of the pump(s). SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. RECORD/AS-BUILTS DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD Civil 3D 2013 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. 01025-15 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentiWaster Contract Documents\Technical Specifications.doc 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. [The remainder of this page was left blank intentionally] 01025-16 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc Lic. Name Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Date: Project Name: SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE Project No.: 1213B 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 Construction Layout Survey Boundary Survey Control Survey Condominium Survey Hydrographic Survey 01025-17 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid docurnents\Master Contract Documents\Technical Specifications.doc 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 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) An computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. • (m) Bearings, distances, coordinates, and zl�ration�s sho. n 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. 01025-18 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\Technical Specifications.doc (u) Map Accuracy. (1) Vertical Feature Accuracy: ❑ (a) Vertical Control: Field -measured control for elevation information shown upon survey maps or reports shall be based on a level loop or closure to a second benchmark. ❑ (b) Closure in feet must be accurate to a standard of plus or minus .05 ft. times the square root of the distance in miles. ❑ (c) All surveys and maps or reports with elevation data shall indicate the datum and a description of the benchmark(s) upon which the survey is based. ❑ (d) Minor elevation data may be obtained on an assumed datum provided the base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control: All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based. ❑ (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: Commercial/High Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; Rural: Linear: 1 foot in 5,000 feet; ❑ (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 01025-19 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc J 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) 01025-20 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 110 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015) with the following modifications: A. Prior to any clearing and grubbing, the contractor will stake the right-of-way. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. B. No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. C. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the, outside limits of the stabilization, structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots. If directed by the 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) 01025-21 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. 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 anbackfill 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 110-1-1 - Clearing and Grubbing — Per Acre SECTION 120 EXCAVATION AND EMBANKMENT A. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the FDOT Standard Specifications for Road and Bridge Construction (2015). 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 01025-22 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc 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: Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. E. Payment shall be made under: Bid Item No. 120-6. - Embankment (Borrow) (Compacted in Place) - Per Cubic Yard SECTION 160 -STABILIZATION A. Section 160 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. 160-4-1 — Stabilized Subgrade (8" Thick) - Per Square Yard Bid Item No. 160-4-2 — Stabilized Parking (6" Thick) - Per Square Yard SECTION — 285 - CEMENTED. COQUINA SHELL BASE 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 01025-23 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc B. Payment shall be made under: Bid Item No. 285-704 - Base Material (Lime Rock or Cemented Coquina) (6" Thick) - Per Square Yard SECTION 334 - SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Sub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its entirety. Sub article 334-8.4 — Payment shall be amended as follows: Item No. 334-1-13 — Asphalt (2" SP 12.5) — Per Square Yard. SECTION 430 — PIPE CULVERTS 12" Bituminous coated corrugated metal pipe shall include #4 course aggregate with filter fabric envelope. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 430-174-112 — Storm Piping 12" CMP — Per Linear Foot Bid Item No. 430-175-112 — Storm Piping 12" RCP — Per Linear Foot Bid Item No. 430-982-121 — Storm Piping 12" CMP Mitered End Sections — Per Each Bid Item No. 430-984-121 — Storm Piping 12" RCP Mitered End Sections — Per Each SECTION 522 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 522-2 — Concrete Walks/Pads (6" Thick) (with Fiber) — Per Square Yard 01025-24 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentsWlaster Contract Documents\Technical Specifications.doc SECTION 527 — DETECTABLE WARNINGS The work specified in this item shall conform to Section 527 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 527-2 — Detectable Warning Domes (Brick Red) — Per Square Foot SECTION 550 — 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 (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 550-109-19 — New Hog Wire Fence — Per Linear Foot SECTION 570 — PERFORMANCE TURF The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). 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 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 01025-25 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 11/2" below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the 01025-26 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 shall be made under: Bid Item No. 570-1-1 — Sod Bahia - Per Square Yard SECTION 580 — LANDSCAPE INSTALLATION A. Description: Install, establish and maintain landscaping as indicated in the Contract Documents. B. Responsible Party: Prior to any landscaping being delivered to or installed on the project, the Contractor shall designate in writing to the Engineer a Responsible Party to install and establish the landscaping throughout the life of the project and during the establishment period. Failure to timely designate the Responsible Party will result in the Contractor being the Responsible Party. AH personnel performing services are under the sole responsibility and supervision of the Responsible Party as defined in this Section. 01025-27 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documentsWlaster Contract Documents\Technical Specifications.doc C. Materials: Small plants includes all ground covers, shrubs to less than 7 gallon, trees to less than 7 gallon, clustering type palms less than 6 foot overall height, cycads to less than 7 gallon, and incidental landscaping. Large plants include shrubs 7 gallon or greater, trees 7 gallon or greater, all single trunk palms, and clustering type palms 6 foot overall height and greater. Grade Standards and Conformity with Type and Species: Unless otherwise specified, minimum grade for all plants is Florida No. 1 or better. All plants must be the specified size and grade at the time of delivery to the site and the minimum grade maintained throughout the plant installation period and plant establishment period. Watering shall meet the requirements of Section 983 FDOT Standard Specifications for Road and Bridge Construction. (2014 Edition) Mulching: Use of cypress mulch is prohibited. D. Installation: All materials must be available for inspection before installation and will be subject to approval or rejection. Mark proposed mowing limits, planting beds and individual locations of trees and palms as shown in the Contract Documents for the Engineer's review, prior to excavation or planting. Trees, palms, and understory trees may be relocated within the project limits as directed by the County Engineer. There shall be no additional cost to the County if relocation is directed. Make no changes to the layout, materials or any variations of plant materials from the Contract Documents without the Engineer's written approval. E. Planting: Meet the requirements of the FDOT Design Standards, Index No. 544. F. Soil Drainage: All planting holes and beds must drain sufficiently prior to installing any plants. Immediately notify the Engineer of drainage or percolation problems before plant installation. G. Establishment periods are defined as one year after installation of all small plants and incidental landscaping and two years after installation of all large plants. Provide the Engineer with seven calendar days advance notice of completing installation of all small and large plants. The establishment period will begin upon acceptance of the complete installation of small and large plants respectively, by the Engineer. Upon completion of installation of small and large plants, the Responsible Party shall certify on a form provided by the Owner that the landscaping has been installed and is being established in accordance with the Contract Documents. During the establishment period: Keep all plants undamaged, watered, fertilized, mulched, pruned, and staked and guyed as necessary to assure specified minimum grade of Florida No. 1. Keep the individual plant locations and planting beds free of litter and undesirable vegetation. Keep landscape bed lines correctly located and edged, and the mulch groomed and replenished. Operate and maintain all components of any irrigation system installed as part of the Contract Documents. Continue any mowing of the landscape areas specified in the Contract. 01025-28 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\12136-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc H. Remedial Work: The Responsible Party shall perform all necessary remedial work at no cost to the Owner. Use replacement plants of the same species and planting medium as the plant being replaced and as specified in the Contract Documents. Replacement plant size must match the size of the adjacent grown -in plants of the same species and variety which may be larger than the initially installed size. Approval of remedial work does not relieve the Responsible Party from continuing responsibility under the provisions of this Section. Upon completion of the establishment period, the Engineer will release the Responsible Party from further remedial work and responsibility provided all plants meet the requirements set forth in the Contract Documents and all previous remedial work, if any, has been completed to the satisfaction of the Engineer. Remove staking and guying from all plants. Remove from the jobsite any surplus material unless otherwise directed by the Engineer. Surplus is defined as material not needed after installation of plants per Contract Documents. Upon commencement of the plant installation, remove daily all landscape installation debris from the landscape locations described in the Contract Documents Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 580-1 — Tree Barricades — Per Each Bid Item No. 580-1-1R — Sand Cordgrass — Per Each Bid Item No. 580-2-8 — Relocate Cabbage Palms — Per Each Bid Item No. 580-4-345 — New Cabbage Palms — Per Each Bid Item No. 580-4-393 — Chinese Fan Palm — Per Each Bid Item No. 580-5-173 — Bald Cypress — Per Each Bid Item No. 580-5-173-1 — Pond Cypress — Per Each Bid Item No. 580-5-223 — Southern Live Oak — Per Each Bid Item No. 580-5-223-1 — Laurel Oak — Per Each SECTION 649 - 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. 649-1 — Site Lighting (Poles, Fixtures, Conduit and Wiring) (Complete per Plan Specifications and Contract Documents) — Per Lump Sum 01025-29 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 700 — HIGHWAY SIGNING A. Signing 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. 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. 700-1 — Parking Lot Signage — Per Lump Sum SECTION - 711 — THERMOPLASTIC STRIPES AND MARKINGS The work specified in this item shall conform to Section 711 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 711-1 — Tree Barricades — Per Each Bid Item No. 711-11-111 — Striping, White 6" (Thermoplastic) — Per Linear Foot Bid Item No. 711-11-125 — Striping, White 24" (Stop Bars) (Thermoplastic) — Per Linear Foot Bid Item No. 711-11-170 — Pavement Arrows (Thermoplastic) — Per Each Bid Item No. 711-11-211 — Striping, Double Yellow 6" (Thermoplastic) — Per Linear Foot Bid Item No. 711-11-421 — Striping, Blue 6" (Handicap Spaces) (Thermoplastic) — Per Linear Foot Bid Item No. 711-11-460 — Handicap Symbol with Center Gore (Thermoplastic) — Per Each + + END OF SECTION + + 01025-30 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\Technical Specifications.doc DIVISION 3 BUILDING SPECIFICATIONS F \Public Works\ENGINEERING DIVISION PROJECTS \1213B -IRC Shooting Range Skeet & Trap Phase 2Wdmin\bid documents'Master Contract Documents\DIVISION 3 - Building Specifications.doc SKEET AND TRAP IMPROVEMENTS for the INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE SEBASTIAN, FLORIDA IRC Project No. 1213B Bid No 2016008 Architectural Project Manual Bid Set Project No. 2013.04 October 06, 2015 Donadio & Associates, Architects, P.A. Architectural, Planning, and Construction Management 609 17th Street Vero Beach, Florida 32960 Telephone: (772) 794-2929 Facsmile: (772) 562-8600 License No.: AA0002238 Table of Contents 'Division Section Title Pages DIVISION 1- GENERAL REQUIREMENTS 01100 SUMMARY 1 01330 SUBMITTAL PROCEDURES 7 01770 CLOSEOUT PROCEDURES 4 01781 PROJECT RECORD DOCUMENTS 4 DMSION 2 - SITE CONSTRUCTION SEE CIVIL ENGINEERING DRAWINGS 02361 TERMITE CONTROL 4 02700 ..THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS 3 DIVISION 3 — CONCRETE SEE STRUCTURAL ENGINEERING DRAWINGS DIVISION 4 - MASONRY .SEE STRUCTURAL ENGINEERING DRAWINGS DIVISION 5 — METALS 05500 METAL FABRICATION .5 05521 PIPE AND TUBE RAILINGS 7 DIVISION 6 - WOOD AND PLASTICS .SEE STRUCTURAL ENGINEERING DRAWINGS DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07141. . COLD FLUID -APPLIED WATERPROOFING 5 07460 . ....FIBER CEMENT SOFFIT AND TRIM 3 07552 SBS -MODIFIED BITUMINOUS MEMBRANE ROOFING 10 07620 SHEET METAL FLASHING AND TRIM 7 07920 JOINT SEALANTS 10 DIVISION 8 - DOORS AND WINDOWS 08220 FIBERGLASS REINFORCED PLASTIC DOORS AND FRAMES 4 08331 OVERHEAD COILING DOORS 7 08411 ALUMINUM FRAMED STOREFRONT 7 08710 FINISH HARDWARE 6 DIVISION 9 — FINISHES 09220 PORTLAND CEMENT PLASTER 6 09911 EXTERIOR PAINTING 5 DIVISION 10 — SPECIALTIES 10520 FIRE -PROTECTION SPECIALTIES 3 Indian River County Skeet and Trap DAA Project No. 2013.04 ' TOC -1 10/06/15 Bid Set DIVISION 11- EQUIPMENT NOT APPLICABLE DIVISION 12 - FURNISHINGS NOT APPLICABLE DIVISION 13 - SPECIAL CONSTRUCTION NOT APPLICABLE DIVISION 14 - CONVEYING SYSTEMS NOT APPLICABLE DIVISION 15 — MECHANICAL SEE MEP ENGINEERING DRAWINGS DIVISION 16 - ELECTRICAL .SEE MEP ENGINEERING DRAWINGS Indian River County Skeet and Trap DAA Project No 2013.04 TOC — 2 10/06/15 Bid Set SECTION 01100 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Work covered by the Contract Documents. 2 Products ordered in advance. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: INDIAN RIVER COUNTY SKEET AND TRAP DONADIO & ASSOCIATES PROJECT NO. 2013.04 1. Project Location: 10455 102ND TERRACE SEBASTIAN, FLORIDA B. Owner: INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS C. Architect: DONADIO & ASSOCIATES ARCHITECTS P. A. 609 17TH STREET VERO BEACH, FLORIDA 32960 772-794-2929 (PH) 772-562-8600 (FAX) Anthonv4donadio-arch.coni (E-MAIL) D. The Work consists of the following: 1. The Work includes. The Project involves the Construction of Single Story Storage Building, Four (4) 2 Story Hi -Lo Houses for Skeet Equipment, Three (3) Trap Houses, Concrete Side Walks, Concrete Skeet/Trap Field Shooting Stations and Parking Facilities The work shall include complete installation of all Civil/Site Work, Architectural, Structural, Electrical and Mechanical work as detailed in the plans and these specifications. END OF SECTION 01100 Indian River County Skeet and Trap 01100 — 1 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 01330 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and the Schedule of Values. 2. Division 1 Section "Project Management and Coordination" for submitting and distributing meeting and conference minutes and for submitting Coordination Drawings. 3. Division 1 Section "Construction Progress Documentation" for submitting schedules and reports, including Contractor's Construction Schedule and the Submittals Schedule. 4. Division 1 Section "Closeout Procedures" for submitting warranties. 5. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 6 Divisions 2 through 16 Sections and Construction Drawings for specific requirements for submittals in those Sections. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's responsive action. B. Informational Submittals: Written information that does not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will{ not] be provided by Architect for Contractor's use in preparing submittals. B. 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. Indian River County Skeet and Trap 01330 —1 DAA Project No. 2013.04 10/06/15 Bid Set 2. 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 reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Submittals Schedule. Comply with requirements in Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect'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 10 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. 3. Resubmittal Review: Allow 10 days for review of each resubmittal. 4. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect's consultants, allow 10 days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. E. Identification: Place a permanent label or title block on each submittal 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 (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3 Include the following information on label for processing and recording action taken. a. Project name. b. Date. c. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor f. Name and address of supplier. g. Name of manufacturer. h. 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., 06100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06100.01.A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. I. Other necessary identification. F. Deviations. Highlight, encircle, or otherwise specifically identify deviations from the Contract Documents on submittals. Indian River County Skeet and Trap 01330 — 2 DAA Project No. 2013.04 10/06/15 Bid Set G. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 1. Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Architect. 2. Additional copies submitted for maintenance manuals will be marked with action taken and will be returned. H. Transmittal: Package each submittal' individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Use AIA Document G810. 2. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same label information as related submittal. I. 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 "REVIEWED AS NOTED, NO EXCEPTIONS TAKEN". J. 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. K. Use for Construction: Use only final submittals with mark indicating "REVIEWED AS NOTED, NO EXCEPTIONS TAKEN" taken by Architect. PART 2- PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Submit electronic submittals directly to extranet specifically established for Project. 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 printed 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. Indian River County Skeet and Trap 01330 — 3 DAA Project No. 2013.04 10/06/15 Bid Set 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Standard product operation and maintenance manuals. i. Testing by recognized testing agency. 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit five copies of Product Data, unless otherwise indicated. Architect will return four copies ,unless it is a Engineering submittal,then three copies will be returned. 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. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. c Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm). 3. Number of Copies: Submit five opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Architect will retain two copies; remainder will be returned. 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. Indian River County Skeet and Trap 01330 — 4 DAA Project No. 2013.04 10/06/15 Bid Set 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 appropriate Specification Section. 3. 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. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor 4 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 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. E. Product Schedule or List: 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. 2. Number and name of room or space. 3. Location within room or space. 4. Number of Copies. Submit three copies of product schedule or list, unless otherwise indicated. Architect will return two copies. a. Mark up and retain one returned copy as a Project Record Document. F. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." G Application for Payment: Comply with requirements specified in Division 1 Section "Payment Procedures." H. Schedule of Values. Comply with requirements specified in Division 1 Section "Payment Procedures." 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Architect will not return copies. 2. Certificates and Certifications: Provide a notarized 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. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." Indian River County Skeet and Trap 01330 — 5 DAA Project No. 2013.04 10/06/15 Bid Set B. Coordination Drawings: Comply with requirements specified in Division 1 Section "Project Management and Coordination." C. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. E. Installer Certificates: Prepare 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. F. Material Test Reports: Prepare 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. G Product Test Reports: Prepare written reports indicating 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. H. Schedule of Tests and Inspections• Comply with requirements specified in Division 1 Section "Quality Requirements." I. Preconstruction Test Reports: Prepare 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. J. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, 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. K. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. L. Construction Photographs and Videotapes: Comply with requirements specified in Division 1 Section " Photographic Documentation." M. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Architect, except as required in "Action Submittals" Article. 1 Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. Indian River County Skeet and Trap 01330 — 6 DAA Project No 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. 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. B. 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. General. Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals. Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. C. 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. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review E Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 Indian River County Skeet and Trap 01330 — 7 DAA Project No 2013 04 10/06/15 Bid Set caner on contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1 Reinspection. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. Indian River County Skeet and Trap DAA Project No 2013.04 01770 — 1 10/06/15 Bid Set C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architectfor proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube -type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3. Identification: As follows. a. Project name. b. Date c Designation "PROJECT RECORD DRAWINGS " d. Name of Architect. e. Name of Contractor. 2.2 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2 Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Ordersand Record Drawings where applicable. 2.3 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference Indian River County Skeet and Trap 01781 — 3 DAA Project No 2013.04 10/06/15 Bid Set SECTION 02361 - TERMITE CONTROL PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Soil treatment with termiticide. B. Related Sections include the following: 1. Division 7 Section "Sheet Metal Flashing and Trim" for custom -fabricated metal termite shields. 1.3 PERFORMANCE REQUIREMENTS A. Service Life of Soil Treatment: Soil treatment by use of a termiticide that is effective for not less than five years against infestation of subterranean termites. 1.4 SUBMITTALS A. Product Data: For termiticide 1. Include the EPA -Registered Label for termiticide products. B. Product Certificates: For termite control products, signed by product manufacturer. C. Qualification Data: For Installer of termite control products. D. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's record information, including the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Brand name and manufacturer of termiticide. 4 Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes, and rates of application used. 6. Areas of application. 7. Water source for application. E. Warranty: Special warranty specified in this Section. Indian River County Skeet and Trap 02361— 1 DAA Project No. 2013 04 10/06/15 Bid Set 1.5 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located. B. Regulatory Requirements: Formulate and apply termiticides according to the EPA -Registered Label. C. Source Limitations: Obtain termite control products from a single manufacturer for each product. 1.6 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA -Registered Label and requirements of authorities having jurisdiction. 17 COORDINATION A. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground -supported slabs before construction. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re -treat soil and repair or replace damage caused by termite infestation. 1 Warranty Period Five years from date of Substantial Completion. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Termiticides: a. Bayer Corporation; Premise 75. b. Dow AgroSciences LLC; Dursban TC. c. FMC Corporation, Agricultural Products Group; Torpedo. d. Syngenta; Demon TC. 2.2 SOIL TREATMENT A. Termiticide: Provide an EPA -registered termiticide complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA -Registered Label. Indian River County Skeet and Trap 02361— 2 DAA Project No. 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil, interfaces with earthwork, slab and foundation work, landscaping, and other conditions affecting performance of termite control. 1 Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General. Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment. Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations. B. Soil Treatment Preparation. Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer 1 Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. 3.3 APPLICATION, GENERAL A. General:. Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA -Registered Label for products. 3.4 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA -Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. 1 Slabs -on -Grade: Under ground -supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil including soil along the entire inside perimeter of foundation walls, along both sides of interior partition walls, around plumbing pipes and electric conduit penetrating the slab, and around interior column footers, piers; also along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Tilt -Up Concrete. : At expansion joints, cold joints, control joints, and areas below grade. 4 Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. Indian River County Skeet and Trap 02361 — 3 DAA Project No. 2013.04 10/06/15 Bid Set B Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. C. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground -supported slabs are installed. Use waterproof barrier according to EPA -Registered Label instructions. D. Post warning signs in areas of application. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. END OF SECTION 02361 Indian River County Skeet and Trap 02361— 4 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 02700- THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS DESCRIPTION 1.1 This Section, including, all cleaning and preparing of surfaces, furnishing of all materials, application, curing and protection of all items, protection of traffic, furnishing of all tools, machines and equipment, and all incidentals necessary to complete the work. Apply new thermoplastic traffic stripes and markings, or refurbish existing thermoplastic traffic stripes and markings, in accordance with the Contract Documents. MATERIALS 2.1 Thermoplastic• Use only thermoplastic materials listed on the Qualified Products List (QPL). 2.1.1 Initial or Recapped Stripes and Markings Use materials meeting the requirements of 971-1 and 971-5. 2.1.2 Refurbishing Existing Stripes and Markings: Use materials meeting the requirements of 971-1 and 971-5. 2.1.3 Preformed Stripes and Markings. Use Materials meeting the requirements of 971-1 and 971-6. 