Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2015-242A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OLD DIXIE HIGHWAY RESURFACING FROM 71ST STREET TO COUNTY ROAD 510 INDIAN RIVER COUNTY BID NO. 2016001 INDIAN RIVER COUNTY PROJECT NO. 1138 F.D.O.T. FM NO. 429567-1-58-01 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 TIM ZORC COMMISSIONER JOSEPH E. FLESCHER JOSEPH A. BAIRD, COUNTY ADMINISTRATOR JEFFREY R SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD, COUNTY ATTORNEY CHRISTOPHER R. MORA, P.E., PUBLIC WORKS DIRECTOR RICHARD B SZPYRKA, P E., COUNTY ENGINEER MICHAEL D. NIXON, P E , ROADWAY PRODUCTION MANAGER APPROVED AS TO FORM AND SWFt CY 8Y WILLIAM K. DE$RAAL DEPUTY COUNTY ATTORNEY 00001 - Project Title Page - REV 04-07 00001 - 1 (-\Public Works\ENGINEERING DIVISION PROJECTS11138-OId Dixie Hwy Resurfacing -71st St to CR 510Vadmimtbid 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - PERMITS APPENDIX B - FERTILIZER ORDINANCES APPENDIX C - GEOTECHNICAL REPORT + + END OF TABLE OF CONTENTS + + 00010-2 F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster Contract Documents\00010 - Table of Contents - REV 04-07.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday, October 21, 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 "Old Dixie Highway Resurfacing from 71' Street to County Road 510" and Bid No. 2016001 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. 1138 INDIAN RIVER COUNTY BID NO. 2016001 FM NO. 429567-1-58-01 PROJECT DESCRIPTION: The proposed improvements to Old Dixie Highway consist of pavement reconstruction (full depth reclamation) a distance of two miles from 71s( Street to County Road 510, with the addition of 4 foot wide paved shoulders, asphalt surface and structural courses, drainage improvements, utility adjustments, signing and pavement markings. This project is a F.D.O.T. Small County Outreach Program (SCOP) funded project. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto Copies of the documents are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasing(a�ircgov.com All communications concerning this bid shall be directed to IRC Purchasing Division at purchasing( ircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a 00100 - Advertisement for Bids REV 04-07 00100 - 1 F \Public Works\ENGINEERING DIVISION PROJECTS11138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00100 - Advertisement for Bids REV 04-07.doc qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida Bid Security must be in the sum of not less than Five Percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty The County reserves the right to delay awarding of the Contract for a period of 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, September 30, 2015 at 10:00 AM., in the first floor conference room A1-303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS MANDATORY. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Dates September 6, 2015 and September 13, 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 \1138-0Id Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00100 - Advertisement for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE 1 - DEFINED TERMS 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 2 ARTICLE 5 - PRE-BID CONFERENCE 4 ARTICLE 6 - SITE AND OTHER AREAS 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA 4 ARTICLE 8 - BID SECURITY 5 ARTICLE 9 - CONTRACT TIMES 5 ARTICLE 10 - LIQUIDATED DAMAGES 5 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 6 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......... 9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 9 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Award of Contract 19 Basis of Bid; Evaluation of Bids 14 Bid Security 8 Bids to Remain Subject to Acceptance . 18 Contract Security and Insurance 20 Contract Times 9 Copies of Bidding Documents 2 Defined Terms 1 Examination of Bidding Documents, Other Related Data, and Site .4 Interpretations and Addenda 7 Liquidated Damages .. 10 Modification and Withdrawal of Bid. ....16 Opening of Bids 17 Pre -Bid Conference Preparation of Bid 13 Qualifications of Bidders 3 Signing of Agreement . ....... ......... . 21 Site and Other Areas 6 Subcontractors, Suppliers and Others 12 Submittal of Bid 15 Substitute and "Or -Equal" Items .... 11 00200 - Instructions to Bidders REV 04-07 00200 - NPublic Works \ENGINEERING DIVISION PROJECTS \1138-0Id Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsMaster Contract Documents \ 00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200 - Instructions to Bidders REV 04-07 00200 - 1 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510VAdmim\bid documentsWlaster 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. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings 4.04 Provisions conceming responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4 03, and 4.04 of the General Conditions. 00200 - Instructions to Bidders REV 04-07 00200 - 2 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Vadmim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11 01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute and "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure' for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12 01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12 02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12 03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13 01 The Bid form is included with the Bidding Documents 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered 00200 - Instructions to Bidders REV 04-07 00200 - 6 F'.Public Works\ENGINEERING DIVISION PROJECTS \1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 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. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form 13.10 The address and telephone number for communications regarding the Bid shall be shown 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished Do not leave any questions or requests unanswered. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11 03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 00200 - Instructions to Bidders REV 04-07 00200 - 7 F'\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents100200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15 01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships B. Sworn Statement under the Florida Trench Safety Act. C. Qualifications Questionnaire. D. List of Subcontractors. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, Florida, 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. 00200 - Instructions to Bidders REV 04-07 00200 - 8 F -\Public Works\ENGINEERING DIVISION PROJECTS \1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly An abstract of the amounts of the base Bids and major altemates, if any, will be made available to Bidders after the opening of Bids ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept altemates (if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents 00200 - Instructions to Bidders REV 04-07 00200 - 9 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510V1dmim\bid documentsWlaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 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 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. 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 \1138-01d Dixie Hwy Resurfacing -71st St to CR 510Vadmim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 SECTION. 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07.doc 00300 1 F-1Public Works ENGINEERING DIVISION PROJECTS \1138-Otd Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents Master Contract Documents\00300 - Bid Package Contents - REV 04-07.doc SECTION 00310 - Bid Form PROJECT IDENTIFICATION Project Name: Old Dixie Highway Resurfacing from 71St Street to County Road 510 County Project Number: 1138 Bid Number: 2016001 Project Address. Old Dixie Highway Resurfacing from 71st Street to County Road 510, Vero Beach, Florida Project Description: The proposed improvements to Old Dixie Highway consist of pavement reconstruction (full depth reclamation) a distance of two miles from 71st Street to County Road 510, with the addition of 4 foot wide paved shoulders, asphalt surface and structural courses, drainage improvements, utility adjustments, signing and pavement markings. THIS BID IS SUBMITTED TO. This is a F.D O.T. Small County Outreach Program (SCOP) funded project FM No. 429567-1-58-01 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 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. 00310-1 00310 - Bid Form REV 04-07 F\Public Works\ENGINEERING DIVISION PROJECTS11138-01d Dixie Hwy Resurfacing -71st St to CR 510V1dmim\bid documents\MasterContract Documents \00310- Bid Form REV 04-07.doc Rev. 05/16/01 C Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all. (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation, Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid, Bidder has not solicited or induced any individual or entity to refrain from bidding, and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] 00310-2 00310 - Bid Form REV 04-07 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510V{dmim\bid documents\Master Contract Documents100310 - Bid Form REV 04-07.doc Rev. 05/16101 ITEMIZED BID SCHEDULE ^ADDENDUMi 10/5/15 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 IRC PROJ CT NO: 1138, ID NO. 2016001 BIDDER'S NAME: 4 .01;' 00310 -3 101-1 MOBILIZATION LS 1 G4 59 360' 2.51 3(4,0 .4'4 182-1 MAINTENANCE OFTRAFFIC LS 1 ZS 4:11 g'°-?'`= *1U2�0 CHANGEABLE VARIABLE K8ESSAGESIGN PD 360 � i"^ °^ = '~`^��l' °~ �� ^104-1 EROSION AND WATER POLLUTION CONTROL LS 1 2/2000.°~ 2y2000.w~ *104 DELETE -EF 10-3 S[D|N}ENT8ARR|[R 19.GOO ^1O41O DELETE -EA �6- fNL[TPROT[CT|O� 11O4'1 CLEARING AND GRUBBING AC 7 4���� +' ^ `~-` 2:89q4.... 110'7-1 MAILBOX, RELOCATION EA 6 ^^~ �/��) ^w~ /��M GOO. ' w" ' ` 12O'1 EXCAVATION, EMBANKMENT SY 10.000 c/.��' 7 ^� ^42560^ • 120-2A 12U'2A BORROW EXCAVATION (MILLINGS) (RECLAIMED ASPHALT PAVEMENT BASE (RAP ) -MIXED IN ROADWAY BASE) CY 6,000 ~�- a./]/l w ' �lN0 ^~ xu/u��^ 160-4-1 TYPE"8''STABILIZATION (12^SU8QRADEL8R4O) (SHOULDER) SY 9,000 ^ / "3°Jl///°n �� u^ `/^���^ 285-7 OPTIONAL BASE COURSE (FULL DEPTH RECLAMATION) SY 38,842 3...1(4 zNNqz4.7' 286-1 TURNOUT CONSTRUCTION (ASPHALT) SY 500 i ^ w~ /3S-00' '' 286'2 TURNOUT CONSTRUCTION (CONCRETE) SY 600 'n^~- Z\G^00'=' 300-1 ASPHALT EMULSION TYPE CSS-lti-QUANTITY BASED ON275GAL./SY GA 106.815 �� � .~ �-^ � 25(0 "5-4) "~�=r`�°~�~ 327-70'0 MILLING EXISTING ASPHALT PAVEMENT, 1'1/2''AVG. DEPTH SY 1,658 �� cY� c- ` ul�M� �D -~�^^=' 334-1-13 SUPERPAVE ASPHALT CONCRETE, TRAFFIC C (S.P 12 5, 1'1/2''THICK) SY 36,516 �~Cl| .� . ^ �r^�������'� ^-'^`-=~~=' 334-1-13A SUPERPAVE ASPHALT CONCRETE, TRAFFIC C (S.P. 9 5, 1-1/2" THICK) SY 38,155 ~7 �� | `- 2.9q 3-1(0.7 339-1 MISCELLANEOUS ASPHALT PAVEMENT (3" THICK UNDER GUARDRAIL) TN 50 ^���- ,_ u.�~u' � ����y� �^ ^ . ~~~' 400'2'1 CONCRETE. CLASS || (8'X4' BOX CULVERT) (PRECAST) 0NCLUDESRBNFORC|NGSTEEL) LF 72 � x�y) ~ �p ^w' u�"������7 ~ v 'y)�^~ ' C[}NCRETE.CLASS ||(0'X3'BOX CULVERT) (PRECAST) (INCLUDES REINFORCING STEEL) LF 72 + (4)9'.400-2-1A IA - ulY /6w ' °m0310-3 pAP"micwmxs \ ENGINEERING DIVISION PROJECTS nma-OmDixie Hwy pesurfacino-7`mmmcnn1owomimmmdocuments \Mosteronmrau • ITEMIZED BID SCHEDULE *ADDENDUM 1 10/5115 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 IRC CT N 2016001 F. \Public Works \ ENGINEERING DIVISION PRmoCTS11138-0Id Dixie Hwy Resurfacing-71stmmon510 \Admimlbid documentsWaster Contract ViO CONCRETE, CLASS 1 (ENDWALL & FOOTING, 8'X4' BOX CULVERT) (FDOTINDEX #28Q)(INCLUDES ~ ���� 400-2'2 RBNFORC|N��STEEL) EA 2 32.17a,-' ���. �u ` -�-V` CONCRETE, CLASS (ENDWALL & FOOTING, 6'X3' BOX CULVERT) (FD0T.INDEX #28O)(INCLUDES ���y~��� &,����t�» ~� 404-2A REINFORCING STEEL) EA 2 .�.m/�^w. � `w_^^~`~' �� ��O1=��^"- 425'1'521 INLETS, DT BOT, TYPE C, <10' EA 20 1 Z�",- 4254'551 INLETS, DTBOT, TYPE E.<10. EA 8 ��/�]��. n ���l 'w,��}O' 430'174'112 PIPE CULVERT, ROUND, 12^SD(CAP) LF 222 ^w. Z2 45034..- 5034`=430'174'115 430-174-115 PIPE CULVERT, ROUND, 15'SD(CAP) LF 814 a(4)^� 2_`164.- 6d,"43O'174'115AP|PECULVERT.ROUND.15'SD(RCP) 141 Q22I 430-174-115A PIPE CULVERT, ROUND, 15" SD (RCP) LF 222 ^V' ^S14 430-174-118 PIPE CULVERT, ROUND, 18''3D(CAP) LF 990 � ��:���'�� �� «.etm��im~-A 43O'174'118A PIPE CULVERT, ROUND, i8"SD(RCP) LF 110 (-1-`1.,� ��~ ^�^^�~��[\` 430'174-124 PIPE CULVERT, ROUND, 24''SD(CAP) LF 1,574 31-1-. �� SI -kW -3 . ~^x.��'^�' P|PECULVERT.OTHERGHAPE-ELL|PA\RCH.24''SD LF 681 ^\/L `l(] �-�` ' 3025(i? 4. ^^`� ^^`*' 430'174'224 (CAP) P|PE�ULVERT.OTHERGHAPE'ELL|P64RCH.2�^8D ���� c��� �R��~��Z' 430-174-224A (RCP) LF 338 `� \ . c�wu~�,� . 430'984'121 K4|TEREDEND SECTION, ROUND, 12^SD EA 3 7�=� � �^/`^^ ���~~ ^-^-^~^ �?r\M � 7���^` 438-984-123 W1|TEREDEND SECTION, ROUND, 15''SD EA 9 �~=' '^-^�`' 43O-SD4'125 W4|TEREDEND SECTION, ROUND, 18^SD EA 1 �� ��o�vu'r � ^� �Lu°^ ^�^ 430'984'128 MITERED END SECTION, ROUND, 24" SD EA 3 900:( 2.1'00." 430'984'820 MITERED END SECTION, ELL|PA\RCH24''SD EA 1 ~�y�*/��8� `'t ��Q �uU`» �� � ���/� � 520-1'10 CONCRETE CURB & GUTTER (TYPE F) LF 161 �}�� ���U3-� r����� �-Jx ~��''^- 522'1 CONCRETE FOR S|DEVVALK(G^THICK, S'VV|DB SY 67 ��m' �� 527'2 DETECTABLE VVARNING SF 38 �� . �� �-~w° (�� � * -�uo' 530-1 R|PRAP, SAND -CEMENT CY 24 ���� m���_'°- � q /L /uu m ' tt. 530-1'1 GUARDRAIL -ROADWAY LF 700 19^39 /435-73 il- � ITEMIZED BID SCHEDULE *ADDENDUM 1 10/5M5 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 IRC 2016001 BIDDER'S NAME: /Ys/V\�0rOYEAI��-�'~~ ."w.,nms^m�� 1p*+.p"w �� �^�"^g"ysM"a^alt"m*aTg°,v^uw*p 536'8-1 GUARDRAIL END ANCHORAGE ASSEk0BLY(SKT35O) EA 4 �7��- � ^���-�^' Nl(�nJ "^ �-�-l\�^Y' 570'1-2 PERFORMANCE TURF (BAH|A) SY 30.000 13G S E200" ^ * 700'1-50 SINGLE S((�NPOST (RELOCATE) AS 14 y���� V� .`�w^ �O�� � , �`�«.. S|N(�LESIGN POST (RE&1OVE) AS 4 ����� , Z. �MM '- `^`�~^ * 706'3 RETRO'REFLECT|VEPAVEMENTMARKERS(AMBER/ RETRO -REFLECTIVE AMBER) EA 414 ,/ ���� �`~~ ' �� � 7f�-"u/ ^ / `�w . 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12", FOR CROSSWALKS LF 146 [I 1-72- ZS}, 12- THERMOPLASTIC, STANDARD, WHITE, SOLID, 24'.FOR STOP LINE LF 133 3 ~� -yD� /(2*711'11'126 711-11-151 THERMOPLASTIC, STANDARD, WHITE, D0TTED/QU|DEL|NB0''1O'GAP EXTENS|(]N.G^ LF 320 �� ��`^^p-' GO � ��/ ��O '~~'^ *7114S'111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" LF 31,871 0 ' EGA 27489 'OG 711'16'211 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" LF 5.280 0 ^3(0 4 4s43 ^7° *711-16-231 THERMOPLASTIC, STANDARD, YELLOW, SKIP, (10''30') 6" LF 4.063 O'-.'- \3'40 'C1 SUB -TOTAL OF ROADWAY IMPROVEMENTS 64 2 1 iO. 425-8 VALVE BOXES, ADJUST EA 19 3 �`o '+ -'74-10.°- Y4\0'*-REPLACEEX|ST|NGF|BERGU\SSA(RRELEASEVALVE 425-6A REPLACE EXISTING FIBERGLASS AIR RELEASE VALVE VAULTS WITH 5 FOOT DIAMETER CONCRETE VAULTS WITH 36"X 6" H -TEC ERGO XL DUCTILE IRON TRAFFIC BEARING COVER AND RING VV|TH LIFT ASSIST EA 2 �T�* ^^°wx_~'. �/���� / ' ^~TVx. U-1 UTILITY DEFLECTION - 6" FORCE MAIN STATION 127+80 LS 1 /0"~ ' /OuTw'* U -2 U'2 UT|L|TYDEFLECT|ON 4^FORCE K�A|NSTATION 175+40 LS 1 ���� ° +^����. �M� A- `������ U-3 UTILITY DEFLECTION '3"FORCE K�A|NSTATION 1O7+88 LS 1 ��� ^����m-�~ TOO. IA OLD DIXIE HIGHWAY CONFLICT RESOLUTION OFFSETS- PROPOSED BOX CULVERT REPLACEMENT WITH EXISTING 16" REUSE MAIN AND 24" FORCE MAIN AT STATION 182+00 U-4 INSTALL 1G^PVC DR14REUSE N1A|N(JFFGET LF 100 /�n w ~~��' �n� �Q��Nmc/.* U-5 INSTALL 24^PVC DR14FORCE /NA|NOFFSET LF 100 �� �� 7/*. '- ^ 9wx1J' 00310-5 plPumic Works \ ENGINEERING DIVISION PROJECTS \1138-0Id Dixie Hwy Resurfacing -71st St to CR 510‘Admim‘bid documents Contract ITEMIZED BID SCHEDULE *ADDENDUM 1 1015115 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 IRC PROJ T NO\- 1138, BID NO. 2016001 IITLL ice' . BIDDER'S NAME: - r. � _.. -.: a ,._-... iL.._^V' 6c �.. f¢._.l to - ...3 v.....c._�,._.•-.; }.... -._..0 ._. .�..] r. -v_ ..... o ":i5'n.':„•. _ �--.. ......-s.: -.. �.��..... ,_.. -.:.:. .� - ...,� _ .. a:.�. �' - - __ i'�: _ escrr tfo :,�;..r R ,� �: �-.-::...�_:._,� -�'.,,:-�: �.. �:....� _. _..t._. �; ���. _.�.-� - - Unit..u` � - - _ - MAW ty _ -' - - n� -,.:.1. - - � ___ .� _...�..__,: :<y+`�...- - _Arriounf�.”=� U-6 INSTALL 24" X 24" WET TAP ASSEMBLY WITH TAPPING GATE VALVE AND TAP MAIN EA 2 `� `� 24Q4O,tt p 4Q8$OuA. U-7 INSTALL AND RESTRAINING EXISOTING PIPE VE 24" E STOP, INCLUDES EA 2 201r0. K 46EEt) , 4 U-8 REMOVAL AND DISPOSAL OF 16" DUCTILE IRON PIPE LF 100 I0. w /000. k - U -9 REMOVAL AND DISPOSAL OF 24" DUCTILE IRON PIPE LF 100 10.46 46 IOW U-10 INSTALL DUCTILE IRON FITTINGS TN 4 O-%00, Z2400, "- U-11 INSTALL 2" ARV ASSEMBLY WITH ARV, GV, CONCRETE VALVE AND COVER EA 2 I/37/ , Z2-74 Z. it U-12 TEST HOLES, POT HOLES EA 10 /7S--,' l75 Q.N U-13 INSTALL 6" CONCRETE SIDEWALK 6' WIDE CENTERED OVER 16" AND 24" PIPE AT CULVERT SF 120 , / 't S0 //n �40. 4- U-14 U-14 WELL POINT DEWATERING LS 1 6S-0 O . 55-00_`1 SUB -TOTAL OF UTILITY IMPROVEMENTS I b ZOS p . M FORCE ACCOUNT 100,000 00 TOTAL PROJECT BID (INCLUDING FORCE ACCOUNT) OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 TOTAL 211'(Qo, TOTAL PROJECT )a?(-\ BID AMOUNT IN WORDST Q 4VAOt J'Viwrateckaf-t4.Awtin S viActN-6- Stiu5t) cA ,Ww.--S 3 1 / ttiNA-W6 ej2,6\ NOTE: IF THERE ISA DISCREPANCY BETWEEN THE PLANS {SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum LF=Linear Foot EA=Each AC=Acres SY=Square Yard CY=Cubic Yard GA=GaIIon TN=Ton SF=Square Feet AS=Assembly PD=Per Day 00310-6 F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bld documents\Master Contract Documents\1138 Old Dixie Highway Resurfacing Itemized Bid Schedule 4-29-15 - ADDENDUM 1 10-1-15 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule. A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum Discrepancies between words and figures will be resolved in favor of the words B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11 03 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 .4 A C Sworn Statement Under the Florida Trench Safety Act; D. Qualifications Questionnaire, E. List of Subcontractors; [The remainder of page intentionally left blank] 00310-7 00310 - Bid Form REV 04-07 F:IPublic Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510V{dmimlbid documents\Master Contract Documents100310 - Bid Form REV 04-07.doc 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on , 20_ State Contractor License No. If Bidder is: An Individual Name (typed or printed) By: (SEAL) (Individual's signature) Doing business as: Business address Phone No. Email. FAX No.. A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed)* Business address: Phone No : Email: FAX No A Corporation Corporation Name• k 0143 State of Incorporation: Type (General Bus. By: (Signature -- attach evidence of authority to sign) aot-C6(C-÷cfry rofessional, Service, Limited Liability): G f Name (typed or printed)* fl wv'4o Title P 5A.1' Attest OS- 0014-9— .< (SEAL) (CORPORATE SEAL) (Signature of Corporate Secretary) Business address 034.0 SW O d. Q ‘1►J'k.t► \is2._arheetr)A 2.51L. 2— Phone No: T11 S-6.4.15 co FAX No S Email. 1-VekelW 41' C6NNCCLS'i': (L2 -t Date of Qualification to do business is `f/L001 00310-8 00310 - Bid Form REV 04-07 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documentsWaster Contract Documents100310 - Bid Form REV 04-07.doc A Joint Venture Joint Venture Name. By: (Signature of joint venture partner-- attach evidence of authority to sign) Name (typed or printed). Title Business address. Phone No.: Email. Joint Venture Name. FAX No. 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: (SEAL) (SEAL) (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 * * 00310-9 00310 - Bid Form REV 04-07 F:\Public Works\ENGINEERING DIVISION PROJECTS \1138-OId Dixie Hwy Resurfacing -71st Sl to CR 5101Admim\bid documents\Master Contract Documents100310 - Bid Form REV 04-07.doc Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: ADDENDUM NO. 1 October 5, 2015 Project Name: OLD DIXIE HIGHWAY RESURFACING (71ST STREET to CR 510) BID NO. 2016001 PROJECT No. 1138 Bid Opening Date: The Bid Opening date Wednesday, October 21, 2015 at 2:OOpm A Mandatory Pre -Bid Conference was held on September 30, 2015 in the Public Works Conference Room A1-303 Indian River County Administration Building A, located at 1801 27th Street, Vero Beach, Florida 32960. The Meeting minutes are included in this addendum. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing@ircgov.com. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received Tess than ten (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline Sunday, October 11, 2015 by Midnight). Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will not be opened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page 1 of 7 F\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 5I0\Admim\Addenda \Addendum No.1, I0-I-15.doc CLARIFICATIONS / CORRECTIONS/QUESTIONS: 1. At the September 30, 2015 Pre-bid meeting, Maintenance of Traffic (MOT) / Detour criteria was discussed. The official detour for the closed portion of Old Dixie Highway shall be at CR 510 to US 1 to 69th Street. The road closures for each phase may be done in segments or in its entirety. Access to all businesses, residences, and emergency vehicles shall be maintained at all times. No traffic will be allowed on the new roadway between the time when the asphalt emulsion is injected into the base material and the time when the first lift of asphalt is put down with the exception of the local traffic for the businesses, residences and emergency vehicles. 2. SECTION 102 — MAINTENANCE OF TRAFFIC of the Division 2, Technical Specifications in the Contract Document: is hereby amended to include: G. The Changeable Variable Message Sign shall be used as necessary. The location, message, and duration shall be as directed by the Engineer. H. In addition to above, the contractor shall comply with INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION in Appendix D. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 102-1- Maintenance of Traffic - Lump Sum Bid Item No. 102- 99 - Changeable Variable Message Sign — Per Day (See attached Appendix D included in this addendum) (See the attached revised Itemized Bid Schedule) 3. Sheets numbered 54 through 71 inclusive of the Construction Drawings labeled Old Dixie Highway Pavement Markings, Project No. 1138 is hereby amended as follows: Minor revisions were made on the plans. The revised sheets numbered 54 through 71 inclusive are included in this addendum and replaces the original sheets numbered 54 through 71 inclusive in the bid set. Line Items in the Itemized Bid Schedule has been amended as follows: 700-1-50 SINGLE SIGN POST (RELOCATION) quantity 9 changed to 14 706-3 RETRO -REFLECTIVE PAVEMENT MARKERS (AMBER/AMBER) quantity 362 changed to 414 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24", FOR STOP LINE quantity 110 changed to 133 711-16-111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" quantity 25,679 changed to 31,871 711-16-231 THERMOPLASTIC, STANDARD, YELLOW, SKIP, (10-30), 6" quantity 7,603 changed to 4,063 (See the attached revised Itemized Bid Schedule) (See the attached revised Sheets numbered 54 through 71 inclusive of the Construction Drawings labeled Old Dixie Highway Pavement Markings, Project No. 1138) Page 2 of 7 F\Public Works\ENGINEERING DIVISION PROJECTS\I 138-01d Dixie Hwy Resurfacing-7Ist St to CR 510WdmimWddenda\Addendum No.1, 10-1-15.doc QUESTIONS AND RESPONSES: QUESTION NO. 1 Is silt fencing going to be required for the entire length of the project? ANSWER NO. 1 Per Division 2 - Technical Provisions, Section 104 — Prevention, Control, and Abatement of Erosion and Water Pollution, Part 1— General, Subsection 1.5, it specifically states that before beginning construction, the contactor shall submit to Indian River County for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by a certified erosion control subcontractor. It is the responsibility of the Contractor to ensure that the SWPPP meets the requirements for erosion control, which may include silt fence along the entire length of the project to meet requirements of County, State, and Federal erosion protection regulations. Additionally, the Contractor is responsible for obtaining an FDEP-NPDES permit as required in Subsection 1.2. Sheets numbered 73 through 81 inclusive of the Construction Drawings labeled Old Dixie Highway SWPPP, Project No. 1138 is hereby amended as follows: Where noted, "INSTALL SILT FENCE" is for informational purposes only. The actual length of silt fence may vary in accordance with Contractor's SWPPP. Line Item 104-10-3 SEDIMENT BARRIER, Unit -LF, Quantity -19,000 (Has been Deleted) Line Item 104-18 INLET PROTECTION, Unit -EA, Quantity -36 (Has been Deleted) Line Item 104-1 EROSION AND WATER POLLUTION CONTROL, Unit -LS, Quantity -1 (Has been added to the ITEMIZED BID SCHEDULE) All work included in Erosion and Water Pollution Control shall be included in this item as lump sum. (See the attached revised Itemized Bid Schedule) QUESTION NO. 2 Does the Type C and Type E Inlets have sumps? ANSWER NO. 2 All Type 'C' and Type 'E' Inlets shall have a 12" sump below the lowest pipe invert QUESTION NO. 3 What is the project estimate? ANSWER NO. 3 The project estimate is $2,750,000.00 Page 3 of 7 F\Public Works\ENGINEERING DIVISION PROJECTS\I 138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\Addenda\Addendum No.1, 10-1-15 doc F'Public Works\ENGINEERING DIVISION PROJECTS\I 138 -Old Dixie Hwy Resurfacing -71st St to CR 510\AdmimlAddenda'Addendum No.1; I0-1-15.doc ANSWER NO. 11 SECTION 285 — OPTIONAL BASE COURSE (FULL DEPTH RECLAMATION), Division Two TECHNICAL SPECIFICATIONS, in the Contract Documents, the first full paragraph on page 01025-28 BASE COURSE DESIGN - The Contractor shall review the core data provided for the existing roadway and shall perform testing and/or coring prior to submitting a Bid to verify that the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, has a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, prior to the start of construction. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. In the event that the completed reclaimed asphalt base does not meet the minimum Structural Number specified, the County may require corrective work on the base course or the placement of additional asphalt surface course. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. is hereby amended to read as follows: BASE COURSE DESIGN - The Contractor shall review the core data provided for the existing roadway and shall perform testing and/or coring prior to submitting a Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, having a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, prior to the start of the Full Depth Reclamation process. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. In the event that the completed reclaimed asphalt base does not meet the minimum Structural Number specified, the County may require corrective work on the base course or the placement of additional asphalt surface course. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. ATTACHMENT: 1. Revised: Itemized Bid Schedule 2. Pre -Bid Meeting Minutes, September 30, 2015 3. Appendix D, INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION. 4. Revised Plans Sheets 54 through 71 inclusive (Signing and Markings) of the Construction Drawings. Page 6 of 7 F\Public Works'ENG[NEERING DIVISION PROJECTS 1138 -Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\Addenda\Addendum No.l, 10-I-15.doc Eop 1 DDENDUM NO. 1 PROJECT: OLD DIXIE HIGHWAY RESURFACING (715T STREET to CR 510) BID NO. 2016001 PROJECT No. 1138 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 1 is submitted by 7,-; 1. ,, Michael D. Nixon, P.E., Roadway Production Manager and Company Name Je er Hyde, Purchasing Manager -7-1c-n404-L, u Title:: ��c kQ�i.JI Name7rirnl—IS (Type / Pr`yted) Authorized Signature: Telephonem2 ��Q V O o Date: 10. 2.1. ES - Page 7 of 7 F1Publie Woilts\ENGINEERJNG DIVISION PROJECTS \1138-0Id Dixie Hwy Resuilacing-71st St to CR 5 10\Admim\Addeinde\Addendum No.1, 10-I.I5.doc ITEMIZED BID SCHEDULE *ADDENDUM 1 10/5/15 PROJECT NAME: OLD DIXIE HIGHWAY RESIJRFACING, 7lst STREET TO COUNTY ROAD 510 IRC PROJECT NO: 1138, BID NO. 2016001 BIDDER'S NAME: 003103 pAPumicWom»\Ewa/wssmwoDIVISION pooJscrm,`o8-ouomeHwy nesurfacing-r1mmmonmuvwmirrmmu"cumem,mameContract Documents\1 138 Oid Dixie Highway Resurfacing Itemized Bid Schedule 4-29-15 - ADDENDUM 1 10-1'15 101-1 MOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 *102-99 CHANGEABLE VARIABLE MESSAGE SIGN PD 360 ^104-1 EROSION AND WATER POLLUTION CONTROL LS 1 *104-18^3 DELETE +F 18.COO *1���8 DELETE -Bic -96- fNL[TPR�T��T|{]� 110'1'1 CLEARING AND GRUBBING AC 7 110-7'1 K&A|LBOX, RELOCATION EA 6 120-1 EXCAVATION, EMBANKMENT SY 10.000 120'2A BORROW EXCAVATION (MILLINGS) (RECLAIMED ASPHALT PAVEMENT BASE (RAP) -MIXED IN ROADWAY BASE) CY 6,000 160+44 TYPE "B" STABILIZATION (12" SUBGRADE LBR 40) (SHOULDER) SY 9.000 285-7 OPTIONAL BASE COURSE (FULL DEPTH RECLAMATION) SY 38.842 286'1 TURNOUT CONSTRUCTION (ASPHALT) SY 500 286-2 TURNOUT CONSTRUCTION (CONCRETE) SY 600 300-1 ASPHALT EMULSION TYPE CSS-lh-QUANTITY BASED ON 2.75 GAL./SY GA 106.815 327'70-6 MILLING EXISTING ASPHALT PAVEMENT, 1-1/2''AVG. DEPTH SY 1,658 334-1-13 SUPERPAVE ASPHALT CONCRETE, TRAFFIC C (S.P. 12.6, 1-1/2" THICK) SY 36.516 334-1-13A SUPERP/YVEASPHALT CONCRETE, TRAFFIC C(S.P. 9.5. 