HomeMy WebLinkAbout2012-000Contract 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.
the Site is started, CONTRACTOR and OWNS au
each deliver to the other, with copi o each
additional insured identified in t upplementary
Conditions, certificates cl ' urance (and other
evidence of insuranc ich either of them or any
additional insur may reasonably request) which
CONTRA and OWNER respectively are
2.06 Preconstruction Conference
A. Within 20 days afteF the GentraGt
to run, but before any Worl i e is started, a
conference y CONTRACTOR, ENGINEER,
:24 - —liers as appFepFoate will be held to establish a
Work and to discuss the schedules r o in para-
graph 2.05.13, procedur andling Shop Drawings
and oth i als, processing Applications for
2.07 Initial Acceptance of Schedules
A. Unless otherwise provided in the Contract
Documents, at least ten days before submission of the
first Application for Payment a conference attended by
CONTRACTOR, ENGINEER, and others as appropri-
ate will be held to review for acceptability to ENGI-
NEER as provided below the schedules submitted in
accordance with paragraph 2.05.13. 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.doc
00700-9
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
Documents. Any labor, documentation, services,
materials, or equipment that may reasonably be
inferred from the Contract Documents or from
prevailing custom or trade usage as being required to
produce the intended result will be provided whether
or not specifically called for at no additional cost to
OWNER.
C. Clarifications and interpretations of the
Contract Documents shall be issued by ENGINEER
as provided in Article 9.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and
Regulations
1. Reference to standards, specifica-
tions, manuals, or codes of any technical
society, organization, or association, or to Laws
or Regulations, whether such reference be
specific or by implication, shall mean the stan-
dard, specification, manual, code, or Laws or
Regulations in effect at the time of opening of
Bids (or on the Effective Date of the Agreement
if there were no Bids), except as may be
otherwise specifically stated in the Contract
Documents.
2. No provision of any such standard,
specification, manual or code, or any instruction
of a Supplier shall be effective to change the
duties or responsibilities of OWNER,
CONTRACTOR, or ENGINEER, or any of their
subcontractors, consultants, agents, or employ-
ees from those set forth in the Contract
Documents, nor shall any such provision or
instruction be effective to assign to OWNER,
ENGINEER, or any of ENGINEER's
Consultants, agents, or employees any duty or
authority to supervise or direct the performance
of the Work or any duty or authority to
undertake responsibility inconsistent with the
provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies
1. If, during the performance of the
Work, CONTRACTOR discovers any conflict,
error, ambiguity, or discrepancy within the Con-
tract Documents or between the Contract
Documents and any provision of any Law or
Regulation applicable to the performance of the
Work or of any standard, specification, manual
or code, or of any instruction of any Supplier,
CONTRACTOR shall report it to ENGINEER in
writing at once. CONTRACTOR shall not
proceed with the Work affected thereby (except
in an emergency as required by paragraph
6.16.A) until an amendment or supplement to
the Contract Documents has been issued by
one of the methods indicated in paragraph
3.04; provided, however, that CONTRACTOR
shall not be liable to OWNER or ENGINEER for
failure to report any such conflict, error,
ambiguity, or discrepancy unless CON-
TRACTOR knew or reasonably should have
known thereof.
B. Resolving Discrepancies
1. Except as may be otherwise
specifically stated in the Contract Documents,
the provisions of the Contract Documents shall
take precedence in resolving any conflict, error,
ambiguity, or discrepancy between the
provisions of the Contract Documents and:
a. the provisions of any standard,
specification, manual, code, or instruction
(whether or not specifically incorporated by
reference in the Contract Documents); or
b. the provisions of any Laws or
Regulations applicable to the performance
of the Work (unless such an interpretation of
the provisions of the Contract Documents
would result in violation of such Law or
Regulation).
3.04 Amending and Supplementing Contract
Documents
A. The Contract Documents may be amended to
provide for additions, deletions, and revisions in the
Work or to modify the terms and conditions thereof in
one or more of the following ways: (i) a Written
Amendment; (ii) a Change Order; or (iii) a Work
Change Directive.