2.2 Glass Spheres: Use only glass spheres listed on the Qualified Products List (QPL), meeting the requirements of 971-1 and 971-2 2.3 Sand. Use materials meeting the requirements of 971-5.4. EQUIPMENT 3.1 Use equipment capable of providing continuous uniform heating of striping materials to temperatures exceeding 390°F, mixing and agitation of the material reservoir to provide a homogeneous mixture without segregation. Use equipment that will maintain the striping material in a plastic state, in all mixing and conveying parts, including the line dispensing device until applied. Use equipment which can produce varying width traffic stripes and which meets the following requirements• a. Capable of traveling at a uniform, predetermined rate of speed, both uphill and , in order to produce a uniform application of striping material and capable of following straight lines and making normal curves in a true arc. b. Capable of applying glass spheres to the surface of the completed stripe by a double drop application for initial traffic striping and marking and a single drop application for recapping and refurbishing. The bead dispenser for the first bead drop shall be attached to the striping machine in such a manner that the beads are dispensed closely behind with the thermoplastic material. The second bead dispenser bead shall be attached to the striping machine in such a manner that the beads are dispensed immediately after the first bead drop application. Glass spheres dispensers shall be equipped with an automatic cut-off control that is synchronized with the cut-off of the thermoplastic material and applies the glass spheres in a manner such that the spheres appear uniform on the entire traffic stripes and markings surface with, 50 to 60% embedment. c Equipped with a special kettle for uniformly heating and melting the striping material. The kettle must be equipped with an automatic temperature control device and material thermometer for positive temperature control and to prevent overheating or scorching of the thermoplastic material. d. Meet the requirements of the National Fire Protection Association, state, and local authorities. Indian River County Skeet and Trap DAA Project No. 2013.04 02700 — 1 10/06/15 Bid Set 4.3 RE1'RUK.EFLEC'1IVII Y: Apply white and yellow traffic stripes and markings that will attain an initial retroreflectivity of not less than 450 mcd/lx m2 and not less than 350 mcd/lx m2, respectively for all longitudinal lines. All transverse lines, messages and arrows will attain an initial retroreflectivity of not less than 300 mcd/lx m2 and 250 mcd/Ix m2 for white and yellow respectively All pedestrian crosswalks, bike lane symbols or messages in a proposed bike lane shall attain an initial retroreflectivity of not less than 275 mcd/Ix m2. Measure, record and certify on Department approved form and submit to the Engineer, the retroreflectivity of white and yellow pavement markings in accordance with Florida Method FM 5-541 Indian River County Skeet and Trap DAA Project No 2013.04 02700 — 2 10/06/15 Bid Set 2.3 MATERIALS — ALUMINUM A. Extruded Aluminum• ASTM B221B221M, Alloy 6063], Temper T5 or T6. B. Sheet Aluminum: ASTM B209B209M, Alloy 5050-H-32, or temper best suited to application. C. Aluminum -Alloy Drawn Seamless Tubes: ASTM B210/B210M, Alloy 6063, Temper T6 D. Aluminum -Alloy Bars: ASTM B211B211M, Alloy 6063, Temper T6. E. Aluminum -Alloy Sand Castings: ASTM B26B26M. F. Aluminum -Alloy Die Castings. ASTM B85. G. Bolts, Nuts, and Washers Stainless steel. H. Welding Materials: AWS D1.1; type required for materials being welded. 2.4 BOLLARDS A. Bollards: Steel pipe, concrete filled, crowned cap, 6 inches diameter, length as indicated on Drawings; prime paint, one coat. B. Concrete Fill: 3,000 psi as specified in Section 03 30 00. C. Anchors: Concealed type as indicated on Drawings. 2.5 STAIRS A. EXTERIOR ALUMINUM STAIRS - 1. Provide engineered shop drawings of the exterior aluminum stairs conforming to the construction drawing design intent and signed and sealed by a Florida Registered Professional Engineer. 2. Submit written certification prepared, signed, and sealed by a Professional Engineer, registered to practice in the State of Florida verifying that the exterior aluminum stairsdesign meets indicated loading requirements and codes of authorities having jurisdiction. 2.6 ANCHOR BOLTS A. Anchor Rods. [ASTM F1554, Grade 55, weldable. or ASTM A307, Grade A. 1. Shape: Hooked. 2. Furnish with nut and washer; unfinished. B. Drilled In Expansion Anchors. 1. HILTI Corporation, Tulsa, OK 2. Powers Fasteners, Brewster, NY 3. ITW Redhead, Woodsdale, IL 2.7 FABRICATION A. Fit and shop assemble in largest practical sections for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by continuous welds. D. Grind exposed joints flush and smooth with adjacent finish surface. 1 Make exposed joints butt tight, flush, and hairline. 2. Ease exposed edges to small uniform radius. E. Exposed Welded Joints: NOMMA Guideline 1 Joint Finish 2. F. Exposed Mechanical Fastenings: Provide flush countersunk screws or bolts unobtrusively located consistent with design of component except as noted otherwise. G. Supply components required for anchorage of fabrications. 1. Fabricate anchors and related components of same material and finish as fabrication, except as noted otherwise. Indian River County Skeet and Trap 05500 — 3 DAA Project No. 2013 04 10/06/15 Bid Set 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, stresses, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. G. Provide isolation coatings where dissimilar metals are in contact or where aluminum is in contact with concrete. 3.4 ERECTION TOLERANCES A. Maximum Variation from Plumb: ''/4" per story, non -cumulative. B. Maximum Offset from True Alignment: '/4" C. Maximum Out -of -Position: 1/4" 3.5 WASTE MANAGEMENT A. Waste Management: Collect cut offs and scrap and place in designated areas for recycling. END OF SECTION 05500 Indian River County Skeet and Trap 05500 — 5 DAA Project No. 2013.04 10/06/15 Bid Set 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory -installed wiring. g. Printed performance curves. h. Standard product operation and maintenance manuals. i. Testing by recognized testing agency. 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit five copies of Product Data, unless otherwise indicated. Architect will return four copies ,unless it is a Engineering submittal,then three copies will be returned. 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. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Wiring diagrams showing field -installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. 1. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly indicated. n. Wiring Diagrams: Differentiate between manufacturer -installed and field -installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 40 inches (750 by 1000 mm). 3. Number of Copies: Submit five opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five copies where copies are required for operation and maintenance manuals. Architect will retain two copies; remainder will be returned. 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. Indian River County Skeet and Trap 01330 — 4 DAA Project No. 2013 04 10/06/15 Bid Set 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 appropriate Specification Section. 3. 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. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. 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 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. E. Product Schedule or List: 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. 2. Number and name of room or space. 3. Location within room or space. 4. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated. Architect will return two copies. a. Mark up and retain one returned copy as a Project Record Document. F. Submittals Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." G. Application for Payment: Comply with requirements specified in Division 1 Section "Payment Procedures." H. Schedule of Values: Comply with requirements specified in Division 1 Section "Payment Procedures." 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit two copies of each submittal, unless otherwise indicated. Architect will not return copies. 2. Certificates and Certifications. Provide a notarized 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. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." Indian River County Skeet and Trap 01330 — 5 DAA Project No. 2013.04 10/06/15 Bid Set B. Coordination Drawings: Comply with requirements specified in Division 1 Section "Project Management and Coordination." C. Contractor's Construction Schedule: Comply with requirements specified in Division 1 Section "Construction Progress Documentation." D. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. E. Installer Certificates: Prepare 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. F. Material Test Reports: Prepare 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. G. Product Test Reports: Prepare written reports indicating 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. H. Schedule of Tests and Inspections• Comply with requirements specified in Division 1 Section "Quality Requirements." I. Preconstruction Test Reports: Prepare 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. J. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, 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. K. Insurance Certificates and Bonds. Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. L. Construction Photographs and Videotapes: Comply with requirements specified in Division 1 Section " Photographic Documentation." M. Material Safety Data Sheets (MSDSs): Submit information directly to Owner; do not submit to Architect, except as required in "Action Submittals" Article. 1. Architect will not review submittals that include MSDSs and will return the entire submittal for resubmittal. Indian River County Skeet and Trap DAA Project No. 2013.04 01330-6 10/06/15 Bid Set PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. 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. B. 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. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals. Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken. C. 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. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01330 Indian River County Skeet and Trap 01330 — 7 DAA Project No 2013.04 10/06/15 Bid Set I C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing Record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1 New Drawings may be required when a Change Order is issued as a result of accepting an alternate, substitution, or other modification. 2. Consult Architectfor proper scale and scope of detailing and notations required to record the actual physical installation and its relation to other construction. Integrate newly prepared Record Drawings into Record Drawing sets; comply with procedures for formatting, organizing, copying, binding, and submitting. D. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING" in a prominent location. 1. Record Prints: Organize Record Prints and newly prepared Record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Record Transparencies: Organize into unbound sets matching Record Prints. Place transparencies in durable tube -type drawing containers with end caps. Mark end cap of each container with identification. If container does not include a complete set, identify Drawings included. 3 Identification: As follows. a. Project name. b. Date. c. Designation "PROJECT RECORD DRAWINGS." d. Name of Architect. e. Name of Contractor. 2.2 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Ordersand Record Drawings where applicable. 2.3 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. Indian River County Skeet and Trap 01781— 3 DAA Project No. 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B.' Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION 01781 Indian River County Skeet and Trap 01781— 4 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 02361 - TERMITE CONTROL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Soil treatment with termiticide. B. Related Sections include the following: 1. Division 7 Section "Sheet Metal Flashing and Trim" for custom -fabricated metal termite shields. 1.3 PERFORMANCE REQUIREMENTS A. Service Life of Soil Treatment: Soil treatment by use of a termiticide that is effective for not less than five years against infestation of subterranean termites. 1.4 SUBMITTALS A. Product Data: For termiticide. 1. Include the EPA -Registered Label for termiticide products. B. Product Certificates: For termite control products, signed by product manufacturer. C Qualification Data: For Installer of termite control products. D. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's record information, including the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Brand name and manufacturer of termiticide. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes, and rates of application used. 6. Areas of application. 7. Water source for application. E. Warranty: Special warranty specified in this Section. Indian River County Skeet and Trap 02361 —1 DAA Project No. 2013.04 10/06/15 Bid Set 1.5 QUALITY ASSURANCE A. Installer Qualifications. A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located. B. Regulatory Requirements: Formulate and apply termiticides according to the EPA -Registered Label. C Source Limitations: Obtain termite control products from a single manufacturer for each product. 1 6 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA -Registered Label and requirements of authorities having jurisdiction. 17 COORDINATION A. Coordinate soil treatment application with excavating, filling, grading, and concreting operations Treat soil under footings, grade beams, and ground -supported slabs before construction. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re -treat soil and repair or replace damage caused by termite infestation. 1 Warranty Period. Five years from date of Substantial Completion. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Termiticides: a. Bayer Corporation; Premise 75. b. Dow AgroSciences LLC; Dursban TC. c. FMC Corporation, Agricultural Products Group; Torpedo. d. Syngenta; Demon TC. 2.2 SOIL TREATMENT A. Termiticide: Provide an EPA -registered termiticide complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA -Registered Label. Indian River County Skeet and Trap 02361 — 2 DAA Project No. 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil, interfaces with earthwork, slab and foundation work, landscaping, and other conditions affecting performance of termite control. 1. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment. Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations. B. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. 3.3 APPLICATION, GENERAL A. General.. Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA -Registered Label for products. 3.4 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA -Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. 1. Slabs -on -Grade: Under ground -supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil including soil along the entire inside perimeter of foundation walls, along both sides of interior partition walls, around plumbing pipes and electric conduit penetrating the slab, and around interior column footers, piers; also along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Tilt -Up Concrete: : At expansion joints, cold joints, control joints, and areas below grade. 4. Penetrations: At expansion joints, control joints, and areas where slabs will be penetrated. Indian River County Skeet and Trap 02361 — 3 DAA Project No. 2013.04 10/06/15 Bid Set B. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. C. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground -supported slabs are installed. Use waterproof barrier according to EPA -Registered Label instructions. D. Post warning signs in areas of application. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. END OF SECTION 02361 Indian River County Skeet and Trap 02361 — 4 DAA Project No 2013.04 10/06/15 Bid Set SECTION 02700- THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS DESCRIPTION 1.1 This Section, including, all cleaning and preparing of surfaces, furnishing of all materials, application, curing and protection of all items, protection of traffic, furnishing of all tools, machines and equipment, and all incidentals necessary to complete the work. Apply new thermoplastic traffic stripes and markings, or refurbish existing thermoplastic traffic stripes and markings, in accordance with the Contract Documents. MATERIALS 2.1 Thermoplastic Use only thermoplastic materials listed on the Qualified Products List (QPL). 2.1.1 Initial or Recapped Stripes and Markings: Use materials meeting the requirements of 971-1 and 971-5. 2.1.2 Refurbishing Existing Stripes and Markings: Use materials meeting the requirements of 971-1 and 971-5. 2.1.3 Preformed Stripes and Markings. Use Materials meeting the requirements of 971-1 and 971-6. 2.2 Glass Spheres: Use only glass spheres listed on the Qualified Products List (QPL), meeting the requirements of 971-1 and 971-2. 2.3 Sand: Use materials meeting the requirements of 971-5.4. EQUIPMENT 3.1 Use equipment capable of providing continuous uniform heating of striping materials to temperatures exceeding 390°F, mixing and agitation of the material reservoir to provide a homogeneous mixture without segregation. Use equipment that will maintain the striping material in a plastic state, in all mixing and conveying parts, including the line dispensing device until applied. Use equipment which can produce varying width traffic stripes and which meets the following requirements: a. Capable of traveling at a uniform, predetermined rate of speed, both uphill and , in order to produce a uniform application of striping material and capable of following straight lines and making normal curves in a true arc. b. Capable of applying glass spheres to the surface of the completed stripe by a double drop application for initial traffic striping and marking and a single drop application for recapping and refurbishing. The bead dispenser for the first bead drop shall be attached to the striping machine in such a manner that the beads are dispensed closely behind with the thermoplastic material. The second bead dispenser bead shall be attached to the striping machine in such a manner that the beads are dispensed immediately after the first bead drop application. Glass spheres dispensers shall be equipped with an automatic cut-off control that is synchronized with the cut-off of the thermoplastic material and applies the glass spheres in a manner such that the spheres appear uniform on the entire traffic stripes and markings surface with, 50 to 60% embedment. c. Equipped with a special kettle for uniformly heating and melting the striping material. The kettle must be equipped with an automatic temperature control device and material thermometer for positive temperature control and to prevent overheating or scorching of the thermoplastic material. d. Meet the requirements of the National Fire Protection Association, state, and local authorities. Indian River County Skeet and Trap DAA Project No 2013.04 02700 — 1 10/06/15 Bid Set APPLICATION 4.1 General: Remove existing pavement markings such that scars or traces of removed markings will not conflict with new stripes and markings. Before applying traffic stripes and markings, remove any material that would adversely affect the bond of the traffic stripes. Before applying traffic stripes to any Portland cement concrete surface, apply a primer, sealer or surface preparation adhesive of the type recommended by the manufacturer. Offset longitudinal lines at least 2 inches from any longitudinal joints of Portland cement concrete pavement. Apply traffic stripes or markings only to dry surfaces, and when the ambient air and surface temperature is at least 50°F and rising for asphalt surfaces and 60°F and rising for concrete surfaces. Apply striping to the same tolerances in dimensions and in alignment specified in 710-5. When applying traffic stripes and markings over existing markings, ensure that not more than 2 inches on either end and not more than 1 inch on either side of the existing line is visible. Apply thermoplastic material to the pavement either by spray, extrusion or other means approved by the Engineer. Conduct field tests in accordance with FM 5-541.Take test readings representative of the striping performance. Remove and replace installed traffic stripes and markings not meeting the requirements of this Section at Contractor' s expense. Apply all final pavement markings prior to opening the road to traffic. 4 1.1 Preformed Thermoplastic: Apply markings only to dry surfaces and when ambient air temperature is at least 32°F. Prior to installation, follow the manufacturer's recommendations for pre -heating. 4.2 Thickness: 4.2 1 Initial or Recapped Stripes and Markings. Apply or recap traffic stripes or markings such that all lane lines, center lines, transverse markings and traffic stripes and markings within traffic wearing areas, will have a thickness of 0.10 to 0.15 inch when measured above the pavement surface.Also, all gore, island, and diagonal stripe markings, bike lane symbols and messages, wherever located, will have a thickness of 0.09 to 0 12 inch when measured above the pavement surface. Measure, record and certify on Department approved form and submit to the Engineer, the thickness of white and yellow pavement markings in accordance with Florida Method FM 5-541. 4.2.2 Refurbishing Existing Traffic Stripes and Markings. Apply a minimum of 0.06 inch of thermoplastic material. Ensure that the combination of the existing stripe and the overlay after application of glass spheres does not exceed the maximum thickness of 0.150 inch for all lines. 4.3 RETROREFLECTIVITY: Apply white and yellow traffic stripes and markings that will attain an initial retroreflectivity of not less than 450 mcd/Ix m2 and not less than 350 mcd/lx m2, respectively for all longitudinal lines. All transverse lines, messages and arrows will attain an initial retroreflectivity of not less than 300 mcd/Ix m2 and 250 mcd/lx•m2 for white and yellow respectively. All pedestrian crosswalks, bike lane symbols or messages in a proposed bike lane shall attain an initial retroreflectivity of not less than 275 mcd/lx m2. Measure, record and certify on Department approved form and submit to the Engineer, the retroreflectivity of white and yellow pavement markings in accordance with Florida Method FM 5-541. Indian River County Skeet and Trap DAA Project No. 2013.04 02700 — 2 10/06/15 Bid Set 4 4 GLASS SPHERES: 4 4 1 Longitudinal Lines: For initial traffic striping and marking, apply the first drop of Type 4 or larger glass spheres immediately followed by the second drop of Type 1 glass spheres. For refurbishing, apply a single drop of Type 3 glass spheres. Apply reflective glass spheres to all markings at the rates determined by the manufacturer's recommendations. 4.4.2 Transverse Stripes and Markings: Apply a single drop of Type 1 glass spheres. Apply reflective glass spheres to all markings at the rates determined by the manufacturer's recommendations. Apply a mixture consisting of 50% glass spheres and 50% sharp silica sand to all thermoplastic pedestrian crosswalk lines and bike lane symbols at the rates determined by the manufacturer's recommendations. 4.4.3 Preformed Markings: These markings are factory supplied with glass spheres and skid resistant material. No additional glass spheres or skid resistant material should be applied during installation. 5.1 CONTRACTOR'S RESPONSIBILITY FOR NOTIFICATION. Notify the Engineer prior to the placement of the thermoplastic materials. Ensure that the approved batch numbers appear on the thermoplastic materials and glass spheres packages. 6 1 PROTECTION OF NEWLY APPLIED TRAFFIC STRIPES AND MARKINGS. Do not allow traffic onto or permit vehicles to cross newly applied pavement markings until they are sufficiently dry. Remove and replace any portion of the pavement markings damaged by passing traffic or from any other cause, at no additional cost. 7.1 OBSERVATION PERIOD. Pavement markings are subject to a 180 day observation period under normal traffic. The observation period shall begin with the satisfactory completion and acceptance of the work. The pavement markings shall show no signs of failure due to blistering, excessive cracking, chipping, discoloration, poor adhesion to the pavement, loss of reflectivity or vehicular damage. The retroreflectivity shall meet the initial requirements of 711-4.3. The Department reserves the right to check the color and retroreflectivity any time prior to the end of the observation period. Replace, at Contractor's cost, any pavement markings that do not perform satisfactorily under traffic during the 180 day observation period. METHOD OF MEASUREMENT 8.1 The quantities to be paid for under this Section will be as follows: a. The net length, in feet, of all other types of lines and stripes, authorized and acceptably applied. b. The area, in square feet, of Removal of Existing Pavement Markings, acceptably removed. c. The number of pavement messages, symbols and directional arrows, authorized and acceptably applied. END OF SECTION 02700 Indian River County Skeet and Trap DAA Project No. 2013 04 02700 — 3 10/06/15 Bid Set SECTION 05500 METAL FABRICATIONS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. The provisions of the General Conditions, Supplementary Conditions, and the Sections included under Division 1, General Requirements, are included as a part of this Section as though bound herein. 1.2 SECTION INCLUDES A. Provide labor, materials, services, and equipment necessary to furnish and install work as indicated and as specified herein, which includes, but is not limited to: 1. Shop fabricated ferrous metal items. 2 Shop fabricated aluminum items. 1.3 REFERENCES A. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels B. AAMA 204 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels C. AAMA 606.1 - Voluntary Guide Specifications and Inspection Methods for Integral Color Anodic Finishes for Architectural Aluminum D. AAMA 607.1 - Voluntary Guide Specification and Inspection Methods for Clear Anodic Finishes for Architectural Aluminum E. AAMA 608.1 - Voluntary Guide Specifications and Inspection Methods for Electrolytically Deposited Color Anodic Finishes for Architectural Aluminum F. ANSI A14.3 - American National Standard for Ladders - Fixed - Safety Requirements G. ASTM A36/A36M - Standard Specification for Carbon Structural Steel H. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -coated Welded and Seamless I. ASTM A123/A123M - Standard Specification for Zinc (Hot -Galvanized) Coatings on Iron and Steel Products J. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware K. ASTM A283 - Carbon Steel Plates, Shapes, and Bars L. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength M. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. N. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. O. ASTM B26 - Standard Specification for Aluminum -Alloy Sand Castings P. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings Q. ASTM B 177 - Standard Guide for Engineering Chromium Electroplating R. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate S. ASTM B210 - Standard Specification for Aluminum -Alloy Drawn Seamless Tubes T. ASTM B211 - Standard Specification for Aluminum -Alloy Bar, Rod and Wire U. ASTM B221 - Standard Specification for Aluminum -and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes V. AWS A2.4 - Standard Symbols for Welding, Brazing, Nondestructive Examination W. AWS DI.1/D1.IM- Structural Welding Code Bundled Set B X. FBC - Florida Building Code Y. SSPC - Steel Structure Painting Council - Steel Structures Painting Council Indian River County Skeet and Trap _ 05500 — 1 DAA Project No. 2013.04 10/06/15 Bid Set 1.4 SUBMITTALS FOR REVIEW A. Section 01 33 00 - Submittals Procedures. B. Shop Drawings. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size, and type of fasteners, and accessories. 1. Include erection drawings, elevations, and details. 2. Provided engineering and certification by a Florida Registered Profession Engineer C. Indicate welded connections using standard AWS A2.0 welding symbols. 1. Indicate net weld lengths. 1.5 QUALIFICATIONS A. Prepare Shop Drawings under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of Florida. B. Welders' Certificates: Submit under provisions of Section 01 33 00, certifying welders employed on the Work, verifying AWS qualification within the previous 12 -months. C. Finish joints in accordance with NOMMA Guideline 1. PART2 PRODUCTS 2.1 MATERIALS— STEEL A. Steel Sections: [ASTM A36/A36M.] and/or [ASTM A572/A572M; Grade 50.] B. Steel Plate: [ASTM A36/A36M.] and/or [ASTM A572/A572M; Grade 50.] C. Hollow Structural Sections: [ASTM A500, Grade B.] and/or [ASTM A501.1 D. Steel Pipe: ASTM A53/A53M, Grade B Schedule 40. E. Sheet Steel. ASTM A653/A653M, Grade 33 Structural Quality with galvanized coating. F. Bolts: ASTM A307; Grade A or B and/or ASTM A325; Type 1. 1. Finish: Unfinished or Hot dipped galvanized. G. Nuts: ASTM A563 heavy hex type. 1. Finish: Unfinished and/or Hot dipped galvanized as noted. H. Washers: ASTM F436; Type 1. 1 Finish: Unfinished, and/or Hot dipped galvanized as noted. I. Welding Materials: AWS D1.1; type required for welded materials. J. Ladders: ANSI A14.3. K. Shop and Touch -Up Primer: SSPC 15, Type 1, red oxide. L. Touch -Up Primer for Galvanized Surfaces: SSPC 20, Type I Inorganic zinc rich. M. Recycled Steel Content: Minimum total recycled content equal to 25 percent with 23 percent post- consumer recycled content, or minimum 7 percent pre -consumer recycled content at contractor's option. 