1-1/2" THICK) SY 38,155 339-1 MISCELLANEOUS ASPHALT PAVEMENT (3" THICK UNDER GUARDRAIL) TN 50 400'2'1 CONCRETE, CLASS || (8'X4' BOX CULVERT) (PRECAST) (INCLUDES REINFORCING STEEL) LF 72 400'2'1/\ CONCRETE, CLASS 11 (6'X3' BOX CULVERT) (PRECAST) (INCLUDES REINFORCING STEEL) LF 72 003103 pAPumicWom»\Ewa/wssmwoDIVISION pooJscrm,`o8-ouomeHwy nesurfacing-r1mmmonmuvwmirrmmu"cumem,mameContract Documents\1 138 Oid Dixie Highway Resurfacing Itemized Bid Schedule 4-29-15 - ADDENDUM 1 10-1'15 ITEMIZED BID SCHEDULE *ADDENDUM 1 105/18 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 7lst STREET TO COUNTY ROAD 510 IRC PROJECT NO: 1138, BID NO. 2016001 BIDDER'S NAME: 00310-4 FAPublic Works\ENGINEERING DIVISION PROJECTS \1138-0Id (Me Hwy Resurfacing -71st St to CR 510 \Admim\bid documents \Master Contract uocunmnts111ooOld Dixie Highway Resurfacing Itemized Bid Schedule +x9 -,o ADDENDUM `10-1'10 bil-i 400-2'2 CONCRETE, CLASS 1 (ENOWALL & FOOTING, 8'X4' BOX CULVERT) (F.D.O.T. INDEX # 289) (INCLUDES REINFORCING STEEL) EA 2 404-2A CONCRETE, CLASS 1 (ENDWALL & FOOTING, 6'X3' BOX CULVERT) (F.D.O.T. INDEX # 289) (INCLUDES REINFORCING STEEL) EA 2 425-1-521 INLETS, DT BOT, TYPE C, <10' EA 20 425-1-551 INLETS, DT BOT, TYPE E, <10' EA 8 430'174112 PIPE CULVERT, ROUND, 12^SD(CAP) LF 222 430-174-115 PIPE CULVERT, ROUNO, 15^SD(CAP) LF 814 43U+174-115A PIPE CULVERT, ROUND, 16"8D(RCP) LF 222 430-174-118 PIPE CULVERT, ROUND, 18^SD(CAP) LF 990 43O-174'118A PIPE CULVERT, ROUND, 18"SD(RCP) LF 110 43O-1T4-124 PIPE CULVERT, ROUND, 24''SD(CAP) LF 1,574 430-174'224 PIPE CULVERT,OTHER SHAPE-ELLIP/ARCH, 24" SD (CAP) LF 681 430-174-224A PIPE CULVERT, OTHER SHAPE-ELLIP/ARCH, 24" SD (RCP) LF 338 430-984-121 MITERED END SECTION, ROUND, 12" SD EA 3 430-Q84-123 MITERED END SECTION, ROUND, 15^SO EA 9 43O'U84-125 MITERED END SECTION, ROUND, 18^SO EA 1 43U'BB4-12S MITERED END SECTION, ROUND, 24^SD EA 3 430'984'629 MITERED END SECTION, ELLIP/ARCH 24" SD EA 1 620440 CONCRETE CURB & GUTTER (TYPE F) LF 161 522-1 CONCRETE FOR SIDEWALK (6" THICK, 6' WIDE) SY 67 527-2 DETECTABLE WARNING SF 38 530-1 RIPRAP, SAND -CEMENT CY 24 536-14 GUARDRAIL -ROADWAY LF 700 00310-4 FAPublic Works\ENGINEERING DIVISION PROJECTS \1138-0Id (Me Hwy Resurfacing -71st St to CR 510 \Admim\bid documents \Master Contract uocunmnts111ooOld Dixie Highway Resurfacing Itemized Bid Schedule +x9 -,o ADDENDUM `10-1'10 ITEMIZED BID SCHEDULE *ADDENDUM 1 10/5M8 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 7lst STREET TO COUNTY ROAD 510 IRC PROJECT NO: 1138, BID NO. 2016001 BIDDER'S NAME: 00310-5 pTvmicWorks xswuwssmwoDIVISION pnoJeoTm11x8-omDixie Hwy nemmacin*r,mSt to CR 5lOEAdmim\.bid documents\Master Contract tigi GUARDRAIL END ANCHORAGE ASSEMBLY (SKT 350) 536-8-1 EA 4 570-1-2 PERFORMANCE TURF (BAHIA) SY 30.000 ^700'1'60 SINGLE SIGN POST (RELOCATE) AS 14 700-1'60 SINGLE SIGN POST (REMOVE) AS 4 *706-3 RETRO -REFLECTIVE PAVEMENT MARKERS (AMBER 1 AMBER) EA 414 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12", FOR CROSSWALKS LF 146 *711'11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24", FOR STOP LINE LF 133 711-11-151 THERMOPLASTIC, STANDARD, WHITE, DOTTEDIGUIDELINE/6'-lO' GAP EXTENSION, 6" LF 320 * 711-1G-111 THERMOPLASTIC, STANDARD, WHITE, SOLID, 6" LF 31.871 711'16-211 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" LF 5.280 *711-18-231 THERMOPLASTIC, STANDARD, YELLOW, SKIP, (10'-30') 6" LF 4.063 SUB -TOTAL OF ROADWAY IMPROVEMENTS 425-6 VALVE BOXES, ADJUST EA 19 425-6A � REPLACE EX|STN��F|BERG�\3SAIR RELEASEVALVE VAULTS WITH 5 FOOT DIAMETER CONCRETE VAULTS WITH 36"X 6" H -TEC ERGO XL DUCTILE IRON TRAFFIC BEARING COVER AND RING WITH LIFT ASSIST EA 2 U-1 UTILITY DEFLECTION - 6" FORCE MAIN STATION 127+80 LS 1 U-2 UTILITY DEFLECTION - 4" FORCE MAIN STATION 175+40 LS 1 U-3 UTILITY DEFLECTION - 3" FORCE MAIN STATION 187+60 LS 1 OLD DIXIE HIGHWAY CONFLICT RESOLUTION OFFSETS- PROPOSED BOX CULVERT REPLACEMENT WITH EXISTING 16~REUSE MAIN AND 24'"FORCE MAIN AT STATION 182+00 U-4 INSTALL 16" PVC DR 14 REUSE MAIN OFFSET LF 100 U-5 INSTALL 24" PVC DR 14 FORCE MAIN OFFSET LF 100 00310-5 pTvmicWorks xswuwssmwoDIVISION pnoJeoTm11x8-omDixie Hwy nemmacin*r,mSt to CR 5lOEAdmim\.bid documents\Master Contract ITEMIZED BID SCHEDULE *ADDENDUM 1 10/5/15 PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 IRC PROJECT NO: 1138, BID NO. 2016001 BIDDER'S NAME: NOTE: IF THERE ISA DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS1 AND THE ITEMIZED BID SCHEDULE. THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum LF=LInear Foot EA=Each AC=Acres SY=Square Yard CY=Cublc Yard GA=Gallon TN=Ton SF=Square Feet AS=Assembly PD=Per Day 00310-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1138-Old Dbde Hwy Resurfacing -71st St to CR 5101Admim1bid documents \Master Contract Documents \1138 Old Dixie Highway Resurfacing itemized Bid Schedule 4-29-15 - ADDENDUM 1 10-1-15 U-6 INSTALL 24" X 24" WET TAP ASSEMBLY WITH TAPPING GATE VALVE AND TAP MAIN EA 2 U-7 INSTALL AND REMOVE 24" LINE STOP, INCLUDES RESTRAINING EXISTING PIPE EA 2 U-8 REMOVAL AND DISPOSAL OF 16" DUCTILE IRON PIPE LF 100 U-9 REMOVAL AND DISPOSAL OF 24" DUCTILE IRON PIPE LF 100 U-10 INSTALL DUCTILE IRON FITTINGS TN 4 U-11 INSTALL 2" ARV ASSEMBLY WITH ARV, GV, CONCRETE VALVE AND COVER EA 2 U-12 TEST HOLES, POT HOLES EA 10 U-13 INSTALL 6" CONCRETE SIDEWALK 6' WIDE CENTERED OVER 16" AND 24" PIPE AT CULVERT SF 120 U-14 WELL POINT DEWATERING LS 1 SUB -TOTAL OF UTILITY IMPROVEMENTS FORCE ACCOUNT 100,000.00 TOTAL PROJECT BID (INCLUDING FORCE ACCOUNT) OLD DIXIE HIGHWAY RESURFACING, 71st STREET TO COUNTY ROAD 510 TOTAL TOTAL PROJECT BID AMOUNT IN WORDS NOTE: IF THERE ISA DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS1 AND THE ITEMIZED BID SCHEDULE. THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum LF=LInear Foot EA=Each AC=Acres SY=Square Yard CY=Cublc Yard GA=Gallon TN=Ton SF=Square Feet AS=Assembly PD=Per Day 00310-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1138-Old Dbde Hwy Resurfacing -71st St to CR 5101Admim1bid documents \Master Contract Documents \1138 Old Dixie Highway Resurfacing itemized Bid Schedule 4-29-15 - ADDENDUM 1 10-1-15 Board of County Commissioners 180127th Street Vero Beach,' Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 MANDATORY PRE-BID MEETING MINUTES SEPTEMBER 30, 2015, 10:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING 1801 27Th STREET, VERO BEACH, FL 32960 Room A1-303 Project Name: OLD DIXIE HIGHWAY RESURFACING FROM 71ST STREET TO COUNTY ROAD 510 Project Number: 1138 Bid Number: 2016001 INTRODUCTIONS/SIGN IN SHEET: This is a Pre-bid Meeting; attendance at this conference by all bidders was mandatory. 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. The meeting was called to order by Michael D. Nixon, P.E., Roadway Production Manager See Sign In Sheet for list of attendees. PROJECT DESCRIPTION: The proposed improvements to Old Dixie Highway consist of pavement reconstruction (full depth reclamation) a distance of two miles from 71' Street to County Road 510, with the addition of 4 foot wide paved shoulders, asphalt surface and structural courses, drainage improvements, utility adjustments, signing and pavement markings. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project FM No. 429567-1-58-01. CONTRACT DETAILS: Bid opening: Wednesday, October 21, 2015 at 2:00 PM Contract time: 180 days to substantial completion 210 days to final completion Engineer's Estimate: $3,000,000.00 Liquidated Damages: $2,876.00 per day Late Bids will not be accepted. 1 CORRESPONDENCE/LINES OF AUTHORITY/QUESTIONS: Communications concerning this bid shall be directed to IRC Purchasing Division at purchasing@ircgov.com . Questions will be limited up to 10 days prior to bid opening, so please review the plans and bid documents by the end of next week. CONTACTS: • Project Manager - Michael Nixon, P.E., Indian River County, Engineering Division, 1801 27th Street, Vero Beach, Florida 32960 during the bid process. • Construction Manager - Construction Phase will be turned over to D. Howard, Construction Coordination Manager, Indian River County, 180127 Street, Vero Beach, Florida 32960 • Maintenance of Traffic —Jeanne Bresett, Indian River County, Traffic Division, 180127 Street, Vero Beach, Florida 32960 PROJECT CONSULTANTS: Indian River County Engineering Division (In-house design for roadway) Indian River County Utilities Department (In-house design for utilities) Construction Engineering and Inspection (CEI): Indian River County, Engineering Division Construction Management Staff Geotechnical: Dunkelberger Engineering and Testing, Inc. for Indian River County. FULL DEPTH RECLAMATION: Pulverize 12"existing roadway Provide design mix by Contractor's Geotechnical Lab Box out shoulders Move 3" material to shoulders Import asphalt millings to bring roadway to grade Inject asphalt emulsion and mix 9" re-claimed base —compact Install 1-1/2" SP 12.5 Structure course Install 1-1/2" SP 9.5 Surface course (Follow Section 285 — Optional Base Course — Full Depth Reclamation) MAINTENANCE OF TRAFFIC: • Road closures will be permitted in segments. • Detour plan must be in place and approved by the IRC Traffic Section prior to closures and prior to the Notice to Proceed o The Maintenance of Traffic and Detour must be approved and in place prior to start of construction • Maintenance of traffic and detouring must follow the FDOT Index 600 Series, 2015 and IRC Special Conditions for Right -of -Way Construction (will be included in addendum). • Access for businesses and residential must be maintained at all times. • Changeable Variable Message Signs — message, location and duration shall be as directed by the Engineer (will be included in addendum). 2 UTILITIES - (MAY BE PRESENT ALONG LIMITS OF PROJECT) FPL ATT IRC Utilities Comcast Cable Communications Florida City Gas Indian River County Traffic ADDENDUM: Maintenance of Traffic Changeable Variable Message Signs added to bid items IRC Special Conditions for Right -of -Way Construction added to specifications Marking and signing plan revisions Utilities Clarification of Utility questions Drainage All Type C and E Ditch Bottom Inlets are to include a 12" sump All questions will be addressed in the addendum FEDERAL REQUIREMENTS: • Invoicing — will be monthly • Pay application submittals • Release of liens DISCUSSION: • Utility relocation design was done by the Indian River County Utilities Dept. • Maintenance of Traffic: o Old Dixie Highway will be allowed to be close but will allow local traffic and emergency vehicles only. o The official detour will be on County Road 510, US 1 and 69th Street which are signalized intersections at U.S. 1. o The County recommended that the project to be done in one mile segments. • Addendum will be sent out to address questions and changes. Review and comment as soon as possible, no further comments / questions 10 days prior to bid opening (Sunday, October 11, 2015). • F.D.O.T. requirements will have to be followed • The Contractor will be required to bid the project to include the structural number design (SN 1.8/in.) The Asphalt Institute or another qualified firm may have to be involved. • The Contractor's geotechnical consultant will be required to determine the design based on the soils that are encountered during construction. • Erosion control, does the Contractor have to follow the plan or can he come up with his own based on the conditions? Recommended that the Contractor speaks with Todd Tardif, Indian River County Sr. Stormwater Inspector. The County can also evaluate it as to the different options and will be revised on the Bid Schedule. • Forcemain will have to be offset based on the plans. • Project flagmen will need to be F.D.O.T. certified. • Is the endwall thickness 8" or 12"? (See Addendum No. 1) • The endwalls can be pre -cast. However the design must be done by the Contractors supplier and must be designed to tie into the box culvert's reinforcing steel. ATTACHED: Sign In Sheet 3 MANDATORY PRE-BID CONFERENCE SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING / ROADWAY PRODUCTION INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room A1-303 Building A OLD DIXIE HIGHWAY RESURFACING 71ST STREET TO COUNTY ROUTE 510 IRC PROJECT #1138 FM#429567-1-58-01 SEPTEMBER 30, 2015 at 10:00 A.M. NAME COMPANY & ADDRESS PHONE # / FAX # / CELL # EMAIL ADDRESS IN chac( 4)(xDi11LC. L noince,-,yi,, 0,ti,'s if -a -r7 ISOI A7 T. , v,13., FL 52960 77P- AR6,-( g 6 �nixoh @ ircyov, Corin Iiiic,-1rMt— 1.f y /4c.J 6 -7'7 - Sia. - 74 7 7 MJee- -ZR;wJ a -1L.. C w.,;4,1,4g r /ecAr:: llch 3X7 77 arc /XO i��Qc.4crvZP. Ali DRi+\tilA 7_Akic.al C(NMC.%C S c:1-3 30 (31/4Av 3-Agfni \l111 P PILO-) L i ilk._ ; ti 9 4 G 117_-2 '•6 -04 1 coa.-, k ^ € m�t�,is, <<, (TNc(r){ja,ff e Ca, k -N Aoc, , ?zyo foil vo N --/L L., 4{ /-%,, -W. / ?314 6 / (((,)5 -if -15.C( eleco." C .),,,�,.(-ev�-' ✓-�1LJ E= (' c t`.. Col,.., #',i.(fN i... MANDATORY PRE-BID CONFERENCE SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING / ROADWAY PRODUCTION INDIAN RIVER COUNTY ADMINISTRATION BumDING Room Al -303 Building A OLD DIXIE HIGHWAY RESURFACING 71sT STREET TO COUNTY ROUTE 510 IRC PROJECT #1138 FM#429567-1-58-01 SEPTEMBER 30, 2015 at 10:00 A.M. NAME COMPANY & ADDRESS tZa^�Gr CrjeisEekG17,e4 4G c +-o cct- PHONE # / FAX # / CELL # EMAIL ADDRESS 771. Isl. 599 7 �a . -7-o v . 4431: cc/( e ra4ge,LUnSE.r On Sz,yrKKt 772.-216 - 12-11 rszPynrc a . IRC 6-6 ✓, co Al A�R"t �FEF1=� 1Z -772-26.1432G c%af¢@ 1 coo�. cu.+. Aourier k\)fQ-o G) 'coal -7-12 -Z2t'-14-toc2 1L Y7'@ Ic_ct `i5t-tevsk. Cow-rpperw 05-Q D A- N Q Oa_ atilA'(l y fiecyr.) re C3ex 3 -it? i75 i? c IZorpi, .13PQ(A ,t/ 3) 2 1722,-2)5-1 3z-' -iZP, 5 `� rob@;ttbe-ar i n . Cem 1a/ 63„\ooc-J--). ye3 631/4- lis,oA,/r Aeyr4G e/rm MANDATORY PRE-BID CONFERENCE SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING / ROADWAY PRODUCTION INDIAN RIVER COUNTY AD DSTRATION BUILDING Room M-303 Building A ACING OLD DIXIE HIGHWAY RESURFACING RR 510 71ST STREET C TO PROJECT COUNTY138 IRC SEPTEMBER 30, 20.15 at 10:00 A.M. J111�O+II/� COMPANY. &ADDRESS PHONE # / FAX # / LOLL 1111111111111111111111 01) —0 ' jnn,1c, '4Qb TQC V✓icI'--,Sly L7 7 2 ) -2,z-6 - j�-16 r'c,r`",...)\-. trc,�eu• C« APPEN'IX•D INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIG HT4OF-WAY CONSTRUCTION F -\Public Works\ENGE LEERING DIVISION PROJECTS\1138-0Id Dixie Hwy Resurfacing -71st St to CR 510\Admim\Addenda\APPENDIX D - IRC Traffic Engineering Special Conditions.doc Special Conditions for Right -of -Way Permit Page 4 a. In a manner approved by the County Public Works Director or his designee, the contractor shall provide constant support of the traffic signal pole to prevent movement during excavation and backfill operations. b. Compaction around the excavation site to a 98% density, bringing the backfill up in 1 foot lifts. c. Density reports from a licensed testing company provided to the County Public Works Director. d. Restore the traffic signal and all support equipment to original condition or better. 2. There shall be no pavement cuts made within 500 feet of a signal or flashing beacon without contacting Indian River County Traffic Engineering Division at (772-226-1547), 72 hours prior to construction. 3. Any traffic signal, loop sensors, conduit, interconnect cable, or any support equipment damaged by a contractor shall be repaired at the contractors expense. 4. Any contractor that works at or in the vicinity of a signalized intersection shall have full responsibility for any liability incurred by causing damage to signal equipment that results in the failure of the traffic signal functions. If such a failure occurs, the contractor shall notify the police and the Traffic Engineering Division immediately at (772-226-1547). Once the proper notification and locate procedures are satisfied, the contractor working in or near signalized intersections or around traffic .signal poles, signal cabinets, or flashing beacons shall be advised of the following regulations: 5. No excavation shall be performed within a 15 foot radius of any traffic signal pole. If excavation is necessary within a 15 foot radius, it will be the contractors responsibility to provide the following: a. In a manner approved by the County Public Works Director or his designee, the contractor shall provide constant support of the traffic signal pole to prevent movement during excavation and backfill operations. b. Compaction around the excavation site to a 98% density, bringing the backfill up in 1 foot lifts. c. Density reports from a licensed testing company provided to the County Public Works Director. d. Restore the traffic signal and all support equipment to original condition or better. C:\Users\mnixon\AppData\Local\Micaosoft\Windows\Temporary Internet Files\ContentOutlook\P4WN208S\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT.doc 9/23/2015 Special Conditions for Right -of -Way Permit Page 5 6. There shall be no pavement cuts made within 500 feet of a signal or flashing beacon without contacting Indian River County Traffic Engineering Division at (772-226-1547), 72 hours prior to construction. 7. Any traffic signal, loop sensors, conduit, interconnect cable, or any support equipment damaged by a contractor shall be repaired at the contractors expense. 8. Any contractor that works at or in the vicinity of a signalized intersection shall have full responsibility for any liability incurred by causing damage to signal equipment that results in the failure of the traffic signal functions. If such a failure occurs, the contractor shall notify the police and the Traffic Engineering Division immediately at (772-226-1547). C:\Users\mnixon\AppData\Local\Ivlicrosoft\Windows\Temporary Internet Files \ContentOutlook1P4WN208S\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT.doc 9/23/2015 END [..\\ ROAD WORK 4] WEEDING'IK$ OOLOLID OWN EE61R115 DISTANCE BETWEEN SIGNS Speed.Spaeirp (I1.1 Speed A 5 40 mon or (660 700 700 45 mph 350 350 50 mplr or grew*, .300 500 'Nrewey 151ween 0(90,. SYMBOLS ® wore Area vj"› Sigo Win l0- a t0' (Ran) Orange 1140 AN Type a LIMMM ■ C5aruwi1109 Dewey (.Sea (00100 No. 600) work Z0,10 Sege Lane l eenl,YNrar + D,Ktron 91 Fret HC Table 1 Device Spacing Speed Nob. DISIAn1. aet6N6 Devices (ItJ Speed Cones or Typo 1 or Type 11 !mph) Tubular NNNe0S OarNtadtl a Vertical Pan69 or Winne Toper Tangent Topp Tangent 23 25 50 75 SO 30 ro 45 75 So 35 50 30 to 70 23 50 SO 100 GENERAL NOTES 1. 10(10(1 low 00 more wore reWries me, Me woven 100174 lanes (5 4 one haws 96(000 or WS Manske e1Ta0fr1hnp aN 1erornau09 the worm 0(011. Ihe 40ranted fLAC5511 von shell 60 ru101rtste0 /e IN WORKERS sen. far lotxron 00 I11g97(0 and fLA66EA 91905. see 101es No 603. 2. SMOULDER WORT Won may 06 owe as en 'Remelt to I(10 WORKER 99,60.0 1101' only On 11w rldl tonere IN Sne0f000 week Ir being perforated. 1 When • axle road Inlerset(5 (9e hfphray 10RNn the TTC lone. additional FTC 000,105 0Oa0'no plated 1• ettorde011 WAh Whet spoken), 752 100:00,. a. 701 penes/ T(2 rrw49neer and additional informYloa relr0 to braes Na 600. DURATION NOTES 1. Stgnr And tiennenrong dew. 1047 be ond(160 11 ell of 110 tol(ow109 tormklon, are met: a Wort °parahmo r we 60 nrmwter of /tars. 6 Vthitr0O i(1 (119,9,00 1005.0 hsry hign-intansll r, rotating, Ilosten , esrrl(0rrng, or strobe (19015 oper1(59. Table 11 Taper Length - Shoulder Speed KL stn (mph r 10' 7') l Notes 50160. Shear Shldr. 25 70 3S 42 30 40 Se 60 L•NS, 35 SS 66 07 60 40 72 90 107 45 120 130 100 S0 137 167 700 55 147 003 270 60 160 700 240 L..WS 05 Ila 217 260 70 107 273 700 C mfma4rm 1h0o46er torah ((5 w tenpin al 011010r 166!0 m leo W e Wrap 01 Iola? shoulder 10 0041 (1010l0e6 96006 640 0196(00 6,015) $ • Posters spree Mk (mord CONDITIONS ',MEM ANY 0540(559. EOUIPNENT. WORXEAS OA TN9(5 ACTIVITIES INCROACM 704E AREA CLOSER THAN ly our NOT CLOSER THAN 7 TO TMH 9059 OP TRAVEL WAY LAST REVISION 07/01/12 DESCRIPTION: 2015 FO.• DESIGN STANDARDS TWO-LANE, TWO-WAY, WORK ON SHOULDER INDEX 602 Chan edr.ng Dirges 091.on.1 On ( /I Used. See Tablet I- D.d(p Spacing -Tangen l � 1 UO 7� noon .Mat I V 100 SO 50 05 LAR ON STOP •rd/I, 595(. See 1001. 750' I 4' D L A ear a MOP a A 01 4.0 0441 foes 100 • Device 5. fl. -ran. ant 500 See /able 1' Dake Spac.np-Tana/ 500 Table I STOP/SLOW AFAD METHOD 1- 2 AFAD's Chinoorafn9 Demos O0l0n0 On fl veers 5e. Tool. I- De./r. Spovng-ren9e.w SO SO f— duller SpMe / Sa Table ■ W//f//T/!/ m 0 A D I. AFADs stun Only 01 Used 000 x/1050.005 WI I. chef. t5 001E 000 /One of app1OXnin3 crow In the drrlluen 10 he (0nfr01/00. 7. WMn Ued 51 0,91011-0. 1115 MAO l/09 049 slr1en Oban N IMI-/mtd. J. When Ind 0(40 .51101 In use. n Shan be .,o.C4 040010C LAC rloar Zane of 0 s00dd 0T a bar1i0 or rra[n cushion and the stuns associated waft the AFAD [nab 05 reward or carred. a a c 10 NIA 50 Nae. was to REO Def./. Sparfn9-Tengonr 007 D Sop Table 00.03 Sparing -Taper see Table Red/Yellow MAD' RED/YELLOW AFAD METHOD 2- 1 AFAR AND A FLAGGER AUTOMATED FLAGGER ASSISTANCE DEVICES 4. Duration Notes sawn on sheen 1 of 2 de .51 apply when AFAD ere usnd. S. Only 9eM.r.ed 1leap.r9 who her* been Itrned 1n In. 3001 abort of I/w MAD mar entre,* lie AFAD. When /n 041, each A1AO ..air 0e in wee o/ and x111009 at an ?lees 5/ the flatfeet upwr/55 Me .a?Ce. Use (we 11590111 and ooe of rod 70!190019 meditate 70 1Je ddpfoomclt of AFAD: 1.104 I: piece an ATM r each 1.19 e( Me temporary Lra/Ii( (0,0(02 1055. 1641004 1. 9404. an MAD d1 one Dad of the 1. -Rotary ira(!)c control Ione and . Ilaoger or IM opposite end, DISTANCE BETWEEN SIGNS Saeed 5901 op (DJ (mph/ ABC 0 40 or less TOO 100 700 100 45 350 350 3}0 27h SO 500 SMO' 500 750 55 or 94051et 2640 1640 1000 500 • (See Snow I Noes! --7500 sheet I Holes) (AFAD) NOTES A staple (Went was oiOWfraM'0Uslr 00010!1 hero MAD (Method 1) 0, nay awl Ned flash. 4140 On ear end of rho /a5p0tary Nut IIf eonffel Yen* *6110 55459 1/10 (1/9901 01 /W OppOsale fad *l 154 1500111'4' 1101K 1001/01 1010 11..51,90 7) al WI far or the f0fia in0 to.Whb:ma are preset: a. The rla9per nos 5e un5C/Iro(0M mw or 154 AFALN11) o. YIN 1la9p1r IWs as 01061[10(100 YIN. 01 090foaChIa9 «ra.e In 00!/1 51/5c2,000; and C. for Nrned I, the MACES ere less (ban 000 ft apart. For Method 7; Ila AfA0 and the flogger ore less than ROO R 5001?. 0 Ental Iwo Iraioee Ilapppr t are 315 /4610 on -116/ to 01001* aortae? flagging 09010lons ohoMd M AFAD . 1f4M11042, LAST Ae'V1510N 07/01/10 DESCRIPTION: 2015 w�r+� DESIGN STANDARDS TWO-LANE. TWO-WAY, WORK WITHIN THE TRAVEL WAY INDEX 603 SHEET NO. 2 of 2 ENO R0A0 WORK Buller Spra Ser Imre !0 r7 le 03 A d 0 D B C ■ !/irk// ■ %/tel%%%% DISTANCE BETWEEN SIGNS Spree Spacing (( .1 Imph) ABC Taper Tangent 0 40 or less 200 700 200 100 43 250 750 .150 175 50 500 500 500 750 53 en 0700101 7640 1640 1000 500 . rel ROAD WORK I War 019' wee oe OW 11 on alternate to the ROAD WORK AHEAD sign. • 500 beyond the ROAD WORK AHEAD stun or • *tawny Moran signs *Ntderer 1s fess. ••• BE PREPARED TO 5707 sign may ea °matted 100 091°80.1 45 NPM or 1°°s. SYMBOLS Ea Were Ar84 iC San With it a 1r 01.03.) �/ Orange Plat 400 TEM 8 (,g0, ■ Channelllr09 DOVIee (See hider 910. 6001 01 Work Zane 5/gn Cr hamar Aut0m0104 Plaggar Ascalon!, Devices (Ar4O), with 0000 1',0, LAM Identification 11 Drachm 01 Yi1,t Dake Spann°-Tarame Sao Tablo I Decree Spacing -Taper See TaMO l 300 TABLE 1 DEVICE SPACING Speed (mph) Wax. D1rtance 0510,4* Devices 110.1 Cones 0, Tybylar 14,1"1 rive 1 Or Type II or 000330 Panels ar Drums Panels Taper Tangent Taper Tan9a0 Is to 45 20 SO .20 50 501 o 70 70 30 70 100 GENERAL NOTES 1, wort °Newtons shall 00 comma 10 One lratr,r 1434. Marino 300 epaeWl. lane Own 10 Ir.tllC. 2. Additional one -■ay towel may be Waded the l°UOwmg means: 1. Flaq<arry.n0 vehicle: 7. 001kiw vehicle: 3, pilo 1e1Mt90. 4. T.ar10 4.90414. *hM 011494rs are rhe sole .Beans ol one -ley owlet. Ike (teepe'. shah be In sight el ern other Or ,n dHerl (010100110Cwlon or ell laws. 3. TN ONE -LANE ROAD sans are re Ire lolly emceed OM the f1AGGER dont caber removed or Iwo coverer. when 030 were Is being potatoes W the MylwOy 1K Man le Mem.? 0x114(1. J. lune. 4 4°v road 1,40,50915 the Npway .11111011141170 taw, eddlUCKW 3(1 01:lres shall be pared 1a accordant& with other applicable TCI !Meres. 5. TM two channofizn 4 domes directly in Il00t or 1 * wore arra rind the one (MIme13009 derma Ib4Uy st 1111 340 or cel wort area mar as Om(1M0 provided (Werra In IAB more area hive Ngn- Arette1ry Watley. 114W4442. estillet,na. or maw lights operating. 6. for remporair RW51d Romolo Sirrps. general TCI regulre*Wnit 405 x00110141 ,nr0rnlatm6. refer to Inter No. 600, DURATION NOTES 1. 8040 WORK AHEAD 400'1he 82 951940CD TO 520P 90ns may en 000014 ,l all el the tothwang (034,0,005 see nee: A. *Ora swarm's are 60 Motile, al 100.. e Spend ll40 1s 45 mph or Has r No sale OO40r✓ctimis le 04Oldes app0a3Nl0 Ins w0,0 0101' 00r a distant* real 10 the Puller spate. 4. 9.9310100 m the wore area 0100 01p34nteasRY. rrWIOg, lluNog. o1allaiInq. o1 strobe lights operar)ng. e. 99000,1 end lemp4rlt y 41 the roadway Mt been (830448 ed. BUFFER SPACE Speed (mph) Olst. 1)1.1 .25 103 30 200 35 230 40 303 1S 360 50 473 25 OBS 00 370 63 615 70 73d *11.4. Ball01 50100 14,0301 4e rationed Dao 10 9401el3,1 10151101010. the 9(004001 attainable length 50411 b0 used, der nor lea than 200 II CONDITIONS WHERE ANY VEHICLE. 4OUIPNCHT. WORKERS OR THEIR ALTNITIES ENCROACH THE AREA BETWEEN THE CENTERLINE ANO A LINE 7 OUTSIDE THE 600E OP TRAVEL WAY. UST REVISION 07/01/14 DESCK/p110N: 2015 RD.w9 DESIGN STANDARDS TWO-LANE. TWO-WAY, WORK WITHIN TIIIE TRAVEL WAY INOEK NO. 603 5115Fr NO. 1 of 2 I SYMBOLS *Ort Arta Sian RIM 16- r It (Nlnp 04 Oran,' Nap And Type a UW w Chann✓Ir.no D0..c. (S.* Meet N0 6001 QI Work Zone SW. Q+ 111000 rd StOp ear etoca Lane Idealifl<M,on a D.f.cliai .1 rreIlk - u UNSIGNALIZED GENERAL NOTES t. TM FLAGOER MOad don slay 00 subslkaledier IM symbol don. 2. When vicinities In A parting land b1.64 Ina Una a( 5106 to TC7 frost. the atom snail Oe post moonier: and /xared .n occ664ante rian fade. No. 17307 5. 51 Ino W000 106[0 5n(e10s 0trbse s sr0ssr✓Y. IM crouMal0 snook, be 1(10.6 /10109 the Information in 1100.0 Mo. 660. �. Fl.Vdpro shall k Ilr✓ed where they ran control ,1055 than Ont &retrial of Flnooars shall 00 In s10nt of earn other 1)r n 6r0f1 romaionoralion al ✓1 toms. 5. I6aHOUN 10050 between chondllnn0 d.0H00 .hale b0 far 0100tor than 20. 6. r rup.rsry I.ONI pnas,n0 mldalralnans aro fa 50 SopPor10 ►y tM 011tl1(4 7(a/per OIwr0lone En51n1N Oran 10 the ►np,mino Of wort. 7, For Tonuwa1V 'Dowd Rumble Scrlw, O0n6ra ITS raculram6Ns and additional 4td.r,.anOD. 50IOr 11 Md.. RP 600 DURATION NOTES 4 ROAD WORK.AIIEAD ANO END ROAD WORK 1101) nay 00 01)61110 rI all of the (01400104 (0.dllrons are ma: A. Wait' opnro0ons u► e0 ndnuras o. 10aa 0. Speed .0 45 0.05 or 0161. 6. 110 EION 00RrOpr0ns to .aNr4s appro66,00 7M well V.a lora 01.711)00 equal 10 A Nus E. 0. VOmrl0s In Me work Ore. Moro *I 0o niciunp. twining, Marano. natlllaihy, or 00500o lights nncrodrg, r, 164500 000 rOmpOslty of the r.aW.y has boon eedlid✓ Id DISTANCE BETWEEN SIGNS Swed Sp4Nno (It.) A e 10 1)4441) or Mss 200 200 45 mon 370 350 CONDITIONS WHERE ANY VEHICLE. EQUIPMENT WORKERS OR T11N3 ACTIVITIES ENCROACH ON THE PAVEMENT ROOUIRINO no' CLOSURE OF A PORTION OP 0011 OR NORE TRN11C LANES Di AN INTERSECTION. LAST ROV(SION 07/01/14 DESCRIPTION: 2015 Fi� DESIGN STANDARDS TWO-LANE, TWO-WAY, WORK IN INTERSECTION INDEX 604 SWEET NO. 1 of 1 r�. DISTANCE BETWEEN SIGNS Sued094(130 HQ Spee A 0 40 mph or lass 200 200 43wan 3S0 330 50 mph or greater 500 500 • 500 beyond the A0A0 WORK AHEAD Sign Or midway beau° sloop whichever s less. SYMBOLS ® *orf bell 0 Sign With 1 r f 1C (Mind Prange flap And Type a UOOt • Cnannelidnp Devitt (See lodes No. 6901 l) Work Zone Sao b Ulf Idcntlfketan ♦ Oircrtlan el Traffic mm • • • • • • •w• ////r//// ~ Were Neu 76003 Length w YA. i See TON I( Vence Spying-Tapar Darts Slumng-Ta0QCnt ti 500 See Tone 1 Soo r.Dle , Table I Devise Spacing Speed Nu. 0/5tance B.traen Doritos rot.) Spee Conor or TYPO 1 or Yype 11 I((Oh) Tubule Hawkers 0wri414" w Vwtkd 11013. Panels or Drums fhldr,' Topa Tangent Taper Tangent 25 25 30 25 50 30 to 45 25 50 30 50 50 le 10 25 SO 50 100 GENERAL NOTES 3. Il end wort eperywn enrrache= on the through Hallos onus or *HU lean or mire wort vehicles enter rhe through Ha(II( lints In a one hOwr period (eseu6,ng estMb(1on g .ad lermrlWMg Ise riff!. area( • Nagger titan tr provided and a FIA66ER spot shall be SYOOnutod for clan WORKERS sloe. The Ilag9er shall M sedttonc•d at tin point N rehkle antrr or depot tor* Iran. thn wort won t. TMs T92' plan dao NW., to wort Pe0larmee to the median mots than Y our len than 13• tram me edge or Iraveray. 3. When wan( rs Damp performed on • multilane uOdmide0 roadrs7 iha Argas normally mounted to thy medlen (as shown) shall be culled. 4, WORKERS wane to be removed or lolly (wand when no turf to Wu purlermed. 5. SHOULDER WORK sign star Oa use es Ye dtorgete ro the WORKER symbol sign. 6. When a dao road t030rse(39 the highway wiling IM TTC game. add)Uomel FTC dukes sholl 0* placed 3n ac(5,442(0 with dh9 appfkable 1(2 Indrsys, 7 Fey phial TC2 reenn wast, eat .dlltlonal teen tion. older to hales Mo. 600. END \ ROAD KIRK DURATION NOTES 1. 'S1pns and (hhenel3Nng dolma milt be Hone* of all of the %wlowing (606333 nr are Mal: M. *oft opera13000 ora 60 Iat0Mrs Or les. o. Yentas to the wort area hay. MOh-ontenslty. 30)433np, IlssKrq, affiliating. of 531.0114 Ilplei OPeeot105. Table 11 Taper Length - Shoulder Speed Ni. (ft.) Nptlf IS 10 IX (9901 11013. fhfdr. fhldr,' 25 20 35 42 30 40 SO 60 Le WS' 33 35 6E 07 60 40 72 00 107 45 120 150 110 50 133 .167 700 55 la7 103 720 60 160 200 200 L WS 65 373 217 260 70 I117 233 290 Y iiiimm 0 shoulder width. YA .lespth el 000dldar taper on fret W e Width W toad shoulder io Ire ((omblned paved and Un5avo3 .14th) 5 • Poston Speen 14900 (3901 CONDITIONS WHIR! ANY VEHICLE, 000IPPIENT, WORKERS OR THEIR ACTIVITIES ENCROACH THE AREA CLOSER rHAN 15' our NOT CLOSER TNN4 2' TO THE !DOE Or TRAV6L.WAV. U5T RSV/TION 07/01/07 DESCRIPTION) 2015 FOO DESIGN STANDARDS MULTILANE, WORK ON SHOULDER INDEX MO. 612 serer NO. 1 of 1 a 0' 0. a NMI*••+/ ■ Bull*. Space Seo Table I1 '1 SPEEDING FINES DOUBLED WHEN WORKERS PRESENT DISTANCE BETWEEN SIGNS SpornS0.clne (((.3 Spt40 fmphl A B C 40 mph Or foss 100 70n 7410 45 non 350 350 750 SO mph 500 500 500' -•33 mon ar greater 1600 1640 1000 • rho ROAD WORX 1 N LE wyn may 09 Vaud as an 581er001. to IN ROAD WORE .HEAD 1,On and IM R80HT LANE CLOSED K NILE Poo may 0, used 4s I5 alter8011 f0 the RIGHT LANE CLOSED AHEAD Hoo. •• 500 beyond the ROAD Nene AHEAD men M midway bonne. moos warhoxel Is lest. SYM8OLS Wort Area Sion With I7.1 I P Mint (He pp flag RMI Typo 9 UOa Chan00/(Ileg DO,KO (540 Index No. 6001 Work lona Sl9n Advance Warning Arrow awn Orme* Serene .Tan9*01 Sae fate 1 GENERAL NOTES 1, Wort *pendens spell W [DNlo00 to one Well( lone. teaming NM *Neon 1000 *Pool to (101(11, 2. Oa 000hlOM h191r1Yt the median N0O5 00 snow* pe 10 0e mood. 3. when work is porfor150 in the mediae lair on OM0ed highways, (Ad chaneel(,ing denier plan is Inserted 1d 811 lar closed and lane ends Hon subs:Iteed Tor the right 84411 Hosed and lane cad signs• Tho soon apohes to 4M(y10t4 airways with tho lellawen9 oo1Iptlant a. Work Shall be tooling within on median (54)4. O. Millions! barricades, tones. or drums shell be placed along tie 10Nerilae &OVHlo9 the work ono and across the Halloo end or (a wort arta. Wheo work 00 undivided highways occurs acr0t8 the teN0rli. to 00 to .emacs. 1141 00th 01108.0 twos. 17* llwtwl80 p,an 81 .pphM 80 8a. 074'0000 1 0000 rea4w1/0. 4. Soon and troll's (not.°, dar,c0s an t0 W aed,18.6 411 accordance wd4 1NTIRNITTEA1 WORE STOP/ACE Qe10i10 (sheer I el !Innen t.0 work is 0109 perforr5O and la* Mown, Is Open le Harlot. 5. Ton two 1nlm9hr09 dnwes directly 30 Hoot 1 (No work area may be owned provided reaHes In Hie wort twos name 149h-ht.nsoly rotating, Wooing. oetlf1pl09. o, strobe fights paorAtiow. 9. Wean pared Moe leNf nalm9 • width of B If. or men 110 [tosnt rhaae50,ng dame*, shall ne used to [lose In shouldtr m a4tence 1 the .1149159 84rwr to duet' mrlxc515 Irl 4,6 to mono w(Ih4n the Hayti war. Soo (nes No. 017 ler 30Wder ion !monolog. 7 Whoa a odor rood 1010(50818 tan highway brltan thy TTC ran, *thaws, 17C 0008(00 snarl 04 pored on «(ad0018 broth far applicable TCI Intros 9. 14057(5 (650 00.4 not apply when work 10 Wong performed In IIr4Nddle Hol{sl 0/ 0 1.. or +aro laer aplboay. foe Woe No. 014. 9. Por 9Md1 TCS 8.81.0,05,0100 05 40d(l051 308 Wraith" .le, 10181601 NO. 600. Table I Device Spacing Nu. Distance BO(ro4n 0001(01 t/1.) Spt40 fmphl Cooley or Tubular !Sanwa Tsps 1 64(110W(ea Parols a TWO* 11 or Vtwt7tN or Drums (peel Taper TN194.( Tep4r TanQ4,9 25 25 50 75 30 30 to 45 75 50 30 50 50 re 7d 25 50 S0 100 Table 11 Buffer Space and Taper Length Buller Taper Length Speed fDace 417 LNKa1 Tremiltlon) (peel DUI. L Notes (/U HU MONO! u 155 875 30 300 800L Ws' 35 250 245 e0 305 320 . 