B. The requirements of the Contract Documents
may be supplemented, and minor variations and
deviations in the Work may be authorized, by one or
more of the following ways: (i) a Field Order; (ii)
ENGINEER's approval of a Shop Drawing or Sample;
or (iii) ENGINEER's written interpretation or clarifi-
cation.
3.05 Reuse of Documents
A. CONTRACTOR and any Subcontractor or
Supplier or other individual or entity performing or
00700 - General Conditions REV 5-10-13.doc
00700- 10
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
furnishing any of the Work under a direct or indirect
contract with OWNER: (i) shall not have or acquire
any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any
thereof) prepared by or bearing the seal of
ENGINEER or ENGINEER's Consultant, including
electronic media editions; and (ii) shall not reuse any
of such Drawings, Specifications, other documents, or
copies thereof on extensions of the Project or any
other project without written consent of OWNER and
ENGINEER and specific written verification or
adaption by ENGINEER. This prohibition will survive
final payment, completion, and acceptance of the
Work, or termination or completion of the Contract.
Nothing herein shall preclude CONTRACTOR from
retaining copies of the Contract Documents for record
purposes.
ARTICLE 4 - AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4.01 Availability of Lands
A. OWNER shall furnish the Site. OWNER shall
notify CONTRACTOR of any encumbrances or
restrictions not of general application but specifically
related to use of the Site with which CONTRACTOR
must comply in performing the Work. OWNER will
obtain in a timely manner and pay for easements for
permanent structures or permanent changes in
existing facilities. If CONTRACTOR and OWNER are
unable to agree on entitlement to or on the amount or
extent, if any, of any adjustment in the Contract Price
or Contract Times, or both, as a result of any delay in
OWNER's furnishing the Site, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
B. Upon reasonable written request, OWNER
shall furnish CONTRACTOR with a current statement
of record legal title and legal description of the lands
upon which the Work is to be performed and
OWNER's interest therein as necessary for giving
notice of or filing a mechanic's or construction lien
against such lands in accordance with applicable
Laws and Regulations.
C. CONTRACTOR shall provide for all additional
lands and access thereto that may be required for
temporary construction facilities or storage of
materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary
Conditions identify:
1. those reports of explorations and
tests of subsurface conditions at or contiguous
to the Site that ENGINEER has used in
preparing the Contract Documents; and
2. those drawings of physical
conditions in or relating to existing surface or
subsurface structures at or contiguous to the
Site (except Underground Facilities) that ENGI-
NEER has used in preparing the Contract
Documents.
B. Limited Reliance by CONTRACTOR on
Technical Data Authorized: CONTRACTOR may rely
upon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
Such "technical data" is identified in the Supplementa-
ry Conditions. Except for such reliance on such
"technical data," CONTRACTOR may not rely upon or
make any Claim against OWNER, ENGINEER, or any
of ENGINEER's Consultants with respect to:
1. the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences, and
procedures of construction to be employed by
CONTRACTOR, and safety precautions and
programs incident thereto; or
2. other data, interpretations, opinions,
and information contained in such reports or
shown or indicated in such drawings; or
3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data"
or any such other data, interpretations,
opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to
the Site that is uncovered or revealed either:
1. is of such a nature as to establish
that any "technical data" on which CONTRAC-
TOR is entitled to rely as provided in paragraph
4.02 is materially inaccurate; or
2. is of such a nature as to require
change in the Contract Documents; or
00700 - General Conditions REV 5-10-13.doc
00700- 11
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
3. differs materially from that shown or
indicated in the Contract Documents; or
4. is of an unusual nature, and differs
materially from conditions ordinarily
encountered and generally recognized as inher-
ent in work of the character provided for in the
Contract Documents;
then CONTRACTOR shall, promptly after becoming
aware thereof and before further disturbing the
subsurface or physical conditions or performing any
Work in connection therewith (except in an emergency
as required by paragraph 6.16.A), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such
condition or perform any Work in connection therewith
(except as aforesaid) until receipt of written order to do
so.