2.2 MATERIALS— STAINLESS STEEL A. Bars and Shapes. ASTM A479/A479M, Type 304. B. Tubing: ASTM A269 or ASTM A554; Type 304. C. Pipe: ASTM A312/A312M, seamless, Type 304 D. Plate, Sheet and Strip: ASTM A167; Type 304. E. Bolts, Nuts, and Washers: ASTM A354. F. Welding Materials: AWS D1.6; type required for materials being welded. Indian River County Skeet and Trap 05500 — 2 DAA Project No. 2013.04 10/06/15 Bid Set 2.3 MATERIALS — ALUMINUM A. Extruded Aluminum: ASTM B221/B221M, Alloy 6063], Temper T5 or T6. B. Sheet Aluminum: ASTM B209B209M, Alloy 5050-H-32, or temper best suited to application. C. Aluminum -Alloy Drawn Seamless Tubes: ASTM B210/B210M, Alloy 6063, Temper T6. D. Aluminum -Alloy Bars: ASTM B211B211M, Alloy 6063, Temper T6. E. Aluminum -Alloy Sand Castings: ASTM B26B26M. F. Aluminum -Alloy Die Castings. ASTM B85. G. Bolts, Nuts, and Washers: Stainless steel. H. Welding Materials: AWS D1.1; type required for materials being welded. 2.4 BOLLARDS A. Bollards: Steel pipe, concrete filled, crowned cap, 6 inches diameter, length as indicated on Drawings; prime paint, one coat. B. Concrete Fill: 3,000 psi as specified in Section 03 30 00. C. Anchors: Concealed type as indicated on Drawings. 2.5 STAIRS A. EXTERIOR ALUMINUM STAIRS: 1. Provide engineered shop drawings of the exterior aluminum stairs conforming to the construction drawing design intent and signed and sealed by a Florida Registered Professional Engineer. 2. Submit written certification prepared, signed, and sealed by a Professional Engineer, registered to practice in the State of Florida verifying that the exterior aluminum stairsdesign meets indicated loading requirements and codes of authorities having jurisdiction. 2.6 ANCHOR BOLTS A. Anchor Rods: [ASTM F1554; Grade 55, weldable. or ASTM A307; Grade A. 1. Shape: Hooked. 2. Furnish with nut and washer; unfinished. B. Drilled In Expansion Anchors. 1. HILTI Corporation, Tulsa, OK 2. Powers Fasteners, Brewster, NY 3. ITW Redhead, Woodsdale, IL 2.7 FABRICATION A. Fit and shop assemble in largest practical sections for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by continuous welds. D. Grind exposed joints flush and smooth with adjacent finish surface. 1. Make exposed joints butt tight, flush, and hairline. 2. Ease exposed edges to small uniform radius. E. Exposed Welded Joints: NOMMA Guideline 1 Joint Finish 2. F. Exposed Mechanical Fastenings: Provide flush countersunk screws or bolts unobtrusively located consistent with design of component except as noted otherwise. G. Supply components required for anchorage of fabrications. 1. Fabricate anchors and related components of same material and finish as fabrication, except as noted otherwise. Indian River County Skeet and Trap 05500 — 3 DAA Project No. 2013.04 10/06/15 Bid Set 2.8 FABRICATION TOLERANCES A. Square: 1/8" maximum difference in diagonal measurements. B. Maximum Offset between Faces: 1/16" C. Maximum Misalignment of Adjacent Members: 1/16" D. Maximum Bow: 1/8" in 48" E. Maximum Deviation from Plane. 1/16" in 48" 2.9 FINISHES - STEEL A. Prepare surfaces to be primed in accordance with SSPC SP 2. B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. C. Do not prime surfaces in where field welding is required. D. Prime paint items with one coat. E. Structural Steel Members: 1. Galvanize after fabrication to ASTM A123/A123M. (Minimum 1.2 oz/sq. ft. coating thickness galvanize after fabrication.) 2. Provide minimum 1.25 oz/sq ft galvanized coating. F. Non-structural Items: 1 Galvanize after fabrication to ASTM A123/A123M. (Minimum 1.2 oz/sq. ft. coating thickness galvanize after fabrication.) 2. Provide minimum 1.25 oz/sq ft galvanized coating. G. Chrome Plating: ASTM B177, weight, nickel -chromium alloy, satin finish. H. Galvanizing for Fasteners, Connectors, and Anchors. 1. Hot -Dipped Galvanizing: ASTM Al53/A153M. 2. Mechanical Galvanizing: ASTM B695; Class 50 minimum. 2.10 FACTORY APPLIED FINISHES - STAINLESS STEEL A. Satin Polished Finish: Number 4, satin directional polish parallel with long dimension of finished face 2.11 FINISHES - ALUMINUM A. Finish coatings to conform to AAMA 611. Comply with AA DAF -45. B. Interior/Exterior Aluminum Surfaces: AAMA A41 anodized, Class I, clear color C. Interior/Exterior Aluminum Surfaces: AAMA A43 anodized, Class I, to selected color D. Hot Dip Galvanizing: Where specified or indicated, hot dip galvanize ferrous items according to ASTM A385 and ASTM A123, minimum 2.0 ounces per square foot. PART 3 EXECUTION 3.1 EXAIVIINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal and aluminum where site welding is required. B. Supply required items for casting into concrete or embedded in masonry with setting templates to appropriate sections. Indian River County Skeet and Trap 05500 — 4 DAA Project No. 2013.04 10/06/15 Bid Set 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, stresses, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated on shop drawings. D. Perform field welding in accordance with AWS D1.1. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. I G. Provide isolation coatings where dissimilar metals are in contact or where aluminum is in contact with concrete. 3.4 ERECTION TOLERANCES A. Maximum Variation from Plumb: 1/4" per story, non -cumulative. B. Maximum Offset from True Alignment: 1/4" C. Maximum Out -of -Position: 1/4" 3.5 WASTE MANAGEMENT A. Waste Management: Collect cut offs and scrap and place in designated areas for recycling. END OF SECTION 05500 Indian River County Skeet and Trap 05500 — 5 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 05521 - PIPE AND TUBE RAILINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1 Aluminum pipe and tube railings. 2 REFERENCES a. AA (Aluminum Association) - Designation System for Aluminum Finishes b. ACSE 7 - Wind Loads c. NAAIVINIM - Metal Finishes Manual for Architectural and Metal Products d. ASTM B26 - Standard Specification for Aluminum -Alloy Sand Castings e. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings f. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate g. ASTM B210 - Standard Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes h. ASTM B211 - Standard Specification for Aluminum and Aluminum -Alloy Bars, Rods, and Wire i. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes j. ASTM B241/A241M - Standard Specification for Aluminum and Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube k. ASTM B483 - Standard Specification for Aluminum and Aluminum and Aluminum -Alloy Drawn Tubes for General Purpose Applications I. ASTM E935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and Rails for Buildings m. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings n. AWS A2 4 - Standard Symbols for Welding, Brazing, Nondestructive Examination o. AWS D1.1/D1.1M - Structural Welding Code Bundled Set B. p. AAMA 606 1 - Voluntary Guide Specifications and Inspection Methods for Integral Color Anodic Finishes for Architectural Aluminum q. FBC - Florida Building Code 3 DESIGN REQUIREMENTS A. Railing assembly, wall rails, and attachments shall conform to the FBC. B. Design stairs and handrails to conform to ASCE 7. Indian River County Skeet and Trap 05521 - 1 DAA Project No 2013.03 Bid Set — 10/06/15 SECTION 01770 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B Related Sections include the following: 1. Division 1 Section "Payment Procedures" for requirements for Applications for Payment for Substantial and Final Completion. 2. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Advise Owner of changeover in heat and other utilities. 4. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 5. Complete final cleaning requirements, including touchup painting. 6 Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1 Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. Indian River County Skeet and Trap DAA Project No. 2013.04 01770— 1 10/06/15 Bid Set 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3 Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report and warranty. 5 Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training videotapes. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor Indian River County Skeet and Trap DAA Project No. 2013.04 01770 — 2 10/06/15 Bid Set C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8 -1/2 -by -11 -inch (215 -by -280 -mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. -Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3 Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. D. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2- PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. c Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. g. Sweep concrete floors broom clean in unoccupied spaces. h. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. Indian River County Skeet and Trap 01770 — 3 DAA Project No. 2013.04 10/06/15 Bid Set i Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. j. Remove labels that are not permanent. k. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. I Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. m. Replace parts subject to unusual operating conditions. n. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. o. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. p. Clean ducts, blowers, and coils if units were operated without filters during construction. q. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. r Leave Project clean and ready for occupancy. C. Pest Control Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of lawfully END OF SECTION 01770 Indian River County Skeet and Trap DAA Project No. 2013 04 01770 — 4 10/06/15 Bid Set 3.2 PERFORMANCE REQUIREMENTS A. General: In engineering railings to withstand structural loads indicated, determine allowable design working stresses of railing materials based on the following: 1. Aluminum: The lesser of minimum yield strength divided by 1.65 or minimum ultimate tensile strength divided by 1.95. B. Structural Performance: Provide railings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated: 1 Handrails: a. Uniform load of 50 Ibf/ ft. (0.73 kN/m) applied in any direction. b. Concentrated load of 200 Ibf (0.89 kN) applied in any direction. c Uniform and concentrated loads need not be assumed to act concurrently. 2 Top Rails -of Guards: a. Uniform load of 50 Ibf/ ft. (0.73 kN/m) applied in any direction. b. Concentrated load of 200 Ibf (0.89 kN) applied in any direction. c. Uniform and concentrated loads need not be assumed to act concurrently. 3. Infill of Guards: a. Concentrated load of 200 lbf (0.89 kN) applied horizontally on an area of I sq ft. (0.093 sq. m). C. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials. 3.3 SUBMITTALS A. Product Data: For the following: 1. Grout, anchoring cement, and paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 2. Certification: Submit written certification prepared, signed, and sealed by a Professional Engineer, registered to practice in the State of Florida verifying that the metal handrail system design meets indicated loading requirements and codes of authorities having jurisdiction C. Samples for Initial Selection: For products involving selection of color, texture, or design. D. Samples for Verification: For each type of exposed finish required. 1. Sections of each distinctly different linear railing member, including handrails, top rails, posts, and balusters. 2. Fittings and brackets. E. Welding certificates. F. Qualification Data. For professional engineer. Indian River County Skeet and Trap 05521 - 2 DAA Project No. 2013.03 Bid Set — 10/06/15 3.4 QUALITY ASSURANCE A. Source Limitations: Obtain each type of railing through one source from a single manufacturer. B Welding: Qualify procedures and personnel according to the following: 1. AWS D1.2, "Structural Welding Code --Aluminum." 3.5 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with railings by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating railings without field measurements. Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 3.6 COORDINATION AND SCHEDULING A. Coordinate installation of anchorages for railings. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Schedule installation so wall attachments are made only to completed walls. Do not support railings temporarily by any means that do not satisfy structural performance requirements. PART 2- PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes. B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated. 2.2 ALUMINUM A. Aluminum, General: Provide alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated, and with not less than the strength and durability properties of alloy and temper designated below for each aluminum form required. B. Extruded Tubing: ASTM B 221 (ASTM B 221M), Alloy 6063-T5/T52. C. Extruded Structural Pipe and Round Tubing: ASTM B 429, Alloy 6063-T6 1. Provide Standard Weight (Schedule 40) pipe, unless otherwise indicated. D. Drawn Seamless Tubing: ASTM B 210 (ASTM B 210M), Alloy 6063-T832. Indian River County Skeet and Trap DAA Project No. 2013 03 Bid Set— 10/06/15 05521 - 3 2.3 FASTENERS A. General: Provide the following: 1. Aluminum Railings: Type 304 stainless-steel fasteners. B Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade, and class required to produce connections suitable for anchoring railings to other types of construction indicated and capable of withstanding design loads. C. Fasteners for Interconnecting Railing Components: 1. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless otherwise indicated. 2. Provide tamper-resistant flat -head machine screws for exposed fasteners, unless otherwise indicated. D. Anchors. Provide chemical anchors, fabricated from corrosion -resistant materials with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 2.4 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes. Select according to AWS specifications for metal alloy welded. 1. For aluminum railings, provide type and alloy as recommended by producer of metal to be welded and as required for color match, strength, and compatibility in fabricated items. B. Low -Emitting Materials: Paints and coatings shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." C. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D 1187. D. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. E. Anchoring Cement: Factory -packaged, nonshrink, nonstaining, hydraulic -controlled expansion cement formulation for mixing with water at Project site to create pourable anchoring, patching, and grouting compound. 1. Water -Resistant Product: At exterior locations and where indicated provide formulation that is resistant to erosion from water exposure without needing protection by a sealer or waterproof coating and that is recommended by manufacturer for exterior use. 2.5 FABRICATION A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage, but not less than that required to support structural loads. B. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. Indian River County Skeet and Trap 05521 - 4 DAA Project No. 2013.03 Bid Set — 10/06/15 C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch (1 mm), unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. D. Form work true to line and level with accurate angles and surfaces. E. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items. G. Connections: Fabricate railings with welded connections, unless otherwise indicated. H. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. I. Welded Connections for Aluminum Pipe: Fabricate railings to interconnect members with concealed internal welds that eliminate surface grinding, using manufacturer's standard system of sleeve and socket fittings. J. Form changes in direction as follows: 1. By bending or by inserting prefabricated elbow fittings. K. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components. L. Close exposed ends of railing members with prefabricated end fittings. M. Provide wall returns at ends of wall -mounted handrails, unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch (6 mm) or less. N. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges, miscellaneous fittings, and anchors to interconnect railing members to other work, unless otherwise indicated. O. Provide inserts and other anchorage devices for connecting railings to concrete or masonry work. Fabricate anchorage devices capable of withstanding loads imposed by railings. Coordinate anchorage devices with supporting structure. 2.6 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Provide exposed fasteners with finish matching appearance, including color and texture, of railings. Indian River County Skeet and Trap 05521 - 5 DAA Project No. 2013.03 Bid Set — 10/06/15 2.7 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes B High -Performance Organic Finish (2 -Coat Fluoropolymer): AA-C12C40R1x (Chemical Finish: cleaned with inhibited chemicals; Chemical Finish: conversion coating; Organic Coating: manufacturer's standard 2 -coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight). Prepare, pretreat, and apply coating to exposed metal surfaces to comply with AAMA 2604 and with coating and resin manufacturers' written instructions. A. Color and Gloss: 1. Exterior Aluminum Surfaces: Exterior anodized to clear color 2. Interior Aluminum Surfaces: Interior anodized to clear color PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fit exposed connections together to form tight, hairline joints. B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack. 1. Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting. 2. Set posts plumb within a tolerance of 1/16 inch in 3 feet (2 mm in 1 m). 3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet (5 mm in 3 m). C. Corrosion Protection: Coat concealed surfaces of aluminum that will be in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. D Adjust railings before anchoring to ensure matching alignment at abutting joints. E. Fastening to In -Place Construction: Use anchorage devices and fasteners where necessary for securing railings and for properly transferring loads to in-place construction. 3.2 RAILING CONNECTIONS A. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in Part 2 "Fabrication" Article whether welding is performed in the shop or in the field. B. Expansion Joints. Install expansion joints at locations indicated but not farther apart than required to accommodate thermal movement. Provide slip joint internal sleeve extending 2 inches (50 mm) beyond joint on either side, fasten internal sleeve securely to 1 side, and locate joint within 6 inches (150 mm) of post. Indian River County Skeet and Trap DAA Project No 2013.03 Bid Set— 10/06/15 05521 - 6 3.3 ANCHORING POSTS A. Form or core -drill holes not less than 5 inches (125 mm) deep and 3/4 inch (20 mm) larger than OD of post for installing posts in concrete. Clean holes of loose material, insert posts, and fill annular space between post and concrete with nonshrink, nonmetallic grout, mixed and placed to comply with anchoring material manufacturer's written instructions. B. Leave anchorage joint exposed, wipe off surplus anchoring material; and leave 1/8 -inch (3 -mm) buildup, sloped away from post. 3.4 ATTACHING HANDRAILS TO WALLS A. Attach handrails to wall with wall brackets. Provide brackets with 2 -I/2 -inch clearance from inside face of handrail and finished wall surface. 1. Use type of bracket with flange tapped for concealed anchorage to threaded hanger bolt. 2. Use type of bracket with predrilled hole for exposed bolt anchorage. B. Locate brackets as indicated or, if not indicated, at spacing required to support structural loads. C. Secure wall brackets to building construction as follows: 1. For concrete and solid masonry anchorage, use drilled -in expansion shields and hanger or lag bolts. 2. For hollow masonry anchorage, use toggle bolts. 3.5 ADJUSTING AND CLEANING A. Clean aluminum and stainless steel by washing thoroughly with clean water and soap and rinsing with clean water. B Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 for touching up shop -painted surfaces. C. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 painting Sections. 3.6 PROTECTION A. Protect finishes of railings from damage during construction period with temporary protective coverings approved by railing manufacturer. Remove protective coverings at time of Substantial Completion. B. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. END OF SECTION 05521 Indian River County Skeet and Trap 05521 - 7 DAA Project No. 2013.03 Bid Set — 10/06/15 SECTION 07141 - COLD FLUID -APPLIED WATERPROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Single -component, modified polyurethane waterproofing for the exterior below grade concrete walls and footings of the Trap Houses. B. Related Sections include the following: 1 Division 7 Section "Joint Sealants" for joint -sealant materials and installation. 1.3 PERFORMANCE REQUIREMENTS A. Provide waterproofing membrane that prevents the passage of water. 14 SUBMITTALS A. Product Data: Include manufacturer's written instructions for evaluating, preparing, and treating substrate, technical data, and tested physical and performance properties of waterproofing. B. Shop Drawings: Show locations and extent of waterproofing. Include details for substrate joints and cracks, sheet flashings, penetrations, inside and outside corners, tie-ins with adjoining waterproofing, and other termination conditions. C. Installer Certificates: Signed by manufacturers certifying that installers comply with requirements. D. Product Test Reports: From a qualified independent testing agency indicating and interpreting test results of waterproofing for compliance with requirements, based on comprehensive testing of current waterproofing formulations. E. Sample Warranty: Copy of special waterproofing manufacturer's and Installer's warranty stating obligations, remedies, limitations, and exclusions before starting waterproofing. Indian River County Skeet and Trap 07141— 1 DAA Project No. 2013.04 10/06/15 Bid Set 1.5 QUALITY ASSURANCE A. Installer Qualifications. A qualified installer who is authorized, approved, or licensed by waterproofing manufacturer to install manufacturer's products. B. Source Limitations: Obtain waterproofing materials, protection course, and through one source from a single manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver liquid materials to Project site in original containers with seals unbroken, labeled with manufacturer's name, product brand name and type, date of manufacture, shelf life, and directions for storing and mixing with other components. B Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by waterproofing manufacturer. C Remove and replace liquid materials that cannot be applied within their stated shelf life. D. Protect stored materials from direct sunlight. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Apply waterproofing within the range of ambient and substrate temperatures recommended by waterproofing manufacturer. Do not apply waterproofing to a damp or wet substrate, when relative humidity exceeds 85 percent, or when temperatures are less than 5 deg F (3 deg C) above dew point. 1. Do not apply waterproofing IN rain, fog or mist, or when such weather conditions are imminent during application and curing period. B. Maintain adequate ventilation during application and curing of waterproofing materials. 1.8 WARRANTY A. Special Manufacturer's Warranty: Written warranty, signed by waterproofing manufacturer and Installer agreeing to repair or replace waterproofing that does not comply with requirements or that does not remain watertight within specified warranty period. 1. Warranty does not include failure of waterproofing due to failure of substrate prepared and treated according to requirements or formation of new joints and cracks in substrate that exceed 1/16 inch (1 6 mm) in width. 2. Warranty Period: Five years after date of Substantial Completion. B. Special Installer's Warranty: Written waterproofing Installer's warranty, on warranty form at end of this Section, signed by Installer, covering Work of this Section, for warranty period of two years. Indian River County Skeet and Trap 07141— 2 DAA Project No. 2013 04 10/06/15 Bid Set PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Products. Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 1. Single -Component, Modified Polyurethane Waterproofing: a. Carlisle Corporation, Carlisle Coatings & Waterproofing Div.; CCW -525. b. Karnak Corporation; One-Kote System. c. Mameco International, Inc.; Vulkem 201 d. Pecora Corporation; Duramem 500. e. Sonneborne, Div. of ChemRex Inc.; HLM 5000. f. Tremco; Tremproof 60. 2.2 WATERPROOFING MATERIALS A. General. Provide waterproofing materials recommended by manufacturer to be compatible with one another and able to develop bond to substrate under conditions of service and application, as demonstrated by waterproofing manufacturer based on testing and field experience. 1. Produce waterproofing materials suitable for application to vertical, horizontal, and sloped substrates, as applicable. 2. Provide waterproofing materials with not less than 90 percent solids. B. Cold Fluid -Applied Waterproofing: Comply with ASTM C 836, with manufacturer's written physical requirements, and as follows: 1. Single -component, modified polyurethane waterproofing. 2.3 AUXILIARY MATERIALS A. Primer: Manufacturer's standard, factory -formulated polyurethane or epoxy primer. B Reinforcing Strip: Manufacturer's recommended fiberglass mesh or polyester fabric. C. Joint Sealant: Multicomponent polyurethane sealant, compatible with waterproofing, complying with ASTM C 920 Type M, Class 25; Grade NS for sloping and vertical applications or Grade P for deck applications; Use NT exposure; and as recommended by manufacturer for substrate and joint conditions. 1. Backer Rod: Closed -cell polyethylene foam. D. Protection Course. Semirigid sheets of fiberglass or mineral -reinforced -asphaltic core, pressure laminated between two asphalt -saturated fibrous liners and as follows: 1. Thickness: 1/8 inch (3 mm), nominal. 2. Thickness: 1/8 inch (3 mm), nominal, for vertical applications; 1/4 inch (6 mm), nominal, elsewhere. 3. Adhesive: Rubber -based solvent type recommended by waterproofing manufacturer for type of protection course. Indian River County Skeet and Trap 07141 — 3 DAA Project No. 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance. 1 Verify that concrete has cured and aged for minimum time period recommended by waterproofing manufacturer. 2. Verify that substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 3. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 SURFACE PREPARATION A. Clean and prepare substrate according to manufacturer's written recommendations. Provide clean, dust - free, and dry substrate for waterproofing application. B. Mask off adjoining surfaces not receiving waterproofing to prevent spillage or overspray affecting other construction. C. Close off deck drains and other deck penetrations to prevent spillage and migration of waterproofing fluids. D Remove grease, oil, bitumen, form -release agents, paints, curing compounds, and other penetrating contaminants or film -forming coatings from concrete. E. Remove fins, ridges, and other projections and fill honeycomb, aggregate pockets, and other voids. 3.3 PREPARATION AT TERMINATIONS AND PENETRATIONS A. Prepare vertical and horizontal. surfaces at terminations and penetrations through waterproofing and at expansion joints, drains, and sleeves according to ASTM C 898 and manufacturer's written instructions. B. Prime substrate, unless otherwise instructed by waterproofing manufacturer. C. Apply a double thickness of waterproofing and embed a joint reinforcing strip in preparation coat when recommended by waterproofing manufacturer. Provide sealant cants around penetrations and at inside corners of deck -to -wall butt joints when recommended by waterproofing manufacturer 3.4 JOINT AND CRACK TREATMENT A. Prepare, treat, rout, and fill joints and cracks in substrate according to ASTM C 898 and waterproofing manufacturer's written instructions. Remove dust and dirt from joints and cracks complying with ASTM D 4258 before coating surfaces. 1. Comply with ASTM C 1193 for joint -sealant installation. 2. Apply bond breaker between sealant and preparation strip. Indian River County Skeet and Trap 07141— 4 DAA Project No 2013 04 10/06/15 Bid Set 3. Prime substrate and apply a single thickness of preparation strip extending a minimum of 3 inches (75 mm) along each side of joint. Apply a double thickness of waterproofing and embed a joint reinforcing strip in preparation coat. B. Install sheet flashing and bond to deck and wall substrates where indicated or required according to waterproofing manufacturer's written instructions. 1 Extend sheet flashings onto perpendicular surfaces and other work penetrating substrate according to ASTM C 898. 3.5 WATERPROOFING APPLICATION A. Apply waterproofing according to ASTM C 898 and manufacturer's written instructions. B. Start installing waterproofing in presence of manufacturer's technical representative. C. Apply primer over prepared substrate. D Mix materials and apply waterproofing by spray, roller, notched squeegee, trowel, or other application method suitable to slope of substrate 1 Apply one or more coats of waterproofing to obtain a seamless membrane free of entrapped gases, with an average dry film thickness of 60 mils (1 5 mm) and a minimum dry film thickness of 50 mils (1.3 mm) at any point. 2. Apply waterproofing to prepared wall terminations and vertical surfaces. 3. Verify wet film thickness of waterproofing every 100 sq $. (9.3 sq. m) E. Install protection course with butted joints over nominally cured membrane before starting subsequent construction operations. 3 6 CURING, PROTECTING, AND CLEANING A. Cure waterproofing according to manufacturer's written recommendations, taking care to prevent contamination and damage during application stages and curing. B Protect waterproofing from damage and wear during remainder of construction period C Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 07141 Indian River County Skeet and Trap 07141— 5 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 07460 — FIBER CEMENT SOFFIT AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1 A. Section Includes: . 