45 300 Seo 50 423 000 55 405 600 60 570 720 L - WS 45 013 760 70 130 1840 Waco But a/ Space tartar 0e O 118.800 Out to Ovomatti( constraints. the ggra ns1 allainablt f.ngth Ynall be 00er. SO not less rhea 200 It. Ion 410101 IIanwr.o 3 1Al (h0h IS. Var Whore: m Longa, or taper In IM( W w Wl5lh 91 lale,el transition In lets 5 a posted speed (mid Pupil, DURATION NOTES I. Temporary ware 569011nn may W ow8100 for wort operations less 'an 103eowH4 contactor days. 1. (CI work operations up fa apar0rlmate)y 15 Wallas, 31005. ,'haf11N1(I139 00118808. arrow 0oard. and nlllp space maw b0 owttkd d NI a the rollmop coalitions NI met: a. Sp.W 110x1 I3 15 mph or loot. A No 1908 o011r,al0ns to 811588/s app100chIno Ihe wort moo ter a 911101te uews0 to the 8500.0 space and (a taper 1009th c. Volume and (001plon!, or ta0 roadway as Open r005I0fre0. 4. Ta [10180 tent 10 ortup ed 0Y a C/001 5 or. 451917, mend. Owe 1,0(11(0) with a m,Nmpm gross .03991 tea(/e rating HRTVR) ol 16,001 16 0100 ash-iNenNly. ratat,n9. fleshing, os(d8M31g. Or 1r0t lights Sg4NId 4Oom9 the cab height ami opelpng. J. Por work epOr.Nsou op to 00 a„ bete,, arrow Word and butler spare art a almtl*d 31 rood/lions a, o, AIM r 30 DORAT(ON NOTE 7 are 351, *50 VPN1M( In IPP work area hove 1•19h-mtan511w, 10totln9. 115104. osrll1O0n9. or aroW lights OperNln9. CONDITIONS WHERE ANY VEHICLE, EOU)PMENT, WONNERs OA THEIR ACTIVITIES ENCROACH ON Tool UNE ADJACENT TO EITHER SHOVLDER AND THE AREA 7 wrong THE EDGE or TRAVEL WAY UST REVISION 07/01/09 1 DESCAI/TION: 2015 SA DESIGN STANDARDS MULTILANE, WORK WITHIN TRAVEL WAY MEDIAN OR OUTSIDE LANE INDEX 613 SHEET ND. 1 of 2 =O. Arrau Dere Operetta,. D.'ranvhwad And Arra. Beare Shan Be Removed Or Relocated OWvde YM Cita, Zone 0/ es Sldalded By A Barrier Or Crash Cushion a 6 EVEN PAVEMENT Tempary Parcalcnt Narlln0. d/atal Through Wart Mta And Devises Rdlrred Laterally 7 ro I Wilde Edge 0l Travel WaY Arra* Beard Operatvon Disrordlfprad And Arrant 800,0 Shell Be Remorod or Relocated 0utsidd Tho Clew Zone 0, Be Shielded By A Berme Or Crash Cushion Median a Aa b 14,0004 Or Overlay Shields SPEEDING FINES DOUIK FD WHEN WORKERS PRESENT r UNEVEN PAVEMENT C 1 r,„7:0ar! Ar ant Soffor Spore Area Temporarily Reopened to Irani( SOW _a Tepoery PMaernl Marbles P1Kt0 Through Work NN Mel °rotes Relelated • Lrral7 7 Tod OuISiee fest Or Travel Way. INTERMITTENT WORK STOPPAGE - LANE REOPENED TO TRAFFIC END ROAD MORK LAST REVISION 07/02/05 OESCR/PrIONN: 2015 DESIGN STANDARDS MULTILANE, WORK WITHIN TRAVEL WAY MEDIAN OR OUTS IDE LANE INDEX 613 50709 "0. 2 of 2 END ROAD WORK ROAD WORK MEAD A 000 { 4.0 (1908 Leagrn • �t SOO raDIC Il /t //////// Arta Work Arta //////////// ROAD WORK AHEAD 801180110 fl bBCOt{D OWN 1000116 SAM DISTANCE BETWEEN SIGNS Spell Spacing (lt.) Spore A a 40 mph or Inas Nm 200 45 mph 350 350 SO NO*, tremor 1 500 SOO ',Newsy ecl0CCn 0)80) SYMBOLS ® wort Art0 05/0n With IN • 18 )Mil 0ranga flap Ane Typo 0 Vont e Cnan,4'Ur0nr 004,1, (Soo 0400 lob. 600) WW1 20110 5.90 ado 1400 10...01.1 aloof. + Ehrect0On 01 Tr471c D.o.rO Spw'nlg-Tapor S.. (1010 1 Dolce 56ann0-Tanyonl 5N raw. r GENERAL NOTES 1. Wen lour w own wont 4001,,n amor 191 IMw190 tie (N fain 10 • ,,w Mw polled Of 1100 (44110001g !Rabbi/WV an. l.rnlnaun9 (n! *010 treat is a0YOK00 FLAGGER sore 106(1 ed subN(fulld r0, the WORKERS roan. for 10,11,00 01 11099115 and 4LACCEA cions. ma (0044 No 603. 2.. SMOULDER WORK 1300 may 04 used 40 00 .Rana/• (0 106 WORKER 6(0(00) Dip, only Om1 (A4 1140 w1Nr4 (0. snaulder wwt I0 14/4 044101441X. 3. When a soot reap Infos. 40 me M9l•e6y wade the TTC zone..46010na1 TTC domes 6041r Do W*CCd 10 accordance WRh 0Ao1 mudica0)17CZ biomes. 4, for poem) (02 requiromtm( and additional information, refer to Index No. 600. END ROAD WORK DURATION NOTES 2. S1g40 and 0ININ.N0(10 0.11000 may ea em1111d 11 all of Ino loll0wl(1g (000nion0 444 0f.41 0. Wort opCMWlons N0 60 0YMife0 or toss. 9. 9019(096 10 190.01/) 1004 Iwo 1,100-0(00.11y, (0111308, 11.snrne, es1.0w019, or orate ('gMs 099141)19. Table 11 Taper Length - Shoulder Toble 1 Device Spacing Nal. Distant! 00001060 0.0.1c.s (IIJ i3O fon Spore Cams or Type 1 Of Type 11 (mp(1 Tubular Nadas aYfleadtl or Vertical Pant16 of Prime - Tap/ (*moot Tree0 - .__Tango's_. 75 25 50 25 50 30 10 45 75 50 30 50 50 le 70 75 50 50 too GENERAL NOTES 1. Wen lour w own wont 4001,,n amor 191 IMw190 tie (N fain 10 • ,,w Mw polled Of 1100 (44110001g !Rabbi/WV an. l.rnlnaun9 (n! *010 treat is a0YOK00 FLAGGER sore 106(1 ed subN(fulld r0, the WORKERS roan. for 10,11,00 01 11099115 and 4LACCEA cions. ma (0044 No 603. 2.. SMOULDER WORK 1300 may 04 used 40 00 .Rana/• (0 106 WORKER 6(0(00) Dip, only Om1 (A4 1140 w1Nr4 (0. snaulder wwt I0 14/4 044101441X. 3. When a soot reap Infos. 40 me M9l•e6y wade the TTC zone..46010na1 TTC domes 6041r Do W*CCd 10 accordance WRh 0Ao1 mudica0)17CZ biomes. 4, for poem) (02 requiromtm( and additional information, refer to Index No. 600. END ROAD WORK DURATION NOTES 2. S1g40 and 0ININ.N0(10 0.11000 may ea em1111d 11 all of Ino loll0wl(1g (000nion0 444 0f.41 0. Wort opCMWlons N0 60 0YMife0 or toss. 9. 9019(096 10 190.01/) 1004 Iwo 1,100-0(00.11y, (0111308, 11.snrne, es1.0w019, or orate ('gMs 099141)19. Table 11 Taper Length - Shoulder Speed i3O fon (mph) t IG 17 6.0411 1100/. 01,16, (MM. 25 70 39 42 70 40 50 60 Ln WS' 35 S5 63 07 60 40 72 40 107 45 120 150 100 50 131 167 700 53 147 183 270 f0 160 200 740 (-WS 05 173 217 260 70 167 237 MD 0' minimum 0900160, W(dlh 150.. Leorlb d sh0Wdr, 101X, In 1001 W W W1d(11 01 molal (40(0,, in reel «000(466 paved bra 0,pay00 width 1 - Roped sp[64 Now Omni CONDITIONS WHERE .ANY VEHICLE, EO119MENT, WORKERS OR rne1R ACTIVITIES ENCROACH THE AREA CLOSER THAN 15' 8(7T NOT CLOSER THAN 2' TO T140 10CE Of TRAVEL WAY LAST RS9)810N 07/01/12 DESCRIPTION: FD DESIGN STANDARDS 2075 TWO-LANE, TWO-WAY, WORK ON SHOULDER INDEX NO. 602 511807 NO. 1 Of 1 (80 NsROAD WORK 41 30 euflu Span r See 1401e 2547 Wert ry 1y uta /7, V' lY U' a /������//l 8 C DISTANCE BETWEEN SIGNS Spend Spacing (IG) (mph] A 8 0 0 40 or Ivo, 200 200 200 100 41 .950 3.640 250 175 50 500 500 100 250 SS m 940010r 1640 1640 1000 500' The ROAD WORE I MILE MO Amy Oe Olid as an alternate tO the ROAD NORM AHEAD 549, 500 beyond IV ROAD WORE AHEAD 41on or • 81104467 6.491111 Sgns ON(IM.er re Lott. ••• OE PREPARI0 10 STOP van MMT Oa 448t104 for (45804 of 45 MPH of 1a15, SYMBOLS ® Wert Area ▪ Lon With lr , 147 (Nand Orange flag And Typo 8 boat • Cnavwll.Og De4Ke (See 19404 Mo. 601 lY Work Sone Sion tr. Plaggtr Auto.a24 Flagg*, Assistance 0.4Cq (AFAR). WWI Gate o , Lane Mortification I'ONe64on of Traffic Da.lce Spacing-Tanoent So 14480 1 `Device Spacng-leper See Taor0 1 f 550101.6 4870764 601101.1.0 wu1 500142140 446640114 4 41 41 100 TABLE 1 DEVICE SPACING Mao. D1st6m4 Detween 0487(07 ((0J Speed COMB or Teo* / M Type 11 fmpal Tubular Moroi;earruadea 44 verfMM P.(.$, 0, Drums Taper Tangent. Taper 4016954( IS to 45 10 Sp 10 SO 50 10 70 70 640 20 100 GENERAL NOTES 1. War! Opu0 nom MO Are rent ,4.0 10 048 15.411.6 4(41. leaving 164 eppo40e lam open 10 walk. 2. Memorial 081-7059 (enrol ear be et leclee by the/01100100 nuv45: 5.. F45g44ffy.ng .656(19: 2. Official vehicle: 3. 07101 4410045. 4. 701(4(( 44048/4. When /1x)95(5 4/9.180 5014 .fin, 01 004w4y control. lee 1H0gefe shaft be nn 1(918 of earl, who, or 70 diferl t8mnu8ral,00 x 411 I71045. 3. The 040E-UWE ROAD vont aro to bo fully covered a4( me FLA00CR o707, ewe, removed or (4117 Mom, when no worn.51 being 5erf,rmoe aro 1114 4(94847 la 0944 10 ro0-7054 14.411,6. 4. When a tide road in14(s07lI Of highway •116/0 the TIT eat.. 4041150(551 TTC devices shall 90 placed In x[040.145 with other applicable TCZ Indexes. 5. Tao torn (Mnn•Cvnp de0((10.d,rarlfy 60 front 61 the wort area 0nd the 050 rawno1III09 090,45 4004111 as Me 116 or tm wort area may 0• anaemia pr0.r4ed 0.4(1(101 r5 IM wort ria here high.r444lnr 404M50µ flashing. SM111./(n4. 0r WO* 17ghis 090ralw0. 6. Tor Tama:/all Railed Rumble Strr(x. general TC1 reger45Mnts ane .6dgrooal (N4(nas(na 45444 t4 hides 4(0. 600, DURATION NOTES 1. ROAD WOR0.AHEAD dad 1ae •E PREPARED TO STOP ,19!15 .a. hn 5 0x1(4 7! an 01 104 Centro 159 (0504(1005 are n4((: a Wore 094(41,045 aro 60 580.7104 04 la.,. 0. Speed Omit 75 45 .ph M 1465 r d9 Wohl 005/4'ugloot 10 444(1(55.249,04,0659 148 w11. 4404 104 5 0.414410 •4500 40 tbe 00101 5940(4. 4. 74/07141 m (m wort area 4(40 mon-intensity, (81<110, flasNne. ou4(lating. 70 54(007 lights 09440(ng. 00145, 0170 600(100,14 00 150 (604460y 481 e'en 45n1404IN1. BUFFER SPACE 50444 (mPal 0151. 1(1.1 I5 153 30 207 J5 250 40 5111 45 360 50 425 SS 405 00 570 63 645 70 730 When 8.74(4 Spar. cannot 00.214e050 005 40 9000(1//11 (0014(415(5. the 9re0(tt M141540le length (hall bo used, 601 not tea, Moo 200 11 CONDITIONS WHE0E ANY 4E011Clf. EQUIPMENT. WORKERS OR THEIR ACTNSTIES ENCROACH THE MCA 55TWOEN THE CENTERLINE AN0 A LINE 2' OUTSIDE THE 100f 01 TRAVEL WAY LAST 864)51044 07/01/14 DESCRIPTION, 2015 DESIGN STANDARDS TWO-LANE, TWO-WAY, WORK WITHIN THE TRAVEL WAY (NOE5 603 SHEET NO. 1 of 2 WN4 Af•0-011 cr SYMBOLS wort At la Sips W.IA ir a ir (0004.) V Orap* Pao And r,0, 8 Lola Chersmairono Swore 15.9 Modes NO. 500) WOwk ZOM SIM [Te rla9SW r Slop Dar 1=4. Land IdelullIcal,o. * D.r.cUon a/ Tra/lit .,_ cots UNSIGNALIZED GENERAL NOTES 1. TM FLA066R 01900, ton may 0* s0D0I11NN /or 111 tymbOl 0196 5 WOOF erlurlot la a pa0Lmy .oil 0100{ 190 loon Of Slant 10 TCZ moot. Um Alfas LIM De p0s1 =motto and locoed .9 atto.dan(e with lodes Na 1730? 3. If the wort 100cd .18.000 atrols • rroslwblk, the croaawalt Mould 54 twee 00499 Hy information In I0d00 No. 660. a. Yapper. 11+11 5. orator Woof* May eon 4010101 door* 150a OM drr•ol.on Of FIn95err .0411 ba In 619n1 0, oath NIM. of In d,rell 101MNNra1100 at all Ia1OM. 5. Mac.num storm° DetwWM cbom,afl?Ine dw.co9 0110/ ad not praetor Moo 20. 6. Temporary soma: phas.l0 methlloal.dnl aro 10 Da aPpricd by IRA 0111110 Traffic Op0Nh009 1091nder prior 10 the Mp1n119 01 wort. 7, For TNRporary Raised Aulwbly Strlpo, °Masao TLS requ11o.ni. and addftrood In nrlon01 10,99 to Indo. No 600 till 1090 CON DURATION NOTES I. ROAD WORK AHEAD AND END ROAD WORK SOO mar 00 00011ad d 00 o1 IoM /0,100,99 rord.l,ol5 Orr act: . root opalalla01 00 OO ml0utaS 99 leaf 9. Speed is 45 mph or 7esl. 4. No scold 0D0trvCl.Nts to 00Mrfes approach.,° the work KN tor I 1/91an(e .0004 10 A Nue A. 4. 9M1100, W The work area hare NPO-.MOMIry, ratafn.% 111.0199. nsrlllarllg, or woo 11900 np0r91N1p. e. V010S alp 0ooftot 111y or IN roaS0ay hat arta (Cn0ld0red DISTANCE BETWEEN SIGNS Sated Spa01n9 01.1 A 0 40 CoA Or le05 203 200 e5 awn 550 350 CONDITIONS WHERE ANY VEHICLE. EQUIPMENT, WORKERS OR THEIRACTIVITIES ENCROACH ON THE PAVEMENT R(OUININO THE CLOSURE OF A PORTION OP ONE 09 MORE TROPIC LANES IN AN ,Nrea$ECr,ON. LAST REVISION 07/01/14 DESCRIPTION: 2015 DESIGN STANDARDS TWO-LANE, TWO-WAY, WORK IN INTERSECTION INDEX NO. 604 SHEET NO. IofI 0 muOt Si. Table 11 r Wera Mei / ROAD WORK AHEAD 1[001110 811011 Otxb1D WIN 0510M Ir0WIT DISTANCE BETWEEN SIGNS sp«d Spacing (14.1 Speed A 0 40 mph of toe. 200 200 43 mph 330 330 50 mph or promer 500 500 • 3017 beyond the ROAD NOM ANEAD sive of midway between slpns whenever Is loss. SYMBOLS Wort Area Styo Ileoth 10' 1 IC (Nin.) twang* Flap AM Type a LORI CMnnehtlrg Oevke (Seo lndes M0. 6007 V Wore Zone 6.o" t=ti Lair Wenn/Iram it . Direction of Traffic DevtC. Sparing -Taper See table I Morino Spacing-Tergtent 6.. r.w. I Table 1 . Device Spacing sp..d Na.. 0)01400. 0Nrrn oerieea (It.) Speed Cones or Typo I or Type 11 DRAW haulerM/1RN8 aerllslde1, or Yertlt/ pane+, or Drums Taper Ten90nt Toper 70010.11 23 25 50 25 SO 3O 10 43 25 30 30 30 30 to 10 25 30 SO Ila GENERAL NOTES 1, I/ the watt operation elrraxnes on the tAr0(1 l (raffle tares or when !par or owe 08(0 9Ntl(Ies Neel 11* 1M000n 416111[ lanes In 0 011e 11007 period (..CN/ding esu<hing ell lereunalog rho wort erre/. 4 (wow snail Oe provided and a F1A(GER s10t1 shall 0e suavdutnd to the WORKERS shin The nohow shall to positioned N the point of vehicle entry Or d0DOr(ure from rho wort 0(01 2. 710, 742 pan also applies to wore (*nomad .n the m101.n .are inan ? e.A less titan 12 from the esge of 4ravelwa8. 3. Wbmt 1401+ 19 berm performed Ill a I.u1Nl.ne ood.id4 roadway the moos norwally mounted .n the melon far shown! shall M outlier/. 4. WORKERS trona 10 do removed or 0Wly covered moan we wart a bads per/owned. S. SMOLDER WORK mon 4069 bb used 4s 00 &rero to to the WOi(KEM 14=60 0(80. 6. Whoa a sldr road Intersects the &Owe' within (he TTC tae. addition& ITC devices !Mall be placed In 4.lnda00p with &her appl00141 TCI IMI.pI. 7 Foe general 767 requirements eW .00141.nal Inl0,.patu4 IblOr Io N.db. Mo.600. \1 CND ROAD WORK DURATION NOTES 1. Sivas Oro cManelit(p derlres 0444 be Crotched (0 .6) of the 10/10Wtng 1006lll000 1'n rail: a. war* operetta. aro 60 m.nWos al less. D. v.TOC1as In the wort area have MQR.ln000dlty, rotating. flashing. Osrilla(.ng. or straw Iip1e operating. Table 11 Taper Length • Shoulder sp..d ISL (((.1 (MONr HT Ir xeret Slddr. 51edr. SIYdr, 25 20 33 47 30 40 36 60' L. WS' 33 35 60 67 00 40 72 00 107 45 120 150 180 SO 133 167 700 SS 147 183 720 60 160 200 210 La WS 65 173 217 260- 70 117 237 200 C w,anww shol116ar w.4111. 1bL alength al shtW(4,7 taper .n feet W r Width or 1011,1 91,00641 in reef Hosnalnod paved all unpaved wroth) S 14 ported spell 1(0111 (mph! CONDITIONS WHERE ANY VEHICLE, 1001914ENT, WORKERS OR THEIR ACTIVITIES ENCROACH THE AREA CLOSER THAN IT 007 NOT CLOSER 7101.1/ 7' TO THE EDO! OE TRAVEL WAY. (AST 8sV191001 07/01/07 10 DESCRIPTION: F� 2015 e DESIGN STANDARDS MULTILANE, WORK ON SHOULDER INDEX 00, 612 SHEET NO. 1 of 1 Cow E=. Q 0' Qt Q Median SPEEDING FRIES DOUBLED WHEN WORKERS PRESENT DISTANCE BETWEEN SIGNS Speed loath? 1(t.) Speed • B C 40 nlph ur felt L00 200 Mir 45 erpi, 350 350 350 S0 nph 500 Sop 500 •55 mph or 0ro0(3r 7640 3640 1000 • The ROAD WORK 1 N LE wan 0.4y 0e wool et lie ellereige 10 the ROAD WORK AHEAD sign aro ran RIGHT LANE CLOSED 05 NILE Mon may 00 used •3 a0 alternate MIA* RIGHT LANE CLOSED AHEAD £ 914. •' So0' beyond the ROAD WORK .HEAD non or rioted), between stone wierhever 11 foss. SYMBOLS ® Wort Area 51931 Wan 1114 IP /Min' Orgy. Slap And Typo B Light m Chann.111ing Orme ISO* Inde. Na 6001 0 Work Sano Sip Ooh Adnan* Warning Arrow Beard tomb Ds 0 C GENERAL NOTES 1, wen operations sten ee confined to one trarar folic. leaving (h0 ddlcucnt hoe open to traffic 2. 031 unMvroa( hig wage the 0redla0 Mgas al shown ore to ae omitted. INN,. wort Is porrrmod In 113. med(6n lane on Walesa' highways, Ino 0lamelI1109 deck* plan 11 (heated and lett lane closed and lane ends signs 1001611043 for the ri4N Mao Nosed and Im,e end sins. The same apah45 to 031019(064 h(plwaye with fly I511awrn0 acc,prlonm a. were shalt be CNV((.od within Ons median Sam. b..ddltlpyf barricades. Lents, Or drums shall be pared 61018 tan Cenri3OO AOult(59 she reek A[N and Across the trod1no mrd 01 1381 wort rep. Whet, ark Op undlrid46 highways actors WNW IN centreline so a, ID ',grown on 60th medw0 reefs. the inverted pnan le •ppl.ed to the 0903306033 of both roadways. 4. Stirs ab thele tenni dowses N. to 00 .04,1,54 to 4(0or4anee with INTIRMITTENT WORK 5309/000 0tla is Ishtar 2 el 251ne0 00 ron H betty perfumed 4n ,he prpnray rs Open no Metro. 5. tan two rn4m5.2.n9 ecrwes dlrowy m (rout of the week area may be owned pr0rlecg 334.19[(31 m the weal Nee MOO Mph-IM7nstty rolalhp, flashily. orientating, or strobe (i9Nc oprafing. V. When peeve ohodr4Ns ltavm0 • 1ndlh 03 0 (1, et more are Nesse, N1NMd1rn9 dirties snail be used t0 [lose the,hevlder 40 •0140(4 01 lht wrpbg caper to thraci rth(Wer tdtc to 'ovum within tan (rave Way. Seo ,NPI M. 413 tor 11.01426 tatter lrmutas. 7. Wneo a side road 4044050,,1 tie Netwr•y Nthln ttg T3C spy, a0ditpoI STC donnas shall 00 Hated to 6(3Ndlre .nth other wadeable TCT. Metres 8. 'big TCI plan kW not apply when weft Is 134mg perlormod le (1. middle 1.110(,1 0l • (7a r bre lane highway. toe Iados No. 814. 9. PN general TCI rl0Wrenom/ and ad4ltroos1 NJ proration. refer to lode. ea 600. Q CND ROAD WORK Table 1 Device Spacing II and Taper Noe. 0117rH. Between Devices (NJ Speed Cones of rya* 1 er Type II OD9111 Tubular N4rbwe BNrlebd.l or Vartf2N (12' 713.70 Worm tlenl (10.13 r Drum, Taper Ya.oeor Tepee Tangent 25 2S SO 73 30 30 la 45 2S 30 30 30 SO 1* 70 23 30 SO 100 Table Buller Space II and Taper Length Duller Taper Length SOetd SW.* (12' 713.70 Worm tlenl (meal Dui. L Notes (IU 01.1 (*wool 23 155 125 50 2011 100 MS' 35 230 243 0 00 303 320 45 360 340 30 423 600 35 393 66O 00 370 720 L - WS as 643 700 70 730 440 *Iwo 601 et Space anon, ee attained dict 10 p ttotet113 [DOsrr0fn(e, she (320(33 l ((4Jnabla length sh011 be used. Ove not less Own 200 li. Tee ls/oral 1rar1wr.0n1 00501 Chan 17. 0311 Where: L e length r taper In feet W e Width W (Were, (ranslhon to tete 5 0 Posted speed hmil lotohl DURATION NOTES 1. Temporary whtr9 .000440* .may be am0104 fee wort operations lees man 3 4.4n0NWlr• [Wonder 4596. 2. Per wort 002601(031, u0 f0 WIToc101at147 13 manures. 11950. N.NN1lalnp devices. Orme cord. end kalif Space may 0e omitted if all W the 101306.9 mandato.; are Mt: a. Speed Keri a 45 mph or Jogs. 0. NO Ople obstructions 10 re30cl(s .09,04tMIg the wort yea Icor a dls30,K* sweat to the balm. mato and fan team Isaprla /MWnrd. t. Velum ate [0n,h6ady r the roadway has *Lion Conetered. d. ran N0.0* *459 40 0rr045.14 or 0411 9 or terser, reechoes gory rrSC4iS) w0h a 5nmmun gross teerp0 NNr(0 rr140 (04(94.3 0/ 16.001 i0 with hi9Mtmensilt. ralWtnp, I/e5Nnlp. osctl1Wlrg. or strobe Roles mpn30ed abort fly cab height ono oaorat309. 3. dor wort Op1r01004 40 t0 00 mantel, arrow board M10 Duller space 0103 be °muted d rondnionp •. 0and r w 009A71934 NOT! 2 err mat. ate Vehicles 10131. Wert NN have 010MIN9054133. Totowa?. 3)503009. OSNlf11nn9. or strobe lights 003111119. CONDITIONS WHERE ANY VEHICLE. EOLIMMENr. WORKERS OA THEM ACt1Vlrie5 ENCROACH ON THE LANE ADJACENT TO EITHER SH0DL050 AND THE AREA 3' OVT5195 THE EDGE Of TRAVEL WAY LA$T REVISION 07/01/09 5. OESCRIPIION: 2075 io71 DESIGN STANDARDS MULTILANE, WORK WITHIN TRAVEL WAY MEDIAN OR OUTSIDE LANE INDEX NO. 613 SHEET 1 of 2 Cam arrer. Board Operation OiseOmhwhs And arrow Board Shalt Ie ReaOved Or Ie0Orated Dol9Oe Ma Clear Zone 01 Be Snierded By A Bartle. Or Crain Custom m EVEN PAVEMENT Tempor*ry Iowa rrarlla9a Plata, Through Work arra And Wager Relocated Laterally Z TO I Out Side Edge 01 Travel Way Coto a a Arra* Board Operatron 01Knulnuad Mt Arrow Board Shull Be Reawod Or Relocated DutUido The Clem Zone Or Be Shielded By A Barnet Or Crain Cushion m say D B U. Mooed Or Ovulay SNNOi SPEEDING FINES DOUBLED WHEN WORKERS PRESENT UNEVEN PAVEMENT �% 21 ares /enperar.ty Reopened to ria(1i( rpnperary PIewhata Wank ngs PI 0'4 r0oeph Wore area Ane Dermas 9.10ated Laterally Z 10 of 0wsua Edge Of Travel ray. INTERMITTENT WORK STOPPAGE - LANE REOPENED TO TRAFFIC a SOB ENO ROAD WORN LAST REVISION 07/01/05 4 z 043(904(104: 2015 DESIGN STANDARDS MULTILANE, WORK WITHIN TRAVEL WAY MEDIAN OR OUTS IDE LANE INDEX N0. 613 SHEET N0. 2 of 2 APPROX/MA If CENTER OF RAILWAY TRACKS (0) i.Ati• (e,,..l Pe".meiAi_ 1l/#00 102#00 A 113#DO /l 11!#00 'S`'�^"a 115400 1==.ne.e.ae_e1..aa=e. _(maa..kW:IVJ' �ACiELSkT ._..p.._nenas 1 1 ..04E self,p,h7YRI'3n==��i's ,.{V2.��s j(6t) x . NUJ'?/ `11 e11' A (E.,' s..een. m". un. Jt.:&J e_ 10' Sitio _e • 1 _ _ _ _ u . :.t.) solid to tone Unit -‘69. ol P..em."I , \\ s'''.2 -1L7,..7/__.__'.) / ,// l'V. - - r ( - - I{l/ l I e i Ij1 I/IIV�j1 1 / / / STRIPING KEY A 6" SOLID WHITE 8 8" SOLID WHITE C 12" SOLID WHITE O 18" SOLID WHITE E 24" SOLID WH/TE F 6" SKIP WHITE TIP (l0' -JO) C 6" SKIP WHITE TYP (6'-10) H 6" SKIP WHITE TYP (2'-4) I 6" SOLID YELLOW J 18" SOUD YELLOW K 6" DOUBLE YELLOW 6" SKIP YELLOW TYP. (10'-30) M 6" SKIP YELLOW TYP (6'-10) N 6" SKIP YELLOW 1YP (2'-4) P RPM MONO -DIRECTIONAL WHITE/CLEAR O RPM 8I -DIRECTIONAL AMBER/AMBER R 6" OOUBL£ YELLOW (6'-10) T RPM BI-DIRECTIONAL WHITE/RED A NOTES 1. SIGNS AND PAVEMENT MARKINGS ARE TD CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND GEOMETRICS 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED 1HERMOPLASTIC. J. RAISED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE TO CONSIST OF 4 /NCH SQUARE MONO -DIRECTIONAL WHITE AND 81 -DIRECTIONAL YELLOW. 4. LANE LINE RPMs ON THE 4 (OR MORE) LANE PORTION OF ANY 0/140£0 ROADWAY SHALL BE BI-DIRECTIONAL WHITE/RED. RPMs SHALL BE POSIRONED IN ACCORDANCE 47771 FOOT INDEX 17352 AND THIS PLAN, BUT INSTALLED ON -THE -STRIPE IN ACCORDANCE 141TH INDIAN RIVER COUNTY STANDARDS. 5. ALL SIGN POSTS SHALL BE 1-J/4x1-J/4" 12 GAUGE GALVANIZED SOUARE TUBING W17H OPEN HOLES AND ALL ANCHOR BASES SHALL BE 2"r2" 12 GAUGE GALVANIZED SOUARE TUBING WITH OPEN HOLES 6. THE POSTED SPEED OMIT IS 45 M.P.H. 20 40 60 Revision Dote BY L"] ADD EXISTING STRIPING. RE5I550 NOTES 9/24/15 KPH INDIAN RIVER COUNTY 1801 27th STREET VERO BEACH , R 32960 (772) 587-8000 Deporirnen/ of Pub//c Works Eng/nearing Division K. P. IM1/5(N d'R 6/16//P NTIKIVID M. Q MYON 1138 OLD D/X/E HWY. PAVEMENT MARK/NGS SHEET /54 1 1 W GUARDRAIL _ - A APPROXIMATE CENTER OF RA WA IRACA'S (0) r,-,0,5„.1,771:0-3.1,408.77" 00 8 EXIST. CURVE RCN EXIST.JOBJLL^7 7------------WRAY (OSI-JR)fro iRrifovriN GUARDRAIL MATCH LINE STRIPING KEY A B C D F 0 H K L M N P 0 R 6" SOLID WHITE 8" SOLID WHITE 12" SOLID WHITE 18" SOUD WHITE 24" SOLID WHITE 6" SKIP WHITE TYP (10'-30) 6" SKIP WHITE TYP (6'-10) 6" SKIP WHITE TYP (2.-4) 6" SOUD YELLOW 18" SOLID YELLOW 6" DOUBLE YELLOW 6" SKIP YELLOW TYP (10'-30) 6" SKIP YELLOW TYP (6'-10) 6" SKIP YELLOW TYP (2'-4) RPM MONO -DIRECTIONAL WHITE/CLEAR RPM 8I-0IRECTION4L AMBER/AMBER 6" DOUBLE YELLOW (6'-10) RPM BI-DIRECTIONAL WHITE/RED ® NOTES 1. SIGNS AND PAVEMENT MARKINGS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND CEOM£TRICS. 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC J. RAISED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE TO CONSIST OF 4 INCH SQUARE MONO -DIRECTIONAL WHITE AND BI-DIRECTIONAL YELLOW. 4. LANE LINE RPM, ON THE 4 (OR MORE) UNE PORTION OF ANY DIVIDED ROADWAY SHALL BE BI-DIRECTIONAL WHITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE 1WT74 FDOT INDEX 17352 AND TH15 PLAN, BUT INSTALLED ON -THE -STRIPE IN ACCORDANCE WITH INDIAN RIVER COUNTY STANDARDS 1. ALL SIGN POSTS SHALL BE 1-3/4x1-3/4" 12 GAUGE GALVANIZED SQUARE 71.491110 WITH OPEN HOLES AND ALL ANCHOR BASES SHALL BE 2x2" 12 GAUGE GALVANIZED SOUAR£ TUBING 91171 OPEN HOLES. 6. 774E POSTED SPEED LIMIT I5 45 M.P.H. 0 20 40 AO No. Rovlllnn Oats B7 A REVSCO ROIE5 9/14/15 K.P.H. INDIAN RIVER COUNTY 1801 27th STREET VERO BEACH, 32960 (772) 567-8000 Depar/men/ of Public Works Engineering Division M R pow K. P 24W5L14 M 0, NLYON "J° 6/78/l1 1138 OLD D/X/E HWY. PAVEMENT MARK/NGS 507(1 /55 / �t L -- - -..___- _` \- re_ __ _ APPROX/MAIC CCNTfR Or RA/LWAY TRACKS (OJ _ \ \ 1 V) D757 CURrI S.aV\ ... h . a.. ,.. ^... -... . , . . -, ,.,. .. c• •n .. ..^•a: .•uo 17l� 5.17; .: ,. - .��.':, `.'t'?' ,.717 00../18+L70.'.i.��� ''s ` 'I ' 119fO0. _ W W .•: . _, ..l _ . . a , . . .. I-. ,. Y. . ,moi 1 . :. .., .� ,,. .... .. ., ..r :,. ... .1 . :. .. .. ..... .i -. .. . � .. ., � t. � .. .... .. .. s .. r .. , .. 1 ,: v 1. N ,.. r ,.. .: ..�:.. _^.: s`I: : '•.. �... :. ... ..... 0.':i. ;'..I'ra• m� ..�:�iy .,t.: ". -.0 vox. .. , t, �.: l,i`.V, r Z ... .., ... .... ^. t . .. :'r ��:.,; '11x; ... .. V F } � EHO SIJPTP/AC / - - - _ _ PL / AT MA ROAD / c/ tt £X/ST. SZ7 SIGN (Rl-/) Y ` (TO RE RELOCATED) ' .ad • / la. l ` �/� w r ( 20 40 e STRIPING iffy A B C D E F C H I J K L M N P 0 R T 6" SOLID WHITE A NOTES B' SOLID WHITE 1. SIGNS AND PAVEMENT MARKINGS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES 18' SOLID WHITE IB' SOLID WHITE AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND CEOMETRICS. 24' SOLID WHITE 6' SKIP WH?f TYP (10'-J0) 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC. 6' SKIP WHITE TIP (6'-10) 3. RAISED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE TO CONSIST OF 4 INCH SQUARE MONO -DIRECTIONAL 6' SKIP WH/TE IVP (1'-4) WHITE AND BI-DIRECTIONAL YELLOW. 6' SOUR YELLOW 18' SOLID YELLOW 4. LANE LINE RPMs ON THE 4 (OR MORE) LANE PORTION OF ANY DIVIDED ROADWAY SHALL BE BI-DIRECTIONAL 6" DOUBLE YELLOW WHITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE WITH FDOT INDEX 17352 AND THIS PLAN, BUT 6' SKIP YELLOW TYP (10'-30) INSTALLED ON -THE -57771P£ IN ACCORDANCE NTTH INDIAN RIVER COUNTY STANDARDS. 6' SKIP YELLOW TYP (6'-10) 6" SKIP YELLOW IVP (2'-4) 5 ALL SIGN POSTS SHALL BE 1-3/4'x1-3/4' 12 GAUGE GALVANIZED SQUARE TUBING WITH OPEN HOLES AND ALL RPM MONO-DIRECT1NAL WHITE/CLEAR ANCHOR BASES SHALL BE 2'x2' 12 GAUGE GALVANIZED SQUARE TUBING' WITH OPEN HOLES. RPM BI-DIRECTIONAL AMBER/AMBER 6' DOUBLE YELLOW (6'-10) 6. THE POSTED SPEED LIMIT IS 45 M.P.H. RPM 8/ -DIRECTIONAL WHITE/RED No. Rasta Ion Data B7 INDIAN RIVER COUNTY 1801 VERO BEACHth STREETFI 32950 _ 5772) 587-8000 • r'''•. • Deportment of Public Works pa '"' '. , „ . r > ' e'„' 6/!6/Lf OLD D/X/E HWY. PAVEMENT MARK/NGS SNCR Ss /1 t.]]'' �.. 'II. K. P AWNSDI' MOOT 1138 ; �1 T "�' O.r. �,� Engineering Division 77 �� NX - - ADJUST STRIPING, Rfv15ED NOTES 9/24/15 K.P.M. ,O _ _ £X/ST,SICN/45 (TO - - _ _- _ %` APPROX/NA7C CCNICR Of RAILWAY IRAA'S 01 - _ __- SPE£/IIPIY(M/T 9E NZOCITED) R2-1) ,144 T19t00,' .r .� . : >. . IJD,<00 .. ,.. re >JJ''' , .,, ,., it„.•,..:,,,:... -;•,..:,''',.,c . ... A .•.... , A .. . ,. �. ..,.: .., n., ,.. • ., fy .. .. n. .. ., . ..,:..,21 :.' ,"`i'p ''•ry 1 4..1, T''- -. NL! .'rL lX! • .. ...1.. ,. ...... .. ......... ,......., ..,.......,..',r:` - 'eta - .. .. ,., .,ra>::.r, -4 V-_--_- -t DIST. SPEED LIA4/7 70 BE (LOOCAATFD) 1f , 20 40 60 STRIPING KEY A C C D F F G H I J K L M N P 0 R T 6' SOLID WHITE A NOTES SOLID WHITE 12' SOLID WHITE I. SIGNS AND PAIEMENT MARKINGS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES !B' SOLID WHITE AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND GEOMETRICS 6 SKIP WHITE 7YP (10' -JO) KWHITE 6' 1P 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC. 6* SKIP WHITE TYP (6'-10) 3. RA/SED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE 70 CONSIST OF 4 INCH SQUARE MONO -DIRECTIONAL 6" SKIP WHITE 7YP (2'-�) 1411/TE AND BI-DIRECTIONAL YELLOW. r SOLID YELLOW fB' SOLID YELLOW A. LANE LINE RPMs ON THE 4 (OR MORE) LANE PORTION OF ANY DIVIDED ROADWAY SHALL BE BI-DIRECTIONAL 6' DOUBLE YELLOW WHITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE WITH FOOT INDEX 17352 AND 71115 PLAN, BUT 6 SKIP YELLOW Ill' (10' -JO) INSTALLED ON -THE -STRIPE IN ACCORDANCE 1i77H INDIAN RIVER COUNTY STANDARDS. 6' SKIP YELLOW TYP (6'-10 r SKIP YELLOW 7YP (2'-4) 5. ALL SIGN POSTS SHALL BE 1-3/4.41-3/4* 12 GAUGE GALVANIZED SQUARE TUBING 11771 OPEN HOLES AND ALL RPM MONO -DIRECTIONAL WHITE/CLEAR ANCHOR BASES SHALL BE 2-02* 12 GAUGE GALVANIZED SQUARE TUBING WITH OPEN HOLES. RPM BI-DIRECTIONAL AMBER/AMBER DOUBLE YELLOW (6'-I0) 6. THE POSTED SPEED LIMIT I5 45 M.P.H. RPM BI-DIRECTIONAL WHITE/RED No. Nolslon Date By INDIAN RIVER COUNTY ieoi 27th STREET VERO BEACH FL 32980 (772) 587-8000 •^''•. DeporJmenl of Public Works MONO ,ygpR 9 •, •' ”" 6/P6/If OLD D/X/E HWY.. PAVEMENT MARK/NGS SM¢T 57 /1 Seri II•,; ` /L1A'SCN ,......6/26(::: � �38� i,} 7. �'.'I' -00 Engineering Division �. NNW _f,� ® ADJUSi STRIPING, REVISED NOTES 9/2/15 K P.11. - CO. - ._ _ _ - - _ APPROX/YA/f Ct T(P 0t RAILWAY TRACKS (.0) _ __ — — __ — 1 01h h VI 4 .136t00 .�.•. _ J3'7tO0 .:.. .. .. ..: .... .:.... :.0.^/8,7'0,2:.. �: a.•t, . ;•.i �; s ,.,,.: t 5... . .F.,n.: � _, r.+ :: .• ...• �.... i:iJS9+00:' •:':a'i . .. .... :. .: .. ...• , : �., [� 5...5 ..-: 1... , A.. �f'OI7D OIR1YAGY,7/WAY �', d .J f i q � • h �740400' .,.4.••, 141v -u0 � " y` 1'r 174.1 f ` Ell • 0 00 40 00 STRIPING KEY A C 0 0 E F C H I J K L M N P 0 R T 6' SOLID WHITE A NOTES B' SOLID WHITE 18' SOLID WHITE 1. SIGNS AND PAVEMENT MARK/NCS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAmC CONTROL DEVICES 18' SOLID WHITE AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND GEOMETRICS. 64' SOLID WHITE 6' SKIP WHITE TTP (10'—J0) 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC. 6' SKIP WHITE TYP (6'-10) 3. RAISED REFL£C71VE PAVEMENT MARKERS (RPMs) ARE TO CONSIST OF 4 INCH SQUARE MONO—DIREC71ONAL 6' SKIP WHITE ]YP (?'-4) WHITE AND BI—DIRECTIONAL YELLOW. 6" SOUR YELLOW 18' SOLID YELLOW 4. LANE UNE RPMs ON THE 4 (OR MORE) LANE PORTION OF ANY DIVIDED ROADWAY SHALL BE BI—DIRECTIONAL 6' DOUBLE YELLOW WHITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE INN FOOT INDEX 17352 AND THIS PLAN, BUT 6' SKIP YELLOW TV (10'-30) INSTALLED ON—THE—STRIPE IN ACCORDANCE WITH INDIAN RIVER COUNTY STANDARDS 6' SKIP YELLOW 7YP (6'-10) 6" SKIP YELLOW TYP (2'-4) 5, ALL. SIGN POSTS SHALL BE 1-3/4"x1-3/4' 12 GAUGE GALVANIZED SQUARE TUBING WITH OPEN HOLES AND ALL RPM MONO—DIRECTIONAL WHITE/CLEAR ANCHOR BASES SHALL BE 2'7.2' 12 GAUGE GALVANIZED SQUARE TUBING WITH OPEN HOLES. RPM BI—DIRECTIONAL AMBER/AMBER 6' DOUBLE YELLOW (6'-10) 6. THE POSTED SPEED LIMIT 15 45 M.P.H. RPM BI—DIRECTIONAL WH1TE/RED No. Revision Date BY INDIAN RIVER COUNTY 7801 27N STREET Vjj EA R. 32960 ."•^q Deportment of Pub/ic Works ':'i,<' _ COMM en •ad,' Q�Q/IpSNC` OLD DIX/E HWY. PAVEMENT MARK/NGS SB �1 Sz'•• F10�•1 1138 K. ♦. N.WSCN 7 ,•',.0 Eng/nearing Div/stop ;Tr NIXON _t' .. _ RL I$EU NOlES 9/20/1 K.P.H. _ CO , / _ A APPROX/A/Al 3: CliVITIP or RA/LWAY TRACKS (0) - - / / / , 'Ll 43 - _ ., L -.I ,...10:';.','1,, I., • • ''', T, 'T.' :!;: .'"- 1'' ''''';,'' ', ''i'illi, '-d, .re, iii0-4141- ) II#0042#00,143#00/ I4#001.04ee ''- '.:".'- .:4„"1 .. '."- S'A':,;::.!!:'.•'.,. •:!, '' !,':, ,,r.,!:.„ n- •'h ,:,,.. 0'.,"! , ,' ;!'"''.::'':';;;'I''K'' ."'':.' ' .:V,A.K;.q. ,' li,";:''''..;:')!'' ' '''VK.,!;,'' ''!..*:'' ' v :: ' !;;.:•!!':'+!:: .. :'' " : , ''':i.'...‘1.:!..:'...:, ' T ..• .. '.'. 14 7-..40C 144;9e ''-.1' ., .', !..1...,; 'A y •!:T.T...:!” .,.....,.! '''':•“;;!:1,. , ' TT •;G:',.,; ,?'!!';'''A'',,!',. :Al y .,:": . 1 K; ;-, • .: ,,;:',. 'A.,:-.!:.• :!!:':,,:`:',!, ., 'i tk'i L.1 K. ,.. .....,. . v... , .... .... ,. .- , , VI— •, 4 _ _ _ _ 7 / / / - W, / , 47 . 6/ -',, , , R, 6 e., _ V .., 4 . 2. 1. 00 STRIPING KEY A IS• SOLID WHITE A NOTES: B .. 8' SOUD WHITE C 12' SOLID WHITE 1. SIGNS AND PAVEMENT MARKINGS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES 0 .., 16" SOLID WHITE AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND GEOMETRICS. E .. 24' SOLID WHITE F 6" SKIP WHITE TYP (10.-30 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC. G 6' SKIP WHITE TYP (6.-10) H ... 6' SKIP WHITE TYP (2.-42 J. RAISED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE 70 CONSIST OF 4 INCH SQUARE MONO -DIRECTIONAL WHITE AND BI-DIRECTIONAL YELLOW. I 6 ' SOLID YELLOW J .• 18SOLID YELLOW 4. LANE LINE RPM, ON INC 4 (OR MORE) LANE PORTION OF ANY DIVIDED ROADWAY SHALL BE B1-0IRECTIONAL K 6' DOUBLE YELLOW IWIITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE WITH FOOT INDEX 17.352 AND THIS PLAN, BUT L 6' SKIP YELLOW TYP (10.-30) INSTALLED ON -THE -STRIPE IN ACCORDANCE MTH INDIAN RIVER COUNTY STANDARDS. M 6. SKIP YELLOW TIP (e-102 N - 6' SKIP YELLOW TYP (1.-4) 5 ALL SIGN POSTS SHALL 8E 1-3/4"x1-3/4' 11 GAUGE GALVANIZED SQUARE 77)81140 97771 OPEN HOLES AND ALL P .. RPM MONO -DIRECTIONAL WHITE/CLEAR 0 RPM BI-DIRECTIONAL AMBER/AMBER ANCHOR BASES SHALL BE .2"x1- 12 GAUGE GALVANIZED SOUARE TUBING 1$17H OPEN HOLES. R . 6" DOUBLE YELLOW T PM BI-DIRECTIONAL (6.WHITE/RED -10) 6. THE POSTED SPEED LIMIT IS 45 M.P.H. .. R No Revision Date 67 INDIAN RIVER COUNTY 1801 2791 STREET VERO 8EACH , Fl. 32980 (772) 557-emoo .0,4.. (0, Deporknent of Public Works , • '' ,1 if r 1 1,1 ' OLD D/X/E HWY. PAVEMENT MARK/NGS MEET 59„... ...-•;81 ill:/.61:11:s* , K. P. 14411SCH MOM MAIN Id 1138 Vi q si!4. 4 Engineering Division ""re. • • mt, A RtVISED NOTES 9/24/15 _ K.P.H. L.. 01 V1 APPROXINA It CENICR Or RAI/LWAY IRACA'S (0) - - - — - - — - - .-.....- - — - — - — - — - — - - — - — - — - — - — - - — - - -R. - - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _- _ . 1 4... .Z) Z.C3 1., ,...4 I47400:',., , 11.4.-,1,,ith :.I, ;.,, '''.- ,;,, k '' i.i..i;i9(i,. ..:',.':''T':::::''',"'''''? ''. i...750#017Y: ?:'..';,.,,,!'?:1;... t'f''.•';''.,',' ,;:,.,'A'A,'....."'"..'1,5 l'PCIO 1:, 1 (',1; ''. ' „..,,,,.-.... .,_ ... , : . -• .. -.. , ,::..„.1,, • - ,.1.:bi.D.4464.ie„:?::••,.0,..,,,,,f...e.,..-•:,,,..,,,• . :,.... . • .. 1 -, , , .: -..-.13.9.,,,,,•••••,'"' '' -. .'n 1,...,:,.: •,, :: •.'' '' ti ..„ . . :, ,..:, .4.., ,...,....,, ,. 0, ''' „,. , ‘. ,:,,,, v ;;:•}.f'..:.;,;-.,. ,;.,Zri.,'..:1,::i..,..4,.....:. ' 1: - g.. 1 :1;;;7 5-24.00— .,..,;',1..0.'''''.':Y',.9,...-..... .' 1.5..7-;00 ,,. ,•,".•,:i.,.%.,..„,:::....:.... .,.,„.....y", ,, ::: .•.• .::••,. ••• , , • •,:, ,.:A. , ‘.t.' i -41,-T. , ,,, cl , , , „ ;4 ___ _ — _ _ _ _ _ _ - — - — - — - — - — - - --- - - — - - - - — -/- — _ -,,v-- - - — - - — - - — _ - — - - — - - ---- - - _ _ _ _ _ _ _ _ _ / 1 4‘,7 ..... ...I f:l. 0 lo 10 SO 52/PINGKEY A 8 C 0 E r G H I J K 1 M N P 0 R T 6SOUD WHITE A NOTES: B' SOLID WHITE 12' SOLID WHITE 1, SIGNS AND PAVEMENT MARKINGS ARE TO CONFORM TO THE MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES 113' SOUD 1YHITE AND THE INDIAN RIVER COUNTY TYPICAL DRAWINGS FOR ROADWAY SIGNING, STRIPING AND GEOMETRIC'S 24' SOLID WHITE 6' SKIP WHITE TYP (10.-30) 2. ALL PAVEMENT MARKINGS ARE TO CONSIST OF 90 MIL EXTRUDED THERMOPLASTIC 6' SKIP WHITE TYP (6'-10') 6' SKIP WHITE TYP (2.-4) 3 RAISED REFLECTIVE PAVEMENT MARKERS (RPMs) ARE TO CONSIST OF 4 INCH SQUARE MONO -DIRECTIONAL 6SOUD racow 7441/IE AND BI-DIRECTIONAL YELLOW. ' 18" SOLID YELLOW 4. LANE UNE RPMs ON THE 4 (OR MORE) LANE PORTION OF ANY DIVIDED ROADWAY SHALL BE 81 -DIRECTIONAL 6" DOUBLE YELLOW INVITE/RED. RPMs SHALL BE POSITIONED IN ACCORDANCE WITH FDOT INDEX 17352 AND THIS' PLAN, BUT 6' SKIP YELLOW 71P (10.-.70) INSTALLED 0N- 010-5100770 IN ACCORDANCE N1774 INDIAN RIVER COUNTY STANDARDS. 6' SKIP YELLOW rrP (6.-10) 6' SKIP YELLOW TYP (2.-4') 5. ALL. 5/1.01 770575 SHALL BE 1-3/4-x1-3/4" 12 GAUGE GALVANIZED SQUARE TUBING 14701 OPEN HOLES AND ALL RPM MOIVO-DIRECTIONAL WHITE/CLEAR RPM 81-DIRECITO14AL AMBER/AMBER ANCHOR BASES SHALL BE 2-x2" 12 GAUGE GALVANIZED SQUARE TUBING 147TH OPEN HOLES 6' DOUBLE YELLOW (6.-10 ) RPM BI-DIRECITONAL WHITE/RED 6. THE POSTED SPEED LIMIT IS 45 M.P.H. No. ReAelon Date BY INDIAN RIVER COUNTY 1801 27th STREET BEACH , FL 32960 (772) 567-1111110 ,•• Deporl tviip, ment of Pub//c Works ..VERO ..."46-17-621 OLD D/X/E HWY. PAVEMENT MARK/NOS VETT ..... man ma /138 \-52":0 Engineering Division ,..........: /1-12._ttLaW ... - —A—TEVISED NOTES 9/24/1S K.P.H. Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.0S(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: Of contracting entity Is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: (11 applicable) 4267231 Timothy Rose Contracting, Inc. 1360 Old Dixie Hwy SW, Suite 106 Vero Beach, FL 32962 (772) 564-7800 Westfield Insurance Company One Park Plaza, P O. Box 5001 Westfield Center, OH 44251-5001 (904) 643-2144 Indian River County, a political subdivision of the State of Florida 1801 27th Street Vero Beach, FL 32960 (772) 226-1416 $ 2,467,160 62 Old Dixie Hwy Resurfacing from 71st Street to County Road 510 as per description of work FRONT PAGE All other bond page(s) are deemed subsequent to this page rcgardlese of any page number(s) that may be printed thereon. 00610-2 00610 - Public Construction Bond F\Public Works1ENGINEERING DIVISION PROJECTS10225 20th Ave and 16th St Intersection ItnprovementlAdmimlbid documents\Master Contract Documents100610 - Public Construction Bond.doc PUBLIC CONSTRUCTION BOND Bond No 4267231 (enter bond number) BY THIS BOND, We Timothy Rose Contracting, Inc , as Principal and Westfield Insurance Company , a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $ 2,467,160.62 , 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 15 , 2015 , between Principal and Owner for construction of Old Dixie Hwy Resurfacing from 71st Street to County Road 510 , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 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 December 16, 2015 00610 - 3 Timothy Rose Contracting, Inc. (Name of Principal) By s Attorney in Fact)• Cabot W Lard Westfield Insurance Company (Name of Surety) 00610 - Public Construction Bond F:1Public Works\ENGINEERING DIVISION PROJECTS10225 20th Ave and 16th St Intersection ImprovementMAdmimlbid documents\Master Contract Documents100610 - Public Construction Bond.doc General Power of Attorney CERTIFIED COPY POWER NO. 0990102 00 Westfield Insurance Co. 'Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CABOT W. LORD, JOSEPH E. COONS, JOINTLY OR SEVERALLY of PALM CITY and State of FL its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY. "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relatingthereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Cmpany with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000) In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 21st day of MARCH A.D., 2014 Corporate 4.► aSYR,tti Seals "NAffixed v ..es. •CFc. 1a°yo' ••''1, T os / Yro State of Ohio •~`�°" County of Medina ss. 4U:• N; SEAL :P * 1848.4e WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By: Dennis P. Baus, National Surety Leader and Senior Executive --QAw..1"J On this 21st day of MARCH A.D., 2014 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies, that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies, and that he signed his name thereto by like order Notarial Seal Affixed State of Ohio County of Medina ss. 0)eaterariFi. David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, .Ohio, this1:_6 t}Zday of Dec ..-'wA' """,, 2 01 5 ,r'‘pguatA °+; ctoraAt' 1q5 io, 91. `�; t; s a ;�, S • vim ; "4..,.. 1111RTERf� /,.,_--,---- c.:�t-v,,,/� ~ S Ems. m _ ! a = S¢crarary I., =,"1►i .i. f '�, sa:.184B :a �'��' .. 7�. ,•O. 1. 9 0 .•o .yam ... '' w,.. ,,,111, BPOAC2 (combined) (06-02) Frank A. Carrino, Secretary ACORO® CERTIFICATE OF LIABILITY INSURANCE �..------- DAT) 12/15/2015 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 SUNZ Insurance Solutions, LLC ID (Essential) c/o Essential HR, Inc dba First Star HR 4455 LBJ Freeway, Suite 1080 Dallas, TX 75244 CONTACT Jennifer Hauger PHONE FAX IA/C, No.Extl: 972-404-0295 (A/C, No): IL ADDRESS. Ienniferhauger@firststarhr.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A . SUNZ Insurance Company INSURER a : Aspen Re - London - Best Rating "A" 34762 INSURED Essential HR Inc FirstStar HR 4455 LBJ Freeway Suite 1 080 Dallas TX 75244 INSURER c : Catlin Syndicate - Lloyds - Best Rating "A" INSURER D . Brit Syndicate - Lloyds - Best Rating "A" INSURER E . $ INSURER F . COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE ADDL SUBR WVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) S MED EXP (Any one person) S PERSONAL & ADV INJURY $ GE 'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROrPERfl'tDAMAGE $ S UMBRELLA LIAB_ EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE S DED RETENTIONS S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y 1 N N 1 A WCPE00000184 03 10/1/2015 10/1/2016 ,/ STATUTE 1 1 OH OT E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT S 1,000,000 B C D Workers Compensation Excess Coverage This is for informational purposes and nothing shall create any right under such reinsurance. DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is requi ed) Coverage provided for all leased employees but not subcontractors of Timothy Rose Contracting, Inc. Effective date: 10/1/2013 Project: Old Dixie Hwy Resurfacing, from 71st Street to CR 510 CERTIFICATE HOLDER CANCELLATION 62200099 Indian River CountySHOULD 1800 27th Street Vero Beach FL 32960 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 ,/�� Y eI Glen J Distefano G © 1988-2014 ACORD CORPORATION All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD 27627003 1 1 Master Essential 140 dba Employee Professionals 1 Natalie Matthews 1 12/15/2015 1 56 36 PM (CST) 1 Page 1 of 1 OP ID: TJ ACC, I?' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/15/2015 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 Phone: 772-286-4334 Insurance, Inc. 3070 S W Mapp Fax: 772-286-9389 Palm City, FL 34990 Rick Halcomb, CIC, ARM CONTACT Tani JacobsonStuart NAME: r No. Ext): 772-286-4334 FAX No): 772-286-9389 ADDREss. tjacobson@stuartinsurance.net PRODUCER CUSTOMER ID #: TIMOR -1 INSURER(S) AFFORDING COVERAGE NAIC # INSURED Timothy Rose Contracting, Inc. 1360 Old Dixie Hwy SW, Ste 106 Vero Beach, FL 32962 INSURERA Westfield Insurance 24112 INSURER B . INSURER C . 06/06/2015 INSURER D . EACH OCCURRENCE INSURER E . 1,000,000 INSURER F . DAMAGE TO REN IED PREMISES (Ea occurrence) COVERAGES CERTIFICATE NUMBER: EVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOLSUBR INSR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR X CMM6079889 06/06/2015 06/06/2016 EACH OCCURRENCE 5 1,000,000 X DAMAGE TO REN IED PREMISES (Ea occurrence) S 500,000 CLAIMS -MADE X MED EXP (Any one person) 5 5,000 X Contractual Liab PERSONAL &ADV INJURY $ 1,000,000 X Ind XCU GENERAL AGGREGATE 5 2,000,000 GEN'L AGGREGATE��LIMIT APPLIES PER: POLICY I ^Imi flLOC PRODUCTS - COMP/OP AGG 5 2,000,000 7 5 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CMM6079889 06/06/2015 06/06/2016 COMBINED SINGLE LIMIT (Ea accident) 5 1,000,000 X BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE (Per accident) 5 X X 5 A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CMM6079889 06/06/2015 06/06/2016 EACH OCCURRENCE 5 3,000,000 AGGREGATE 5 3,000,000 DEDUCTIBLE RETENTION 5 S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A TWC STATU- ORY LIMITS I O ER E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S below E.L. DISEASE - POLICY LIMIT 5 A Contractors Equip CMM6079889 06/06/2015 06/06/2016 Rented Equipment 50,000 $1000 ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Old Dixie Hwy Resurfacing from 71st Street to CR 510. Indian River County Project #1138. -Indian River County is additional insured with respect to general liability insurance for ongoing and completed operations. CERTIFICATE HOLDER CANCELLATION IRCPW-1 Indian River County Public Works Department 1801 27th Street Vero Beach, FL 32960 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ga!V etin4.4_4_____ ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment Old Dixie Highway Resurfacing from 71st Street to County Road 510 Application for Payment No. For Work Accomplished through the period of through To Indian River County (OWNER) From (CONTRACTOR) Bid No . 2016001 Project No: 1138 FM No 429567-1-58-01 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price $ 2 Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2). $ 4 Total completed and stored to date $ 5 Retainage (per Agreement): % of completed Work: % of retainage $ Total Retainage. $ 6 Total completed and stored to date less retainage (4 minus 5) $ 7. Less previous Application for Payments $ 8. DUE THIS APPLICATION (6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective, and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are. 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; Page 2 of 5 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 1 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated By: STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR, and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 is personally known to me or has produced as identification (SEAL) NOTARY PUBLIC: Printed name Commission No . Commission Expiration. **************************************************************************************************** [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev doc 00622 - 2 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 5101Admim\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.doc 00622 - 3 F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510'Admim\bid documents\Master Contract Documents\00622 - Contractors 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.doc 00622 - 4 F'\Public Works\ENGINEERING DIVISION PROJECTS11138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\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 doc 00622 - 5 F'\Public Works\ENGINEERING DIVISION PROJECTS\1136-0Id Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents100622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 PROJECT NAME: Old Dixie Highway Resurfacing from 71St Street to County Road 510 Project No. 1138 Payment Application No. F3. • F:\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc SCHEDULED VALUE . WORK COMPLETED: . % MATERIALS BALANCE TO FINISH PREVIOUS APPLICATION THIS PERIOD TOTAL COMPLETED Item No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL , M £- err� , it.. rn. ' 4"i _S`,kY'i�c"'-nh3p�n.tts!' 9 ¢ai�w Th'ti. a 7"' N i'°"Y� _ -tu.�� F..sT •�A14- `..,/.57 . ; t �.. . �.•{'35.+ aYb • `i - Coo i:.>...ris. ''pe -4, ' ... SUBTOTAL , SUBTOTAL 0.00 0.00 0.00 0.00 0.00 0.00 Sx',.. +,• ,^`fir - f7�...AIM ^�^.•�•str WAb 1���4i� •::�u Heraw•u' 7'. " WIM"F :i C t�'�� • EMICM2 .x, FORCE ACCOUNT 1 LS YYLGMAM, tilf. LLSSttTAISM. /nM;gaB vi^ ..F6 pMALAvt_ - 'y SE �4' Y7R kirateNNIM GRAND TOTAL TOTAL 1 0.00 _ 1 1 1 I AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO D DATE m RETAINAGE AT 10% rn TOTAL COMPLETED AND STORED LESS RETAINAGE IV r..) LESS PREVIOUS PAYMENT o) AMOUNT DUE CONTRACTOR $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 F:\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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.: 1138 FM No 429567-1-58-01 Project Description: The proposed improvements to Old Dixie Highway consist of pavement reconstruction (full depth reclamation) a distance of two miles from 71st Street to County Road 510, with the addition of 4 foot wide paved shoulders, asphalt surface and structural courses, drainage improvements, utility adjustments, signing and pavement markings. OWNER's Bid No. 2016001 CONTRACT FOR Old Dixie Highway Resurfacing from 71st Street to County Road 510 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To OWNER And To CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 00630 - Certificate of Substantial Completion REV 04-07 00630 - 1 F -Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Vadmim\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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster 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: Old Dixie Highway Resurfacing from 71st Street to County Road 510 IRC PROJECT NO: 1138 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal) (Contractor) By: Subscribed and sworn to before me this day of , 20 Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by. (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project. PROJECT NAME: Old Dixie Highway Resurfacing from 71st Street to County Road 510 INDIAN RIVER COUNTY PROJECT # 1138 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 REV 04-07.doc 00634 - 1 F \Public Works\ENGINEERING DIVISION PROJECTS11138-OId Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents\Master Contract Documents\00634 - Professional Surveyor and Mapper's Certification REV 04-07.doc Rev 06/01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W , Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ... .... ..5 1 01 Defined Terms ... . .5 1 02 Terminology 7 ARTICLE 2 - PRELIMINARY MATTERS .... ....8 2.01 Delivery of Bonds 8 2.02 Copies of Documents 8 2.03 Commencement of Contract Times; Notice to Proceed 8 2.04 Starting the Work. . 8 2.05 Before Starting Construction .. 8 2.06 Preconstruction Conference .... ....9 2.07 Initial Acceptance of Schedules ......... 9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 9 3 01 Intent ... 9 3 02 Reference Standards . 10 3 03 Reporting and Resolving Discrepancies . . 10 3 04 Amending and Supplementing Contract Documents 10 3 05 Reuse of Documents. ......... 10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .... .. 11 4 01 Availability of Lands .. 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 11 4.04 Underground Facilities 12 4.05 Reference Points......... 13 4 06 Hazardous Environmental Condition at Site 13 ARTICLE 5 - BONDS AND INSURANCE... 14 5.01 Performance, Payment, and Other Bonds... 14 5.02 Licensed Sureties and Insurers ... 15 5.03 Certificates of Insurance ... .. 15 5 04 CONTRACTOR's Liability Insurance ....... 15 5 05 OWNER's Liability Insurance.... .... 16 5 06 Property Insurance. 16 5 07 Waiver of Rights. .......... . 17 5.08 Receipt and Application of Insurance Proceeds 18 5.09 Acceptance of Bonds and Insurance, Option to Replace 18 5 10 Partial Utilization, Acknowledgment of Property Insurer . .. 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ... 18 6.01 Supervision and Superintendence........... 18 6 02 Labor, Working Hours 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... ....21 00700 - General Conditions REV 5-10-13 rev 00700 - 2 F\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 5I01.Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 .24 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 Fumish 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 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES, UNIT PRICE WORK. 11 01 Cost of the Work. 32 32 00700 - General Conditions REV 5-10-13 rev 00700 - 3 F\Public Works\ENGINEERING DIVISION PROJECTS \ 1138-01d Dixie Hwy Resurfacing-7Ist St to CR 510 \ Admim \bid documents\Master Contract Documents \ 00700 - General Conditions REV 5-10-13 rev.doc 11 02 Cash Allowances .. 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 rev 00700 - 4 F \Publc Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10.13 rev.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 conceming 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 rev 00700 - 5 F -\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71n St to CR 510\Admim\bid documents\[daster Contract Documents\00700 - General Conditions REV 5-10-13 rev.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. entity having a contract with ENGINEE : rnish services as ENGINEER's in.-'- • ent professional associate or consul • • respect to the Project and who is ied as such in the Supplementary 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 rev 00700 - 6 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 fumished 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 fumish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities—AII 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 fumishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49: Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment—A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design 00700 - General Conditions REV 5-10-13 rev 00700 - 7 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie I-Iwy Resurfacing -71st St to CR 510Wdmimtbid documentsWlaster Contract Documents100700 - General Conditions REV 5-10-13 rev.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 1404 or 14.05). D. Fumish, Install, Perform, Provide 1 The word "furnish," when used in connection with services, materials, or condition. 2. The word "install," when used in connection with cervices, materials, or when used in connection with cervices, and install said cervices, materials, or 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 fumish. 2.02 Copies of Documents A. OWNER shall fumish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be fumished 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 rev 00700 - 8 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510tAdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 coach deliver to the other, with copies to each CONTRACTOR and OWNER respectively arc Article 5. 2.06 Preconstruction Conference 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 rev 00700 - 9 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 10 F \Public Works\ENGINEERING DIVISION PROJECTS \1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc fumishing 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 fumish 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 fumishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05 B Upon reasonable written request, OWNER shall fumish 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 rev 00700 - 11 F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13 rev.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 fumished 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 rev 00700 - 12 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Hdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc b. Iocating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1 If an Underground Facility is uncovered or revealed at or contiguous to the 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 rev 00700 - 13 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Vadmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 conceming the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice. (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in paragraph 10.05 F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06 E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4 06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4 03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. CONTRACTOR chat- furnish performance 00700 - General Conditions REV 5-10-13 rev 00700 - 14 F•\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc mance and paymcnt of all CONTRACTOR's 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 fumished 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 501.6and 502. 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. 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 rev 00700 - 15 P \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 fumished 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 fumish 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 OWNER, at OWNER's option, may purchase and Deeuments, 5.06 Property Insurance A. Unlet otherwise provided in the Supple mentary Conditions, OWNER shall purchase and ed in the amount of the full replacement cost thereof (subject to such deductible amounts as may be include the interests of OWNER, ENGINEER's Consultants, and any other individuals or entities identified in the loss as may be specifically required by the engineers and architentc); cover materials and equipment e'' - - e e de 00700 - General Conditions REV 5-10-13 rev 00700-16 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 510\Admimtbid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc 11 ENGINEER; writing by OWNER, CONTRACTOR, and --'-- in5ur ante -has been;sstied. the interests OWNER, CONTRACTOR, C. AH the policies of insurance (and the ccrtifi sates or other evidence thereof) required to be pur p ph -5.07. 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 bome 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 TOR by appropriate Change Order or Written 5 07 Waiver of Rights will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul insureds thereunder. OWNER and CONTRACTOR waive all rights against each other and thei r Subcontractors, ENGINEER, ENGINEER'S Consultants, and all other individuals or entities directors, partners, employees, agents, and other kcued. B. OWNER waives all rights against Subcontractors, ENGINEER, CONTRACTOR, 1. loaf due to business interruption, lo:f beyond direct physical los, or damage to 00700 - General Conditions REV 5-10-13 rev 00700 - 17 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc 2. Iosc or damage to the completed Pro caucc of Iocc covered by any property or part thereof by OWNER during partial 14.04, or after final payment pursuant to paragraph7. referred to in paragraph 5.07.B shall contain CONTRACTOR, Subcontractors, ENGINEER, or 5 08 Receipt and Application of Insurance Proceeds receipt of the certificates (or other evidence provided as the other may reasonably request. If any change in the required coverage. Without protect such other party's interests at the expense of A. Any insured loss under the policies of 5.10 Partial Utilization, Acknowledgment of Property Insurer other special agreement is reached, the damaged B. OWNER as fiduciary shall have power to days after the occurrence of Toss to OWNER'S 5.09 Acceptance of Bonds and Insurance; Option to Replace 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 rev 00700 - 18 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 19 F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 510lAdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 fumish 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 fumish 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 fumish 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 rev 00700 - 20 F•\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc CONTRACTOR in writing of any negative determination. D Special Guarantee- OWNER may require CONTRACTOR to fumish 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 uor-equal" at CONTRACTOR's expense 6.06 Conceming Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.6), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to fumish 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 CONTRACT.OR'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 fumishing 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 fumishing 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 rev 00700 - 21 F"Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 22 F'\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510.Admim\bid documentsWlaster Contract Documents100700 - General Conditions REV 5-10-13 rev.doc materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B Removal of Debris During Performance of the Work: During the progress of the Work CONTRAC- TOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materi- als, rubbish, and other debris shall conform to applica- ble Laws and Regulations. C Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the com- pletion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6 12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifica- tions, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGI- NEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to. 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equip- ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6 13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by 00700 - General Conditions REV 5-10-13 rev 00700 - 23 F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510tAdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed, by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6 14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17 E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified - a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700 - General Conditions REV 5-10-13 rev 00700 - 24 F \Public Works \ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 retum 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 rev 00700 - 25 F•\Public Works\ENGINEERING DIVISION PROJECTS \1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 26 F•\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13 rev.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 fumish 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 rev 00700 - 27 F•\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 fumish 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 rev 00700 - 28 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-0Id Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 29 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents'Master Contract Documents100700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 30 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents Waster Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 00700 - General Conditions REV 5-10-13 rev 00700 - 31 F\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWaster Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc in accordance with applicable Laws and Regulations. 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 the basis of their time spent on the Work. 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 retums 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 rev 00700 - 32 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc c. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, -assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e Deposits lost for causes other than negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5 06 D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain B Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3 Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4 Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11 01.A and 11.01 B C. CONTRACTOR's Fee' When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change 00700 - General Conditions REV 5-10-13 rev 00700 - 33 F'Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Hdmim\bid documentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 34 F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents\Master Contract Docunients\00700 - General Conditions REV 5-10-13 rev.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 rev 00700 - 35 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 OWNER shall employ and pay for the cervices of an independent testing laboratory to 1. for inspections, tests, or approvals below; 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 fumish 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 rev 00700 - 36 F"Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 e • - not give rise to any duty on the part of OWNER to any mr. 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, any Work is found to be from, If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. < 00700 - General Conditions REV 5-10-13 rev 00700 - 37 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents Waster Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc 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 rev 00700 - 38 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- NEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1 At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip- ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3 The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1 ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by• ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work, under paragraph 9.08, and to any other qualifications stated in the recommendation), and c. The conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. 