1. Fiber -cement soffit and trim material as called out in the construction drawings. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Samples for Initial Selection: For siding and soffit including related accessories. C. Samples for Verification: For each type, color, texture, and pattern required. 1. 1 2 -inch- (300 -mm-) long -by -actual -width Sample of siding. 2. 12 -inch- (300 -mm-) long -by -actual -width Sample of soffit. 3. 12 -inch- (300 -mm-) long -by -actual -width Samples of trim and accessories. D. Product Certificates: For each type of siding and soffit, from manufacturer. E. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for fiber -cement siding. F. Maintenance Data: For each type of [siding] [and] [soffit] and related accessories to include in maintenance manuals. G Warranty: Sample of special warranty. 1.4 QUALITY ASSURANCE A. Labeling: Provide fiber -cement siding that is tested and labeled according to ASTM C 1186 by a qualified testing agency acceptable to authorities having jurisdiction. B. Source Limitations. Obtain each type, color, texture, and pattern of siding and soffit, including related accessories, from single source from single manufacturer. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials in a dry, well -ventilated, weathertight place Indian River County Skeet and Trap DAA Project 2013.04 07460 — 1 Bid Set 10/06/15 1.6 COORDINATION A. Coordinate installation with flashings and other adjoining construction to ensure proper sequencing. 1.7 WARRANTY A. Special Warranty: Standard form in which manufacturer agrees to repair or replace siding and soffit that fail(s) in materials or workmanship within specified warranty period. 1 Failures include, but are not limited to, the following: a. Structural failures including cracking, deforming, and fading. 2. Warranty Period: 10 years from date of Substantial Completion. 1.8 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish full lengths of trim and soffit including related accessories, in a quantity equal to 2 percent of amount installed. PART 2- PRODUCTS 2.1 FIBER -CEMENT SOFFIT A. General. ASTM C 1186, Type A, Grade II, fiber -cement board, noncombustible when tested according to ASTM E 136; with a flame -spread index of 25 or less when tested according to ASTM E 84. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cemplank. b. GAF Materials Corporation. c James Hardie. B. Pattern: 24 -inch- (600 -mm-) wide sheets with smooth texture. C. Factory Priming: Manufacturer's standard acrylic primer. 2.2 ACCESSORIES A. Decorative Accessories. Provide the following fiber -cement decorative accessories as indicated: 1. Fascia. 2. Moldings and trim. B. Colors for Decorative Accessories: As selected by Architect from manufacturer's full range of industry colors. Indian River County Skeet and Trap DAA Project 2013.04 07460-2 Bid Set 10/06/15 C Flashing: Provide stainless-steel flashing complying with Division 7 Section "Sheet Metal Flashing and Trim" at window and door heads and where indicated. 1. Finish for Aluminum Flashing: Siliconized polyester coating, same color as siding. D. Fasteners: 1. For fastening to wood, use ribbed bugle -head screws of sufficient length to penetrate a minimum of 1 inch (25 mm) into substrate. 2 For fastening fiber cement, use stainless-steel fasteners. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates for compliance with requirements for installation tolerances and other conditions affecting performance of siding and soffit and related accessories. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrates of projections and substances detrimental to application. 3.3 INSTALLATION A. General: Comply with siding and soffit manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. 1. Do not install damaged components. B. Install fiber -cement trim and soffit and related accessories. 1. Install fasteners no more than 24 inches (600 mm) o.c. C. Install joint sealants as specified in Division 7 Section "Joint Sealants" and to produce a weathertight installation. 3.4 ADJUSTING AND CLEANING A. Remove damaged, improperly installed, or otherwise defective materials and replace with new materials complying with specified requirements. B. Clean finished surfaces according to manufacturer's written instructions and maintain in a clean condition during construction. END OF SECTION 07460 Indian River County Skeet and Trap DAA Project 2013.04 07460 — 3 Bid Set 10/06/15 SECTION 07552 - SBS -MODIFIED BITUMINOUS MEMBRANE ROOFING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following. 1. SBS -modified bituminous membrane roofing. B Related Sections include the following: 1. Division 7 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings, flashings, and counterflashings. C. Unit Prices: Refer to Division 1 Section "Unit Prices" for description of Work in this Section affected by unit prices. 1.3 DEFINITIONS A. Roofing Terminology. Refer to ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. 1.4 PERFORMANCE REQUIREMENTS A. General: Provide installed roofing membrane and base flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience. C. Solar Reflectance Index: Not less than 78 when calculated according to ASTM E 1980 based on testing identical products by a qualified testing agency D. Roofing System Design: Provide a roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE 7. 1. Corner Uplift Pressure: As stated on the structural engineering drawings. 2. Perimeter Uplift Pressure. As stated on the structural engineering drawings. 3. Field -of -Roof Uplift Pressure. As stated on the structural engineering drawings. Indian River County Skeet and Trap 07552 — 1 DAA Project No 2013 04 10/06/15 Bid Set 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other Work. 1. Base flashings, cants, and membrane terminations. 2. Crickets, saddles, and tapered edge strips, including slopes. 3 Insulation fastening patterns. C. Samples for Verification: For the following products. 1. 3 -by -5 -inch of base sheet. 2. 3 -by -5 -inch of mineral -granule -surfaced roofing membrane cap sheet, of color specified. 3. Manufacturer's standard sample packaging of roof insulation and coverboard. 4. Six insulation and membrane fasteners of each type, length, and finish. D. Installer Certificates Signed by roofing system manufacturer certifying that Installer is approved, authorized, or licensed by manufacturer to install roofing system. E. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of meeting performance requirements. F. Qualification Data: For Installer and manufacturer. G Product Test Reports. Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of roofing system. H. Research/Evaluation Reports. For components of roofing system. I. Maintenance Data: For roofing system to include in maintenance manuals. J. Warranties. Special warranties specified in this Section. K. Inspection Report: Copy of roofing system manufacturer's inspection report of completed roofing installation. 1 6 QUALITY ASSURANCE A. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's warranty and has completed (3) projects of similar size and difficulty. B Manufacturer Qualifications: A qualified manufacturer that has UL listing for roofing system identical to that used for this Project. C. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E 548. D Source Limitations: Obtain components for roofing system from roofing system manufacturer. Indian River County Skeet and Trap 07552 — 2 DAA Project No. 2013.04 10/06/15 Bid Set E. Fire -Test -Response Characteristics: Provide roofing materials with the fire -test -response characteristics indicated as determined by testing identical products per test method below by UL, FMG, or another testing and inspecting agency acceptable to authorities having jurisdiction. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. 1 Exterior Fire -Test Exposure. Class A; ASTM E 108, for application and roof slopes indicated. 2. Fire -Resistance Ratings: ASTM E 119, for fire -resistance -rated roof assemblies of which roofing system is a part. F. Preliminary Roofing Conference: Before starting roof deck construction, conduct conference at Project site. Comply with requirements for preinstallation conferences in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roof deck construction and roofing system including, but not limited to, the following: 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5 Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8 Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. G. Preinstallation Conference: Conduct conference at Project site. Comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to roofing system including, but not limited to, the following: 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof -mounted equipment. 2 Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5 Review structural loading limitations of roof deck during and after roofing. 6 Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. Indian River County Skeet and Trap 07552 — 3 DAA Project No. 2013.04 10/06/15 Bid Set 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeledwith manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1 8 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form, without monetary limitation, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks. 1. Special warranty includes roofing membrane, base flashings, roofing membrane accessories and other components of roofing system. 2. Warranty Period: 20 years from date of Substantial Completion. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. SBS -Modified Bituminous Membrane Roofing: a. Soprema Basis of design. B. In other Part 2 articles where titles below introduce lists, the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. Indian River County Skeet and Trap 07552 — 4 DAA Project No. 2013.04 10/06/15 Bid Set 2.2 SBS -MODIFIED ASPHALT -SHEET MATERIALS A. Roofing Membrane Base Sheet: ASTM D-6164, Type I, Grade "S", Soprafix . B Roofing Membrane Cap Sheet: ASTM D-6164, Type II, Grade "S" tested in accordance with ASTM D 1547, Soprastar Flam (92)„ heat welded. 1. Topside: Highly Reflective Reinforced Film 2. Color: White. 2.3 BASE FLASHING SHEET MATERIALS A. Backer Sheet: SBS -modified asphalt sheet; smooth surfaced, suitable for application method specified. B Flashing Sheet: SBS -modified asphalt sheet; smooth surfaced; suitable for application method specified. 2.4 AUXILIARY ROOFING MEMBRANE MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing membrane. B. Cold -Applied Adhesive: Roofing system manufacturer's standard asphalt -based, one- or two-part, asbestos -free, cold -applied adhesive specially formulated for compatibility and use with base flashings. C. Mastic Sealant: Polyisobutylene, plain or modified bitumen, nonhardening, nonmigrating, nonskinning, and nondrying. D Fasteners. Factory -coated steel fasteners and metal or plastic plates meeting corrosion -resistance provisions in FMG 4470, designed for fastening roofing membrane components to substrate, tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer. E. Metal Flashing Sheet: Metal flashing sheet is specified in Division 7 Section "Sheet Metal Flashing and Trim." F. Roofing Granules: Ceramic -coated roofing granules, No. 11 screen size with 100 percent passing No 8 (2.36 -mm) sieve and 98 percent of mass retained on No 40 (0.425 -mm) sieve, color to match roofing membrane. G Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer. Indian River County Skeet and Trap 07552 — 5 DAA Project No. 2013.04 10/06/15 Bid Set PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and set and braced and that roof drains are securely clamped in place. 2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that deck is securely fastened with no projecting fasteners and with no adjacent units in excess of 1/16 inch (1 6 mm) out of plane relative to adjoining deck. 4. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof -drain plugs when no work is taking place or when rain is forecast. 3.3 ROOFING MEMBRANE INSTALLATION, GENERAL A. Install roofing membrane system according to roofing system manufacturer's written instructions and applicable recommendations of ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing." B Start installation of roofing membrane in presence of roofing system manufacturer's technical personnel. C. Where roof slope exceeds 1/2 inch per 12 inches (1:24), install roofing membrane sheets parallel with slope 1. Backnail roofing membrane sheets to substrate according to roofing system manufacturer's written instructions. D. Cooperate with testing and inspecting agencies engaged or required to perform services for installing roofing system. E. Coordinate installing roofing system so other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1. Provide tie -offs at end of each day's work to cover exposed roofing membrane sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system. 3. Remove and discard temporary seals before beginning work on adjoining roofing. Indian River County Skeet and Trap 07552 — 6 DAA Project No. 2013.04 10/06/15 Bid Set F. Substrate -Joint Penetrations: Prevent roofing asphalt from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. 3 4 BASE -SHEET INSTALLATION A. Install lapped base sheet course, extending sheet over and terminating beyond cants. Attach base sheet as follows: 1. Mechanically fasten to substrate. B Install a second lapped base sheet course, extending sheet over and terminating beyond cants. Attach base sheet as follows: 1. Mechanically fasten to substrate. 3.5 SBS -MODIFIED BITUMINOUS MEMBRANE INSTALLATION A. Install modified bituminous roofing membrane ply sheet and cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows 1. Torch apply to substrate. 2. Unroll roofing membrane sheets and allow them to relax for minimum time period required by manufacturer. B. Laps. Accurately align roofing membrane sheets, without stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. 1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot. C Install roofing membrane sheets so side and end laps shed water. 3 6 FLASHING AND STRIPPING INSTALLATION A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Backer Sheet Application: Install backer sheet and adhere to substrate in cold -applied adhesive at rate required by roofing system manufacturer. 2. Flashing Sheet Application• Adhere flashing sheet to substrate in cold -applied adhesive at rate required by roofing system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches (200 mm) above roofing membrane and 4 inches (100 mm) onto field of roofing membrane. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing. 1. Seal top termination of base flashing. Indian River County Skeet and Trap 07552 — 7 DAA Project No. 2013.04 10/06/15 Bid Set D. Install roofing membrane cap -sheet stripping where metal flanges and edgings are set on membrane roofing according to roofing system manufacturer's written instructions. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform roof tests and inspections and to prepare test reports. B. Test Cuts: Test specimens will be removed to evaluate problems observed during quality -assurance inspections of roofing membrane as follows 1. Approximate quantities of components within roofing membrane will be determined according to ASTM D 3617. 2. Test specimens will be examined for interply voids according to ASTM D 3617 and to comply with criteria established in Appendix 3 of ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing." C. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion and submit report to Architect. 1. Notify Architect or Owner 48 hours in advance of date and time of inspection. D. Repair or remove and replace components of roofing system where test results or inspections indicate that they do not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.8 PROTECTING AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. Indian River County Skeet and Trap 07552 — 8 DAA Project No. 2013.04 10/06/15 Bid Set 3.9 ROOFING INSTALLER'S WARRANTY A. WHEREAS <Insert name> of <Insert address>, herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: <Insert name of Owner.> 2. Address: <Insert address.> 3. — Building Name/Type: <Insert information.> 4. Address: <Insert address.> 5. Area of Work: <Insert information.> 6. Acceptance Date: <Insert date.> 7. Warranty Period• <Insert time.> 8. Expiration Date• <Insert date.> B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. D This Warranty is made subject to the following terms and conditions: 1. Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. lightning; b. peak gust wind speed exceeding <Insert wind speed> mph (m/sec); c. fire; d. failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. faulty construction of parapet walls, copings, chimneys, skylights, vents, equipment supports, and other edge conditions and penetrations of the work; f. vapor condensation on bottom of roofing; and g. activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. Indian River County Skeet and Trap 07552 — 9 - DAA Project No. 2013.04 10/06/15 Bid Set 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6 Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such Leaks, defects, or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this <Insert day> day of <Insert month>, <Insert year> 1. Authorized Signature: <Insert signature.> 2. Name <Insert name.> 3. Title. <Insert title.> END OF SECTION 07552 Indian River County Skeet and Trap 10 DAA Project No 2013.04 07552 — 10/06/15 Bid Set SECTION 07620 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following sheet metal flashing and trim. 1. Formed wall flashing and trim. B. Related Sections include the following: 1. Division 7 Section "Joint Sealants" for field -applied sheet metal flashing and trim sealants. 1.3 PERFORMANCE REQUIREMENTS A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failing, rattling, leaking, and fastener disengagement. B. Fabricate and install flashing at roof edges to comply with recommendations of FM Loss Prevention Data Sheet 1-49 for the wind zone as designated on the structural engineering drawings. C Thermal Movements: Provide sheet metal flashing and trim that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim thermal movements. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. D Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration to building interior 14 SUBMITTALS A. Product Data. For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and elevations. Distinguish between shop- and field -assembled work. Include the following: 1. Identify material, thickness, weight, and finish for each item and location in Project. Indian River County Skeet and Trap 07620 —1 DAA Project No 2013.04 10/06/15 Bid Set 2. Details for forming sheet metal flashing and trim, including profiles, shapes, seams, and dimensions. 3. Details for fastening, joining, supporting, and anchoring sheet metal flashing and trim, including fasteners, clips, cleats, and attachments to adjoining work. 4. Details of expansion joint covers, including showing direction of expansion and contraction. C. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated below: 1. Sheet Metal Flashing: 12 inches (300 mm) long. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim: 12 inches (300 mm) long. Include fasteners and other exposed accessories. 3. Accessories. Full-size Sample. 1.5 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard. Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated. B. Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for fabrication and installation. 1. Build mockup of typical roof eave fascia, fascia trim, approximately 48 inches (1200 mm) long, including supporting construction cleats, seams, attachments and accessories. 2. Approval of mockups is for other material and construction qualities specifically approved by Architect in writing. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless such deviations are specifically approved by Architect in writing. 1 6 DELIVERY, STORAGE, AND HANDLING A. Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal flashing and trim materials and fabrications during transportation and handling. B. Unload, store, and install sheet metal flashing materials and fabrications in a manner to prevent bending, warping, twisting, and surface damage. C. Stack materials on platforms or pallets, covered with suitable weathertight and ventilated covering. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage 1.7 COORDINATION A. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation. Indian River County Skeet and Trap 07620 — 2 DAA Project No. 2013.04 10/06/15 Bid Set PART 2- PRODUCTS 2.1 SHEET METALS A. Lead -Coated Copper Sheet: ASTM B 101, Temper H00 and HO1, cold -rolled copper sheet, of weight (thickness) indicated below, coated both sides with lead weighing not less than 12 Ib/100 sq ft. (0.59 kg/sq m) nor more than 15 Ib/I00 sq ft. (0.73 kg/sq. m) of copper sheet (total weight of lead applied equally to both sides). B. Aluminum Sheet: ASTM B 209 (ASTM B 209M), Alloy 3003, 3004, 3105, or 5005, Temper suitable for forming and structural performance required, but not less than H14, finished as follows: 1. Anodized Finish: Apply the following coil -anodized finish: a. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish. nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. C. Lead Sheet: ASTM B 749, Type L51121, copper -bearing lead sheet. 2.2 UNDERLAYMENT MATERIALS A. Polyethylene Sheet: 6 -mil- (0.15 -mm-) thick polyethylene sheet complying with ASTM D 4397. B Felts: ASTM D 226, Type II (No 30), asphalt -saturated organic felt, nonperforated 2.3 MISCELLANEOUS MATERIALS A. General. Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation. B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self -Locking rivets and bolts, and other suitable fasteners designed to withstand design loads. 1. Exposed Fasteners: Heads matching color of sheet metal by means of plastic caps or factory - applied coating. 2. Fasteners for Flashing and Trim: Blind fasteners or self -drilling screws, gasketed, with hex washer head. 3. Blind Fasteners. High-strength aluminum or stainless-steel rivets. 4. Spikes and Ferrules. Same material as gutter; with spike with ferrule matching internal gutter width. C. Solder for Copper: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. D. Solder for LLead-Coated Copper: ASTM B 32, Grade Sn60, 60 percent tin and 40 percent lead. E. Solder for Lead. ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. F. Burning Rod for Lead: Same composition as lead sheet. Indian River County Skeet and Trap 07620 — 3 DAA Project No. 2013.04 10/06/15 Bid Set G Sealing Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealing tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape. H. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. I. Butyl Sealant: ASTM C 1311, single -component, solvent -release butyl rubber sealant, polyisobutylene plasticized, heavy bodied for hooked -type expansion joints with limited movement. J. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam -cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. K. Bituminous Coating: Cold -applied asphalt mastic, SSPC-Paint 12, compounded for 15 -mil (0.4 -mm) dry film thickness per coat. Provide inert -type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities. L. Asphalt Roofing Cement: ASTM D 4586, asbestos free, of consistency required for application. 2.4 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated Shop fabricate items where practicable. Obtain field measurements for accurate fit before shop fabrication. B. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. C. Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 1. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with epoxy seam sealer. Rivet joints for additional strength. 2. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat -lock seams. Tin edges to be seamed, form seams, and solder. D Sealed Joints: Form nonexpansion but movable joints in metal to accommodate elastomeric sealant to comply with SMACNA recommendations. E. Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. F. Conceal fasteners and expansion provisions where possible on exposed -to -view sheet metal flashing and trim, unless otherwise indicated. G. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. 1. Thickness: As recommended by SMACNA's "Architectural Sheet Metal Manual" and FMG Loss Prevention Data Sheet 1-49 for application but not less than thickness of metal being secured. Indian River County Skeet and Trap 07620 — 4 DAA Project No 2013.04 10/06/15 Bid Set 2.5 WALL SHEET METAL FABRICATIONS A. Through -Wall Flashing: Fabricate continuous flashings in minimum 96 -inch- (2400 -mm-) long, but not exceeding 12 foot (3 6 m) long, sections, under copings, at shelf angles, and where indicated. Fabricate discontinuous lintel, sill, and similar flashings to extend '6 inches (150 mm) beyond each side of wall openings. Form with 2 -inch- (50 -mm-) high end dams. Fabricate from the following material: 1. Lead -Coated Copper: 17.2 oz./sq ft. (0 60 mm thick). 2.6 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work. Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 31 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions and other conditions affecting performance of work. 1 Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect,against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by fabricator or manufacturers of dissimilar metals. 1. Coat side of lead sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene underlayment. 3. Bed flanges in thick coat of asphalt roofing cement where required for waterproof performance. Indian River County Skeet and Trap 07620 — 5 DAA Project No. 2013.04 10/06/15 Bid Set C Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. D. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and butyl sealant. E. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 1. Space cleats not more than 12 inches (300 mm) apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. F. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24 inches (600 mm) of corner or intersection. Where lapped or bayonet-type expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with elastomic butyl sealant concealed within joints. G. Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1-1/4 inches (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws. 1. Aluminum: Use aluminum or stainless-steel fasteners. 2. Copper: Use copper, hardware bronze, or stainless-steel fasteners. H. Seal joints with butyl sealant as required for watertight construction. 1. Where sealant -filled Joints are used, embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant. When ambient temperature at time of installation is moderate, between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement either way. Adjust setting proportionately for installation at higher ambient temperatures. Do not install sealant -type joints at temperatures below 40 deg F (4 deg C). 2. Prepare joints and apply sealants to comply with requirements in Division 7 Section "Joint Sealants." I. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pretin edges of sheets to be soldered to a width of 1-1/2 inches (38 mm) except where pretinned surface would show in finished Work. 1. Do not solder aluminum sheet. 2. Pretinning is not required for lead -coated copper and lead. 3. Copper Soldering: Tin uncoated copper surfaces at edges of sheets using solder recommended for copper work. 4. Where surfaces to be soldered are lead coated, do not tin edges, but wire brush lead coating before soldering. 5 Lead -Coated Copper Soldering: Wire brush edges of sheets before soldering. 6. Do not use open -flame torches for soldering. Heat surfaces to receive solder and flow solder into joints. Fill joints completely. Completely remove flux and spatter from exposed surfaces. J. Aluminum Flashing: Rivet or weld joints in uncoated aluminum where necessary for strength. Indian River County Skeet and Trap 07620 — 6 DAA Project No. 2013.04 10/06/15 Bid Set 3.3 ROOF FLASHING INSTALLATION A. General. Install sheet metal roof flashing and trim to comply with performance requirementsand SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight. B. Pipe or Post Counterflashing: Install counterflashing umbrella with close -fitting collar with top edge flared for butyl sealant, extending a minimum of 4 inches (100 mm) over base flashing. Install stainless- steel draw band and tighten. C. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Install flashing as follows. 1. Turn lead flashing down inside vent piping, being careful not to block vent piping with flashing. 2. Seal with butyl sealant and clamp flashing to pipes penetrating roof except for lead flashing on vent piping. 3.4 WALL FLASHING INSTALLATION A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture according to SMACNA recommendations and as indicated. Coordinate installation of wall flashing with installation of wall -opening components such as windows, doors, and louvers. B. Through -Wall Flashing: Installation of formed through -wall flashing is specified in Division 4 Section "Unit Masonry Assemblies." 3.5 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain in a clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07620 Indian River County Skeet and Trap 07620 — 7 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 07920 - JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications, including those specified by reference to this Section: following applications: 1 Exterior joints in the following vertical surfaces and horizontal non -traffic surfaces: a. Construction joints in cast -in-place concrete. b Joints between different materials listed above. c Perimeter joints between materials listed above and frames of doors, windows and louvers. d. Control and expansion joints in ceilings and other overhead surfaces. e Other Joints as indicated. 2. Exterior joints in the following horizontal traffic surfaces a. Isolation and contraction joints in cast -in-place concrete slabs. b. Other joints as indicated. 3. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints of exterior openings where indicated. c. Vertical joints on exposed surfaces of interior unit masonry concrete walls and partitions. d. Other joints as indicated. 4 Interior joints in the following horizontal traffic surfaces: a. Other joints as indicated. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. B Provide joint sealants for interior applications that establish and maintain airtight and water-resistant continuous joint seals without staining or deteriorating joint substrates. Indian River County Skeet and Trap DAA Project No. 2013 04 07920 — 1 10/06/15 Bid Set 1.4 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C Samples for Verification: For each type and color of joint sealant required, provide Samples with joint sealants in 1/2 -inch- (13 -mm-) wide joints formed between two 6 -inch- (150 -mm-) long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Product Certificates: For each type of joint sealant and accessory, signed by product manufacturer. E. SWRI Validation Certificate. For each elastomeric sealant specified to be validated by SWRI's Sealant Validation Program. F. Qualification Data: For Installer. G. Preconstruction Field Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on preconstruction testing specified in "Quality Assurance" Article. H. Field Test Report Log: For each elastomeric sealant application. I. Product Test Reports: Based on comprehensive testing of product formulations performed by a qualified testing agency, indicating that sealants comply with requirements. J Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B Source Limitations. Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36 -month period preceding the Notice to Proceed with commencement of the Work. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test elastomeric joint sealants for compliance with requirements specified by reference to ASTM C 920, and where applicable, to other standard test methods. 3. Test elastomeric joint sealants according to SWRI's Sealant Validation Program for compliance with requirements specified by reference to ASTM C 920 for adhesion and cohesion under cyclic movement, adhesion -in -peel, and indentation hardness. 4. Test other joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. 5. Use ASTM C 1087 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 6. Submit not fewer than eight pieces of each type of material, including joint substrates, shims, joint -sealant backings, secondary seals, and miscellaneous materials. Indian River County Skeet and Trap DAA Project No. 2013.04 07920 — 2 10/06/15 Bid Set 7. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 8. For materials failing tests, obtain joint -sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 9. Testing will not be required if joint -sealant manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to, and compatibility with, joint substrates and other materials matching those submitted. D. Preconstruction Field -Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each type of elastomeric sealant and joint substrate indicated b Each type of nonelastomeric sealant and joint substrate indicated. 3. Notify Architect seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint -sealant manufacturer's technical representative present. a. Test Method: Test Joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side 5 Report whether sealant in joint connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6 Evaluation of Preconstruction Field -Adhesion -Test Results. Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. E. Mockups: Build mockups incorporating sealant joints, as follows, to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution: 1. Joints in mockups of assemblies specified in other Sections that are indicated to receive elastomeric joint sealants, which are specified by reference to this Section. F. Preinstallation Conference. Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1 6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant manufacturer or are below 40 deg F (5 deg C). 2 When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. Indian River County Skeet and Trap 07920 — 3 DAA Project No. 2013.04 10/06/15 Bid Set 1.7 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 2 years from date of Substantial Completion. C. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression caused by structural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3 Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.2 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. C. VOC Content of Interior Sealants: Sealants and sealant primers used inside the weatherproofing system shall comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Architectural Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. D. Low -Emitting Interior Sealants: Sealants and sealant primers used inside the weatherproofing system shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small - Scale Environmental Chambers." Indian River County Skeet and Trap DAA Project No. 2013.04 07920 — 4 10/06/15 Bid Set 2.3 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants. Comply with ASTM C 920 and other requirements indicated for each liquid - applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. B. Stain -Test -Response Characteristics: Where elastomeric sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. Suitability for Contact with Food: Where elastomeric sealants are indicated for joints that will come in repeated contact with food, provide products that comply with 21 CFR 177.2600. D. Single -Component Nonsag Polysulfide Sealant: 1. Available Products: a. Pacific Polymers, Inc.; Elastoseal 230 Type I (Gun Grade). b Polymeric Systems Inc., PSI -7000. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 25. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. E. Single -Component Neutral- and Basic -Curing Silicone Sealant: 1 Products. a. Tremco, Spectrem 1 (Basic). 2. Type and Grade. S (single component) and NS (nonsag). 3. Class: 100/50. 4. Use Related to Exposure. NT (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicated, O. 6. Stain -Test -Response Characteristics: Nonstaining to porous substrates per ASTM C 1248. 2.4 LATEX JOINT SEALANTS A. Latex Sealant: Comply with ASTM C 834, Type P, Grade NF B. Available Products: 1. Pecora Corporation; AC -20+. 2. Sonneborn, Division of ChemRex Inc.; Sonolac. 3. Tremco; Tremflex 834. 2.5 ACOUSTICAL JOINT SEALANTS A. Acoustical Sealant for Concealed Joints: Manufacturer's standard, nondrying, nonhardening, nonskinning, nonstaining, gunnable, synthetic -rubber sealant recommended for sealing interior concealed joints to reduce airborne sound transmission. Indian River County Skeet and Trap DAA Project No. 2013 04 07920 — 5 10/06/15 Bid Set 1 Available Products: a. Pecora Corporation, BA -98 b. Tremco, Tremco Acoustical Sealant. 2.6 PREFORMED JOINT SEALANTS A. Preformed Foam Sealant: Manufacturer's standard preformed, precompressed, open -cell foam sealant that is manufactured from high-density urethane foam impregnated with a nondrying, water-repellent agent; is factory produced in precompressed sizes in roll or stick form to fit joint widths indicated; is coated on one side with a pressure -sensitive adhesive and covered with protective wrapping; develops a watertight and airtight seal when compressed to the degree specified by manufacturer; and complies with the following: 1. Products. a. EMSEAL Joint Systems, Ltd.; Emseal 25V b. illbruck Sealant Systems, Inc ; Wilseal 600. c. Polytite Manufacturing Corporation; Polytite B. d. Polytite Manufacturing Corporation; Polytite Standard. e. Sandell Manufacturing Co , Inc.; Polyseal. 2 Properties. Permanently elastic, mildew resistant, nonmigratory, nonstaining, and compatible with joint substrates and other joint sealants. a. Density: 10 Ib/cu. ft. (160 kg/cu. m). 2.7 JOINT -SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Elastomeric Tubing Sealant Backings. Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and to otherwise contribute to optimum sealant performance. C Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.8 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. Indian River County Skeet and Trap DAA Project No 2013.04 07920 — 6 10/06/15 Bid Set B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil -free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal b. Glass. B. Joint Priming: Prime joint substrates, where recommended in writing by joint -sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. Indian River County Skeet and Trap DAA Project No. 2013.04 07920-7 10/06/15 Bid Set C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Acoustical Sealant Application Standard: Comply with recommendations in ASTM C 919 for use of joint sealants in acoustical applications as applicable to materials, applications, and conditions indicated. D. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. E. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. F. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability G. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 5C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. H. Installation of Preformed Tapes: Install according to manufacturer's written instructions. Indian River County Skeet and Trap DAA Project No. 2013.04 07920 — 8 10/06/15 Bid Set Installation of Preformed Foam Sealants: Install each length of sealant immediately after removing protective wrapping, taking care not to pull or stretch material, producing seal continuity at ends, turns, and intersections of joints. For applications at low ambient temperatures where expansion of sealant requires acceleration to produce seal, apply heat to sealant in compliance with sealant manufacturer's written instructions. 3 4 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed elastomeric sealant Joints as follows: a. Perform 10 tests for the first 1000 feet (300 m) of joint length for each type of elastomeric sealant and joint substrate. b Perform 1 test for each 1000 feet (300 m) of joint length thereafter or 1 test per each floor per elevation. 2. Test Method• Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab in Appendix X1 in ASTM C 1193, as appropriate for type of joint -sealant application indicated. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; do this by extending cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side 3 Inspect joints for complete fill, for absence of voids, and for joint configuration complying with specified requirements. Record results in a field -adhesion -test log. 4. Inspect tested joints and report on the following: a. Whether sealants in joints connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field -adhesion hand -pull test criteria. b. Whether sealants filled joint cavities and are free of voids. c. Whether sealant dimensions and configurations comply with specified requirements. 5. Record test results in a field -adhesion -test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether joints were primed, adhesion results and percent elongations, sealant fill, sealant configuration, and sealant dimensions. 6. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. Indian River County Skeet and Trap 07920 — 9 DAA Project No. 2013.04 10/06/15 Bid Set 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. END OF SECTION 07920 Indian River County Skeet and Trap 10 DAA Project No. 2013.04 07920 — 10/06/15 Bid Set SECTION 08220 — FIBERGLASS REINFORCED PLASTIC DOORS AND FRAMES PART 1 GENERAL 11 SUMMARY A. Section Includes: 1 Fiberglass Reinforced Plastic (FRP) Doors. 2. Fiberglass Reinforced Plastic (FRP) Frames. B Related Sections include but are not limited to: 1 General Conditions 2. Section 08710 - Finish Hardware. 3 Section 09900 - Painting and Coating: Field Finishing. 1.2 SUBMITTALS A. Submit shop drawings and product technical data in accordance with Section 01300 B Product Data: 1 Manufacturer's detailed specification of construction and fabrication. 2. Installation instructions. C. Shop Drawings. Indicate the following: 1 Location, size, finish and hand of each door 2. Elevation of each door type. 3 Internal reinforcement. 4 Frame configuration, elevation, finish and anchor types. 1.3 DELIVERY, STORAGE AND PROTECTION A. Deliver door and frame assemblies packaged in manufacturer's standard containers to provide protection during transit. Store, protect and handle products at project site in strict accordance with manufacturer's instructions to prevent damage to the finish of factory -finished doors and frames. B Inspect doors and frames on delivery for damage, and notify shipper and supplier if damage exists. Minor damages may be repaired provided refinished items match new work and are acceptable to the Architect. Remove and replace damaged items that cannot be repaired as directed. C. Store doors and frames at building under cover Avoid using non -vented plastic or canvas covers that could create a humidity chamber 1 4 REGULATORY REQUIREMENTS A. Install door and frame assembly in conformance with NFPA 80 for fire -rated class, ANSI A117 1 specifications for ADA requirements, handicap accessibility B. A flame spread classification of 25 or less per ASTM E84 will apply to all FRP component parts and shall be self extinguishing per ASTM D635 C. If the application dictates, resin formulation will conform to USDA and FDA standards for incidental food contact. D Swinging Door Test, Doors and Frames, AAMA 920-03, ANSI A250 4-2001 (supercedes ANSI A-151 1), NW WDA TM -7 In excess of 1,000,000 cycles. Indian River County Skeet and Trap 08220 — 1 DAA Project No. 2013.04 10/06/15 Bid Set PART 2— PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturer is acceptable: Simon Door Company, LLC, PO Box 4557, Brownsville, Texas 78523 Telephone (866) 894 -7511 Fax (956) 831 -7530 E-mail info@simondoor.com 2.2 FRP DOORS A. Fiberglass Reinforced Plastic Doors 1 Face Panels: Standard face panels shall be chemical resistant, using a fiberglass -reinforced polyester resin system with light stabilizing additives. Thickness of panels shall be 0 090 to 0.125, with a standard of 0.120" 2. Door Thickness: 1 '/d' 3 Finish: All surfaces shall have a textured, semi -gloss, seamless gel coat finish. Gel Coat coverage shall be 15 mil thick plus or minus 3 mils. 4 Color As selected by architect from manufacturer's standard, optional or custom colors. Optional primer finish for field painting. B Internal Construction 1 Stiles and Rails shall be constructed of rectangular and square high modulus pultruded fiberglass tubes. 2. Core material as application dictates. a) Honeycomb Core, Phenolic impregnated resin honeycomb b) Polyurethane Foam Core, 1 ''/z" thick rigid block of polyurethane with an "R" factor of 11-12 shall be laminated to the interior of the face panels. c) Mineral Core, fire rated up to 90 minutes. 3 Internal reinforcements for full mortise hinges to be solid FRP blocking and for thru-bolted hardware to be high modulus pultrusions. C. Door Accessories 1 Windows: Glazing support structures and window lite retainers shall be fabricated from high modulus pultrusions and/or fiberglass composition common to the door construction. The opening itself shall be sealed in such a manner as to prevent moisture or contaminants from penetrating the interior of the door Polyvinyl window retainers will not be acceptable. 2. Louvers: Door louvers shall be constructed using FRP material in an inverted "v" type design and will adhere to the same guidelines as window openings above. 3 Transoms: All transom panels will be identical to the doors in materials, construction, thickness, finish and color. 4 Astragals: Astragals for pairs of doors will be fabricated of FRP material in the manufacturer's standard design. 5 Fire rated door accessories will be manufactured or supplied in compliance with the labeling agency and in accordance with UL1OC. 2.2 FRP FRAMES A. General. Fabricate frames of fiberglass reinforced plastic. 1 Head and Jamb: Pultruded fiberglass reinforced plastic, minimum''/" wall thickness, conforming to SDI requirements. 2. Frame Profile: Double rabbeted with 5/8" stop. Face will be 2" with a standard jamb depth of 5 %" 3 Joint Connection: Jamb to Head joints will be neatly mitered at 45 degrees 4 Finish. 15 mil +/- 3 mil gel coat finish. Color to match door unless otherwise indicated. 5 Fire rated frames will be FRP, similar to non -rated frames in manufacture and appearance and shall be in compliance with the labeling agency and in accordance with UL1OC. Fire rated frames manufactured in a material other than fiberglass will not be accepted. Indian River County Skeet and Trap DAA Project No. 2013 04 08220 — 2 10/06/15 Bid Set B. Reinforcements 1 Corner: Reinforcement at frame corner will be pultruded fiberglass angle, 4" x 4" x 5 3/8" x %" 2. Hardware: Frames will incorporate non -woven polyester fabric at mortise hinge, closer and strike locations for unparalleled screw -holding strength. C. Anchoring Systems 1 Wire anchors are recommended for masonry construction 2. New Masonry a. Wire Type b. FRP Base Anchor 3 Existing Masonry a. #14-10x3-3/4" Crete Flex Masonry Screw b FRP Base Anchor 4 Stud Wall (Metal or Wood) a. 1/4-20x2-3/4" SS Phillips Head Machine Screw b. FRP Base Anchor 2.1 FABRICATION A. Fabricate FRP doors and frames rigid, neat in appearance and free from defects. B Form to sizes and profiles as indicated on drawings. C. In compliance with the hardware manufacturer's instructions and templates, doors and frames shall be mortised and reinforced for hardware, including hinges, locks, strikes, closers, etc. D Bottom of frames will terminate at the indicated finished floor level. E. Clearances will be as follows: 1 Jambs and Head. 1/8 inch plus or minus 1/16 inch 2. Between Edges and Pairs of Doors: 1/8 inch plus or minus 1/16 inch 3 Between Bottom of Door and Threshold. Maximum 3/8 inch 4 Between Bottom of Door and Top of Finish Floor Maximum 3/4 inch PART 3 —EXECUTION 3 1 INSPECTION Installer shall meet local building standards requirements and shall examine substrates, areas, and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of fiberglass doors and frames and shall submit a written report if the conditions are unacceptable. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install doors and frames plumb, rigid, properly aligned and securely fastened in place. Install in accordance with manufacturer's instructions. B. Where applicable, set frames in place prior to construction of enclosing walls and ceilings. Space between wall and frame may be solidly filled with mortar and anchors built into the joints as the walls are constructed. C. Check plumb, squareness and twist of frames as walls are constructed. Brace securely until permanently anchored. Shim as necessary to comply with installation tolerances. D Remove temporary braces and spreaders necessary for installation only after frames have been properly set and secured. E. Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb from 60 to 90 inches in height, 2) Four anchors per jamb from 90 to 96 inches in height. F Protect frames during construction. G. Align doors in frames for uniform clearances at each edge. Indian River County Skeet and Trap DAA Project No. 2013.04 08220 — 3 10/06/15 Bid Set 3.3 ADJUSTING A. Adjust doors in accordance with door manufacturer's maintenance instructions to swing open and shut without binding and to remain in place at any angle without being moved by gravitational influence. B Adjust door hardware to operate correctly in accordance with hardware manufacturer's maintenance instructions Contact Simon Door Co if help is required with hardware installation instructions; do not alter doors to fit hardware without prior approval. 3 4 CLEANING A. Clean all exposed surfaces, removing dirt and excess sealant from all exposed surfaces. Follow the manufacturer's maintenance instructions for proper techniques and products to clean all surfaces. B Remove debris and leave work in complete and proper operating conditions. 3.5 WARRANTY Fiberglass doors and frames shall carry a lifetime warranty against failure due to corrosion from the specific environment named at the time of purchase. Manufacturer's written warranty and conditions will apply to all products contained in this section. END OF SECTION 08220 Indian River County Skeet and Trap 08220 — 4 DAA Project No 2013.04 10/06/15 Bid Set SECTION 08331 - OVERHEAD COILING DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following types of manually operated overhead coiling doors: 1. Insulated service doors. B. Related Sections include the following: 1. Division 5 Section "Metal Fabrications" for miscellaneous steel supports. 2. Division 8 Section "Door Hardware" for lock cylinders and keying. 1.3 DEFINITIONS A. Operation Cycle: One cycle of a door is complete when it is moved from the closed position to the fully open position and returned to the closed position. 1 4 PERFORMANCE REQUIREMENTS A. Structural Performance. Provide overhead coiling doors capable of withstanding the effects of gravity Toads and the following loads and stresses without evidencing permanent deformation of door components: 1 Wind Load: Uniform pressure (velocity pressure) as require for 140 MPH. See structural engineering drawings for wind loads and pressures. 2. Impact Test for Flying Debris: Comply with ASTM E 1996, tested according to ASTM E 1886. a. Level of Protection: Enhanced Protection. B. Operation -Cycle Requirements: Provide overhead coiling door components and operators capable of operating for not less than 20,000 cycles and for 10 cycles per day. 1. Include tamperproof cycle counter. Indian River County Skeet and Trap 08331-1 DAA Project No. 2013 04 10/06/15 Bid Set 1.5 SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. Include the following. 1 Summary of forces and loads on walls and jambs. B. Shop Drawings: For special components and installations not dimensioned or detailed in manufacturer's product data. Th C. Samples for Initial Selection: Manufacturer's color charts showing full range of colors available for units with factory -applied finishes. D. Samples for Verification: Of each type of exposed finish required, prepared on Samples of size indicated below. 1. Curtain Slats: 12 inches (305 mm) long. 2. Bottom Bar: 6 inches (150 mm) long. 3. Guides: 6 inches (150 mm) long. 4. Brackets: 6 inches (150 mm) square. 5. Hood. 6 inches (150 mm) square. E. Qualification Data: For Installer. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for both installation and maintenance of units required for this Project. B. Source Limitations: Obtain overhead coiling doors through one source from a single manufacturer. 1. Obtain operators and controls from overhead coiling door manufacturer. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Atlas Door; Div. of Clopay Building Products Company, Inc. 2. Cookson Company. 3. Cornell Iron Works Inc. 4. Overhead Door Corp. 5. Raynor. 6. Wayne -Dalton Corp. Indian River County Skeet and Trap 08331— 2 DAA Project No. 2013.04 10/06/15 Bid Set 2.2 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtains. Fabricate overhead coiling door curtain of interlocking slats, designed to withstand wind loading indicated, in a continuous length for width of door without splices. Unless otherwise indicated, provide slats of thickness and mechanical properties recommended by door manufacturer for performance, size, and type of door indicated, and as follows: 1. Aluminum Door Curtain Slats: ASTM B 209 (ASTM B 209M) or ASTM B 221 (ASTM B 221M), alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated a. Aluminum Extrusion Thickness: Not less than 0 051 inch (1.30 mm) b Curved profile slats. 2. Insulation: Fill slat with manufacturer's standard rigid cellular polystyrene or polyurethane -foam - type thermal insulation complying with maximum flame -spread and smoke -developed indexes of 75 and 450, respectively, according to ASTM E 84. Enclose insulation completely within metal slat faces. 3. Inside Curtain Slat Face: To match material of outside metal curtain slat. B. Endlocks and Windlocks for Service Doors: Malleable -iron casings galvanized after fabrication, secured to curtain slats with galvanized rivets or high-strength nylon. Provide locks on not less than alternate curtain slats for curtain alignment and resistance against lateral movement. C. Endlocks for Counter Doors: Manufacturer's standard locks on not less than alternate curtain slats for curtain alignment and resistance against lateral movement. D. Bottom Bar for Counter Doors: Manufacturer's standard continuous channel or tubular shape, either stainless-steel or aluminum extrusions to suit type of curtain slats. 1. Astragal: Provide a replaceable, adjustable, continuous, compressible gasket of flexible vinyl, rubber, or neoprene, for placement between angles or fitted to shape, as a cushion bumper for interior door. E. Curtain Jamb Guides for Counter Doors: Fabricate curtain jamb guides of of material and finish to match curtain slats, with sufficient depth and strength to retain curtain, to allow curtain to operate smoothly, and to withstand loading. Provide continuous integral wear strips to prevent metal -to -metal contact and to minimize operational noise; with removable stops on guides to prevent overtravel of curtain. 1. Removable Posts and Jamb Guides: Manufacturer's standard. 2.3 HOODS AND ACCESSORIES A. Hood. Form to act as weatherseal and entirely enclose coiled curtain and operating mechanism at opening head. Contour to fit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Provide closed ends for surface -mounted hoods and provide fascia for any portion of between jamb mounting projecting beyond wall face. Provide intermediate support brackets as required to prevent sagging. 1. Fabricate hoods for aluminum doors, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated; 0.032 -inch (0.8 -mm) minimum thickness, complying with ASTM B 209 (ASTM B 209M). 2. Shape: Square. 3. Exterior -Mounted Door: Fabricate hood with sealant joint bead profile for applying joint sealant. Indian River County Skeet and Trap DAA Project No. 2013.04 08331— 3 10/06/15 Bid Set B Integral Frame, Hood, and Fascia: Provide welded assemblies of the following sheet metal. 1. Fabricate from minimum 0 064 -inch- (1 6 -mm-) thick, hot -dip galvanized steel sheet with G90 (Z275) zinc coating, complying with ASTM A 653/A 653M. 2. Fabricate from minimum 0.0625 -inch- (1.6 -mm-) thick stainless-steel sheet, Type 304, complying with ASTM A 240/A 240M or ASTM A 666. C. Integral Sills: Fabricate sills as integral part of frame assembly of same sheet metal; 0.078 -inch (2.0 -mm) minimum thickness. D. Weatherseals: Provide replaceable, adjustable, continuous, compressible weather-stripping gaskets fitted to bottom and top of exterior doors, unless otherwise indicated. At door head, use 1/8 -inch- (3 -mm-) thick, replaceable, continuous sheet secured to inside of hood. 1 In addition, provide replaceable, adjustable, continuous, flexible, 1/8 -inch- (3 -mm-) thick seals of flexible vinyl, rubber, or neoprene at door jambs for a weathertight installation. E. Slide Bolt: Fabricate with side -locking bolts to engage through slots in tracks for locking by padlock, located on both left and right jamb sides, operable from coil side F. Fabricate locking device assembly with lock, spring-loaded dead bolt, operating handle, cam plate, and adjustable locking bar to engage through slots in tracks. 1. Locking Bars: Single jamb side operable from. 2. Lock cylinder is specified in Division 8 Section "Door Hardware." G. Chain Lock Keeper: Suitable for padlock. 2.4 COUNTERBALANCING MECHANISM A. General: Counterbalance doors by means of adjustable -tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to door curtain with barrel rings. Use grease -sealed bearings or self-lubricating graphite bearings for rotating members. B Counterbalance Barrel: Fabricate spring barrel of hot -formed, structural -quality, welded or seamless carbon -steel pipe, of sufficient diameter and wall thickness to support rolled -up curtain without distortion of slats and to limit barrel deflection to not more than 0 03 in./ft. (2.5 mm/m) of span under full load. C. Provide spring balance of one or more oil -tempered, heat-treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Provide cast -steel barrel plugs to secure ends of springs to barrel and shaft. D Fabricate torsion rod for counterbalance shaft of cold -rolled steel, sized to hold fixed spring ends and carry torsional load. E. Brackets: Provide mounting brackets of manufacturer's standard design, either cast iron or cold -rolled steel plate. Indian River County Skeet and Trap 08331— 4 DAA Project No. 2013.04 10/06/15 Bid Set 2.5 ELECTRIC DOOR OPERATORS A. General: Electric door operator assembly of size and capacity recommended and provided by door manufacturer for door and operation -cycles requirement specified, with electric motor and factory - prewired motor controls, starter, gear -reduction unit, solenoid -operated brake, clutch, remote -control stations, control devices, integral gearing for locking door, and accessories required for proper operation. 1. Comply with NFPA 70. 