3. By recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) inspec- tions made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the 00700 - General Conditions REV 5-10-13 rev 00700 - 39 F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents100700 - General Conditions REV 5-10-13 rev.doc parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4 Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recommending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5 ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14 02.6.2. 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 C Payment Becomes Due 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 fumishing 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 14.02.6 5.a through 14.02.6.5.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 14.02.0 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 rev 00700 - 40 F:\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 that the Work is not substantially complete, - .. in writing, stating the reasons therefor. If, after considers the Work substantially complete, and guarantees. Unless OWNER and 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 rev 00700 - 41 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.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 6.7, (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 fumish 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 retum 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 the presentation 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 fumished 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 rev 00700 - 42 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute. 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15 01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CON- TRACTOR shall resume the Work on the date so fixed. 15 02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04), 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER, or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability 00700 - General Conditions REV 5-10-13 rev 00700 - 43 F'1Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc 15.03 OWNER May Terminate For Convenience Application for Payment within 30 days after it is submitted, A. Upon seven days written notice to CON- TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items) 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and fumishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CON , then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an • - - - - CONTRACTOR may, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15 04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10 05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9 09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 00700 - General Conditions REV 5-10-13 rev 00700 - 44 F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510V\dmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc 17 03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement. 17.05 Controlling Law A. This Contract is to be govemed by the law of the state in which the Project is located. 00700 - General Conditions REV 5-10-13 rev 00700 - 45 F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13 rev.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction SC — 1.00 Defined Terms SC — 1 01 Terminology SC — 1 02 Before Starting Construction SC — 2.05 Preconstruction Conference SC — 2 06 Coordination of Plans, Specifications, and Special Provisions SC — 3 06 Subsurface and Physical Conditions SC — 4.02 Performance, Payment and Other Bonds SC — 5.01 Certificates of Insurance SC — 5.03 CONTRACTOR's Liability Insurance SC — 5 04 OWNER's Liability Insurance SC — 5.05 Property Insurance SC — 5.06 Waiver of Rights SC — 5.07 Receipt and Application of Insurance Proceeds SC — 5 08 Acceptance of Bonds and Insurance; Option to Replace SC — 5.09 Labor; Working Hours SC — 6 02 Concerning Subcontractors, Suppliers and Others SC — 6.06 Permits SC — 6 08 Cost of the Work SC — 11.01 Test and Inspections SC — 13 03 OWNER May Stop the Work SC — 13 05 Correction Period SC — 13.07 Progress Payments SC — 14.02 Substantial Completion SC — 14 04 00800-i 00800 - Supplementary Conditions 05-13 rev DO NOT USE 00800 IF'\Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documents'Master Contract Documents100800 - Supplementary Conditions 05-13 rev DO NOT USE.doc Final Payment SC — 14 07 OWNER May Suspend Work SC — 15 01 OWNER May Terminate for Cause SC — 15.02 OWNER May Stop Work or Terminate SC — 15 04 Mediation SC —16 02 Liens SC — 17 06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 00800 -ii 00800 - Supplementary Conditions 05-13 rev DO NOT USE 00800 IIF -\Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents100800 - Supplementary Conditions 05-13 rev DO NOT USE.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions SC -1.01 Defined Terms SC -1.01.A.20 Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D 1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use SC -2.05 Before Starting Construction SC -2.05.C. Delete paragraph GC 2.05. C in its entirety and insert the following paragraph in its place. C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. SC -2.06 Preconstruction Conference SC -2 06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2 05 B, procedures 00800-1 00800 - Supplementary Conditions 05-13 rev DO NOT USE 00800 1 F \Public Works \ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 5101.\dmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev DO NOT USE.doc for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following 1 A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2 Actual Rate for items listed in Table 4-3 2 1 (see below), 3 Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual `Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.) SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B Written/computed dimensions shall govern over scaled dimensions 00800-2 00800 - Supplementary Conditions 05-13 rev DO NOT USE 00800 2F•\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev DO NOT USE.doc 11 SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8 C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site. Roadway Soil Survey — Old Dixie Highway Resurfacing from 71' Street to County Road 510 SC -5.01 Performance, Payment and Other Bonds SC -5 01.A. Delete paragraph GC -5.01 A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price 1 In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required The determination of the value of an alternative form of security shall be made by the OWNER 2 Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record, the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960 SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04 B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not Tess than the following amounts or greater where required by Laws and Regulations. 1 Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee) Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 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 00800-3 00800 - Supplementary Conditions 05-13 rev, rev 00800 3F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev.doc b Products/Completed Operations c. Contractual Liability d Independent Contractors e Explosion f. Collapse g Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage This shall include coverage for a. Owner Autos b. Hired Autos c Non -Owned Autos 4 CONTRACTOR's "All Risk" Insurance CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work. 5 Special Requirements. a Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance c The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager d An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6 20 of the General Conditions) e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have 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: SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. 00800-4 00800 - Supplementary Conditions 05-13 rev, rev 00800 4F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev.doc SC -5.06 Property Insurance SC -5 06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured, 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3 include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4 cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5 06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06 E Delete paragraph GC -5.06.E in its entirety and insert the following in its place' E Additional Insureds. 1 The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida 00800-5 00800 - Supplementary Conditions 05-13 rev, rev 00800 5F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101.Admim\bid documentsUAaster Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev.doc SC -5.07 Waiver of Rights SC -5 07 Delete GC -5.07 (paragraphs A, B, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5 08 Delete GC -5.08 (paragraphs A and B) in its entirety. SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5 09 Delete GC-5.09(paragraph A)in its entirety. SC -6.02 Labor; Working Hours SC -6 02 B Add the following paragraphs immediately after paragraph GC -6.02.B: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a m to 5 p.m. 2. Indian River County Holidays are New Year's Day, Good .Friday; Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity SC -6.08 Permits SC -6 08 Add the following paragraphs immediately after paragraph GC -6.08.A: 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. 138115-2 00800-6 00800 - Supplementary Conditions 05-13 rev, rev 00800 6F -\Public Works\ENGINEERING DIVISION PROJECTS\1138-Otd Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents100800 - Supplementary Conditions 05-13 rev, rev.doc B U.S. Department of the Army Corps of Engineers Permit No. SAJ-2014- 03128 (NW -TSD) 2 The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC -11.01 Cost of the Work SC -11 01.A.1. Delete paragraph GC -11.01.A.1 in its entirety, and insert the following sentences in its place: 1. CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC -2.06.B) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13 03.B. Delete paragraph GC -13.03.8 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 13.04.6 shall be paid as provided in said paragraph 13.04 B; 3 tests otherwise specifically provided in the Contract Documents 00800-7 00800 - Supplementary Conditions 05-13 rev, rev 00800 7F'\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentstvlaster Contract Documents 100500 - Supplementary Conditions 05-13 rev, rev doc SC -13.05 OWNER May Stop the Work SC -13.05.A. Delete paragraph GC -13.05 A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period SC -13 07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place B. SC -14.02 SC -14 02 B.5 in its place: d. SC -14.02.6.5 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. Progress Payments . Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15 02.A; or . Add the following sentences at the end of paragraph GC -14.02.8 5. 00800-8 00800 - Supplementary Conditions 05-13 rev, rev 00800 8F -\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510V\dmim\bid documentsWlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev.doc 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; 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 14.04B: C At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees 00800-9 00800 - Supplementary Conditions 05-13 rev, rev 00800 9FiPublic Works\ENGINEERING DIVISION PROJECTS ‘1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmimtbid documentsVvlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev doc 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: • ..a A • SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: or OWNER has failed for 30 days to pay CONTRACTOR any sum finally determined to be due SC -16 DISPUTE RESOLUTION SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01. SC -16 02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to 00800-10 00800 - Supplementary Conditions 05-13 rev, rev 00800 1 OF \Public Works ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev, rev.doc mediation by a certified mediator of the 19th Judicial Circuit in Indian River County unless delay in initiating arbitration would irrevocably prejudice one of the parties The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed SC -17 Miscellaneous Add the following new paragraphs immediately after paragraph GC17 05 SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255 05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub - subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit -claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800 - Supplementary Conditions 05-13 rev, rev 00800 11 F \Public Works \ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents100800 - Supplementary Conditions 05-13 rev, rev.doc SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE OWNER Indian River County CONTRACTOR Project: Old Dixie Highway Resurfacing from 71St Street to County Road 510 OWNER's Project No 1138 ENGINEER's Bid No 2016001 FM No 429567-1-58-01 You are directed to make the following changes in the Contract Documents* Description: Reason for Change Order* Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE. Description Amount Original Contract Price $ Net Increase (Decrease) from previous Change Orders No. to $ Substantial Completion Final Completion Contract Price prior to this Change Order $ Net increase (decrease) of this Change Order $ Contract Price with all approved Change Orders. - $ ACCEPTED By. CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time Substantial Completion Final Completion (days or dates) Net change from previous Change Orders No to (days) Substantial Completion Final Completion Contract Time prior to this Change Order Substantial Completion - Final Completion (days or dates) Net increase (decrease) this Change Order Substantial Completion Final Completion (days or dates) Contract Time with all approved Change Orders Substantial Completion Final Completion (days or dates) RECOMMENDED: By: ENGINEER (Signature) Date* APPROVED: By: OWNER (Signature) Date 00942 - Change Order Form REV 04-07 00942 - 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1138-0Id Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster Contract Documents\00942 - Change Order Form REV 04-07.doc Rev 05/01 SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE* EFFECTIVE DATE. OWNER. Indian River County CONTRACTOR Project: Old Dixie Highway Resurfacing from 71st Street to County Road 510 OWNER's Project No. 1138 ENGINEER's Bid No 2016001 FM No 429567-1-58-01 Field Activity Description Reason for Change* Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required On-site Supervisor Project File * * END OF SECTION * * 00946 - Field Order Form REV 04-07 F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00946 - Field Order Form REV 04-07 doc SECTION 00948 - Work Change Directive No DATE OF ISSUANCE: EFFECTIVE DATE: OWNER. Indian River County CONTRACTOR. Project: Old Dixie Highway Resurfacing from 71st Street to County Road 510 OWNER's Contract No. 1138 Bid No 2016001 FM No. 429567-1-58-01 You are directed to proceed promptly with the following changes: Description Purpose of Work Change Directive: Attachments. (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents Method of determining change in Method of determining change in Contract Prices Contract Times ❑ Unit Prices D Lump Sum 0 Other O By Change Order 0 Contractor's Records 0 Engineer's Records 0 Other f� By Change Order Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times. Change Directive Substantial Completion days, Ready for Final Completion days If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization authorization ACCEPTED By: RECOMMENDED: By: APPROVED By: CONTRACTOR (Signature) Date. ENGINEER (Signature) Date OWNER (Signature) Date- ** END OF SECTION * * F \Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\00948 - Work Change Directive Rev 06-2013 doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS, PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01.610 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 \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents Master Contract Documents\DIVISION 1 GENERAL REQUIREMENTS.doc SECTION 01009 SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41st Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, 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\1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01009 - Special Provisions.doc SECTION 01024 FORCE ACCOUNT 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. 1.1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + 01024- 1 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01024 - Force Account.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross -sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents. Immediately notify the ENGINEER upon discovery of any errors, inaccuracies or omissions in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions 1050-1 01050 Field Engineering F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents'Master Contract Documents101050 - Field Engineering.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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster 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 01215-1 01215 General Quality Control F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster Contract Documents\01215 General Quality.doc delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 1.5 PROJECT PHOTOGRAPHSNIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office 10)Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings. As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + 01220-1 01220 Progress Meetings F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWtaster Contract Documents\01310 - Construction Schedule.doc 01340 — Submittal of Shop Drawings 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6 17, Section 00700. 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.doc 01340-1 F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsVvlaster Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. 01340 - Submittal of Shop Drawings.doc 01340-2 F.1Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents101340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Contract Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings.doc 01340-3 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\01340 - Submittal of Shop Drawings.doc 'I 01340 — Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: Old Dixie Highway Resurfacing from 71st Street to County Road 510 Project No.: 1138 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: *********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: *********************************************************** IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings.doc 01340-4 F'\Public Works\ENGINEERING DIVISION PROJECTS\1138-0Id Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of six (6) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch), and one unfolded sepia and 2 prints made from that sepia for all submittals on sheets larger than 11 -inch by 17 -inch. H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Corrected 3. Approved as Corrected - Resubmit 4 Revise and Resubmit 5. Not Approved I. If a submittal is acceptable, it will be marked "Approved" or "Approved as Corrected". Three (3) prints or copies of the submittal will be returned to CONTRACTOR J Upon return of a submittal marked "Approved" or "Approved as Corrected", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a Shop Drawing marked "Approved as Corrected" has extensive corrections or corrections affecting other drawings or Work, ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes. Such drawings will have the notation, "Approved as Corrected - Resubmit." L. If a submittal is unacceptable, three (3) copies will be returned to CONTRACTOR with one of the following notations: 1. "Revise and Resubmit" 2. "Not Approved" 01340 - Submittal of Shop Drawings.doc 01340-5 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-01d Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings M. Upon return of a submittal marked "Revise and Resubmit", make the corrections indicated and repeat the initial approval procedure. The "Not Approved" notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. N. Any related Work performed or equipment installed without an "Approved" or "Approved as Corrected" Shop Drawing will be at the sole responsibility of the CONTRACTOR. O. Submit 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.doc 01340-6 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 5101Admim\bid documents\Master Contract Documents101340 - Submittal of Shop Drawings.doc Ii n 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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 partially within the right-of-way of Old Dixie Highway and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541-2 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\01541 - Protection of Property doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adja- cent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown, on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute.all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 01541-3 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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 facil- ities that are visible above the ground surface. C. Protection of Underground and Surface Structures: 1. Sustain in their places and protect from direct or indirect injury, all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure. Before proceeding with the work of sustaining and supporting such structure, satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same. 2. Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure. CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 01541-4 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to 'CR 510\Admim\bid documents\Master Contract Documents\01541 - Protection of Property doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01541 - Protection of Property doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. 01550 Access Roads 01550-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster 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 loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION + + 01550 Access Roads 01550-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\01550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. 01610-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. G. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. 1.3 PRODUCT HANDLING A. Provide equipment and personnel necessary to handle products, including those provided by OWNER, by methods to prevent soiling or damage to products or packaging. B. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. C. Handle products by methods to prevent bending or overstressing. D Lift heavy components only at designated lifting points. E. Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. + + END OF SECTION + + 01610-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documentsWlaster 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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. 01630-1 01630 Substitutions F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\01630 - Substitutions.doc c. Samples, if appropriate. d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified. C. In making Request for Substitution, CONTRACTOR represents that. 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\01630 - Substitutions.doc 4 If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's 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\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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. 01710 Site Cleanup 01710-1 F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510'Admim\bid documents\Master Contract Documents\01710 - Site Cleanup.doc G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. + + END OF SECTION + + 01710 Site Cleanup 01710-2 F \Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\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.doc 001820 - 1 F\Public Works ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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. 00102 Maintenance of Traffic SECTION NO. 00104 Prevention, Control and Abatement of Erosion and Water Pollution SECTION NO. 00110 Clearing and Grubbing SECTION NO. 00120 Excavation and Embankment SECTION NO. 00120-2 Borrow Excavation (Reclaimed Asphalt Pavement Base — RAP) SECTION NO. 00160 Stabilizing SECTION NO. 00285 Optional Base Course (Full Depth Reclamation) SECTION NO. 00286 Turnout Construction SECTION NO 00327 Milling of Existing Asphalt Pavement SECTION NO. 00334 Superpave Asphalt Concrete SECTION NO. 00339 Miscellaneous Asphalt Pavement SECTION NO. 00400 Concrete Structures SECTION NO. 00415 Reinforcing Steel SECTION NO. 00425 Inlets, Manholes and Junction Boxes SECTION NO. 00430 Pipe Culverts SECTION NO. 00520 Concrete Gutter, Curb Elements and Traffic Separator SECTION NO. 00522 Concrete Sidewalk and Driveways SECTION NO 00527 Detectable Warnings SECTION NO. 00530 Riprap F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc SECTION NO. 00536 SECTION NO. 00570 SECTION NO. 00700 SECTION NO. 00706 SECTION NO. 00711 SECTION NO 1000 Guardrail Performance Turf Highway Signing Raised Retroreflective Pavement Markers and Bituminous Adhesive Thermoplastic Traffic Stripes and Markings Water and Sewer Utilities F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWaster Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc SECTION 1- Technical Specifications STANDARD SPECIFICATIONS A. All work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 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 line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings, Signing & Geometrics Dated March, 2012. 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) PART 1 - GENERAL 1.01 The work specified in this section shall include: A. Record/As-Built Drawings shall be done and conform to Section 108 of the Technical Specifications and included in Mobilization B. Field engineering and layout shall be in conformance to Section 01050, Field Engineering and Layout of Division 1, General Requirements. C. Public Construction Bond shall be done and conform to Section 00610 — Public Construction Bond D. Trench Safety Compliance (Over 5') shall be done and comply to Section 00454 — Sworn Statement under the Florida Trench Safety Act 01025-1 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWtaster Contract Documents\Technical Specifications.doc E. Trench Safety Compliance (Shoring) shall be done and comply to Section 00454 — Sworn Statement under the Florida Trench Safety Act GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. RECORD / AS -BUILT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. 01025-2 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc 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. 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 (AutoCAD 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). 01025-3 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid doctiments\Master Contract Documents\Technical Specifications.doc 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. 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. 01025-4 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serial number(s) of the pump(s). 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. 01025-5 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. [The remainder of this page was left blank intentionally] 01025-6 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc Lic. Name Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Date: Project Name: Old Dixie Highway Resurfacing from 71st Street to County Road 510 Project No. 1138 Chapter 61G17-6 Minimum Technical Standards F.A.0 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: O (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: O (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 Hydrographic Survey Boundary Survey Mean High Water Line Survey Condominium Survey Quantity Survey Construction Layout Survey Record Survey Control Survey Specific or Special Purpose 01025-7 Technical Specifications F'\Public WorksENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc 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) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. (u) Map Accuracy. 01025-8 Technical Specifications F -\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc (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 in such a way that the location of the construction may be compared with the construction plans. 01025-9 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents Master Contract Documents\Technical Specifications.doc II ❑ (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. [The remainder of this page was left blank intentionally] 01025-10 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsVNaster Contract Documents\Technical Specifications.doc devices shall conform to MUTCD standards and shall be clean and relatively undamaged. Damaged devices diminishing legibility and recognition, during either night or day conditions, are not acceptable for use. E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article, and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F. Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic on Old Dixie Highway at all times, or provide a suitable detour plan subject to approval by the Indian River County traffic engineer. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 102-1 - Maintenance of Traffic - Lump Sum SECTION 104 — 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) 01025-13 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWtaster Contract Documents\Technical Specifications.doc 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 CONTRACTOR may need to secure may include but not be limited to: 1 Long-term and/or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD). Generally, only the short-term permit is required. Contact SJRWMD at (321) 984-4940 to determine which permit is required and the associated statutory requirements; 2. SJRWMD RDS -50 Permit (required); 3. The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (required). Contact the Florida Department of Environmental Protection (FDEP) at (866) 336-6312 (toll free) or (850) 245-7522 or www.dep.state.fl.us/water/stormwater/npdes/ 4. FDEP's Uncontaminated Groundwater Release Permit (required if dewatering occurs). This permit requires water quality testing by a State certified laboratory. B. Provide copies of all permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications, the more stringent specification or requirement shall govern. C. In addition to paying for all permit fees, CONTRACTOR shall also pay for all water quality sampling and laboratory tests required by any permit. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans and permits and approved for use by the OWNER and applicable permitting authorities. 01025-14 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc 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. 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 01025-15 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWtaster Contract Documents\Technical Specifications.doc ii control devices, shall be by a State Certified erosion control subcontractor who specializes in the installation and maintenance of such devices. After installation, this specialty subcontractor shall maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From the Construction Site" (located at the end of this Section). 1.6 "POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. With respect to this Section and as may be further defined in paragraphs 1.6.B, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When.. An existing water body (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. 01025-16 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 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, 01025-17 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc 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 Using Filter Bags: 1. Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag. The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1-800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591-2284). c. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. 01025-18 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800- 448-3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). c. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock driving surface at the vehicle exit point(s). Provide an area Targe enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Crushed limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually granite), washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. 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 01025-19 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\Technical Specifications.doc B. Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104-10-3 — Sediment Barrier — Per Linear Foot Bid Item No. 104-18 — Inlet Protection System — Per Each [The remainder of this page was left blank intentionally] 01025-20 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County Project No. 1138 for Old Dixie Highway Resurfacing from 71st Street to County Road 510. STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR , who upon oath duly whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. I understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. I understand and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: " . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in 01025-21 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. I understand and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. I understand that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Contractor understands that this requirement is for this project regardless of the project size. 7. I understand that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. Contractor understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Contractor shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Contractor shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign [The remainder of this page was left blank intentionally] 01025-22 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\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 Owner's Agent, attach Letter of Authorization to Sign from Owner) The foregoing instrument was subscribed and sworn to before me this day of , 20_ by , who is personally known to me or has produced as identification and who did take oath. My Commission expires: Notary Public State of Florida at Large + + END OF SECTION + + 01025-23 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsVVlaster 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 of 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) 01025-24 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster 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 and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item 110-1-1 - Clearing and Grubbing — Per Acre Bid Item 110-7-1 — Mailbox, Relocation — Per Each SECTION — 120 — EXCAVATION AND EMBANKMENT A. This item shall include but not be limited to; - Swale and shoulder excavation - The excavation and utilization of the boxed out material sections where the new paved shoulder will be constructed. - Final grading to meet the proposed sections on the plans. B. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the Standard Specifications. Such price and payment shall specifically include all cost of any roadway, lateral ditch or canal, and final dressing operations. C Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors. 01025-25 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents Master Contract Documents\Technical Specifications doc D. Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill, isolated swale bottom locations, isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation. Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of replacement embankment shall be included in cost of subsoil excavation. Contractor to coordinate with county representative prior to any subsoil excavation. E. 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. F Payment shall be made under: Bid Item No. 120-1 Excavation and Embankment - Per Square Yard SECTION 120-2 - BORROW EXCAVATION (MILLINGS) The work specified in this item shall conform to Section 283 RECLAIMED ASPHALT PAVEMENT BASE- (RAP1 of the Florida Department of Transportation Standard Specifi- cations for Road and Bridge Construction. (2015). Description — borrow Excavation consists of the excavation and utilization of material from authorized RAP Stock pile including only material that is suitable for the construction of roadway (RECLAIMED ASPHALT BASE COURSE — FULL DEPTH RECLAMATION). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 120-2A - Borrow Excavation (Millings) (Reclaimed Asphalt Pavement Base (RAP) - Mixed in Roadway Base). — Per Cubic Yard 01025-26 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 160 - STABILIZING 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 160-4-1 - Type B Stabilization LBR40 (12") - Per Square Yard SECTION 285 — OPTIONAL BASE COURSE (FULL DEPTH RECLAMATION) DESCRIPTION - This work is the in-place construction of a Reclaimed Asphalt Base Course, using either reclaimed asphalt pavement (RAP) material and/or reclaimed aggregate material (RAM), and existing road base material combined with virgin aggregates and/or bituminous material. It is the intent of this contract to recycle 100% of the existing asphalt pavement and part or all of the existing base course to ensure that the completed reclaimed base course will be of a consistent material and thickness throughout. This will include, but is not limited to, all existing asphalt pavement adjacent to all concrete curbing, storm sewer inlets, manholes, sanitary sewer manholes, and all utility valve boxes. This item will include, but not be limited to moving the base material to the boxed out sections for the proposed paved shoulder, imported select material required to meet the proposed sections on the plans, grading, compaction, prime and tack coat, sawcut and removal of existing materials for driveways and side streets. CONTRACTOR QUALIFICATIONS - Bidders shall have a minimum of three years of experience in the construction of reclaimed asphalt base course. Bidders shall provide a list of five successfully completed full depth reclamation projects within the State of Florida along with contact information for the Owners of those projects, and the completion date for each project. Bidders shall also provide a list of the major equipment that will be used on this project. SUBMITTALS — Submit Mix Designs for Reclaimed Asphalt Base Course and detailed Traffic Control Plan to the County for approval prior to the start of construction. Submittals 01025-27 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc must be transmitted -to the County a minimum of 3 working days prior to the start of construction. BASE COURSE DESIGN - The Contractor shall review the core data provided for the existing roadway and shall perform testing and/or coring prior to submitting a Bid to verify that the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, has a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, prior to the start of construction. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. In the event that the completed reclaimed asphalt base does not meet the minimum Structural Number specified, the County may require corrective work on the base course or the placement of additional asphalt surface course. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. The Testing Laboratory performing Cold Recycled Bituminous Base Course Mix Designs or the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. 1. Reclaiming The work item for Reclaimed Asphalt Base Course shall consist of pulverizing an existing bituminous pavement and its base course and mixing them together, adding water and new base material, injecting the specified stabilizing agent directly into the mixing chamber of the reclaiming machine and uniformly mixing it with the pulverized material at the rate and depth specified; and watering, shaping, grading, and compacting the blended material to produce a stabilized base course, true to the established line and grade of the road. The Contractor will be required to perform reclaiming work while traffic is maintained in another lane or lanes of the road. The work item for Reclaimed Asphalt Base Course shall include all necessary traffic control services provided during the reclaiming operation which are not covered under other work items in the Contract. All traffic control and maintenance of traffic is to be performed in conformity with Agency standards with Roadway and Traffic Design Standards, published by the Florida DOT, and with the Manual for Traffic Control Devices, published by the U.S. Department of Transportation. 2. Materials a. References: the abbreviated title, "FDOT Specifications," used herein refers to the Standard Specifications for Road and Bridge Construction 2015, of the Florida Department of Transportation. 01025-28 Technical Specifications F\Public WorksENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents Master Contract Documents\Technical Specifications.doc b. Stabilizing Agent: Stabilizing agent shall consist of emulsified asphalt, type CSS -1 h, meeting the requirements of ASTM D2397-98 and shall be injected in the base material. c. Asphalt Emulsion mix design. Asphalt emulsion is to be used as the stabilizing agent. The Contractor shall obtain a mix design study based on the material in the existing layers. Prior to scheduling the work, the Contractor shall obtain the services of an independent laboratory which shall sample the pavement, base, subgrade and shall perform a modified Marshall Stability Test and a recommendation as the depth of mixing and the rate and depth of emulsion treatment. The Reclaimed Asphalt Base Course shall have a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Reclaimed Asphalt Base Course prior to the start of construction. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. The assumed Project Mix Design is based on a mixture of 9" of reclaimed asphalt and limerock or cemented coquina base and 2.75 gallons/SY of CSS -1H Emulsified Asphalt. The target Mix Design shall have a minimum Asphalt Structural Number (SN) of 0.20 per inch. The Mixture used in the work shall be as determined by the project specific Mix Design Testing. The Testing Laboratory preparing the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. The Mix Design study and recommendations shall be forwarded to the County at least five work days prior to starting operation. d. Granular base material: Granular base material to be added to the reclaimed layers shall consist of limerock meeting the requirements for Limerock Stabilized Base of the FDOT Specifications, Section 911. Further, it shall have a minimum LBR value of 100. 3. Equipment a. General: The Contractor shall accomplish the work utilizing a road reclaimer, a motor grader, a vibratory roller or three -wheeled roller, a water truck with spray bar and such additional equipment as may be necessary to the operation. The required equipment shall be subject to the County's approval, and the County may, at any time during the work, disapprove the use of a particular machine for unsafe, erratic, or inadequate performance. Utilization of a proper road reclaimer and compaction equipment as specified herein is essential to this work, and substitution of other equipment or a different technique shall not be acceptable. b. Reclaimer: The work shall be performed utilizing a road reclaimer machine originally designed for pavement reclaiming. The road reclaimer shall be a CAT 350, larger or a comparable model of equal or greater horsepower and rotor size, produced by another 01025-29 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc manufacturer. The reclaimer shall be capable of pulverizing and mixing pavement, base materials, and subgrade soil to depth of 16 inches. It shall be capable of injecting asphalt emulsion into the rotor chamber at an accurately controlled rate and of doing so in confined areas inaccessible to a tanker truck. c. Compacting equipment: The Contractor shall compact the reclaimed base material with a vibratory roller weighing not less than 13,000 lbs. or by a three wheeled roller weighing not Tess than 11 tons. The vibrator must be fully operable at maximum amplitude throughout the compacting process. 4. Construction Procedure a. General. When the work is to be performed under traffic, each lane shall be completed in segments, the lengths and limits of which shall be approved by the County. The County may limit the length of the work zone to avoid causing a traffic hazard or undue delay. Before commencing the reclaiming operations, the Contractor shall set alignment stakes (laths) at intervals of 200 feet or Tess on both sides of the road, offset at least 4 feet from the proposed edge of pavement for use in preparing the base and placing the new pavement. The setting of laths shall be in addition to any other markers or reference points required under the Contract, and the placing of surveying markers or other references elsewhere shall not substitute for the required laths along the existing pavement. Prior to beginning work, the Contractor shall relocate all mailboxes, newspaper boxes, signs, and other appurtenances which are located within such proximity to the roadway as to risk damage or to interfere with the work. Before this work may begin, residents and businesses shall be notified of the impending work by means of portable changeable message signs (PCMS). After all other work items are complete, the removed items shall be replaced in their original locations, except that the distance from the proposed edge of pavement shall be as prescribed by County requirements or guidelines. b. Reclaiming. The Contractor shall pulverize the existing pavement in multiple passes of the reclaimer, applying sufficient mechanical effort to reduce the fragments to a maximum size of 3 inches. In this process the pulverized material shall be combined uniformly with the base and subgrade to a depth specified in the Contractor's Mix Design. Following the reclaimer, a roller shall be applied to compact the blended material sufficiently to support traffic temporarily. The County requires removal of approximately 2-1/2 in of pulverized material prior to addition of the stabilizing agent. When the pulverizing and mixing step is complete, the material shall be graded, watered, remixed, shaped, and compacted as necessary to establish proper grade and uniform thickness and to support traffic temporarily. Water shall be applied if necessary to obtain uniform moisture content as required by the Contractor's Mix Design. The Contractor shall apply additional water at frequent intervals as needed to suppress dust, preserve the surface, and maintain the specified moisture content. The stabilizing agent shall then be applied and mixed to the depth specified by the County, and grading and compaction of the combined base material shall proceed immediately behind the mixing of the stabilizing agent. Before final grading and the addition of the emulsion, the Contractor shall adjust the cross -slope, super elevation, and profile grade by adding granular base material as required to provide the required grade and cross slope for the road, or removing material. 01025-30 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc c. Compaction' The Contractor may employ other compaction equipment and methods in addition to the vibratory roller to accomplish the final grading and to compact and finish the surface. Transverse joints shall be compacted by cross rolling parallel to the joint. After the material has been compacted to Toad -bearing strength, the Contractor shall proof -roll the prepared base in the presence of the Inspector. The County may, as it deems necessary, direct the Contractor to correct areas of weakness and excess moisture in the base by scarifying, aerating, and reworking shore sessions to the full depth of the layer. If, after an area has been reworked and recompacted, it remains soft or does not attain the required density, the County may direct the Contractor to remove the material and replace it with Granular Base Material meeting the requirements of these specifications. 5. Basis of Payment a. Mobilization for reclaiming: No payment for mobilization shall be due for returning the equipment to the site when it has been removed and returned for the Contractor's own purposes or because of breakdowns and repairs, weather delays, labor problems, accidents, or the like, or when work has been resumed after being stopped by the County because of unsatisfactory materials, equipment, or performance. Payment for Mobilization shall be Lump Sum for the project. b. Reclaimed Asphalt Base, in place and accepted, shall be paid for at the contract unit price per square meter or square yard, as indicated in the Bid Sheet. The area of work for the purpose of payment shall be the overall length of each reclaimed lane times the specified total base width for the lane. The total base width shall include the widening width, if any, in which the reclaimer is to be used to blend new base material with the pulverized layers. Payment under this item shall be full compensation for all work included in or incidental to the reclaiming operation, for the grading, shaping, and compacting of the Reclaimed Asphalt Base, for the mix design study, for furnishing, delivering, and applying water, for applying and mixing and furnishing asphalt emulsion or other stabilizing agent as specified, and for all other work and material incidental to the reclaiming operation Completed Base Course Testing — The Contractor shall perform a minimum of 8 tests of the completed base course to verify that the completed base course meets the specified minimum Structural Number of 1.8. Test locations shall be determined by the County. In the event that the minimum Structural Number is not achieved, the County may require corrective action, including the placement of additional asphalt structural course at the expense of the Contractor. c. Payment for Granular base material is included in the cost of the Reclaimed Asphalt Base. The Contractor shall determine how much if any granular base is required and shall include the cost for granular base in the cost of the Reclaimed asphalt base. d. Asphalt Emulsion type CSS -1h shall be uniformly incorporated in the layer at the rate specified by the Mix Design. Payment is in gallons of Asphalt Emulsion Type CSS - 1 h. 01025-31 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc e. Manholes: Each manhole shall be protected during the reclamation process. After final pass of reclaimer and final compaction, manholes shall be adjusted to the appropriate height to accommodate the asphalt overlay finish grade. f. Water Shutoffs: Water shutoffs and other valves or shutoffs shall be protected during the reclamation process. After final pass of reclaimer and final compaction, water shutoffs and other valves and shutoffs shall be adjusted to the appropriate height to accommodate the asphalt overlay finish grade. g. Material/Removal: Material shall be removed from the roadway area in order to prepare for a desired final grade or removal of unsuitable material. Approximately 2- 1/2" removal shall be required off the top after initial pulverization. All suitable material shall be utilized in the asphalt pavement base course. Items of Payment Payment for the work specified in this item shall be made under: Bid Item No. 285-7 — Optional Base Course (Full Depth Reclamation) - Per Square Yard Bid Item No. 300-1— Asphalt Emulsion Type CSS -1h -Quantity based on 2.75 Gal/SY - Per Gallon SECTION 286 — TURNOUT CONSTRUCTION The work specified in this item shall conform to Section 286 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 286-1— Turnout Construction - Asphalt — Per Square Yard Bid Item No. 286-2 — Turnout Construction — Concrete — Per Square Yard SECTION 327 — MILLING OF EXISTING ASPHALT PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 327-70-6 — Milling Existing Asphalt Pavement (1-1/2" Avg. Depth) — Per Square Yard 01025-32 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-Old Dixie Hwy Resurfacing -71st St to CR 510Wdmim\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 334 - SUPERPAVE ASPHALT CONCRETE 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). This item shall include prime and tack coat. Item of Payment 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 — Superpave Asphalt Concrete -1-1/2" SP 12.5 — Per Square Yard Item No. 334-1-13A — Superpave Asphalt Concrete — 1-1/2" SP 9.5 — Per Square Yard SECTION 339 — MISCELLANEOUS ASPHALT PAVEMENT The work specified in this item shall conform to Section 339 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 339-1 — Miscellaneous Asphalt Pavement (3" Thick Under Guardrail) — Per Ton SECTION 400 — CONCRETE STRUCTURES The work specified in this item shall conform to Section 400 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 400-2-1 — Concrete, Class II (8'x4' Box Culvert) (Precast) Includes Reinforcing Steel) — Per Linear foot Bid Item No. 400-2-1A — Concrete, Class II (6'x3' Box Culvert) (Precast) Includes Reinforcing Steel) — Per Linear foot Bid Item No. 400-2-2 — Concrete, Class I (Endwall & Footing, 8'x4' Box Culvert) 01025-33 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc (Includes Reinforcing Steel) — Per ,Each Bid Item No. 404-2A — Concrete, Class I (Endwall & Footing, 6'x3' Box Culvert) (Includes Reinforcing Steel) — Per Each SECTION 415 — REINFORCING STEEL The work specified in this item shall conform to Section 415 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Included in structure SECTION 425 - INLETS, MANHOLES AND JUNCTION BOXES The work specified in this section shall conform to Section 425 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. 425-1-521 — Inlets, DT Bot, Type C, <10' — Per Each Bid Item No. 425-1-551 — Inlets, DT Bot, Type E, <10' — Per Each SECTION 430 — PIPE CULVERTS The work specified in this item shall conform to Section 430 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. 430-174-112 - Pipe Culvert, Round, 12" SD (C.A.P ) per Linear Foot Bid Item No. 430-174-115 — Pipe Culvert, Round, 15" SD (C.A.P.) — Per 01025-34 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc Linear Foot Bid Item No.430-174-115A — Pipe Culvert, Round, 15" SD (R.C.P.) — Per Linear Foot Bid Item No. 430-174-118 — Pipe Culvert, Round, 18" SD (C.A.P.) — Per Linear Foot Bid Item No. 430-174-118A — Pipe Culvert, Round, 18" SD (R.C.P.) — Per Linear Foot Bid Item No. 430-174-124 — Pipe Culvert, Round, 24" SD (C.A.P.) — Per Linear Foot Bid Item No. 430-174-224 — Pipe Culvert, Other Shape, EIIip/Arch, 24" SD (C.A.P.) — Per Linear Foot Bid Item No. 430-174-224A— Pipe Culvert, Other Shape, EIIip/Arch, 24" SD (R.C.P.) — Per Linear Foot Bid Item No. 430-984-121 — Mitered End Section, Round, 12" SD — Per Each Bid Item No. 430-984-123 — Mitered End Section, Round, 15" SD — Per Each Bid Item No. 430-984-125 — Mitered End Section, Round, 18" SD — Per Each Bid Item No. 430-984-129 — Mitered End Section, Round, 24" SD — Per Each Bid Item No. 430-984-629 — Mitered End Section, Elliptical/Arch, 24" SD — Per Each SECTION 520 — CONCRETE GUTTER, CURB ELEMENTS AND TRAFFIC SEPARATOR The work specified in this item shall conform to Section 520 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. 520-1 — Concrete Curb and Gutter — Per Linear Foot SECTION 522 — CONCRETE SIDEWALK AND DRIVEWAYS 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. 522-1 — Concrete Sidewalk (6" Thick) — Per Square Yard 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 — Per Square Foot 01025-35 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc SECTION 530 — RIPRAP The work specified in this item shall conform to Section 530 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 530-1 — Rip Rap, Sand -Cement — Per Cubic Yard SECTION 536 — GUARDRAIL The work specified in this item shall conform to Section 536 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 536-1-1 — Guardrail — Per Linear Foot Bid Item No. 536-8-1 — Guardrail End Anchorage Assembly -Flared - (SKT 350) — Per Each 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 01025-36 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months. All replacement shall meet original specifications. The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be replaced within two weeks. D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B). E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-3 6 F Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6.0 - 7.0. Contractor shall apply two (2) applications. The initial shall be fertilizer and the second application shall be "weed and feed". The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate. Contractor shall apply applications as per manufacturer's specification. All tickets from bags shall be handed over to the County Inspector. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches. H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools. Where sodding is used in drainage ditches, the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas, the offsets of individual strips shall not exceed 6 inches In order to prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1W below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means 01025-37 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc of wooden pegs driven through the sod blocks into firm earth, at suitable intervals Sodding shall not be performed when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results Sod shall be placed around all structures, equipment pads, etc. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance. The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following is added: The contract unit price for performance turf shall include the costs of sod, fertilizer (2 applications), sidewalk sweeping after mowing, mowing, pegging disposal of clippings, water, tools, equipment, labor and all other incidentals necessary. Item of Payment Payment shall be made under: Bid Item No. 570-1-2 — Performance Turf (Sod) (Bahia) - Per Square Yard SECTION 00700 — HIGHWAY SIGNING A. Highway signing for traffic control shall conform to the requirements of the Standard Specifications (2015), 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 01025-38 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS \1138-01d Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation. Item of Payment Payment shall be made under: Bid Item No. 700-1-50 - Single Sign Post, Relocate — Per Assembly Bid Item No. 700-1-60 — Single Sign Post, Remove — Per Assembly SECTION - 00706 RAISED RETRO -REFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE The work specified in this item shall conform to Section 706 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2015). A. All reflective pavement markers shall be 4" x 4". Item of Payment Payment shall be made under: Bid Item No. 706-3 — Retro -Reflective Pavement Marker (Amber/Amber) — Per Each SECTION - 00711 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS A. Pavement markings for traffic control shall conform to the requirements of the Standard Specifications (2015), Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturer's specifications Item of Payment Payment shall be made under: Bid Item No. 711-11-123 - Thermoplastic, Standard, White, Solid, 12" for Crosswalks — Per Linear Foot Bid Item No. 711-11-125 - Thermoplastic, Standard, White, Solid, 24" for Stop Line — Per Linear Foot Bid Item No. 711-11-151 — Thermoplastic, Standard, White, Dotted/Guideline/6'-10' Gap Extension, 6" — Per Linear Foot Bid Item No. 711-16-111 - Thermoplastic, Standard, White, Solid, 6" — Per Linear Foot Bid Item No. 711-16-211 - Thermoplastic, Standard, Yellow, Solid, 6" — Per Linear Foot Bid Item No. 711-16-231 - Thermoplastic, Standard, Yellow, Skip, (10'-30'), 6" - Per Linear Foot 01025-39 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWaster Contract Documents\Technical Specifications.doc SECTION — 1000- WATER AND SEWER UTILITIES A. Water Utilities The water utilities for this project shall be constructed per the "Indian River County Department of Utility Services Water & Wastewater Standards", January, 2015. This document can be obtained online at www.ircutilities.com Relocation of existing fire hydrants shall include the cost of all pipe, fittings, retaining rods, trenching grading, and incidental items associated with relocation. B. Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Technical Specifications", January, 2015. This document can be obtained online at www.ircutilities.com Bid Item 425-6 Valve Box Adjustment of the ITEMIZED BID SCHEDULE shall include: Shall conform to the "Indian River County Technical Specifications", January, 2015. See standard detail M-5 and M-6 Bid Item 425-6A Air Release Valve Vault replacement of the ITEMIZED BID SCHEDULE shall include: The existing non -traffic bearing Air Relief Valve (ARV) vaults are to be replaced with 5 - foot diameter concrete vaults with an internal coating of SewperCoat by Kernos or Raven 405 per manufacturer's specifications. The rings and covers will be 36" x 6" H - Tec Ergo XL ductile iron traffic bearing covers and rings. See standard detail M-7 per the "Indian River County Technical Specifications", January, 2015. This document can be obtained online at www.ircutilities.com Bid Items U-1, U-2, AND U-3 Utility deflection of 3", 4" and 6" Force Mains ITEMIZED BID SCHEDULE shall include: Proposed culvert replacement conflicts with existing 3", 4" and 6" Force Mains at approximate stations 127+80, 175+40, and 187+60. Force Mains to be restrained and lowered by under digging to a point where at least 6" clearance is met with proposed drainage culverts. A Lump sum price will be giver for each location. See standard detail M-7 per the "Indian River County Technical Specifications", January, 2015 This document can be obtained online at www.ircutilities.com 01025-40 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documentsWlaster Contract Documents\Technical Specifications.doc Bid Items U-4 through U-14, of the ITEMIZED BID SCHEDULE shall include: Old Dixie Highway conflict resolution offsets for the proposed box culvert replacement with existing 16" Reuse Main and 24" Force Main at station 182+00. (See Reuse and Force Main Utility Modifications, Sheet 1 of 1 of the Drawings). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 425-6 — Valve Boxes, Adjust — Per Each Bib Item No. 425-6A — Replace existing fiberglass air release valve vaults with 5' diameter concrete vaults with 36"X 6" H -TEC ERGO XL Ductile Iron traffic bearing cover and ring with lift assist — Per Each Bid Item No. U-1 - Utility deflection - 6" Force main, station 127+80 — Per Lump Sum Bid Item No. U-2 - Utility deflection - 4" Force main, station 175+40 - Per Lump Sum Bid Item No. U-3 - Utility deflection - 3" Force main, station 187+60 - Per Lump Sum Bid Item No. U-4 - Install 16" PVC DR 14 Reuse main offset - Per Linear Foot Bid Item No. U-5 - Install 24" PVC DR 14 Force main offset - Per Linear Foot Bid Item No. U-6 - Install 24" X 24" Wet tap assembly with tapping gate valve and tap Main — Per Each Bid Item No. U-7 - Install and remove 24" Line stop, includes restraining existing pipe — Per Each Bid Item No. U-8 - Removal and disposal of 16" Ductile Iron Pipe - Per Linear Foot Bid Item No. U-9 - Removal and Disposal of 24" Ductile Iron Pipe — Per Linear Foot Bid Item No. U-10 - Install Ductile Iron fittings — Per Ton Bid Item No. U-11 - Install 2" ARV Assembly with ARV, GV, Concrete valve and cover— Per Each Bid Item No. U-12 - Test holes, pot holes — Per Each Bid Item No. U-13 - Install 6" Concrete sidewalk, 6' wide centered over 16" and 24" pipe at culvert - Per Square Foot Bid Item No. U-14 - Well Point de -watering — Per Lump Sum + + END OF SECTION + + 01025-41 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1138-OId Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\Technical Specifications.doc APPENDIX 'A' PERMITS St. Johns River Water Management District Army Corps of Engineers Appendix A -Permits F•\Public Works\ENGINEERING DIVISION PROJECTS\1138-0Id Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents\Master Contract Documents\APPENDIX A - Permits.doc St. Johns River Water Management District Hans G.Tanz.Ier 111. Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 329-4500 On the Internet at floridaswater.com. November 06, 2014 Indian River County 1801 27th St Vero Beach, FL 32960-3388 SUBJECT: 138115-2 Old Dixie Highway Resurfacing from 71 Street to County Road 510 Dear Sir/Madam: Enclosed is your individual permit issued by the St. Johns River Water Management District on . This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal, state, or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application, you may view the TSR by going to the Permitting section of the District's website at floridaswater.com/permitting. Using the "search applications and permits" feature, you can use your permit number or project name to find information about the permit. When you see the results of your search, click on the permit number and then on the TSR folder. Noticing Your Permit: For noticing instructions, please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed, your permit will become nonfinal and any activities that you choose to undertake pursuant to your permit will be at your own risk. Compliance with Permit Conditions: To submit your required permit compliance information, go to the District's website at floridaswater.com/permitting. Under the "Apply for a permit or submit compliance data" section, click to sign -in to your existing account or to create a new account. Select the "Compliance Submittal" tab, enter your permit number, and select "No Specific Date" for the Compliance Due Date Range. You will then be able to view all the compliance submittal requirements for your project. Select the compliance item that you are ready to submit and then attach the appropriate information or form. The forms to comply with your permit conditions are available at floridaswater.com/permitting under the section "Handbooks, forms, fees, final orders". Click on forms to view all permit compliance forms, then scroll to the ERP application forms section and select the applicable compliance forms. Alternatively, if you have difficulty finding forms or need copies of the appropriate forms, please contact the Bureau of Regulatory Support at (386) 329- 4570. Transferring Your Permit: Your permit requires you to notify the District in writing within 30 days of any change in ownership or control of the project or activity covered by the permit, or within 30 days of any change in ownership or control of the real property on which the permitted project or activity is located or occurs. You will need to provide the District with the information specified in rule 62-330.340, Florida Administrative Code (F.A.C.). Generally, this will require you to complete and submit GOVERNING BOARD John A Miklos, c wR1ww1 Mar;am H. Ghyabi, vi E C�-.URMx4 Fred N. Roberts Jr.. SE-EIARr George W. Robbins. TREASURER QR ANDD MEW EFAIN OCA:A JACKS0U11/1i-E Douglas C. 8oumique Douglas Burnett Lad Daniels Chuck Drake Carla Yerier 1!F.D BEACH S: AUG,USTINE J*CKSONVIti'_ ORLANDO FERNARZI\A BEACH Form 62-330.340(1), "Request to Transfer Permit," available at http://www.floridaswater.com/permitting/permitforms.html. The proposed activity also qualifies for Federal authorization pursuant to Programmatic General Permit SAJ-111, therefore a separate permit or'authorization will not be required from the U.S. Army Corps of Engineers (USACOE). Please note that the Federal authorization expires on September 22, 2019.The permittee is required to adhere to all General and Special Conditions that may apply to this project. The Conditions for Federal Authorization for SAJ-111 are attached to this permit. 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, Margaret Daniels, Bureau Chief Bureau of Regulatory Support St. Johns River Water Management District 4049 Reid Street Palatka, FL 32177-2529 (386) 329-4570 Enclosures: Permit cc: District Permit File ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO: 138115-2 DATE ISSUED: November 06, 2014 PROJECT NAME: Old Dixie Highway Resurfacing from 71 Street to County Road 510 A PERMIT AUTHORIZING: Construction of a Stormwater Management System with stormwater treatment by Swales for Old Dixie Highway Resurfacing from 71 Street to County Road 510, a 15.26 -acre project to be constructed as per plans received by the District on October 25, 2014. LOCATION: Section(s): 4, 3 Township(s): 32S Range(s): 39E 34, 33 31S 39E Indian River County ISSUED TO: Indian River County 1801 27th St Vero Beach, FL 32960-3388 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 AUTHORIZED BY: St. Johns River Water Management District Division of Regulatory, Engineering and Environmental Services By S,ie John Juilianna Service Center Director "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 138115-2 Indian River County DATED: November 06, 2014 1. All activities shall be implemented following the plans, specifications and performance criteria approved by this permit. Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315, F.A.C. Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 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://www.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 Tong -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 Tots 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. 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. 20. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. 21.The proposed surface water management system shall be constructed and operated in accordance with plans received by the District on October 27, 2014. 22. The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance entity must maintain a record of each required inspection, including the date of the inspection, the `name 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. 23. The construction phase of this permit will expire five years from the date of issuance. Notice Of Rights 1. A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code, the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P. O. Box 1429, Palatka Florida 32178-1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at 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 party chooses not to engage in formal mediation, or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions. 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120.569 and 120.57(2), Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28-106.301, Florida Administrative Code. I 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 November 06, 2014. -mac Da,„:‘,1 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: 138115-2 NOTICING INFORMATION Dear Permittee: Please be advised that the St. Johns River Water Management District will not publish a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication, using the District's notice form, notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication, then there is a 21 -day time limit for someone to file a petition for an administrative hearing to challenge the issuance of the permit. To close the point of entry for filing a petition, you may publish (at your own expense) a one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes. If you do not publish a newspaper notice to close the point of entry, the time to challenge the issuance of your permit will not expire and someone could file a petition even after your project is constructed. A copy of the notice form and a partial list of newspapers of general circulation are attached for your convenience. However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published, the newspaper will return to you an affidavit of publication. In that event, it is important that you either submit a scanned copy of the affidavit by emailing it to compliancesupport@sjrwmd.com (preferred method) or send a copy of the original affidavit to: Margaret Daniels, Bureau Chief Bureau of Regulatory Support 4049 Reid Street Palatka, FL 32177 If you have any questions, please contact the Bureau of Regulatory Support at (386) 329-4570. Sincerely, Margaret Daniels, Bureau Chief Bureau of Regulatory Support I I 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 a waiver of the right to an administrative hearing. (Rule 28-106.111, F.A.C.). If you wish to do so, please visit http://floridaswater.com/nor_dec/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's decision(s) on the permit application(s) described above. You can also request the Notice of Rights by contacting the Director of Regulatory Support, 4049 Reid St., Palatka, FL 32177-2529, tele. no. (386)329- 4570. NEWSPAPER ADVERTISING ALACHUA The Alachua County Record, Legal Advertising P. O. Box 806 Gainesville, FL 32602 352-377-2444/ fax 352-338-1986 BRAFORD Bradford County Telegraph, Legal Advertising P. O. Drawer A Starke, FL 32901 904-964-6305/ fax 904-964-8628 CLAY Clay Today, Legal Advertising 1560 Kinsley Ave., Suite 1 Orange Park, FL 32073 904-264-3200/ fax 904-264-3285 FLAGLER Flagler Tribune, c/o News Journal P. O. Box 2831 Daytona Beach, FL 32120-2831 386- 681-2322 LAKE Daily Commercial, Legal Advertising P. O. Drawer 490007 Leesburg, FL 34749 352-365-8235/fax 352-365-1951 NASSAU News -Leader, Legal Advertising P. O. Box 766 Fernandina Beach, FL 32035 904-261-3696/fax 904-261-3698 ORANGE Sentinel Communications, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 PUTNAM Palatka Daily News, Legal Advertising P. O. Box 777 Palatka, FL 32178 386-312-5200/ fax 386-312-5209 SEMINOLE Seminole Herald, Legal Advertising 300 North French Avenue Sanford, FL 32771 407-323-9408 BAKER Baker County Press, Legal Advertising P. O. Box 598 Maclenny, FL 32063 904-259-2400/ fax 904-259-6502 BREVARD Florida Today, Legal Advertising P. O. Box 419000 Melbourne, FL 32941-9000 321-242-3832/ fax 321-242-6618 DUVAL Daily Record, Legal Advertising P. O. Box 1769 Jacksonville, FL 32201 904-356-2466 / fax 904-353-2628 INDIAN RIVER Vero Beach Press Journal, Legal Advertising P. O. Box 1268 Vero Beach, FL 32961-1268 772-221-4282/ fax 772-978-2340 MARION Ocala Star Banner, Legal Advertising 2121 SW 19th Avenue Road Ocala, FL 34474 352-867-4010/fax 352-867-4126 OKEECHOBEE Okeechobee News, Legal Advertising P. O. Box 639 Okeechobee, FL 34973-0639 863-763-3134/fax 863-763-5901 OSCEOLA Little Sentinel, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 ST. JOHNS St. Augustine Record, Legal Advertising P. O. Box 1630 St. Augustine, FL 32085 904-819-3436 VOLUSIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 400 HIGH POINT DRIVE, SUITE 600 COCOA, FLORIDA 32926 December 24, 2014 Regulatory Division North Permits Branch Cocoa Permits Section SAJ-2014-03128 (NW -TSD) Indian River County C/o Mr. Mike Nixon 1801 27th Street Vero Beach, Florida 32960 E-mail address: mnixon( ircgov.com Dear Mr. Nixon: The U.S. Army Corps of Engineers (Corps) assigned your application for a Department of the Army permit, which the Corps received on October 27 2014, has been assigned number SAJ-2014-03128 (NW -TSD). A review of the information and drawings provided on December 19, 2014, shows the proposed work is to impact 0.48 acres of surface waters for the resurfacing of Old Dixie Highway. The project includes the installation of culverts (12, 15, 18, 24 inch corrugated aluminum pipes (CAP), 28 inch by 20 inch CAP, 19 inch by 30 inch reinforced concrete pipe (RCP), and 8 foot by 4 foot box culverts) in the surface waters along Old Dixie Highway. The 2.0 mile long Old Dixie Highway resurfacing project is located north of 71st Street and south of CR 510, in Vero Beach, in Sections 3 & 4, Township 32 South, Range 39 East in Indian River County, Florida. Your project, as depicted on the enclosed drawings, is authorized by Nationwide Permit (NWP) Number 14. In addition, project specific conditions have been enclosed. This verification is valid until March 18, 2017. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have 12 months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this nationwide permit. Please access the U.S. Army Corps of Engineers' (Corps) Jacksonville District's Regulatory Internet page to access Internet links to view the Final Nationwide Permits, Federal Register Vol. 77, dated February 21, 2012, specifically pages 10270 —10290, the Corrections to the Final Nationwide Permits, Federal Register 77, March 19, 2012, and the List of Regional Conditions. The Internet page address is: http://www.saj.usace.army.mil/Missions/Regulatory.aspx Please be aware this Internet address is case sensitive and should be entered as it appears above. Once there you will need to click on "Source Book"; and, then click on "Nationwide Permits." These files contain the description of the Nationwide Permit authorization, the Nationwide Permit general conditions, and the regional conditions, which apply specifically to this verification for NWP 14. Enclosed is a list of the six General Conditions, which apply to all Department of the Army authorizations. You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit, a separate application or re -verification may be required. The following special conditions are included with this verification: 1. Reporting Address: All reports, documentation and correspondence required by the conditions of this permit shall be submitted to the following address: U.S. Army Corps of Engineers, Regulatory Division, Enforcement Section, P.O. Box 4970, Jacksonville, FL 32232. The Permittee shall reference this permit number, SAJ-2014- 03128 (NW -TSD), on all submittals. 2. Commencement Notification: Within 10 days from the date of initiating the authorized work, the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3. Completion Notification: Within 60 days of completion of the work authorized, the attached "Self -Certification Statement of Compliance" must be completed and submitted to the U.S. Army Corps of Engineers. Mail the completed form to the U.S. Army Corps of Engineers, Regulatory Division, Enforcement Section, P.O. Box 4970, Jacksonville, FL 32232. 4. Cultural Resources/Historic Properties: a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. b. If during the ground disturbing activities and construction work within the permit area, there are archaeologicaVcultural 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. c. 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 ; and 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. d. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work 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. 5. Turbidity/Erosion Control: Best management practices for turbidity/erosion control shall be used when performing any activity authorized in this permit. The permittee agrees that all wetland areas and surface waters outside of the specific limits of construction authorized in this permit must be protected from erosion, siltation, scouring or excess turbidity and dewatering. 6. Eastern Indigo Snake Protection Measures: The Permittee shall comply with U.S. Fish and Wildlife Service's "Standard Protection Measures for the Eastern Indigo Snake" dated August 12, 2013 and provided in Attachment 2 of this permit." 7. Regulatory Agency Changes: Should any other regulatory agency require changes to the work authorized or obligated by this permit, the Permittee is advised that a modification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a modification of this permit from the Cocoa Regulatory Office. This letter of authorization does not give absolute Federal authority to perform the work as specified on your application. The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program. You should contact your local office that issues building permits to determine if your site is located in a flood -prone area, and if you must comply with the local building requirements mandated by the National Flood Insurance Program. If you are unable to access the internet or require a hardcopy of any of the conditions, limitations, or expiration date for the above referenced NWP, please contact Tamy Dabu by telephone at 321-504-3771 extension 11. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to complete our automated Customer Service Survey at http://corpsmaou.usace.armv.mil/cm apex/f?p=requlatory survey . Please be aware this Internet address is case sensitive; and, you will need to enter it exactly as it appears above. Your input is appreciated — favorable or otherwise. Sincerely, Tamy Dabu Project Manager, Cocoa Permits Section Enclosures GENERAL CONDITIONS 33 CFR PART 320-330 PUBLISHED FEDERAL REGISTER DATED 13 NOVEMBER 1986 1. The time limit for completing the work authorized ends on March 18, 2017. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort of if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. 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 a representative 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. DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER: SAJ-2014-03128 (NW -TSD) When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. Although the construction period for works authorized by Department of the Army permits is finite, the permit itself, with its limitations, does not expire. To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions, have the transferee sign and date below and mail to the U.S. Army Corps of Engineers, Enforcement Section, Post Office Box 4970, Jacksonville, FL 32232-0019. (TRANSFEREE -SIGNATURE) (SUBDIVISION) (DATE) (NAME -PRINTED) (MAILING ADDRESS) (CITY, STATE, ZIP CODE) (Telephone number) (Fax number) (E-mail address) (LOT) (BLOCK) (STREET ADDRESS) SELF -CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: NW - 14 Permit Number: SAJ-2014-03128 Permittee's Name & Address (please print or type): Telephone Number: Location of the Work: Date Work Started: Date Work Completed: PROPERTY IS INACCESSIBLE WITHOUT PRIOR NOTIFICATION: YES NO TO SCHEDULE AN INSPECTION PLEASE CONTACT AT Description of the Work (e.g. bank stabilization, residential or commercial filling, docks, dredging, etc.): Acreage or Square Feet of Impacts to Waters of the United States: Describe Mitigation completed (if applicable): Describe any Deviations from Permit (attach drawing(s) depicting the deviations): ******************** I certify that all work, and mitigation (if applicable) was done in accordance with the limitations and conditions as described in the permit. Any deviations as described above are depicted on the attached drawing(s). Signature of Permittee Date Mail this completed form to the U.S. Army Corps of Engineers, Regulatory Division, Special Projects & Enforcement Section, Post Office Box 4970, Jacksonville, Florida 32232-0019. • —1—SebOtiail DID PROJECr • • — - 85TH ST (COUNTY ROAD 510) I • 0 > 0 :0.25 DUCNW M. P. NIXON DRAWN Pfl HANSEN 1 DATEI 5/7/14 APPROVED BY: .44, D. NIXON No. Revision Fib oOX NO. PAGE COUNTY PROJECT NO. 1138 • •'" f SCALE: AS SNOWN 1. lUeWq0BUV c_ K.) 6 co -a ) cp O/d Dixie Highway from 71s/ Street io County Route 510 Parcel Map (Figure 2) CA"° 0.5 69TH ST (N WINTER BEACH RD) SHEET oF Date BY INDIAN RIVER COUNTY 1801 27th STREET VERO BEACH , FL 32960 (772) 557-8000 Deparimeni of Public Works Engineering Division 4 6 5 3 --- 1 TOTAL WETLAND AREAS=20, TOTAL ORD/NARY H/ONWATER ORD/NARY H/GH T.1' Ir 'r WATER AND T/DNS i 93.3 S. AREAS= WETLAND L OCA F, (0.48 AC.) I3,308 S.F. (0.3I AC.) ORD/NARY WETLAND H/GH L OCA T/DNS L M r I. n g D o ; w N 0, -D 21 Z (Q (D WATER AND i .. /� ;rte -t--3' .ey- 51 _ , ti ; ' ,ti DESIGNED "QM s c o ��u IP a � , �✓79�1I OLD D/X/E H/GHWA Y RESURFAC/NG FRO,W 71st STREET TO "' r�/� v' COUNTY ROAD 510 — A. C. D. £. EXH/B/T c„ SHEEi % DRAWNen0. K. P. lGINSEN yt, 31.1MS R 1V: COUNT( PROJECT Na. 1138 /MOM o NIXON "°"`E No. Revision Date BY • INDIAN RIVER COUNTY4't''•t.. ,eo, 27tn STREET VERO BEACH , FL 32960 (772) 567-8000 .:, ;-, Department' of Public Works OI Q 9 En ineerin Division �..u:.. 9 1 9 ,r •r• • AREA=0.12 AC. 194 L.F 15" CAP R' 194 LF. 15" CAP 62 L.F. 8x4 BOX CULVERT .LET llSfO.... _- _- : _.-.- 100 L� 24' CAP 140 L.F. 19'x.10' RCP A/. E.S. W /N - — -- _ /NLET M.E.S. AREA= 0.33 AC. 96 L.F. 12' CAP /N INLET ,Q 'x20' CAP 196 28'x20' CAP 4' r 194 L.F. 18' CAP 202 L.F. 28L.F. C1\. CO 194 L.F. 15' CAP 92 LF. 28'x20' CAP 198 L.F. 28'x20' CAP r LEGEee2 ® SURFACE NOM /A/PACTS ^ �a TOTAL SURFACE WATER IMPACTS -=0.77 AC. \\ $ D CO0 3 F.E. C.R.R. R R/W OLD D/X/E H/GHWA Y R • --------- - 126 L.F. 12' CAP i W UMW N SURFACE NA7ER /AUCTS00 '.2 51) CC CD ` o ~ I NIXONDRAWN ON °"'° 5/61/* OLD D/X/E HIGHWAY RESURFACING FROM 71s/ STREET TO COUNJ'� — — ROUTE 510 SURFACE WATER IMPACTS PERMIT EXHIBIT v1 9 SHEEP !�3 S IP s s K P NANSEN PROJECT NO. 1138 1138 RAT APPROVED A/ a NIXON MUD DOOR N6. PAGE No. Revision Date By INDIAN RIVER COUNTY 1801 27th STREET VERO BEACH , FL 32960 (772) 567-8000 •“'; Depernmenf of Public Works OO. Engineering Division �...��� 9 9 F.E.C.R.R. R/W OLD D/X/E H/GHWA Y SURFACE WATER L4WACIS (AREA= 0.001 AC. AREA= 0.012 AC. AREA?0. 0 4" 25 AC. 112 L.F.R 134 L.P. 24' CAP 4 IT 112 L.F. 24' CAP 1 Al.DOMED Br L NIXON DRAWN Hn K. P. "GNAW APPROVED Hn A/ D. NIXON No. Revision 200 L.F. 18' CAP 180 L. f: 24' CAP ® SURFACE WATER BOUCYS RANGSHIP s x.rrs �� SPE nae HOOK . PACE 196 L.F. 19x30' RCP 96 L.F. 24' CAP 60 L.F. 8'x4' BOX CULVERT F. E. C. R. R. AREA=0.018 AC/100 LF. 24 P 100 L.F. 24 cCCAP .. .. _____. _ A./��.Jr/.t/1 .111111wAilVIN •111117,1111 INLET 92 L.P. 24' CAP AREA=O.Of AC. AREA=0.05 AC. AREA=O.Of AC.— AREA=0.02 GT6 8/6//! 96 L.F. 24' CAP 46 LF. 24' CAP 42 L.F. 24' CAP AREA= 100 C.F. 24I CAP— 0.006 AC. 122 LF. 24 CAP AREA=� 0.015 A,z/ L.F. CAP it/ Itt CONN PROJECT NO. 1138 Date OLD D/X/E HIGHWAY RESURFACING FROM 71st STREET TO COUNt'ill ROUTE 510 - SURFACE WATER IMPACTS - PERMIT EXHIBIT v, o 8)' INDIAN RIVER COUNTY 1801 27th STREET VERO BEACH , FL 32960 (772) 567-8000 SHEET 2 /pFJ Department of Pub/!c Works Englneering Dlvlslon S s 6 a AREA=0.15 AC. OLD D/X/E 25 L.F 15" CAP H/GHWA y 26 L.F. 15" CAP 7 F.E.C.R.R. fW / R/W M.C.J R 96 L.F. 18' CAP 96 L.F. 18' CAP 196 L.F. 18' CAP loam SURFACE WATER IWPAC7S 26 L.F. 15' CAP CAP ,fo L.F. 58" RCf 196 L.F. A18" CAP F.E.C.R.R. R/W M.E.S. 60 L.F. 15" RCP 22 L.F. 15' CAP SthWACE WATER //IPAC=S APPROVED BV, AI D. N/A17N No. Revision Boo* 0. Js'l an 8/8/74 COUNTY emurcr NO. 1138 Date 4) M.C.J. R/W 48 LT. 15' RCP 100 L.F. 15" RCP itt'V 7 Y7 11Uewyoe}}y N O r �h� O CA) N 03 N Z CD OLD D/X/E H/GHWA Y RESURFAC/NG FROM 71 s/ STREET TO COUNryH ROUTE 510 - SURFACE WATER /MPACTS - PERM/T EXH/B/T �, o INDIAN RIVER COUNTY •' r 1801 27th STREET _; •.'-, VERO BEACH , FL 32960 (772) 567-8000 BY 4) Department of Pub/lc Works Engineering Division SHEET a z s A ss Attachment 2 STANDARD PROTECTION MEASURES FOR THE EASTERN INDIGO SNAKE U.S. Fish and Wildlife Service August 12, 2013 The eastern indigo snake protection/education plan (Plan) below has been developed by the U.S. Fish and Wildlife Service (USFWS) in Florida for use by applicants and their construction personnel. At least 30 days prior to any clearing/land alteration activities, the applicant shall notify the appropriate USFWS Field Office via e-mail that the Plan will be implemented as described below (North Florida Field Office: jaxregs@fws.gov; South Florida Field Office: verobeach@fws.gov; Panama City Field Office: panamacity@fws.gov). As long as the signatory of the e-mail certifies compliance with the below Plan (including use of the attached poster and brochure), no further written confirmation or "approval" from the USFWS is needed and the applicant may move forward with the project. If the applicant decides to use an eastern indigo snake protection/education plan other than the approved Plan below, written confirmation or "approval" from the USFWS that the plan is adequate must be obtained. At least 30 days prior to any clearing/land alteration activities, the applicant shall submit their unique plan for review and approval. The USFWS will respond via e- mail, typically within 30 days of receiving the plan, either concurring that the plan is adequate or requesting additional information. A concurrence e-mail from the appropriate USFWS Field Office will fulfill approval requirements. The Plan materials should consist of: 1) a combination of posters and pamphlets (see Poster Information section below); and 2) verbal educational instructions to construction personnel by supervisory or management personnel before any clearing/land alteration activities are initiated (see Pre -Construction Activities and During Construction Activities sections below). POSTER INFORMATION Posters with the following information shall be placed at strategic locations on the construction site and along any proposed access roads (a final poster for Plan compliance, to be printed on 11" x 17" or larger paper and laminated, is attached): DESCRIPTION: The eastern indigo snake is one of the largest non -venomous snakes in North America, with individuals often reaching up to 8 feet in length. They derive their name from the glossy, blue -black color of their scales above and uniformly slate blue below. Frequently, they have orange to coral reddish coloration in the throat area, yet some specimens have been reported to only have cream coloration on the throat. These snakes are not typically aggressive and will attempt to crawl away when disturbed. Though indigo snakes rarely bite, they should NOT be handled. SIMILAR SNAKES: The black racer is the only other solid black snake resembling the eastern indigo snake. However, black racers have a white or cream chin, thinner bodies, and WILL BITE if handled. LIFE HISTORY: The eastern indigo snake occurs in a wide variety of terrestrial habitat types throughout Florida. Although they have a preference for uplands, they also utilize some wetlands 1 Attachment 2 and agricultural areas. Eastern indigo snakes will often seek shelter inside gopher tortoise burrows and other below- and above -ground refugia, such as other animal burrows, stumps, roots, and debris piles. Females may lay from 4 - 12 white eggs as early as April through June, with young hatching in late July through October. PROTECTION UNDER FEDERAL AND STATE LAW: The eastern indigo snake is classified as a Threatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission. "Taking" of eastern indigo snakes is prohibited by the Endangered Species Act without a permit. "Take" is defined by the USFWS as an attempt to kill, harm, harass, pursue, hunt, shoot, wound, trap, capture, collect, or engage in any such conduct. Penalties include a maximum fine of $25,000 for civil violations and up to $50,000 and/or imprisonment for criminal offenses, if convicted. Only individuals currently authorized through an issued Incidental Take Statement in association with a USFWS Biological Opinion, or by a Section 10(a)(1)(A) permit issued by the USFWS, to handle an eastern indigo snake are allowed to do so. IF YOU SEE A LIVE EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and allow the live eastern indigo snake sufficient time to move away from the site without interference; • Personnel must NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake, if possible, for identification and documentation purposes. • Immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake, the activities must halt until such time that a representative of the USFWS returns the call (within one day) with further guidance as to when activities may resume. IF YOU SEE A DEAD EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of the snake. • Take photographs of the snake, if possible, for identification and documentation purposes. • Thoroughly soak the dead snake in water and then freeze the specimen. The appropriate wildlife agency will retrieve the dead snake. Telephone numbers of USFWS Florida Field Offices to be contacted if a live or dead easternindigo snake is encountered: North Florida Field Office — (904) 731-3336 Panama City Field Office — (850) 769-0552 South Florida Field Office — (772) 562-3909 2 Attachment 2 PRE -CONSTRUCTION ACTIVITIES 1. The applicant or designated agent will post educational posters in the construction office and throughout the construction site, including any access roads. The posters must be clearly visible to all construction staff. A sample poster is attached. 