2. Provide control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24 V, ac or dc. B. Usage Classification: Electric operator and components capable of operating for not less than number of cycles per hour indicated for each door. C Electric Motors: Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements for Common Motor Requirements for Equipment unless otherwise indicated. 1. Electrical Characteristics: 480 Volt, 3 -Phase, 60 Hertz. 2. Motor Type and Controller: Reversible motor and controller (disconnect switch) for motor exposure indicated. 3. Motor Size: Minimum size as indicated. If not indicated, Large enough to start, accelerate, and operate door in either direction from any position, at a speed not less than 8 in./sec. and not more than 12 m./sec., without exceeding nameplate ratings or service factor. 4 Operating Controls, Controllers (Disconnect Switches), Wiring Devices, and Wiring: Manufacturer's standard unless otherwise indicated. D Obstruction Detection Device. Equip motorized doors with indicated external automatic safety sensor capable of protecting full width of door opening. For non -fire -rated doors, activation of device immediately stops and reverses downward door travel. For firerated doors, activation delays closing. 1. Photoelectric Sensor: Manufacturer's standard system designed to detect an obstruction in door opening without contact between door and obstruction. Provide self-monitoring capability designed to interface with door operator control circuit to detect damage to or disconnection of sensing device. 2. Sensor Edge: Automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor activates device. Connect to control circuit using manufacturer's standard take-up reel or self -coiling cable. Provide self-monitoring capability designed to interface with door operatorcontrol circuit to detect damage to or disconnection of sensing device. E. Remote -Control Station: Momentary -contact, 4 -button control station with push-button controls labeled "Open," "Close," "Mid -Stop" and "Stop." Provide exterior units, fullguarded, standard -duty, surface - mounted, weatherproof type, NEMA ICS 6, Type 4 enclosures. F. Emergency Manual Operation: Equip each electrically powered door with capability for emergency manual operation with chain pulley. Design manual mechanism so required force for door operation does not exceed 30 Ibf. G. Emergency Operation Disconnect Device: Equip operator with hand -operated disconnect mechanism for automatically engaging manual chain operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount mechanism so it is accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. H. Motor Removal: Design operator so motor may be removed without disturbing limit switch adjustment and without affecting emergency manual operation. Indian River County Skeet and Trap DAA Project No. 2013.04 08331— 5 10/06/15 Bid Set I. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with regulatory requirements for accessibility. 2.6 FINISHES, GENERAL A. General. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.7 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. B. Powder -Coat Finish: Manufacturer's standard powder -coat finish consisting of primer and topcoat according to coating manufacturer's written instructions for cleaning, pretreatment, application, thermosetting, and minimum dry film thickness. I. Color and Gloss. As selected by Architect from manufacturer's full range. PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install coiling doors and operating equipment complete with necessary hardware, jamb and head molding strips, anchors, inserts, hangers, and equipment supports. 3.2 ADJUSTING A. Lubricate bearings and sliding parts; adjust doors to operate easily, free of warp, twist, or distortion and with weathertight fit around entire perimeter 3.3 STARTUP SERVICES A. Engage a factory -authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. Indian River County Skeet and Trap DAA Project No. 2013.04 08331— 6 10/06/15 Bid Set Indian River County Skeet and Trap 08331— 7 DAA Project No. 2013.04 10/06/15 Bid Set E. Flashing: Manufacturer's standard corrosion -resistant, nonstaining, nonbleeding flashing compatible with adjacent materials. Form exposed flashing from sheet aluminum finished to match framing and of sufficient thickness to maintain a flat appearance without visible deflection. F. Framing System Gaskets and Sealants: Manufacturer's standard recommended by manufacturer for joint type. 2.4 GLAZING SYSTEMS A. Glass. Impact resistant glass complying with the Florida Building Code for missile impact requirements. B. Glazing Gaskets: Manufacturer's standard compression types, replaceable, molded or extruded, that maintain uniform pressure and watertight seal. C. Spacers and Setting Blocks: Manufacturer's standard elastomeric types. 2.5 ACCESSORY MATERIALS A. Joint Sealants: For installation at perimeter of aluminum -framed systems, as specified in Division 7 Section "Joint Sealants." B. Bituminous Paint: Cold -applied asphalt -mastic paint complying with SSPC-Paint 12 requirements except containing no asbestos, formulated for 30 -mil (0 762 -mm) thickness per coat. 2.6 FABRICATION A. Form aluminum shapes before finishing. B Framing Members, General. Fabricate components that, when assembled, have the following characteristics. 1 Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Means to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. 4. Physical and thermal isolation of glazing from framing members. 5. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 6. Provisions for field replacement of glazing from exterior. 7. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. C. Mechanically Glazed Framing Members: Fabricate for flush glazing (without projecting stops). D. After fabrication, clearly mark components to identify their locations in Project according to Shop Drawings. Indian River County Skeet and Trap DAA Project No. 2013.04 08411-5 10/06/15 Bid Set 2.7 ALUMINUM FINISHES A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 1. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration. 6. Seal joints watertight, unless otherwise indicated. B. Metal Protection: 1. Where aluminum will contact dissimilar metals, protect against galvanic action by painting contact surfaces with primer or by applying sealant or tape or installing nonconductive spacers as recommended by manufacturer for this purpose. 2. Where aluminum will contact concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Install components to drain water passing joints, condensation occurring within framing members, and moisture migrating within the system to exterior. D. Set continuous sill members and flashing in full sealant bed as specified in Division 7 Section "Joint Sealants" and to produce weathertight installation. E. Install components plumb and true in alignment with established lines and grades, without warp or rack. F. Install glazing as specified in Division 8 Section "Glazing." Indian River County Skeet and Trap DAA Project No. 2013.04 08411-6 10/06/15 Bid Set G. Install perimeter joint sealants as specified in Division 7 Section "Joint Sealants" and to produce weathertight installation. H. Erection Tolerances: Install aluminum -framed systems to comply with the following maximum tolerances: 1 Location and Plane: Limit variation from true location and plane to 1/8 inch in 12 feet (3 mm in 3.7 m); 1/4 inch (6 mm) over total length. 2. Alignment: a. Where surfaces abut in line, limit offset from true alignment to 1/16 inch (1.5 mm). b. Where surfaces meet at corners, limit offset from true alignment to 1/32 inch (0.8 mm). 3. Diagonal Measurements: Limit difference between diagonal measurement to 1/8 inch (3 mm). END OF SECTION 08411 Indian River County Skeet and Trap DAA Project No. 2013.04 08411 — 7 10/06/15 Bid Set SECTION 08710 — FINISH HARDWARE PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: Finish Hardware, Door Hardware and Thresholds, 1. Furnish, deliver and install the proper finish hardware necessary for all doors specified herein as enumerated in the "set numbers" and as required by actual conditions in the building. The hardware shall include the furnishing of all necessary screws, bolts, special bolts, expansion shields, drop plates and all other devices necessary for the proper application of the hardware. B. Related Sections: 1. 08220 - Fiberglass Reinforced Plastic Doors and Frames 3. 08330 - Roll -Up Doors 1.02 REFERENCES AND STANDARDS: A. The hardware supplier is responsible for coordination of all Local, State and Federal Codes. Including NFPA 101, Life Safety Code; NFPA 80, Fire Door & Window Code; ANSI A117 1 and California Building Code, latest edition. 103 SUBMITTALS: A. Schedules. Submit six (6) copies of the complete hardware schedule identifying each item by set, location, manufacturers name and product number to the general contractor for the architects approval. Proposal must read, "In accordance with plans and specifications", and is not to be qualified in any manner B. Product Data: Submit two (2) copies of manufacturers catalog cuts and/or product data sheets with the completed hardware schedule. C. Samples: Samples, if requested for review by the architect, shall be submitted complete with manufacturers name, model number, finish and product data. D. Templates: Furnish templates and approved hardware schedules to each related manufacturer of equipment which requires same for fabrication of their material. E. G. Keying Schedule: Keying shall be as directed by the owners representative or architect and keyed into existing systems using proper keyways. Refer to DHI Manual "Keying Systems and Nomenclature" for proper symbols and sequencing. Operations & Maintenance Data: At the completion of the project furnish to the owner, two (2) copies of an owners operation and maintenance manual. This manual shall consist of the following: 1 - Maintenance instructions for each item of hardware. 2 - Catalog cuts for each product. 3 - Parts list for each product. 4 - Name and phone number of the local representative of each manufacturer. 5 - Copy of the final approved hardware and keying schedules. 6 - Copies of manufacturers warranties and/or guarantees. 1.04 QUALITY ASSURANCE: Indian River County Skeet and Trap DAA Project No. 2013 04 08710 —1 10/06/15 Bid Set A. Substitutions: Manufacturers and model numbers listed are to establish a standard of quality. Similar items by approved manufacturers that are similar in design and equal in function and quality may be accepted upon prior approval of the architect. Provided that required data and physical samples are submitted to the architect at least ten (10) days prior to the projects bid date. B SUPPLIER QUALIFICATION: The hardware supplier must be located within a reasonable distance to the projects vicinity and have been in business for a period of not less than two (2) years. The supplier must have a certified Architectural Hardware Consultant (AHC) in his employ. The consultant shall be available to the architect, general contractor and owner during the course of the work. 1.05 DELIVERY, STORAGE & HANDLING: A. Marking and Packing: Hardware shall be delivered to the job site in the manufacturers original packaging, marked to correspond with the approved hardware schedule. B. Delivery: All hardware shall be delivered, transportation charges prepaid, to the job site. Except for those items of hardware necessary to be shipped, as directed, to fabricators for factory installation. C. Storage: A locked storage area for finish hardware shall be provided, by the contractor, for the protection of the material and finishes. The area shall be kept clean, dry and locked at all times. 1.06 WARRANTY. A. Guarantee: The hardware supplier shall provide a written guarantee that all materials furnished under this section will be free from defects in material and workmanship for a period of one (1) year from date of final inspection. Furnish a ten (10) year warranty on all door closers. B. Inspection• The hardware supplier shall make no less than two (2) inspections during installation phase to insure the hardware is being installed as scheduled. These inspections will be as determined by the architect. The hardware supplier shall also make a final inspection following completion of the building and prior to owner taking possession. 1.07 MAINTENANCE. A. Maintenance Service: Furnish copies of any and all maintenance contracts. PART 2 PRODUCTS: 2.01 MANUFACTURERS: A. Product numbers listed in the following specification are taken from the catalogs of these approved manufacturers: 1. The following manufacturers are accepted subject to requirements of this section. a. Schlage Lock Co., San Francisco, Ca. b. L.C.N Door Closer, Princeton, IL c. Zero International., Bronx, NY d. H.B. Ives, Indianapolis, IN 2.02 MATERIALS: Indian River County Skeet and Trap 08710 — 2 DAA Project No. 2013.04 10/06/15 Bid Set A. Screws and Fasteners. 1. Provide concealed fasteners where ever possible. 2. Use of self -tapping or sheet metal screws is prohibited, except for the application of flush mounted protective plates. 3. Finishes to match that of hardware being fastened. 4. Door closers and exit devices to be installed on wood or composite doors fire doors shall be attached with closed head through bolts (sex bolts). 5 Fasteners exposed to the weather shall be of non-ferrous metal or stainless steel. B. Hinges: 1. The width of all hinges shall be sufficient to clear all trim. 2. Furnish one (1) pair of hinges for all doors up to 5' 0" high. Furnish one (1) additional hinge for every additional 30 inches, or fraction thereof, of door height. 3. Exterior hinges shall be of non-ferrous material. 4. All exterior out swinging doors shall be furnished with non -removable pins (NRP). 5. All labeled doors shall be furnished with stainless steel or steel ball bearing hinges. 6. Doors 1-3/4" thick and up to 36" wide shall be furnished with 4-1/2" standard weight hinges. Doors 1-3/4" thick and over 36" wide shall be furnished with 5" standard weight hinges unless other wise specified in the hardware sets.. C. Locks & Lock Trim: 1 All locks and latches shall be Schlage Lock Co. 2. Lock trim shall be Schlage lever handles. 3. All levers shall conform to Florida State accessibility requirements. 4. All locks to be furnishes with wrought box strikes. G. Door Closers: 1. All door closers shall be L.C.N. 4040 as specified. 2. Closers shall be fully hydraulic, full rack and pinion with high strength cast iron cylinders. 3. Hydraulic fluid shall be of a type requiring no seasonal adjustment for temperatures from 120 degrees F (49 degrees C) to -30 degrees F (-35 degrees C). 4. Hydraulic regulation shall be tamper proof, non-critical valves, adjustable only with a hex wrench. Closers shall have separate adjustment valves for latch speed, general speed and back check. 5. Spring power of closers shall be adjustable from size 1 through size 5. 6. All closers shall have a ten (10) year warranty. 7. Parallel arm closer shall be furnished on all doors opening into corridors or other public spaces and shall be mounted to permit 180 degree swing whenever conditions permit. 8. All parallel arm closers shall have solid forged main and fore arms. All regular and top jamb mounted closers shall have solid forged main arms and adjustable fore arms. 9. All doors shall meet the Florida accessibility opening force requirements of 8.5 pounds for exterior doors and 5 pounds for interior doors. (Note: Life Safety (NFPA) 101 and Fire Safety (NFPA) 80 supersedes the Florida accessibility requirement.) I. Door Stops and Holders: 1. Door stops shall be furnished for all doors to prevent damage to doors, walls, equipment and/or Hardware. J. Thresholds and Weather-stripping: Indian River County Skeet and Trap 08710 — 3 DAA Project No 2013.04 10/06/15 Bid Set 1. All exterior doors to be furnished with thresholds and properly weather-stripped to provide an effective seal 2. All thresholds shall be similar to Zero 656A, unless otherwise noted, to conform to Florida Accessibility requirements. 3. Provide Zero 65A thresholds on openings where skid resistance and corrosion prevention may be required. 4. All special material thresholds, marble, etc. to be supplied by others. K. Silencers• 1. Provide silencers on all doors not gasketed. 2. Furnish three (3) silencers for each single opening and two (2) silencers for each double opening. 2.03 FINISHES. A The finish as schedule on the Hardware Schedule as shown on the construction drawings 2.04 KEYING: A All cylinders shall be keyed into existing keyway Grand Master Key system. B All locks and cylinders shall be keyed as directed by the Owner. C A proposed key schedule shall be submitted to the architect for approval D All locks and cylinders to be construction master keyed. E Furnish the following keys: 1 6 Ea. Grand Master Keys 2 6 Ea. Master Keys per set 3 2 Ea. Change Keys per keyed different set. 4 4 Ea. Change Keys per keyed alike set 5 6 Ea. Construction Master Keys F All keys shall be packaged and marked with appropriate key symbol and door number. G. Deliver construction keys only to the contractor. All permanent cores, change keys, master keys and grand master keys shall be personally delivered or sent registered mail directly to the owner at the completion of the project. 2.05 KEY CONTROL: A Provide a flush mounted key cabinet with sufficient hooks to accommodate and identify all keys. 1. The key a cabinet shall have 100% expansion capabilities and a dual tag system as manufactured by Key Control Systems, Inc 2. Indexing shall be provided to record information alphabetically, numerically by hook, numerically by keys and master and grand master keys. PART 3 EXECUTION. 3.01 EXAMINATION• Indian River County Skeet and Trap DAA Project No. 2013.04 08710 — 4 10/06/15 Bid Set A. The contractor is requires to examine the doors, frames and related items for conditions that would prevent proper application of finish hardware and shall not proceed with installation until defects are corrected or Adjusted. 3 02 INSTALLATION: A. Mounting Locations: 1 All hardware to be mounted in accordance with the Florida Accessibility requirements manual. 2. Unless otherwise directed and/or approved by the architect and/or owner in writing, the following recommended locations are from bottom of frame to center line of: Standard a. Lock or Exit Device Strike 40-5/16" b. Push & Pull Bars 42' d. Push and Pull Plate 45" e. Deadlock Strike 48" 3 Install each item of hardware in compliance with the manufacturers instructions and recommendations. Whenever cutting and fitting is required to install hardware onto or into surfaces which require further painting and/or finishing, coordinate removal, storage and reinstallation or application of surface protection with finishing work in the painting section. 4 Set units level, plumb and true to line and location. Adjust and reinforce the substrate as necessary for proper installation and operation. 3. Drill and countersink units which are not factory prepared for anchors and anchorage fasteners. 3.03 FIELD QUALITY CONTROL: A. Inspection: 1. Provide the services of an Architectural Hardware Consultant, following the completion of installation, to verify the hardware is in accordance with the approved hardware and keying schedules and check operation and adjustment of all hardware items. 3.04 ADJUSTING AND CLEANING: A. Adjust and check each operating item of hardware and each door, to ensure proper operation and function. Replace units which cannot be adjusted to operate as intended for the application. B. Final adjustments are to be made during the week prior to the owners acceptance or occupancy. Check operation of all hardware and adjust door control devices to compensate for final adjustments to the heating and ventilating system. C. D. E. Instruct owners personnel in the proper adjustment and maintenance of hardware and finishes. Furnish the owners personnel with all special tools required to adjust and maintain the hardware. Approximately six (6) months after acceptance of the hardware in each area, the installer, accompanied by representatives of the various manufacturers, shall return to the project to check and readjust every item of hardware to restore proper function. Consult with and instruct the owners personnel in recommended additions to the maintenance procedures. Replace hardware items which have Indian River County Skeet and Trap 08710 — 5 DAA Project No. 2013.04 10/06/15 Bid Set deteriorated or failed due to faulty design or materials. Prepare a written report of current predictable problems (of a substantial nature) in the performance of the hardware. 3.05 PROTECTION: A. The contractor is responsible , after acceptance of the finish hardware, for the proper protection of all items of finish hardware until the owner accepts the project as complete. 3.06 HARDWARE SCHEDULE: A. Provide hardware as specified in previous articles and as scheduled on the construction drawings (LCN) LCN — CLOSERS (SCH) SCHLAGE— LOCKSETS, CYLINDERS (IVE) IVES — HINGES, WALL STOPS (ZER) ZERO — RAIN DRIP, DOOR SWEEP, THRESHOLD END OF SECTION 08710 Indian River County Skeet and Trap 08710 — 6 DAA Project No. 2013.04 10/06/15 Bid Set SECTION 09220 - PORTLAND CEMENT PLASTER PART 1 - GENERAL 1 1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Exterior portland cement plasterwork (stucco) on solid- plaster bases. B. Related Sections include the following: 1. Division 7 Section "Joint Sealants" for sealants installed with exterior portland cement plaster (stucco) 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each type of textured finish coat indicated, 12 by 12 inches (305 by 305 mm), and prepared on rigid backing. 1.4 QUALITY ASSURANCE A. Mockups: Before plastering, install mockups of at least 100 sq. ft. (9 sq. m) in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for each type of finish indicated. 2. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, direct sunlight, surface contamination, corrosion, construction traffic, and other causes. Indian River County Skeet and Trap 09220 — 1 DAA Project No 2013.04 10/06/15 Bid Set 1 6 PROJECT CONDITIONS A. Comply with ASTM C 926 requirements. B. Exterior Plasterwork: 1. Apply and cure plaster to prevent plaster drying out during curing period. Use procedures required by climatic conditions, including moist curing, providing coverings, and providing barriers to deflect sunlight and wind. 2. Apply plaster when ambient temperature is greater than 40 deg F (4.4 deg C). 3. Protect plaster coats from freezing for not less than 48 hours after set of plaster coat has occurred. PART 2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 METAL LATH A. Expanded -Metal Lath: ASTM C 847 with ASTM A 653/A 653M, G60 (Z180), hot -dip galvanized zinc coating. 1. Available Manufacturers: a. Alabama Metal Industries Corporation (AMICO). b. California Expanded Metal Products Company (CEMCO). c. Dale/Incor. d. Marino/Ware; Division of Ware Industries, Inc. e Phillips Manufacturing Co f. Unimast, Inc. g. Western Metal Lath & Steel Framing Systems. 2. Diamond -Mesh Lath: Self -furring. a. Weight: 2.5 Ib/sq. yd. (1 4 kg/sq. m). 3. Flat Rib Lath: Rib depth of not more than 1/8 inch (3 1 mm). a. Weight: 2.75 lb/sq. yd. (1.5 kg/sq. m). Indian River County Skeet and Trap 09220 — 2 DAA Project No. 2013.04 10/06/15 Bid Set 2.3 ACCESSORIES A. General: Comply with ASTM C 1063 and coordinate depth of trim and accessories with thicknesses and number of plaster coats required. B. Zinc and Zinc -Coated (Galvanized) Accessories: 1. Available Manufacturers: a. Alabama Metal Industries Corporation (AMICO). b California Expanded Metal Products Company (CEMCO). c. Dale/Incor. d. Dietrich Industries, Inc e. Phillips Manufacturing Co. f. Unimast, Inc. g. Western Metal Lath & Steel Framing Systems. h. Insert manufacturer's name. C. Plastic Trim: Fabricated from high -impact PVC. 2 1. Available Manufacturers: a. Alabama Metal Industries Corporation (AMICO). b. Plastic Components, Inc. c. Vinyl Corp. 2. Casing Beads: With perforated flanges in depth required to suit plaster bases indicated and flange length required to suit applications indicated. a. Square-edge'style; use unless otherwise indicated. b Bull -nose style, radius 3/4 inch (19.1 mm) minimum; use at locations indicated on Drawings. 3. Control Joints: One -piece -type, folded pair of unperforated screeds in M -shaped configuration; with perforated flanges and removable protective tape on plaster face of control joint. 2.4 MISCELLANEOUS MATERIALS A. Water for Mixing: Potable and free of substances capable of affecting plaster set or of damaging plaster, lath, or accessories. B. Bonding Compound: ASTM C 932. C. Steel Drill Screws: For metal -to -metal fastening, ASTM C 1002 or ASTM C 954, as required by thickness of metal being fastened; with pan head that is suitable for application; in lengths required to achieve penetration through joined materials of not fewer than three exposed threads. D. Fasteners for Attaching Metal Lath to Substrates: Complying with ASTM C 1063. Indian River County Skeet and Trap 09220 — 3 DAA Project No. 2013.04 10/06/15 Bid Set 2.5 PLASTER MATERIALS A. Portland Cement: ASTM C 150, Type I. 1. Color for Finish Coats: Gray. B. Lime: ASTM C 206, Type S; or ASTM C 207, Type S. C. Sand Aggregate. ASTM C 897. 2.6 PLASTER MIXES A. General: Comply with ASTM C 926 for applications indicated. 1. Fiber Content: Add fiber to base -coat mixes after ingredients have mixed at least two minutes. Comply with fiber manufacturer's written instructions for fiber quantities in mixes, but do not exceed 1 Ib of fiber/cu. ft. (16 kg of fiber/cu. m) of cementitious materials. Reduce aggregate quantities accordingly to maintain workability. B. Base -Coat Mixes for Use over Concrete Unit Masonry: Single base coats for two -coat plasterwork as follows: 1. Portland Cement Mix: For cementitious material, mix 1 part portland cement and 3/4 to 1-1/2 parts lime. Use 2-1/2 to 4 parts aggregate per part of cementitious material (sum of separate volumes of each component material). C Job -Mixed Finish -Coat Mixes: 1. Portland Cement Mix: For cementitious materials, mix 1 part portland cement and 1-1/2 to 2 parts lime. Use 1-1/2 to 3 parts aggregate per part of cementitious material (sum of separate volumes of each component material) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow -metal frames, cast -in anchors, and structural framing, for compliance with requirements and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect adjacent work from soiling, spattering, moisture deterioration, and other harmful effects caused by plastering. B. Prepare solid -plaster bases that are smooth or that do not have the suction capability required to bond with plaster according to ASTM C 926. Indian River County Skeet and Trap 09220 — 4 DAA Project No. 2013.04 10/06/15 Bid Set 3.3 INSTALLING METAL LATH A. Expanded -Metal Lath: Install according to ASTM C 1063. 1. Flat -Ceiling and Horizontal Framing: Install flat diamond -mesh lath. 2. On Solid Surfaces, Not Otherwise Furred: Install self -furring diamond -mesh lath. 3.4 INSTALLING ACCESSORIES A. Install according to ASTM C 1063 and at locations indicated on Drawings. B. Control Joints: Install control joints at locations indicated on Drawings. 1. As required to delineate plasterwork into areas (panels) of the following maximum sizes: a. Vertical Surfaces. 144 sq ft. (13 4 sq m). b. Horizontal and other Nonvertical Surfaces: 100 sq. ft. (9.3 sq. m). 2. At distances between control joints of not greater than 18 feet (5.5 m) o c. 3 As required to delineate plasterwork into areas (panels) with length -to -width ratios of not greater than 2-1/2:1. 4. Where control joints occur in surface of construction directly behind plaster. 5. Where plasterwork areas change dimensions, to delineate rectangular -shaped areas (panels) and to relieve the stress that occurs at the corner formed by the dimension change 3.5 PLASTER APPLICATION A. General: Comply with ASTM C 926. 1 Do not deviate more than plus or minus 1/4 inch in 10 feet (6 4 mm in 3 m) from a true plane in finished plaster surfaces, as measured by a 10 -foot (3-m) straightedge placed on surface. 2. Grout hollow -metal frames, bases, and similar work occurring in plastered areas, with base -coat plaster material, before lathing where necessary. Except where full grouting is indicated or required for fire -resistance rating, grout at least 6 inches (152 mm) at each jamb anchor. 3. Finish plaster flush with metal frames and other built-in metal items or accessories that act as a plaster ground, unless otherwise indicated. Where casing bead does not terminate plaster at metal frame, cut base coat free from metal frame before plaster sets and groove finish coat at junctures with metal. 4. Provide plaster surfaces that are ready to receive field -applied finishes indicated. B. Bonding Compound: Apply on unit masonry plaster bases. C. Plaster Finish Coats: Apply to match stucco finish on exisi9tng building. . 3.6 CUTTING AND PATCHING A. Cut, patch, replace, and repair plaster as necessary to accommodate other work and to restore cracks, dents, and imperfections. Repair or replace work to eliminate blisters, buckles, crazing and check cracking, dry outs, efflorescence, sweat outs, and similar defects and where bond to substrate has failed. Indian River County Skeet and Trap 09220 — 5 DAA Project No. 2013.04 10/06/15 Bid Set 1.4 QUALITY ASSURANCE A. MPI Standards: 1 Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and paint systems indicated. B. Mockups: Apply benchmark samples of each paint system indicated and each color and finish selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on benchmark samples. a. If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner 1.5 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 cleg F (7 deg C). 1 Maintain containers in clean condition, free of foreign materials and residue. 