2. Prior to the onset of construction activities, the applicant/designated agent will conduct a meeting with all construction staff (annually for multi-year projects) to discuss identification of the snake, its protected status, what to do if a snake is observed within the project area, and applicable penalties that may be imposed if state and/or federal regulations are violated. An educational brochure including color photographs of the snake will be given to each staff member in attendance and additional copies will be provided to the construction superintendent to make available in the onsite construction office (a fmal brochure for Plan compliance, to be printed double -sided on 8.5" x 11" paper and then properly folded, is attached). Photos of eastern indigo snakes may be accessed on USFWS and/or FWC websites. 3. Construction staff will be informed that in the event that an eastern indigo snake (live or dead) is observed on the project site during construction activities, all such activities are to cease until the established procedures are implemented according to the Plan, which includes notification of the appropriate USFWS Field Office. The contact information for the USFWS is provided on the referenced posters and brochures. DURING CONSTRUCTION ACTIVITIES 1. During initial site clearing activities, an onsite observer may be utilized to determine whether habitat conditions suggest a reasonable probability of an eastern indigo snake sighting (example: discovery of snake sheds, tracks, lots of refugia and cavities present in the area of clearing activities, and presence of gopher tortoises and burrows). 2. If an eastern indigo snake is discovered during gopher tortoise relocation activities (i.e. burrow excavation), the USFWS shall be contacted within one business day to obtain further guidance which may result in further project consultation. 3. Periodically during construction activities, the applicant's designated agent should visit the project area to observe the condition of the posters and Plan materials, and replace them as needed. Construction personnel should be reminded of the instructions (above) as to what is expected if any eastern indigo snakes are seen. POST CONSTRUCTION ACTIVITIES Whether or not eastern indigo snakes are observed during construction activities, a monitoring report should be submitted to the appropriate USFWS Field Office within 60 days of project completion. The report can be sent electronically to the appropriate USFWS e-mail address listed on page one of this Plan. 3 ATTENTION: Attachment 2 THREATENED EASTERN INDIGO SNAKES MAY BE PRESENT ON THIS SITE!!! IF YOU SEE A LIVE EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and allow the eastern indigo snake sufficient time to move away from the site without interference. • Personnel must NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake, if possible, for identification and documentation purposes. • Immediately notify supervisor or the applicant's designated agent, and the appropriate U.S. Fish and Wildlife Service (USFWS) office, with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake, the activities must halt until such time that a representative of the USFWS returns the call (within one day) with further guidance as to when activities may resume. IF YOU SEE A DEAD EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of the snake. • Take photographs of the snake, if possible, for identification and documentation purposes. • Thoroughly soak the dead snake in water and then freeze the specimen. The appropriate wildlife agency will retrieve the dead snake. USFWS Florida Field Offices to be contacted if a live or dead eastern indigo snake is encountered: North Florida Field Office — (904) 731-3336 Panama City Field Office — (850) 769-0552 South Florida Field Office — (772) 562-3909 Killing, harming, or harassing indigo snakes is strictly prohibited and punishable under State and Federal Law. DESCRIPTION. The eastern indigo snake is one of the largest non -venomous snakes in North America, with individuals often reaching up to 8 feet in length. They derive their name from the glossy, blue -black color of their scales above and uniformly slate blue below. Frequently, they have orange to coral reddish coloration in the throat area, yet some specimens have been reported to only have cream coloration on the throat. These snakes are not typically aggressive and will attempt to crawl away when disturbed. Though indigo snakes rarely bite, they should NOT be handled. SIMILAR SNAKES: The black racer is the only other solid black snake resembling the eastern indigo snake. However, black racers have a white or cream chin, thinner bodies, and WILL BITE if handled. LIFE HISTORY: The eastern indigo snake occurs in a wide variety of terrestrial habitat types throughout Florida. Although they have a preference for uplands, they also utilize some wetlands and agricultural areas. Eastern indigo snakes will often seek shelter inside gopher tortoise burrows and other below- and above- ground refugia, such as other animal burrows, stumps, roots, and debris piles. Females may lay from 4 -12 white eggs as early as April through June, with young hatching in late July through October. PROTECTION: The eastern indigo snake is classified as a Threatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission. "Taking" of eastern indigo snakes is prohibited by the Endangered Species Act without a permit. "Take" is defined by the USFWS as an attempt to kill, harm, harass, pursue, hunt, shoot, wound, trap, capture, collect, or engage in any such conduct. Penalties include a maximum fine of $25,000 for civil violations and up to $50,000 and/or imprisonment for criminal offenses, if convicted. Only individuals currently authorized through an issued Incidental Take Statement in association with a USFWS Biological Opinion, or by a Section 10(a)(1)(A) permit issued by the USFWS, to handle an eastern indigo snake are allowed to do so. August 12, 2013 Name of any water bodies on the site that have been identified as Section 10 waters: Tidal: Non -Tidal: 1 vN..p,..N/,rON:', • OLD 'D/X/E-i1/6WWAr 'RESUREAC/NG FROM 71sf STREET TQ COUNTY %i1 PA, .C'TS PERil %T E W8/T INDIAN 11[EFt . .GQUN1 ,ea•,: 'Z7th 'STR.Ef'a. (7.72): "VERq .9EACN,.;, 'FL 32950 •: Deporfm'enf;:: ol�,;:Prib7/c;: �{�f!orks.. Eig%ne r4 ig D/,,i%lslor " a • ‘[. • Revialoh ... ;•:;.;;;:oatii 4.•-•,•,;• • • sitimmolisminaganga kv/Fig...finsF," - • • • _ • ••• VIA • '1,, • • 5- " "' 44?..,k.4.•:t:AtbrW. • "v , N , APP.01,3 000 41 1 Cigrg,;g4g'A .q1213100N&/.0iiit4-0,6;W?04Y/.0.-P.WOrk.Engineer/ng. D/vls/cn ..1:0: APPENDIX B Indian River County Fertilizer Ordinances ORDINANCE NO. 2013 - nn 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 WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, F:Wexnp4LLdsdCZNERALI:etalsnov& Or&wmm1ararhancerl ntAseri ladel Far.QurOrdnarsce-2013 (Fi. iNK'+20id. 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 F:U+waeyta.MGEVERALwesab,.;A.,Q aaroacnOnkmmelF.rtan.r ead Frrthrro. m.e.- 201.1 1+1.0(441;mo 20.1.1u Page 2 of 9 it ORDINANCE NO. 2013 - and practicable on -location means, including economic and technological considerations, for improving 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 any person, other than a private, non-commercial applicator or a Commercial Fertilizer Applicator (unless such definitions also apply under the circumstances). that applies fertilizer for the purpose of maintaining turf and/or landscape plants. Institutional Fertilizer Applicators shall include, but shall not be limited to, owners, managers or employees of public lands, schools, parks, religious 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 persons business, corporation, limited liability company, partnership, limited partnership, association, club, organization, and/or any group of people acting as an organized entity. fMvarsyV:oerciCrENZRALWiwJdBOtetesrnYA,rtreasutivMnrWcdel'wetter Q>Lnncv- 2011114rnf lgvt2q.dxr 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 may be fertilized in this zone only for a 60 -day period beginning thirty days after planting if needed to allow the plants to become well established. Caution shall be used to prevent nutrients from being directly deposited into the water. Section 316.5. Lowmaintenance 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.:IAtmrywAlledrA ENEiALIRrukWm60rAmimtasa aaeerWorMvrWvdrfFertliro0eecwort 2,W rmalj(A.gwr nlatoe 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 tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(2), Florida Administrative Code, Labeling Requirements For 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 site, and shall not be applied for the first 30 days after seeding or sodding, except when hydro - seeding for temporary or permanent erosion control in an emergency situation (wildfire, etc.). or in accordance with the Stomnwater 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. EituarneyiL dnVaEtiMALUIemLvlm.dOdimacea OniL.emeolreradurWehl Artearrt °Mimes= - 21711 (AsathAvast I0).4ea 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. Management of grass clippings and vegetative materials. In no case shall grass clippings, vegetative material, and/orvegetative 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 fano 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; fe) athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs, while maintaining the health and function of their specialized turf areas; (f) vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. Section 316.10. Training. (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by and successfully complete the six -hour training program in the "Florida friendly Best ElAttamsAftgefoir 6 0.i4+aserlOrd imartEmase 46:36 ,H4:r fie• . 24P3 ra.1J(.4 20).d4Q 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. (b) Private, non-commercial applicators are encouraged to follow the recommendations of the University of Florida Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a 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 successfully 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 Institute of 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 FMnormyiatabOENERU.Wroneicer k Oneronicar.OnturacraFrrtiraniVedelFu00:.rOrRrooce. 1011trmal)(A+yut 7014. 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 chaster ma be enforced b the Environmental Control Officer pursuant to Chapter 85-427, Special Acts, Laws of Florida, and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in §I00.05 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, and the corresponding sections of this chap 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. 4trwuylGlni,lGENERALIReso6.ims OrerznartasitrwseuiFerilbutilakfFsraturO Aare -2013 OknaCYAAguts 41 -do= Page 8 of 9 ORDINANCE NO. 2013 - 012 Section 6. Directing County Attorney's Office to Post Summary on County Websitc. 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 18`h 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. • • BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA a . �'' ;< ..03y: _ "-'fir ;4' '4PF ;j ' seph) Flescher, Chairman ATTEST: Jeffrey R Smith, deli �,r�l''' • '. d . • ptroller By: Depu Clerk Approved as to form and legal sufficiency: DyIxtelingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. fit[rm..+ylLtrE MEArBIALVtesaranaro4 Lid'.ro..vtlOnitw+uetFaNdaTAIdoeldFvnCro O.dnmee- 7073(73m1)(Ar;ert 2i14 Page 9 of 9 It ORDINANCE NO. 2013 -014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF TI -IE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY, AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners adopted an ordinance regulating the proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14, 2013; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, NOW, THEREFORE, BE 11' 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. r . fmn.,t.wL+,:F.NE1 I!: Ne..Auv.i, h abA01-70ce.rertfia .; ;wort ,n re rn:ca. Page I 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 2530% 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 31.6.15 (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 unincorporated area of Indian River County, unless such applicator is specifically exempted; matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a courtof 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. 1Iaork•plipJu+ih..fT11.4%t(pvAuirwt k(J.IM. nc'11rdavrec.,F:vlrlr:w'1..avlc..fnm Fineli:m Ordwem( N<+ Page 2of3 it ORDINANCE NO. 2013. - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 16th day of' September , 2013, for a public hearing to be held on the 1st_ day of October 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 1st day of October. 2013. fr /s!;r`•,-;,BOARD OF COUNTY COMMISSIONERS t _.;INDIAN RIVER COUNTY, FLORIDA Py: J � eph E. Flescher, Chairman • ATTEST: Jeffrey R. Smith, Clerk bf:Cotirt..k Approved as to form and legal sufficiency: and Comptroller By: Ian Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. P :Gavin JJ, h..;t_VtAV.•l .t.i.n: 6 (Irrhivwxt.n.5m n.e, F neh_,. F nuwnn Feria... l)rtmz+xc a&t, Page 3 of 3 APPENDIX 'C' GEOTECHNICAL REPORT Appendix C -Geotechnical Report F.\Public Works\ENGINEERING DIVISION PROJECTS \1138 -Old Dixie Hwy Resurfacing -71st St to CR 510\Admim\bid documents'Master Contract Documents\APPENDIX C - Geotechnical Report.doc DUNKEIABERGER engineering & testing, inc. www.dunkelberger-englneerIng.com • Fort Lauderdale • Lakeland • Port Saint Lucie • Sarasota • West Palm Beach Indian River County 1801 27th Street Vero Beach, Florida 32960 July 9, 2012 Project No. PSL -09-3054 (10.5) Attention: Mr. Michael D. Nixon, P.E.... via e-mail (mnixon@ircgov. com) Project Manager Subject: Pavement Coring Services Old Dixie Highway from 52" Street to CR510 Indian River County, Florida Dear Mr. Nixon: Dunkelberger Engineering & Testing, Inc. (Dunkelberger) has performed Pavement Coring Services for the Old Dixie Highway roadway that is located between 521 Street and CR510 in Indian River County, Florida. The subject roadway section incorporates approximately 4 miles of two-lane undivided flexible pavement. From our meeting with you on March 1, 2012, we understand that the County is planning to rehabilitate the subject roadway section in two phases within the next couple of years. The overall objective of this research work is to provide the County with feasible economic rehabilitation alternatives, which would allow your office to select the optimum rehabilitation strategy. The approach to this phase of the project consisted of collecting and analyzing the relevant project data, including (1) the extent and depth of distresses; (2) the composition of the existing pavement, including the subgrade and embankment; and (3) project constraints and special considerations. Based on the evaluation results, the rehabilitation alternatives will be developed which can repair the distresses as well as prevent rapid recurrence. DATA COLLECTION Dunkelberger performed pavement coring at select locations within the project limits as well as an existing pavement condition survey. The purpose of the coring work was to determine the composition of the existing pavement and the depth of its distress while the primary objective of the condition survey was to identify the types and extent of the distresses. Pavement Distresses: Types and Extent The results of our numerous site visits indicated that more than 80% of the existing pavement was distressed. The dominant types of distress are longitudinal cracking; while moderate rutting is also observed in wheel paths of the existing roadway. The longitudinal cracking, mostly located in the wheel paths, has a width of about'/ inch. State of Florida Board of Professional Engineers Authorization No. 6870 877.643.6832 Old Dixie Highway Roadway Coring Page 2 Project No. PSL -10-3054 (BG 10.5) Coring Work and Findings On April 17, 2012, a total of twenty (20) 4 -inch diameter pavement cores were cut at select locations as illustrated on the attached Sheet 1. At each core location, a hand auger was used to drill into the underlying base and subgrade materials, which were sampled approximately at the middle of each layer. Along with the asphalt pavement cores, the representative base and subgrade soil materials were sampled and transported back to our laboratory for visual -manual examination and classification. The thickness measurements and the descriptions of the base and subgrade materials are summarized in Appendix I and presented graphically in the attached Sheet 2 for your review. Reference to this information confirms: (1) The typical thickness of the asphalt pavement cored within the project limits ranged from 3Y2 to 6 inches with an average of 51/4 inches. Immediately underneath the asphalt pavement layer is "black base", which appeared to be asphalt stabilized rocks and also very porous. However, the black base was found to be asphalt stabilized shelly sand with a more uniform and dense structure at Core No. 8. (2) Laboratory visual evaluation indicates that the asphalt pavement consists of 3-4 lifts of structural/wearing courses, and that the cracking extends an average depth of 6 inches, ranging from 3 to 12 inches, below the top of the asphalt pavement at the select core locations. (3) The rock base course underneath the "black base" has an average thickness of 7 inches, and was mainly constructed with sandy limerock at the selected core locations. (4) Underneath the base course appeared to be natural sandy materials with no sign of stabilization. At the time of our field work, the groundwater table was about 4 feet below the road surface except for the locations of C-15 through C-20 where ground water was encountered at 42-45 inches below the road surface. Project Constraints and Special Considerations There are side streets and driveways to the residences. The unpaved shoulders on either side of the roadway are narrow and bordered with the down slope towards the ditches. There is also historical seasonal traffic of heavy trucks transporting citrus. DATA ANALYSIS Possible Causes of Distresses Considering the service life and service conditions of the subject pavement, the following factors, in our opinion, have been the major contributors to the observed pavement distress. 1. Ageing of the asphalt binder: asphalt binder is flexible when it is new, and becomes stiff and brittle when it is aged. The aged asphalt pavement tends to crack under traffic loads as well as from thernial cyclic loads, and shrinkage due to a loss of the lighter (more volatile) hydrocarbons (oils). DUNKBLBBRGBR Old Dixie Highway Roadway Coring Page 3 Project No. PSL -10-3054 (BG 10.5) 2. Fatigue of the existing pavement: Increase in loading from higher traffic volumes and heavier vehicles than anticipated in the original design. Under heavy loads, the aged pavement distresses as one or more longitudinal cracks. After repeated loading, the longitudinal cracks connect forming many-sided sharp -angled pieces that develop into block cracking. 3. Inappropriate type of asphalt mixture in the structural/wearing course: The asphalt pavement appears to consist of Superpave SP -9.5 or Type S -III asphalt mix, which failed to provide the required volume stability for the roadway when subjected to the heavy loading; especially from seasonal Citrus trucks. This overloading, in our opinion, has contributed to the rutting in the roadway. 4. Lack of timely maintenance: The existing pavement most likely experienced severe cracking before maintenance rehabilitations were performed in the past. Without timely repairs, the pavement is exposed to more severe service conditions due to (1) the stress concentration under traffic; and (2) water damages and accelerated ageing processes. 5. Reflective Cracking: The multi -lifts of the asphalt pavement section indicated that the existing pavement was overlaid after its initial construction. The depth of the cracking is also an indication of incomplete removal of cracking during the previous rehabilitations, which reflected through the overlay within a couple of years. Pavement Section In our opinion, the thicknesses of pavement components are comparable to, or better than, the typical design for this type of roadway. However, the distressed asphalt pavement has compromised its structural capacities to meet the current traffic loading conditions. Based on its current fair to poor condition, the following table provides an estimated Structural Number (SN) of the existing pavement section. The design Structural Number of the sane pavement structure would be 4.34. Materials Tlrickiress(incli)= Structural Coeff_rrieiit SJruetural Number e?Sto SP As ilialt, �ase`:Ro"cic-(1OO LBR)d ti Compgctell►S i j giath 51/4 0.20 0.18 0 -=Totalti �.� 1.05 203 0 3.08 Note: * the "black base" was assumed to have the same structural coefficient with the rock base due to its porous condition. REHABILITATION ALTERNATIVES In summary, the existing pavement exhibits severe and extensive distresses; as a result, the existing pavement structural capacity is significantly reduced with an accelerated deterioration rate. With its unique traffic loading pattern, the pavement needs to be repaired to meet the following criteria. (1) All distresses are repaired and the root causes of the distresses are removed; (2) The structural capacity of the pavement is restored to meet the traffic needs currently as well as throughout its service life with normal maintenance; (3) The repair costs should be economically viable in relation to the expected service life; and (4) Meet all project constraints and special DUNRELBERGER Old Dixie Highway Roadway Coring Page 4 Project No. PSL -10-3054 (BG 10.5) requirements. Based on the aforementioned considerations and requirements, the following are the recommended rehabilitation alternatives in an order of cost. Full Depth Reclamation (FDR) with Addition of Paved Shoulders: FDR is a rehabilitation technique in which the entire thickness of the asphalt pavement and a predetermined portion of the underlying base, or subgrade is uniformly pulverized and blended to produce an upgraded, homogeneous material. Given the condition and composition of the existing roadway components, we would recommend (1) the top twelve (12) inches of the roadway material is pulverized and mixed with the stabilizer at a pre-detennined content. (2) The top 3 -inch mixture is removed and used to construct base course for shoulder and the remained mixture on the main lines is compacted to build a 9 -inch thick FDR base course. (3) Two lifts of 1.5 -inch Superpave asphalt mix (Traffic Level C) shall be placed as structural/wearing courses of the roadway. 1. Benefit: With the FDR process, pavement cracks are totally eliminated and structural issues with asphalt and base can be addressed. FDR also allows the structural capacity of the roadway to be increased by deepening the depth of recycling; the road can be opened to traffic immediately after compaction. 2. Unit Cost: Total $20 per SY consisting of $7 per SY to construct a 9 -inch thick FDR base course, and $13 per SY for two lifts of 1.5 -inch Superpave asphalt (Traffic Level C) overlay. The cost of shoulder construction should also be considered. 3. The expected life of FDR with this overlay is 10-20 years; which is the same life as a total reconstruction project. 4. Life -cycle Cost Estimate: $1-$2 per SY per year. Partial milling with Geofabric (Petromat): Cracks left in the underlying layers will reflect up through overlays due to the stress concentrations at the cracks from thermal movements and/or load deflections. This movement causes overlays to deteriorate faster than would be indicated strictly by structural number calculations. The Petromat will reduce the stress concentration by providing a reflective crack bridging layer while the overlay thickness would reduce the load deflection. 1. Benefit: This repair takes less time compared to the first alternative. 2. Cost: Total $19.5 consisting of $1.5 per SY for 3 -inch milling, $5 per SY for Petromat installation, and $13 per SY for two 1.5 -inch lifts of Superpave 12.5 (Traffic Level C) overlay (total of 3 inches). 3. The expected life of this alternative is 6-15 years. 4. Life -cycle Cost Estimate: $1.3-$3.25 per SY per year. Partial milling/resurfacing: This option will involve conventional milling/resurfacing which only removes part of the cracking and the reflective cracking can be anticipated during the following service life. 1. Benefit: This repair takes less time and money compared to other alternatives. 2. Cost: Total $14.5 per SY consisting of $1.5 per SY for 3 -inch milling, and $13 per SY for two 1.5 -inch lifts of Superpave 12.5 (Traffic Level C) overlay (total of 3 inches). 3. The expected life of this alternative is 2-5 years. 4. Life -cycle Cost Estimate: $2.9-$7.5 per SY per year. DUNKELBERGER Old Dixie Highway Roadway Coring Page 5 Project No. PSL -10-3054 (BG 10.5) Among the three alternatives as discussed above, the rehabilitation using FDR with addition of paved shoulders has the lowest life -cycle cost while its unit cost is highest. Considering the benefits the paved shoulders can offer to the future roadway, this alternative would be the most viable option, which, we understand, the County is considering for use. It is very critical that each of the rehabilitation options provided above are carefully designed and properly constructed to achieve the full potential that each alternative offers. Additionally, economic restraints must be considered during the selection of the alternatives to meet the County's resource allocations. As a matter of interest, most prices stated above are FDOT wide averages for 2011 calendar year. oOo We trust that this information is clear and understandable. Please feel free to call if you need any clarification regarding this matter, or if you need any additional information. Sincerely, DUNKELBERGER ENGINEERING & TESTING, INC. 9Lu...,. 77 Xia9 y►i (Sue ZibYr , Ph.D., P.E. C Q . Dunkelberger, P.E. Pro ect ngineei:1 �p'1Piii pal Engineer FL2egistra iocki8330:,• U FL Registration No. 49932 szice67�� �V'iv a�'�, Attachment§::i8hee41."•'-'3 Pavement Core Location Plan Sheet 2 — Subsurface Profile Appendix 1 — Summary of Pavement core Measurements and Descriptions DUNKELBERGER SOURCE: GOOGLE EARTH 0' 2000 4000' LEGEND . ASPHALT PAVEMENT CORE C,1 LOCATION AND NUMBER Locations are approxlmate. DRAWN JJ CHECKED SZ APPROVED CD 8000' re 0 Ne. OLD DIXIE HIGHWAY FROM 52ND STREET TO CR510Th CORING LOCATION PLAN INDIAN RIVER COUNTY, FLORIDA SCALE REVISED SEE SCALE BAR MINKELBEIplifil engineering & test ng, nc. DATE 6-27-12 r4oR°J. • PSL -09-3054 snEET 1 BORING NO. OFFSET: 0 5 DEPTH IN FEET BORING NO. OFFSET: DEPTH IN FEET C-1 4LT C-2 6' RT C-3 7. LT 5' RT C-5 5.5' LT C-6 7.5' RT C-7 8.5' LT C-8 11' RT C-9 5.5' LT C-10 6' RT C-11 7' LT BORING NO. OFFSET: DEPTH IN FEET 0 5 3.6 4-10-12 LEGEND Asphalt 83S0 - Black Bose Base - Sandy Limerock El 0 G C-15 7.5' LT C-16 7' RT Light gray, light brown. light orange lino SAND. sometimes brown with trace roots (SP) Dark brown slightly silty lino SAND (SP -SM) SP C-1 9-1-11 C-17 6.5' LT 4- Q- — Unifiod Soil Classification Systom Group Symbol (ASTM D 2487) :- id:nrnb s,rMaLlitpaevrement core — Groundwater not oncountored — Depth of groundwater (feet) & date measured 3.9 C-18 5' RT GNE • •-18-:12 3.5.1 4-192:2 C-12 7.5' RT C-19 5.5' LT ' NOTES (I) Borings woro drillod from April 17 to 19, 2012 using hand turned auguring equipment. GNE • 4-18-12 3.7 t 4-10-'2 (2)S1rata boundaries are approximato and represent :soil strata at each test hole location only. Soil transitions may bo more gradual than Implied. (3)....Groundwator doptris shown on the subsurfaco 'profiles represent groundwater surfaces on the clatos shown. Groundwater level fluctuations should bo anticipated throughout tho year C-13 6' LT C-14 7.5' RT C-20 6.5' RT 0 5 DEPTH IN FEET 0 5 DEPTH IN FEET DEPTH IN FEET tonorg JJ oc:Kco SZ OPPROvED CO V" OLD DIXIE HIGHWAY FROM 52ND STREET TO CR -510 N, SUBSURFACE PROFILES INOIAN RIVER COUNTY, FLORIDA V= 5' RD/MO outiKELpitcER engineering testing. inc. 6-28-12 NO PAN . SHEET -A.DAIL PSL -09-3054 2 Project No. PSL -09-3054 (BG 10.5) July 5, 2012 Summary of Pavement core Measurements and Descriptions Core No. Lane Thicicness of Pavement (in) Thickness of Black Base (in) Depth of Cracking (in) Base Rock Thickness Descriptions and (in), AASHTO Classifications Subgrade Soils Descriptions and AASHTO Classifications C- I2 NB 5 4 31/2 10 j: Sandy Limerock (A -I -b) Light gray to brown fine to medium SAND (A-3) C-13 SB 43/. 41/4 3 8f Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-14 NB 51/2 41/2 31/2 8 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-15 SB 512 5 51/3 10 Sandy Limerock (A- 1 -b) Light gray to brown fine to medium SAND (A-3) C-16 NB 6 4 6 7 Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) C-17 SB 51/4 3'/% 5'/, 6'/2 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-18 NB 5 412 4 612 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) • C-19 SB 51/2 4'/2 51/2 7 , Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) C-20 NB 5 4 5 7 Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) Avg. Thickness (in) 51/4 41/4 6 7, DIINKELBERGER S 3'/2 5'/: 3%2 7 Sandy Limcrock (A -1-b) Light gray to brown fine to medium SAN • C-2 51/2 414 3 6 . Sandy Limerock (A -1-b) Light gray to brown fine • - : tum SAND (A-3) C-3 SB 5 41/2 5 834 Sandy Limerock (A -1-b) Light .• .:rown fine to medium SAND (A-3) C-4 NB 5 3 - 5 8 Sandy Limerock (A-1-.. Light gray to brown fine to medium SAND (A-3) C-5 SB 5'/2 434 41/2, Sand 'ock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-6 NB 5 3 8 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-7 SB 6 6 12 7 , Sandy - .ck (A -1-b) Light gray to brown fine to mcdium SAND (A-3) C-8 NB 41/2 T/ 12 4 ti Sandy Limerock (A-1-. Light gray to brown fine to medium SAND (A-3) C-9 SB 5'/ 4 51/2 71/2 }. Sandy Limerock (A -1-b) Light u .wn fine to medium SAND (A-3) C-10 NB 5 5 3% 7 Sandy Limerock (A -I -b) Light gray to brown Fine to ' _ -' . SAND (A-3) SB 6 4 4 6 1 Sandy Limerock (A -I -b) Light gray to brown fine to medium SAND C- I2 NB 5 4 31/2 10 j: Sandy Limerock (A -I -b) Light gray to brown fine to medium SAND (A-3) C-13 SB 43/. 41/4 3 8f Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-14 NB 51/2 41/2 31/2 8 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-15 SB 512 5 51/3 10 Sandy Limerock (A- 1 -b) Light gray to brown fine to medium SAND (A-3) C-16 NB 6 4 6 7 Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) C-17 SB 51/4 3'/% 5'/, 6'/2 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-18 NB 5 412 4 612 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) • C-19 SB 51/2 4'/2 51/2 7 , Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) C-20 NB 5 4 5 7 Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) Avg. Thickness (in) 51/4 41/4 6 7, DIINKELBERGER