2 Remove rags and waste from storage areas daily 1 6 PROJECT CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 Insert number percent, but not less than 1 gal (3.8 L) of each material and color applied. Indian River County Skeet and Trap DAA Project No. 2013.04 09911— 2 10/06/15 Bid Set PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Benjamin Moore & Co. 2. ICI Paints 3 PPG Architectural Finishes, Inc 4. Sherwin-Williams Company 2.2 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. B. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. C. Colors. As selected by Architect from manufacturer's full range. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows. 1. Concrete: 12 percent. 2. Masonry (Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Plaster: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated. Indian River County Skeet and Trap DAA Project No. 2013 04 09911-3 10/06/15 Bid Set B. Remove plates, machined surfaces, and similar items already in place that are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. 2 Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce paint systems indicated. D. Concrete Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Concrete Substrates. Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. F. Plaster Substrates. Do not begin paint application until plaster is fully cured and dry 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed items with prime coat only. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when paints are being applied: 1. Owner will engage the services of a qualified testing agency to sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance of paint materials with product requirements. Indian River County Skeet and Trap DAA Project No. 2013.04 09911 — 4 10/06/15 Bid Set 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove, noncomplying -paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE A. Stucco Substrates: a. Prime Coat: Alkali -resistant primer. b. Intermediate Coat: Exterior latex matching topcoat. c. Topcoat: Exterior latex.(eggshell or satin) B Fiber -Cement Fascia, Trim and Soffit: a. Prime Coat: Alkali -Resistant Primer as recommended in writing by topcoat manufacturer. b. Intermediate Coat: As recommended in writing by topcoat manufacturer. c. Topcoat: Latex (exterior). C CMU Substrates. Exterior and Interior Exposed CMU a. Prime Coat: 100%"acrylic resin surfacer. b. Sealer Coat: Block filler primer/sealer. c. Intermediate Coat: Single Component 100% Acrylic. d. Topcoat: Single Component 100% Acrylic. (eggshell or satin) D. Cast In Place Concrete: Interior and Exterior walls, roof and ceilings of Trap Houses a. Prime Coat: Flexible Concrete Waterproofer-Smooth b. Topcoat: Flexible Concrete Waterproofer —Smooth END OF SECTION 09911 Indian River County Skeet and Trap DAA Project No. 2013.04 09911— 5 10/06/15 Bid Set SECTION 10520 - FIRE -PROTECTION SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Portable fire extinguishers. 2. Mounting brackets for fire extinguishers. 1.3 SUBMITTALS A. Product Data. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for fire -protection cabinets. 1. Fire Extinguishers: Include rating and classification. B. Maintenance Data: For fire extinguishers to include in maintenance manuals. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain fire extinguishers through one source from a single manufacturer. B. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." C. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed, and labeled by FMG. 1.5 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of portable fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10. b. Faulty operation of valves or release levers. Indian River County Skeet and Trap 10520 — 1 DAA Project No. 2013 04 10/06/15 Bid Set 2. Warranty Period: Six years from date of Substantial Completion. PART 2- PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.2 PORTABLE FIRE EXTINGUISHERS A. Available Manufacturers: 1 Ansul Incorporated. 2. Fire End & Croker Corporation. 3. JL Industries, Inc. 4. Kidde Fyrnetics. 5. Larsen's Manufacturing Company. B General: Provide fire extinguishers of type, size, and capacity for each mounting bracket indicated. C. Multipurpose Dry -Chemical Type in Steel Container: UL -rated 2-A:10-B:C, 5 -lb (2.3 -kg) nominal capacity, with monoammonium phosphate -based dry chemical in enameled -steel container 2.3 MOUNTING BRACKETS A. Available Manufacturers. 1. Buckeye Fire Equipment Company. 2. JL Industries, Inc 3. Larsen's Manufacturing Company. B. Mounting Brackets: Manufacturer's standard galvanized steel, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or baked -enamel finish. 1. Color: Red. C. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. 1. Identify bracket -mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. a. Orientation: Horizontal. Indian River County Skeet and Trap 10520 — 2 DAA Project No. 2013.04 10/06/15 Bid Set 2.4 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.5 STEEL FINISHES A. Surface Preparation: Clean surfaces of dirt, oil, grease, mill scale, rust, and other contaminants that could impair paint bond using manufacturer's standard methods. B Baked -Enamel Finish: Immediately after cleaning and pretreating, apply manufacturer's standard two - coat, baked -enamel finish consisting of prime coat and thermosetting topcoat. Comply with paint manufacturer's written instructions for applying and baking to achieve a minimum dry film thickness of 2 mils (0 05 mm). PART 3 - EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged units. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. General: Install fire -protection specialties in locations and at mounting heights indicated or, if not indicated, at heights indicated below: 1 Mounting Brackets: 54 inches (1372 mm) above finished floor to top of fire extinguisher. D Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated. E. Identification. Apply vinyl lettering at locations indicated. 3.2 ADJUSTING AND CLEANING A. Remove temporary protective coverings and strippable films, if any, as fire -protection specialties are installed, unless otherwise indicated in manufacturer's written installation instructions. END OF SECTION 10520 Indian River County Skeet and Trap 10520 — 3 DAA Project No. 2013 04 10/06/15 Bid Set APPENDIX A PERMITS Appendix A -Permits F•\Public Works\ENGINEERING DIVISION PROJECTS\1213B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\APPENDIX A - Permits.doc St. Jahns River Water Management District Ann B. Shortelle, Ph.D., Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 329-4500 On the Internet at floridaswater.com. July 17, 2015 Indian River County 1801 27th St Vero Beach, FL 32960-3388 SUBJECT: 18858-3 Indian River County Shooting Range Dear Sir: Enclosed is your individual permit issued by the St. Johns River Water Management District on July 17, 2015. 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 GOVERNING BOARD John A. Miklos, CHAIRMAN Fred N. Roberts Jr., VICE CHAIRMAN Chuck Drake, SECRETARY Carla Yetter, TREASURER ORLANDO OCALA ORLANDO FERNANDINA BEACH Douglas C. Bournique VERO BEACH Douglas Burnett ST. AUGUSTINE Maryam H. Ghyabi ORMOND BEACH Ron Howse George W. Robbins COCOA JACKSONVILLE 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 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 62-330.340, 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 htto://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, /74. ,L),,,,Ld Margaret Daniels, Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 066) 329-4570 Enclosures: Permit cc: District Permit File Consultant: Dana Rankin Crossroads Environmental 3500 SW Corporate Pkwy Ste 206 Palm City, FL 34990-8185 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO: 18858-3 DATE ISSUED: July 17, 2015 PROJECT NAME: Indian River County Shooting Range A PERMIT AUTHORIZING: Construction of a Stormwater Management System with stormwater treatment by retention and 2.86 acres of wetland impacts for Indian River County Shooting Range , a 789.0201 - acre project to be constructed as per plans received by the District on July 14, 2015. LOCATION: Section(s): 0 Indian River County ISSUED TO: Indian River County 1801 27th St Vero Beach, FL 32960-3388 Chris Kafer 1801 27th St Vero Beach, FL 32960-3388 Township(s): 30S Range(s): 38E The 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 the 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 July 17, 2015 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 18858-3 Indian River County Shooting Range DATED July 17, 2015 1. AH 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. 2. 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. 3. 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. 4. 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://vv‘wi.flrules.org/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. 5. 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. 6. 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: a. 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 b. For all other activities'— "As -Built Certification and Request for Conversion to Operational Phase" [Form 62-330.310(1)]. c. If available, an Agency website that fulfills this certification requirement may be used in lieu of the form. 7. If the final operation and maintenance entity is a third party: a. 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. b. 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. 8. 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. 9. This permit does not: a. 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.; b. Convey to the permittee or create in the permittee any interest in real property; c. Relieve the permittee from the need to obtain and comply with any other required federal, state, and local authorization, law, rule, or ordinance; or d Authorize any entrance upon or work on property that is not owned, held in easement, or controlled by the permittee. 10. 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. 11. 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. 12. The permittee shall notify the District in writing: a. Immediately if any previously submitted information is discovered to be inaccurate; and b. 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. 13. 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. 14. 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. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62-330.201, F.A.C., provides otherwise. 16. 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. 17. 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. 18. 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. 19. This permit supersedes permit number IND -061-18858-2 and the conditions of this permit now govern the project's construction, operation and maintenance. 20. This permit authorizes 2.86 acres of dredge and fill impact for the construction of the action pistol range. No other dredge and fill activities are authorized under this permit. 21. As per the final approved plan set, received by the District on July 14, 2015, no fill (including mulch) is authorized within the footprint of the Sporting Clays Trails. 22. The construction phase of this permit will expire five years from the date of issuance. 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 proposed surface water management system shall be constructed and operated in accordance with plans received by the District on July 14, 2015. 25. 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. 26. 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. 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. 0. Box 1429, Palatka Florida 32178-1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at Clerkftsjrwmd.com, within twenty-six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21) days of the District emailing the notice of District decision (for those persons to whom the District emails actual notice), or within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Chapter 28-106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no. 4 below. 2. Please be advised that if you wish to dispute this District decision, mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation, you must do so in a timely -filed petition. If all parties, including the District, agree to the details of the mediation procedure, in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120.569 and 120.57, Florida Statutes, the time limitations imposed by Sections 120.569 and 120.57, Florida Statutes, shall be tolled to allow mediation of the disputed District decision. The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator, a statement that each 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 parry 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 40C-1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding, in accordance with the requirements set forth above. 7. Pursuant to Section 120.68, Florida Statutes, a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to ,Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, within 30 days of the rendering of the final District action. 8. A District action is considered rendered, as referred to in paragraph no. 7 above, after it is signed on behalf of the District and filed by the District Clerk. 9. Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR. Decision.DOC.001 Revised 12.7.11 Notice of Rights Certificate of Service I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent to the permittee: Indian River County 1801 27th St Vero Beach, FL 32960-3388 This 17th day of July, 2015. 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: 18858-3 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 originalaffidavit 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 40C-1.1007, Florida Administrative Code (F.A.C.), the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P.O. Box 1429, Palatka FL 32178-1429 (4049 Reid St, Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd.com, within twenty-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 District's 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 awaiver 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. 0. 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 VOL USIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS COCOA REGULATORY OFFICE 400 HIGH POINT DR., SUITE 600 COCOA, FL 32926 Regulatory Division North Branch Permits Cocoa Permits Section SAJ-1998-04088 (MOD -J S C) Modification #1 September 1, 2015 Indian River County c/o Richard B. Szpyrka, P.E., County Engineer 1801 27th St. Vero Beach, Florida 32960 Dear Mr. Szpyrka: The purpose of this letter is to modify Department of the Army Permit number SAJ-1998-04088 per your request received June 24, 2015. The Shooting Range project site is located within Indian River County (Section 17, Township 31 South, Range 38 East) at 10455 102nd Terrace, Sebastian, Florida 32958. You requested a modification to: 1. Modify the U.S. Army Corps of Engineers (Corps) authorization, issued September 20, 2014 to remove authorization for fill in 3.37 acres of wetlands for construction of the Action Pistol Range; the 3.37 acre fill for the Action Pistol Range will not occur. This is replaced with the Skeet and Trap Facility Improvement project and requires fill in 2.44 acres of wetlands, and an additional 0.96 acre of significant secondary impacts, for a total of 3.4 acres of fill in hydric pine flatwood wetlands. The modification must be completed in accordance with the six enclosed construction drawings, which are incorporated in, and made a part of the permit. The impact of your proposal on navigation and the environment has been reviewed and found to be insignificant. The permit is hereby modified in accordance with your request. You should attach this letter to the permit. All other conditions of the permit remain in full force and effect. If you have any questions concerning permit modification, please contact the project manager, Jeffrey S. Collins, at the letterhead address, by telephone at 321-504-3771, or by electronic mail at Jeffrey.s.collins@usace army.mil. -2 - Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to take a few minutes to visit http://per2.nwp.usace.army.mil/survey.html and complete our automated Customer Service Survey. Your input is appreciated — favorable or otherwise. Please be aware this web address is case sensitive and should be entered as it appears above. BY AUTHORITY OF THE SECRETARY OF THE ARMY: Jason A. Kirk, P.E. Colonel, U.S. Army District Commander Enclosures cc: Ms. Dana Rankin (via email: dana@crossroadsenvironmental.com) IIIIII01P IIIIIIIIIII Proposed Area of OMopmonl 41.31. PCP• rotors 801St' GRAPHIC SCALE 1 I T w� Leak ANO it TO WOdeolor Eu. 0312 ACC••• 0- IRC 30p•UM0 Roof, 00.00' SITE DATA PROJECT NANO PROJECT ACOREAS: INTENDED USE APPROVN REQUESTED OWNOUAPPLIGwT: TM PARCEL NO.: 20MNOJF1JLURE I/VI USE GROSS /NEIL LIWTS OF DEVELOPMENT. WETLAND IMPACTS ['TART A COMPLETION DATES: PROPOSED SCOPE OF WORK FASTING STRUCTURES. PROPOSED STRUCTURES LOO YEAR ROOD PENN WATER: SEWER. PARKING REOURED. DUSTING PARKING: PROPOSED PARKING: NEW TRIP GENERATION PERMITS REQUIRED. INDIAN RIVER COON, PUBLIC SIOORNU RMOE IMPROVEMENTS TO O(EET 11 TRAP PACLITE Aro HUNTER SAFETY TRNONO BUILDING IRC PROJECT NO. 1212 10483 102010 TERRACE 808001004. R 22030 OUTDOOR SHOOTING RANGE MNOR OTE PLAN MODIFICATION INDIAN RIVER COUNTY RISME WORKS DEPARTMENT 1201 22111AVE VERO 1EACR IL 22860 ATTN CMS PAPER. PE (70)0220.1021 302203000131029200001.0 216 ACRES OlIBACRES WA/ACRES MY 200 -JANUARY 20111 DEVELOPMENT OF THREE NEW COMBINATION SKEET AND TRIP RANGES EAST OF ENE EMOTING S-0TN0 RANGE. INCLUDING A CLASSROOM SURCINO. STORAGE WILDING ANO ECLCW TRAP HOUSES.H.L 0SSGNAIED PAVINOO.nys 18010. ( MOWING PO 1L11 A NEW SPORTING CLAYS TRAIL WEST OF THE (STING OWED SPORTING CLAYS ERNL DESCRIPTION ASPHALT PAVEMENT MARUBHELL TRAILS CONCRETE WIVE AY CONCRETE SIqNAS SUPPORT,oeOFFICE AM MA LCOMO CONCRETE WALL TOTAL EAISTING IMPERVIOUS AREA SQUARE FEET 124 2 10,701 1.111 10.234 10.013 132 12.211111 DESCRIPTION SOWLE FEET CLASSROOM BUILDING 2.000 STORAGE BUILDING 200 SKEET AND TRAP PSI P AVED PARKING 41,290 MiUZED PARKING 4.410 CONCRETE SLABS ANO WALKS 2.272 TOTAL PROPOSED IMPERVIOUS AREA 22,222 000000000.4102 1200100011 02101121 NEW STORMWATER RUNOFF ROMEO TO 1,1131ING UAL PROPOSED UNITED 0100 COMMERCLM WATER WRITER WITH POTABLE WELL (ET ORIERS) PROPOSED SEPTIC TAM AND DRANFIELD SYSTEM (OYOTCRSI WSUC PARK AT 2 SPACES PER ACRE OF ACTIVE REORG110NLL AREA (u 28 ACRES). PLOP ISPACE PER SW SF OF SUPPORT BUILDINGS 0.260 SFE PLU3) SPACE PER POO SP OF PUBLIC B UILDINGS 02.013 SE1 • 132 SPACES REaSREO (SECTION /2333(11 170 STANDARD • 10 HANDICAP • 13S TOTAL SPACES 30 SM • 2 TRAILER • 2 HANDICAP • 40 TOTAL SPACES ADT AT 2.22 TRIPS PER ACRE fOR COUNTY PMA BTE 1711P GENERATION MARLIN) 11.82 AWES A 120 TRPSIACAE • 27 NEW TRIPS ROOMY MAN RIVER COUNTY SITE PINI INCUR RIVER COUNTY CONCURRENCE INDIAN RIVER COUNTY RAND CLPMINO • SATAN RIVER COUNT, TREE REMOVAL INDIAN WM TY W'ETRAND RESOURCE MODIFY INDIAN RIVER COUNTY TYPE H ROOD PROTECTOR MBCA' St JDINS RIVER WATER I NAGEMENT DISTRICT ENNRONMEMA RESOURCE PERMIT NO. IND -001-1111132-2 ROPEY ARM CORPS OP ENGINEERS PERMIT FLORIDA D.EP. PERW T FOR CONSTRUCTION 010.0.E01 SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE SEBASTIAN, FLORIDA w. Pao 0•NU•n W 11/1103 P6 MWArel y 81/21)12 — L IRMAI ANT. 8.1802•.. • P. 0100WH. OnA1 100 M /18 Artlitecla DONADIO • Ao00ci1AE AIoOOeolo P.A. FrAMBV ENGINEERING, INC. MBIA BOVM VOLAMQM S ASSOCIATES CONSULTING ENGINEERING CA 01111 1118-002(1 STREET VERO BEACH, EL 118{0 . (771) 3111-0011 (0 DC. (8.l) 7I1 -0E12 NELLOURNE R -IN (131113I10 R. RACE R•PH OM) 81 1L213 OrooP4 SIM SITE PLAN WITH 2012 WETLANDS SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANGE SEBASTIAN, FLORIDA A ItA Ai • P1AgA1 • Anon+ Beat OrLA•l ." DONADIO i A..rci*, AnNlen. P.A. Consultant FaMBV ENGINEERING, INC. 1101A BOVAl3 VIWNRAR A ASSOCIATES CONSULTING ENCMEERING CA 03121 Ills -10TH STREET VERO BEACH, FL 12160 PH. (112) 561-0011 F%. ()11)111-1211 wCHC rt. FM OSI) 111.1110 . RACE 0.-M(1A).....Btt DRAINAGE PLAN Job ®u OB 1EAIBN I)-YI fL V��E!�:11]F5 C1 14 SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBUC SHOOTING. RANCE SEBASTIAN, FLORIDA ?>, • - MAL% Vtg-, '4""lkir cIL 10. cit_me,L _ WC.011,0 MI•1111 PAWN. .0- BUM Of 31141 INN Of MS MUCCI' C011173.t01 10 OWL ARIA ID 0•401 GRAPHIC ROME I- VAIL472 1.0211.3 Of ROAM LEGEND OnAVII ATRIAL/ 1,,(11131I - onnvo coyarrn. [WW2 OW ma • Cesrva /AM 0132010 WALL MAIM A. 1110.0.0 ASPILALIA1104.11. OWORM Met. 9.1,AIAIL PAIN ',mono MA. ',Ammo /11.11.1. , prApr MI. STEP OM 31.0, VON • OK *AV . =NI j I 1 AsAue Z.{ r,. klW111.1 13. Q1J3tl n, .100-.. mertIt O2A0/0 Don. On P... DONADIO A Amnia.. MM.:la P.A. CanWler. i. p-3 BV ENGINEERING, INC. 1.101A BOWLES VILLAMIZAR A ASSOCIATES CONSULTING ENGINEERING CA OTIS 1123 • TOTH STREET 3310 PH. (T72) 30.0035 EX (7T2) 771.3117 1113.10UPNE. .11.•141 111-0111 Fr. MAC, ft-M(7n) 4341131 ...I In. PARKING PLAN ForlA .00 300700 13-.302 ORAft AARON /.110wda P.C.115313 tAlE C1 30 IA ;3.3 - J9 L II 1771 FR UMW, A9.1.1•41011.711 MEMO MOWN - ,Anntto ant 11•4 m9w0.n9n.. P.M cosr. AMU 033.1 ULM MG .1.1=0.1aw411 RAIMENT PROPOSED MOM WM. Mom PellOWIL Po. SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBUC SHOOTING RANGE SEBASTIAN, FLORIDA u 0.1r 0.-911..4 11/11A1 TR 9,900001 01/11/19 .71 ..., 02/././1 %V. Inev. NAM, NI. o-. n Ira.. A., DONADIO ! Auwi.b, HMIs. P.A BV ENGINEERING, INC HOIA BOWLES 1I1LIAMRM • ASSOCIATES CONSULTING ENGINEERING GRIM I1111- 70TH STREET VERO (EACH. EL 11910 PH. (711) 519-0015 EK (TM 71{1)17 d EL.m PIpUI.H10 FT BOWL N -PH pi)HAH11 u.,111 SKEET—TRAP RANGE PLAN -. -... - F .DHOP $, MAO( n.ewal.R90. GRAPHIC SCALE I leek .Rb30 n. 00.6 °I°'wSeM ow..wlr�, ffiairiFiF. • °CAVACO MAMMAL 0.1. VC RACK Or K ker.al Kr Cr Kay nc12001 Ari.KNO 11101.4C Ono/ ON PrEISFEC+:Ereeir+o ".a .¢ r taw GENERAL NOTP.G CONDITIONS KIOSK 21AMONC1 CONSOILICKIN. 3. OCKICK1911 !NALL MK. ALL KKK. KAKI BUM nor, Or AK. KOOK B. NO nun ONAKK. OrmrPONS Z;0402,110.. PAAOL 7. eV. Or All MUMS 11.41. 3e MIK STATTO airRACTOO WALL K 11•3•01.41ar 0401.14. *MI OK MAK. TKIL KAKI op ISKISACONS. •40 AO. 1.0CAL. STATE Amp MOO/ KOOK KOLNKIrtrff consnnrcont, Of 11.t MOO= •ONICNO.Con MON 10 coresmcron. 14 CONTOKTOR 1,11. P.009..XCKLER Of AM 00.41r1 KKK ANY IS. ALlinc.1211r.3 VC WON WM DK PROACT DC acitain 1004.. 3nisa3{ +moi :. nrcrrnoo, Of Or 4410.041.11 VANOAKI IrtrifiCATIONS .011 FOR 110..0 "-r= ImOn SUMO KO. LANK MOCK 21. mcwi .R¢TKI. ¢,....o¢ A whom. . 22. ALL KKK. KINN KILICINE 01Nnc PA"1(114.4•31,31.0. .c .n.o TECHNICAL SPECIFICATIONS .1 w u .how Onvol 0.5141A001.111NALI. MU*. OuT NOT LAO. 10 KC 1) ALL .e.n w..¢ MA.no1'ION �) rRao1 a.m w.a.w w..33 e0w1w10.eRa n 1I ow a olo.rn wa .4 erA. 0c ¢nw.v ilE.. "17.noaar. reA¢v¢aw."""',71-7"1174r4 1) Aho 1,1 1903. 74,7'. Aa¢. w ..w.Iw. =' a.wv. a hon a e...¢. 10 wnm. ¢.L<..a..1.1. Er Er....0. 0) m1 11 771.7t.rne n ¢Ra waw A,a m.ww.a Avw. 31 rasa . z,°:.1 awtr r.:. = ¢w., :73 trii.2.67.1.447::Farg 1-777 FTAi Irr..cr. M.n .uir ¢.prwA¢Ar.wM OHAOfAGE3CEOElcADONi G��rp.A v K .wumw. f av www. 114 IND, c w.4Nw asu wC. ..e OWE% o 1,.¢4 (paw.. DR Ara aa11a.Annmom ¢ 0.m,w0we e..¢ CONTR... m 7231 A®0e401.1. RES(l90.IELVENG5_ ® scrim wax, Poo, v. worn • Aro no E. -KKK of \.1 fC0 ALL m7.. me aar. SECTION B—B SECTION C—C SECTION D—D SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANCE SEBASTIAN, FLORIDA • o1Ln{ 0..1. 0,..1.0.. w... DONADIO L Aueci.lq A20ilcec P.A. Conmilone LaC5 MBV ENGINEERING, INC: MOIA 207413 VILIANITAR 1 ASSOOATE3 CONSULTING ENGINEERING CA R)nS 1132 - 20TH STREET VERO BEACH. EL 32960 PH. (772) 219-0029 7X. 1)1.3117 WMIL1.1.• 011)231.1{10 . MACE R.. Ar )Il])40L1011 01...,E T11. DETAILS m RIMER 15-302 ORAR10 Onl vT Em/}0115 C2.10 ..E -1.-."E v Py Orin. Eau v.v... ow.. LAD nR ."...... n„ o..cnw v RRHR is=si..,•Wi go:: M ..0 v .,.. on. 1. Ro.ns m.-. n ENibiO'"w.lnl r sr o. rtu R3E STAPLE OF -TAU YOU RE w.aRu To .".nE 2.1 MORE SLIMOrl 7111=1r1 roora, Cul Br RIPIWIENTLY SINIVICO tiI ••0n SECT 7 SIM OR .00 POST- L.P.= ra4 TRENCH RrTA1) TTP E N SL7 FENCE-N.T.S. . Limc .IA.n ii‘i ^I r o ..ou 11,51A) lATION 711700T TRENCHING SO WORD,. u._., 61410CEMM.o1. VAIN 8. SIAM= SN-CRROC °.t a ORA •ASA1/0 SKEET AND TRAP FACILITY IMPROVEMENTS FOR THE INDIAN RIVER COUNTY PUBLIC SHOOTING RANCE SEBASTIAN, FLORIDA A „mnl rc P.M. 21/102 R,,.,. 200-21 ..,. u05,25/15 5.+..o we.,. e.....L 95Ae/13 P..1. R7...., —. DONADIO A /12.214121, A.chi1 4. P.A. FS JMB 1[ ENGINEERING, INC. 93OIA ROWRIS VRIAIFIM R ASSOCIATES CONSULTING ENGINEERING CA CM 1511- 10TH STREET VERO REACH. A.111140 PH. (7711 50-0019 AG (771j 779.1477 FIESOUROIR FL -111011) l..11 10 . FIERCE R. -PH (175) 421.311 9r..i.. Talc DETAILS hi Worth AO MAAR 15.301 OAF ISOM 1/19/1010 C2.11 REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS COCOA REGULATORY OFFICE 400 HIGH POINT DRIVE, SUITE 600 COCOA, FLORIDA 32926 Regulatory Division North Branch Cocoa Permits Section SAJ-1998-04088(SP-JSC) Indian River County c/o Chris Mora Public Works Director 1801 27th St. Vero Beach, Florida 32960 Dear Mr. Mora: September 20, 2014 The U.S. Army Corps of Engineers (Corps) is pleased to enclose the Department of the Army permit, which should be made available at the construction site. Work may begin immediately but the Corps must be notified of: a. The date of commencement of the work, b. The dates of work suspensions and resumptions of work, if suspended over a week, and c. The date of final cornpletion. This information should be mailed to the Special Projects and Enforcement Branch of the Regulatory Division of the Jacksonville District at P.O Box 4970, Jacksonville, Florida 32232-0019. The Special Projects and Enforcement Branch is also responsible for inspections to determine whether Permittees have strictly adhered to permit conditions. Enclosure IT IS NOT LAWFUL TO DEVIATE FROM THE APPROVED PLANS ENCLOSED. Sincerely, Digitally signed by COLLIN SJ EF F REYSCOTT.1259139356 DN: c=US, o=US. Government, ou=DoD, ou=PKI, ou=USA, cn=COLLIN SJ EF F R EYSCOTT.1259139356 Date: 2014.0920 1535:10 -04'00' Donald W. Kinard Chief, Regulatory Division DEPARTMENT OF THE ARMY PERMIT Permittee: Indian River County c/o Chris Mora Public Works Director 1801 27th St. Vero Beach, Florida 32960 Permit No: SAJ-1998-04088 (SP-JSC) Issuing Office: U.S. Army Engineer District, Jacksonville NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terms and conditions specified below. Project Description: The permittee is authorized to fill a total of 3.37 acres of waters of the United States for construction which includes berm placement around the Action Pistol Range (3.37 acres of wetland fiii) and a 706.6' x 16' unmulched path (no wetland fill). A 138' long x 1' wide x 12' high concrete wall will be constructed entirely in uplands and placed within the existing baffled rifle and action pistol range to create a second Action Pistol Range. The work described above is to be completed in accordance with the four attachments, totaling 23 pages, affixed at the end of this permit instrument. Project Location: The Action Pistol Range project would affect palustrine waters of the United States associated with St. Sebastian River, Hydrologic Unit Code (0308020303). The project site is located within Indian River County (Section 17, Township 31 South, Range 38 East) at 10455 102nd Terrace, Sebastian, Florida 32958. Directions to site: I -95 -exit in Fellsmere (Exit 156). Go east on CR 512. Take a left (north) on 102nd Terrace. The site is located at the terminus of 102nd Terrace. Approximate Central Coordinates: Latitude 27.78412 ° Longitude -80.54338 ° PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 2 of 11 Permit Conditions General Conditions: 1. The time limit for completing the work authorized ends on September 20, 2019, If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit, you must obtain the signature and the mailing address of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. Special Conditions: 1. Reporting Address: All reports, documentation and correspondence required by the conditions of this permit shall be submitted to the following address: U.S. Army Corps of Engineers, Regulatory Division, Enforcement Section, P.O. Box 4970, Jacksonville, FL PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 3 of 11 32232-0019. The Permittee shall reference this permit number, SAJ-1998-04088 (SP- JSC), on all submittals. 2. Commencement Notification: Within 10 days from the date of initiating the authorized work, the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3. Erosion Control: Prior to the initiation of any work authorized by this permit, the Permittee shall install erosion control measures along the perimeter of all work areas to prevent the displacement of fill material outside the work area. Immediately after completion of the final grading of the land surface, all slopes, land surfaces, and filled areas shall be stabilized using sod, degradable mats, barriers, or a combination of similar stabilizing materials to prevent erosion. The erosion control measures shall remain in place and be maintained until all authorized work has been completed and the site has been stabilized. 4. As-Builts: Within 60 days of completion of the authorized work or any specific phased improvement of the authorized work or at the expiration of the construction window of this permit, whichever occurs first, the Permittee shall submit as -built drawings of the authorized work and a completed As -Built Certification Form (Attachment 3) to the Corps. The drawings shall be signed and sealed by a registered professional engineer and include the following: professional U11 include V a. A plan view drawing of the location of the authorized work footprint (as shown on the permit drawings) with an overlay of the work as constructed in the same scale as the attached permit drawings (8 1/2 -inch by II -inch). The drawing should show all "earth disturbance," including wetland impacts, water management structures, and any on-site mitigation areas. b. List any deviations between the work authorized by this permit and the work as constructed. In the event that the completed work deviates, in any manner, from the authorized work, describe on the As -Built Certification Form the deviations between the work authorized by this permit and the work as constructed. Clearly indicate on the as - built drawings any deviations that have been listed. Please note that the depiction and/or description of any deviations on the drawings and/or As -Built Certification Form does not constitute approval of any deviations by the U.S. Army Corps of Engineers. c. The Department of the Army Permit number. d. Include pre -and post -construction aerial photographs of the project site, if available. PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 4 of 11 5. Eastern Indigo Snake Protection Measures: The Permittee shall comply with U.S. Fish and Wildlife Service's "Standard Protection Measures for the Eastern Indigo Snake" (dated August 12, 2013) during project site preparation and construction (Attachment 4). The following shall also apply: a. All gopher tortoise burrows, active or inactive, will be evacuated prior to site manipulation in the burrow vicinity. If excavating potentially occupied burrows, active or inactive, individuals must first obtain state authorization via a Florida Fish and Wildlife Conservation Commission Authorized Gopher Tortoise Agent permit. The excavation method selected should also minimize the potential for injury of an indigo snake. b. Holes, cavities, and snake refugia other than gopher tortoise burrows will be inspected each morning before planned site manipulation of a particular area, and if occupied by an indigo snake, no work will commence until the snake has vacated the vicinity of proposed work. 6. Cultural Resources: No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. a. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work and ground -disturbing activities within a 100 -meter diameter of the discovery and notify the Corps within the same business day (8 hours). The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. b. Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition, if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or her jurisdiction, and from the Corps. PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 5 of 11 c. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100 -meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist within the same business day (8 -hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist and from the Corps. 7. Fill Material: The Permittee shall use only clean fill material for this project. The fill material shall be free from items such as trash, debris, automotive parts, asphalt, construction materials, concrete block with exposed reinforcement bars, and soils contaminated with any toxic substance, in toxic amounts in accordance with Section 307 of the Clean Water Act. 8. Regulatory Agency Changes: Should any other regulatory agency require changes to the work authorized or obligated by this permit, the Permittee is advised that a modification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a modification of this permit from the Cocoa Regulatory Office. Further information: 1. Congressional Authorities: You have been authorized to undertake the activity described above pursuant to: () Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). (X) Section 404 of the Clean Water Act (33 U.S.C. 1344). () Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.C. 1413). 2. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, State, or local authorizations required by law. PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 6 of 11 b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal projects. 3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided 5. Reevaluation of Permit Decision: This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fail to comply with the terms and conditions of this permit. b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (see 4 above). c. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 7 of 11 enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. Extensions: General Condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps will normally give favorable consideration to a request for an extension of this time limit. PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 8of11 Your signature below, as permittee, indicates that you accept and agree to comply with the terms and conditions of this permit. (PERMITTEE) o 9_ /7--,Z0/4/ (DATE) CHAI s7-oPHE' R. NtoRR (PERMITTEE NAME -PRINTED) This permit becomes effective when the Federal official, designated to act for the Secretary of the Army, has signed below. Klortd/9, (D '`` C ;,[d N: '6) (DATE) <fril Alan . Do Colonel, U.S. Army District Commander PERMIT NUMBER: SAJ-1998-04088 (SP-JSC) PERMITTEE: Indian River County PAGE 9 of 11 When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below. (TRANSFEREE -SIGNATURE) (DATE) (NAME -PRINTED) (ADDRESS) (CITY, STATE, AND ZIP CODE) September 29, 2015 Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Mr. David Alden Fish and Wildlife Conservation Commission 620 S. Meridian Street Tallahassee, Florida 32399 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secretary RE: Indian River County Public Shooting Range Management Plan Amendment - Lease #4148 Dear Mr. Alden: The Division of State Lands, Office of Environmental Services, acting as agent for the Board of Trustees of the Internal Improvement Trust Fund, hereby approves the Indian River County Public Shooting Range management plan amendment proposing the expansion of the shooting range. Approval of this land management plan amendment does not waive the authority or jurisdiction of any governmental entity that may have an interest in this project. Implementation of any upland activities proposed by this management plan may require a permit or other authorization from federal and state agencies having regulatory jurisdiction over those particular activities. Pursuant to the conditions of your lease, please forward copies of all permits to this office upon issuance. Sincerely, cP\--ck Kelley Boree, Director Division of State Lands KB/ks August 25, 2015 Indian River County 1801 27th Street Vero Beach, FL 32960 Attention: Subject: Reference: Mr. Szpyrka: Board of County Commissioners Engineering Division 180127th Street Vero Beach, Florida 32960-3388 Telephone: (772) 226-1283 Fax: (772) 778-9391 Mr. Richard B. Szpyrka, P E. Approval of Type B Stormwater Management System Permit No. 98090044- 75228 SW App No. for the Indian River County Shooting Range SPMJ 98090044-75027 / SP -MA -15-09-24 This letter shall serve as the Type B 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 the conditions of this permit or any other permit issued by the County or other agencies. It is the applicant's responsibility to obtain all other required local, state or federal permits prior to commencement of work. In the event of a conflict between these permit conditions and the conditions of any other permit, the most stringent condition shall govern. The following drawings and Stormwater Management Calculations signed and sealed August 21, 2015 are approved for the construction of the stormwater management system in conjunction with the major site plan application: 1. Sheet C1.10 2. Sheet C1.14 3. Sheet C1.30 4. Sheet C2.10 5. Sheet C2.11 Site Plan Overall Drainage Plan Paving, Grading, and Parking Plan Details Details I. 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 F:1Engineering\Stormwater PermitsURC Shooting RangeURC Shooting Range SWMS Type B Permit No 98090044-75228.doc Mr. Richard B. Szpyrka, P.E. 98090044-75228 August 25, 2015 of construction conformance with this permit. 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. II. 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(o�ircgov.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); 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 (CO) 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. 3. To request an inspection, email Dan Wittenberg at dwittenberg(cr�irccov.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. 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/permittee unearthing any covered pipe for inspection. 2 Mr. Richard B. Szpyrka, P.E. 98090044-75228 August 25, 2015 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 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. 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 June 25, 2015 [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 Mr. Richard B. Szpyrka, P.E. 98090044-75228 August 25, 2015 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 Permit expiration date of August 19, 2017 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., C.F.M. Land Development Manager DAH/ah cc: Chris Mora, P.E., Public Works Director Adam Heltemes, P.E., Senior Engineer 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 Aaron J. Bowles, P.E., MBV Engineering, Inc. 4 INDIAN RIVER COUNTY COMMUNITY DEVELOPMENT DEPARTMENT 1801 27th Street, Vero Beach FL 32960 772-226-1237 / 772-978-1806 fax www.ircgov.com RE. CERTIFICATE OF CONCURRENCY DETERMINATION INITIAL — FINAL CERTIFICATE NUMBER 98090044 EXPIRATION DATE: 9/28/2016 ISSUED TO: INDIAN RIVER COUNTY 1801 27TH ST VERO BEACH, FL 32960 APPLICANT: RICHARD SZPYRKA P.E. 1801 27TH ST VERO BEACH, FL 32960 PROPERTY TAX I.D.: 30-3 8-00-00001-0250-00001.0 SUBJECT PROPERTY ADDRESS: 10455 102ND TER This is to certify that adequate Transportation, Solid Waste, Drainage, Parks, Water and Sewer facilities, and Schools have been determined to be available pursuant to the Indian River County Concurrency Management System and capacities are hereby allocated for the following use(s): USE DESCRIPTION UNITS QUANTITY 650 COUNTY PARK ACRE 6.18 This certificate of adequate facilities "runs with the land" as described herein. This certificate is therefore transferable with the property, but may not be transferred to any other property. Community Deveopp4ent Director cert.cinf 9/24/2015 APPLICANT: INDIAN RIVER COUNTY Environmental Planning & Code Enforcement Section 1801 27th Street, Vero Beach FL 32960 772-226-1249 / 772-978-1806 fax www ircgov.corn INDIAN RIVER COUNTY ATTN.: RICHARD SZPYRKA, P.E. IRC PUBLIC WORKS 1801 27TH ST VERO BEACH, FL 32960 INDIAN RIVER COUNTY LAND CLEARING PERMIT PROJECT NO./PERMIT NO. PROJECT NAME: PROJECT DESCRIPTION: PROPERTY OWNER'S NAME: LOCATION OF ACTIVITY: PARCEL NUMBER: 98090044 / 75028 INDIAN RIVER COUNTY SHOOTING RANGE SKEET & TRAP LAND CLEARING FOR SKEET & TRAP FACILITY IMPROVEMENTS BTIITF (INDIAN RIVER COUNTY- LESSEE) 10455 102ND TER 30-38-00-00001-0250-00001.0 THIS LAND CLEARING PERMIT is issued in accordance with Chapter 927 of the Indian River County Land Development Code. The above named applicant is hereby authorized to perform the herein described activity in accordance with the specifications stated herein and provided for in Chapter 927. This permit does not absolve the applicant and/or property owner from the responsibility to satisfy state or federal regulations that may apply to the activity 1. LAND CLEARING IS NOT ALLOWED TO COMMENCE UNTIL APPROVAL (OR EXEMPTION VERIFICATION) IS OBTAINED FROM THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT (SJRWMD). If you are not sure as to the status of SJRWMD approval or exemption, contact the Palm Bay office of the SJRWMD at phone number (321) 984-4940. 2. LAND CLEARING ASSOCIATED WITH SITE PLAN DEVELOPMENT (per County Code Chapter 914) OR SUBDIVISION PLATTING (per County Code Chapter 913) IS NOT ALLOWED TO COMMENCE IJNTIL THE SITE PLAN OR PRELIMINARY PLAT IS FORMALLY APPROVED AND, IF A LAND DEVELOPMENT PERMIT IS REQUIRED, UNTIL A LAND DEVELOPMENT PERMIT IS ISSUED BY THE COUNTY ENGINEERING DIVISION. 3. A copy of the permit shall be kept on-site during the land clearing activity. 4. The applicant shall notify county environmental planning staff upon completion of the activity, who shall inspect the property to confirm compliance which applicable county regulations. 5. Debris resulting from the land clearing activity shall be disposed of at an approved disposal facility within 60 days of clearing completion, or burned with an air curtain incinerator burn permit from the County Fire Division (or State Division of Forestry, as applicable), in accordance with County Code Chapter 925. Mulched land clearing material may be integrated with clean fill to augment berms and stormwater retention areas. Mulched material is not acceptable under roadways and at building site locations. Any mulched material deposited or buried must have at least 5 foot vertical separation from the natural groundwater table. If the applicant proposes to integrate mulched material with clean fill on-site, the applicant is advised to contact the County Environmental Health Department at (772) 794-7440 to ensure compliance with state and local requirements. 6. This land clearing permit requires that the subject property's pre -development storm water run-off discharge rate not be exceeded after the clearing operation is completed. This may require construction of temporary detention ponds or berms, and installation of erosion control devices, such as silt screens and/or hay bales, in order to maintain pre -development drainage flow characteristics and to protect against sedimentation and turbidity in discharge waters. All drainage and erosion control measures required on the approved project site plan, as applicable, are in effect for this permit. 7. The person or company conducting the land clearing must be a licensed contractor registered in Indian River County to perform such work. The applicant is advised to contact the County Building Division at (772) 226-1260 to ensure that the land clearer has required licensing. 8. This permit does not authorize the demolition of structures, as applicable. Demolition of structure(s) requires a separate demolition permit through the County Building Division. For more information, contact the County Building Division at (772) 226-1260 OTHER INFORMATION: 1. This permit authorizes land clearing for construction of the skeet and trap facility improvement project at the IRC Shooting Range, 10455 102nd Terrace, in accordance with conditions and specifications of the approved site plan (SP -MA -15-09-24 / 98090044-75027). 2. If gopher tortoises or gopher tortoise burrows are discovered within the area of construction during the course of land clearing, a tortoise relocation permit will be required through the Florida Fish and Widlife Conservation Commission (FWC). DATE OF PERMIT ISSUANCE: 9/24/2015 DATE OF PERMIT EXPIRATION: Expiration concurrent with approved site plan SIGNATURE OF AUTHORIZATION: ROLAND DEBLOIS Environmental Planner Indian River County cc: County Engineer Current Development Staff (site plan/plat related permits only) Project No./Permit No 98090044/75028 lclr.letter 9/24/2015 APPLICANT: INDIAN RIVER COUNTY Environmental Planning & Code Enforcement Section 1801 27th Street, Vero Beach FL 32960 772-226-1249 / 772-978-1806 fax www ircgov com INDIAN RIVER COUNTY ATTN.: RICHARD SZPYRKA P.E. IRC PUBLIC WORKS 1801 27TH ST VERO BEACH, FL 32960 INDIAN RIVER COUNTY TREE REMOVAL PERMIT PROJECT/ APPLIC. NO.: 98090044 / 75029 PROJECT NAME: INDIAN RIVER COUNTY SHOOTING RANGE SKEET & TRAP PROJECT DESCRIPTION: TREE REMOVAL FOR SKEET & TRAP FACILITY IMPROVEMENTS PROPERTY OWNER'S NAME: BTHTF (INDIAN RIVER COUNTY- LESSEE) LOCATION OF ACTIVITY• 10455 102ND TER PARCEL NUMBER. 30-38-00-00001-0250-00001.0 THIS TREE REMOVAL PERMIT is issued in accordance with Chapter 927 of the Indian River County Land Development Code. The above named applicant is hereby authorized to perform the herein described activity in accordance with the specifications stated herein and provided for in Chapter 927. This permit does not absolve the applicant and/or property owner from the responsibility to satisfy state or federal regulations that may apply to the activity. GENERAL SPECIFICATIONS: 1. The applicant shall conduct the activity in strict accordance with the criteria set forth in Section 927.07 of the Indian River County Land Development Code; a copy of the permit shall be kept on-site while the activity is taking place. G. The applicant shall notify county environmental planning Simupon completion Ofthe activity, who Sha: l inspect the property to confirm compliance with applicable county regulations. OTHER INFORMATION: 1. This permit authorizes removal of protected native trees for construction of the skeet and trap facility improvement project at the IRC Shooting Range, 10455 102nd Terrace, in accordance with conditions and specifications of the approved site plan (SP -MA - 15 -09-24 / 98090044-75027). DATE OF PERMIT ISSUANCE: 9/24/2015 DATE OF PERMIT EXPIRATION: Expiration concurrent with the approved site plan tree.Ietter Proj./Appl. # 98090044/75029 SIGNATURE OF AUTHORIZATION: ROLAND DEBLOIS Environmental Planner Indian River County 9/24/2015 APPLICANT: INDIAN RIVER COUNTY Environmental Planning & Code Enforcement Section 1801 27th Street, Vero Beach FL 32960 772-226-1249 / 772-978-1806 fax www. ircgov com INDIAN RIVER COUNTY ATTN.: RICHARD SZPYRKA, P.E. IRC PUBLIC WORKS 1801 27TH ST VERO BEACH, FL 32960 INDIAN RIVER COUNTY WETLAND RESOURCE PERMIT PROJECT / APPLICATION NO. 98090044 / 75390 PROJECT NAME: INDIAN RIVER COUNTY SHOOTING RANGE SKEET & TRAP PROJECT DESCRIPTION. WETLAND ALTERATION FOR SKEET & TRAP FACILITY PROPERTY OWNERS NAME: BTIITF (INDIAN RIVER COUNTY- LESEE) LOCATION OF ACTIVITY: 10455 102ND TER PARCEL NUMBER: 30-38-00-00001-0250-00001.0 This WETLAND RESOURCE PERMIT is hereby issued for the above referenced project in accordance with Chapter 928 of the Indian River County Land Development Code. The above named applicant is authorized to perform the herein described activity in accordance with the specifications stated herein and in accordance with the approved submitted alteration plan. This permit does not absolve the applicant and/or property owner from the responsibility to satisfy state or federal regulations that may apply to the activity. GENERAL SPECIFICATIONS: 1 The_ applicant shall conduct the activity in strict accordance with the criteria set forth in Section 928.06 of the Indian River County Land Development Code. 2. The applicant shall notify county environmental planning staff upon completion of the activity, who shall inspect the property to confirm compliance with applicable county regulations. SPECIFIC CONDITIONS (AS APPLICABLE): 1. This permit authorizes the alteration/filling of 2.86 acres of hydric pine flatwood wetlands (SJRWMD; 3.4 total acres impacted per USACE determination) for construction of the skeet and trap facility improvement project at the IRC Shooting Range, 10455 102nd Terrace, in accordance with conditions and specifications of the approved site plan (SP -MA -15-09-24 / 98090044-75027). 2. Army Corps of Engineers (USACE) Permit # SAJ-1998-04088 has been issued for this project, as modified by letter dated 9/1/2015. All wetland alteration associated with this project is subject to the conditions of the referenced USACE permit, as modified by the 9/1/2015 letter 3. St. Johns River Water Management District (SJRWMD) Permit # 18858-3 has been issued for this project. All wetland alteration associated with this project is subject to the conditions of the referenced SJRWMD permit, issued on 7/17/2015. Per SJRWMD permit condition #21, no fill (including mulch) is authorized within the footprint of the Sporting Clays Trails. DATE OF PERMIT ISSUANCE: 9/24/2015 DATE OF PERMIT EXPIRATION: Concurrent w/ approved site plan SIGNATURE OF AUTHORIZATION: ROLAND DEBLOIS Environmental Planner Indian River County INDIAN RIVER COUNTY, FLORIDA COMMUNITY DEVELOPMENT DEPARTMENT SITE PLAN APPROVAL a//9//c- Date Approved Bpeclal Exception ARARlrtor'„ ( i Permittedl.lae: E c4cSiD{� xsu��f Iyi +ra.p rn,-- e (PC w:1) Cf'cclufgC CIGSS(4), LPRircp 2-'• \,597 Prolog #: SP Ma._ 1 5 (3 jet4rP Condltlana See Flle 1 AARON J. BOWLES FL. P.E.#55313 DATE`: , LG C ? SHEET C 1.00 OF 10 15-302 APPENDIX Indian River County Fertilizer Ordinances Appendix A -Permits F•\Public Works\ENGINEERING DIVISION PROJECTS\ 12 I3B-IRC Shooting Range Skeet & Trap Phase 2\Admin\bid documents\Master Contract Documents\APPENDIX B - FERTILIZER ORDINANCES (title sheet).doc ORDINANCE NO. 2013 - ni 2 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF 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 surface 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 'I 'REAS, 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, F.urongacrmdrKarl RA!u.msswA OnlyeracatarfinmeesIFtengliarSladef r,sPrerOrrt a-m1t(R+eaij(4;quo 70)Cc Page 1 of 9 ORDINANCE NO. 2013 - 012 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 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 chapter, 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 plants. "Applicator" shall mean any Person who applies fertilizer on turf and/or 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 AlAu raryVA.deICENERRLVtudanom tr Oral aeaufOrd aanssalFrrteherVefadd frJ.,,rOrdl,eatt -2 1J [}]aelj(,trcjvu Tad= Page 2 of 9 ORDINANCE NO. 2013 - and practicable on -location means, including economic andtechnological considerations, for improvin • 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 any person who applies fertilizer for payment or 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 Officer" shall mean the Indian River County 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 applying fertilizer to turf specialized turf, or landscape plants. "Fertilizer" shall mean any 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 anv 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 emlo ees of .ublic lands schools arks reli'ous institutions utilities industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscape plant" shall mean any native or exotic tree, shrub, or groundcover (excluding turf). "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.-14aoragyVAdaYIENERALVieselnfom d Orc!wxrslO.dlrotFeAi'trttIriAVo IPemlherOaran.- 2V13(FLmq(Arp:t Mcbce 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 require flow. For the purposes of this chapter, soils shall be considered saturated if standing water is present or the pressure of a person 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 rapid or 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, or 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 Environmental Protection (Chapter 62-340 Florida Administrative Code) or from the top of a seawall. If more stringent Indian River County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants mai 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, stream, water 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 f?ArtarraylLkodeiGENCRAD.R.oletrrons6AdemarslD.AsuersiFrxMarNfcdr4FFNRoOrJamsf. 1013 fiersOtA.twr 2014. 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 deposited in the water. Care should be taken to prevent 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 landscape 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 deficiency has been verified, the application of a fertilizer containing phosphorous 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 to 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 Urban Turf Fertilizers. All packaged and bulk fertilizer products sold in Indian River County shall be sold in packages with labels or tags, or, if sold in bulk, be accompanied by printed information, which complies with the requirements of Rule 5E-1.003(2), Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding_a_ site, and shall not be applied for the first 30 days alter 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 granules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies. including wetlands. (b) Fertilizer shall not be applied, 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. F.•1,Iacu eytCLsfe1GENFJULNrreGalen,&OrdcnneertOrdrxeneulFerudxluarl Prnifbr.Ord Mame _ 2013(FA..+jgJurai 70pders Page 5 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 no case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Section 316.8. Managexnent 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 chapter shall not apply to: (a) bona fide farm operations as defined in the Florida Right 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 the provisions 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 apply the concepts and principles embodied in the Florida Green B.MPs, 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.•WrnrylLlydnIGEIMALYhu(vWnr6 OrdinaruvlprdinerwreFrtrdurlM hlRrt7Lur On3...u- 2015 01.1044vgrstAlsiocrir Page 6 of 9 ORDINANCE NO. 2013 - Management Practices for Protection of Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent. Private non-commercial a..licators are encoura ed 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 program 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 brochures 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 Agriculture Sciences educational activities. Any claimed or alleged deficiency in the County'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 successfiulIy complete training and continuing education requirements in 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 Institutes'. Food and Agriculture Sciences "Florida -friendly Landscapes" program, or an approved equivalent program, prior to obtaining an Indian River County Local Business Tax Certificate for any category of occupation which may apply any fertilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall provide proof of completion 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 Applicator per Rule 5E-14.117(18), Florida Administrative Code. (c) All businesses applying fertilizer to turf and/or landscape plants (including but 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 F.M0torm ithda'AENERAURrsdvMars k Ord00uw00+d`..w riFrnAfnM!ode,Fm h.trOrtiams.• 2013 (FirenfljAvat 701d0ee Page 7 of 9 ORDINANCE NO. 2013 - 012 occupation which may apply any 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 devoted to issues pertaining to this Chapter, pursuant to Chapter 162, Florida Statutes, and §103.07 of this Code. In addition, this chapter may be enforced by 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 4100.05 of this Code, and, 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, andthe corresponding sections of this chapter, and to further water conservation and nonpoint pollution prevention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes, rules or regulations shall refer to such statutes, rules or regulations, as amended from time to time. 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 area of Indian River County. unless such applicator is specifically exempted; provided, however, that this chapter shall not apply within the limits of any municipality which has adopted 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. F.:MrronryWmJarAINVtALLiuoprcirr AOrdnmrrrslChdlrrme.,IFmlfteeMlarl FinYlhoCLdUem-101!(FTney(Rur rlq.4. Page 8 of 9 ORDINANCE NO. 2013 - 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. Flescher AYE Vice Chairman Wesley S. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari AYE Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 20th day of August, 2013. �..:.. y�t.,,•,, BOARD OF COUNTY COMMISSIONERS .;:c.-. . ..�r. T�. TILT • \T TITT TTTI Ilei, arrmr T.T ATITT C1 • b 4r� , ,,'. 111 JJJJi11 1 L Y s.1 v., J kw% 1 1 , T LV ircwrk ate: 1p,',. :_: z ;Y'�l;t `,•,j ' seph . Flescher, Chairman ATTEST: Jeffrey R. Smith, Cl'e'rk 1,1k, LEs sl' Approved as to form and legal sufficiency: PP � Y• dam. u ptroller By: 1 �. Depu Clerk Dy l eingold, County Attorney EFI,ECTTVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. F.-ltnwneyltda4OEN ULtRuar •dem d CWponcrsladvnmr stFunizrrAfoaklFonlisn 0,•4nwu-:013(A,.d);A,gvr zlj.oac Page 9 of 9 ORDINANCE NO. 2013 - 014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE iVIANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (AP.PLICABILITY) 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 landseape 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 !east 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 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. :�u.-,.,in.e..:l.�•u��c•rr..,,ru..i,h Urelo ,..,u.no..r.-:rr„d,:..0.i..+Y1:m.,,r>m�itY. ch•�,,..n��.:. Page 1 of'3 ORDINANCE 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 effective date of this chapter, the The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 255-9% 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 (Applicability) 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 iinincorporAtedarea ` f Indian River r'oun(r+ �t -.....y, css such applicator is specifically exempted; c subject niatteF. 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 1 Inano,g1loda (ie..'f_' l itex}uires.i linmer Vntiromrrxi'nldivr•Ael lcsnvnr Fmili:r•Unbbmur.:Aei Page. 2 o f 3 ORDINANCE NO. 201.3 - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of This ordinance was advertised in the Vero Beach Press Journal, on the September , 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 0' Bryan , and adopted by the following vote: Commissioner 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 State. 16th day of October , seconded by The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October, 2013. ATTEST: By: fl•`R'S... BOARD OF COUNTY COMMISSIONERS r�„ INDIAN RIVER COUNTY, FLORIDA i3y: I ph E Fiescher, Chairman Jeffrey R. Smith, Clerk of CourtApproved as to form and legal sufficiency. and Comptroller lan Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. J' ..J.froda 4)F I}R IF'1kuduu•w. /trikru n,rt kvi wr. r. FeM h:n.Lw.fl••.nvur Frrt,Lf, I%nanarn rhr.. Page3of3