B. ENGINEER's Review. After receipt of written
notice as required by paragraph 4.03.A, ENGINEER
will promptly review the pertinent condition, determine
the necessity of OWNER's obtaining additional
exploration or tests with respect thereto, and advise
OWNER in writing (with a copy to CONTRACTOR) of
ENGINEER's findings and conclusions.
C. Possible Price and Times Adjustments
1. The Contract Price or the Contract
Times, or both, will be equitably adjusted to the
extent that the existence of such differing
subsurface or physical condition causes an in-
crease or decrease in CONTRACTOR's cost
of, or time required for, performance of the
Work; subject, however, to the following:
a. such condition must meet any one or
more of the categories described in para-
graph 4.03.A; and
b. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in
Contract Price will be subject to the
provisions of paragraphs 9.08 and 11.03.
2. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or
Contract Times if:
a. CONTRACTOR knew of the
existence of such conditions at the time
CONTRACTOR made a final commitment
to OWNER in respect of Contract Price and
Contract Times by the submission of a Bid
or becoming bound under a negotiated
contract; or
b. the existence of such condition could
reasonably have been discovered or
revealed as a result of any examination,
investigation, exploration, test, or study of
the Site and contiguous areas required by
the Bidding Requirements or Contract
Documents to be conducted by or for COW
TRACTOR prior to CONTRACTOR's
making such final commitment; or
c. CONTRACTOR failed to give the
written notice within the time and as re-
quired by paragraph 4.03.A.
3. If OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times, or both, a
Claim may be made therefor as provided in
paragraph 10.05. However, OWNER,
ENGINEER, and ENGINEER's Consultants
shall not be liable to CONTRACTOR for any
claims, costs, losses, or damages (including
but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) sustained by
CONTRACTOR on or in connection with any
other project or anticipated project.
4.04 Underground Facilities
A. Shown or Indicated. The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the Site is based on information and
data furnished to OWNER or ENGINEER by the
owners of such Underground Facilities, including
OWNER, or by others. Unless it is otherwise
expressly provided in the Supplementary Conditions:
1. OWNER and ENGINEER shall not
be responsible for the accuracy or com-
pleteness of any such information or data; and
2. the cost of all of the following will be
included in the Contract Price, and CONTRAC-
TOR shall have full responsibility for:
a. reviewing and checking all such
information and data,
00700 - General Conditions REV 5-10-13.doc
00700- 12
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
b. locating all Underground Facilities
shown or indicated in the Contract
Documents,
c. coordination of the Work with the
owners of such Underground Facilities,
including OWNER, during construction, and
d. the safety and protection of all such
Underground Facilities and repairing any
damage thereto resulting from the Work.
B. Not Shown or Indicated
1. If an Underground Facility is
uncovered or revealed at or contiguous to the
Site which was not shown or indicated, or not
shown or indicated with reasonable accuracy in
the Contract Documents, CONTRACTOR shall,
promptly after becoming aware thereof and
before further disturbing conditions affected
thereby or performing any Work in connection
therewith (except in an emergency as required
by paragraph 6.16.A), identify the owner of
such Underground Facility and give written
notice to that owner and to OWNER and ENGI-
NEER. ENGINEER will promptly review the
Underground Facility and determine the extent,
if any, to which a change is required in the
Contract Documents to reflect and document
the consequences of the existence or location
of the Underground Facility. During such time,
CONTRACTOR shall be responsible for the
safety and protection of such Underground
Facility.
2. If ENGINEER concludes that a
change in the Contract Documents is required,
a Work Change Directive or a Change Order
will be issued to reflect and document such
consequences. An equitable adjustment shall
be made in the Contract Price or Contract
Times, or both, to the extent that they are
attributable to the existence or location of any
Underground Facility that was not shown or
indicated or not shown or indicated with
reasonable accuracy in the Contract
Documents and that CONTRACTOR did not
know of and could not reasonably have been
expected to be aware of or to have anticipated.
If OWNER and CONTRACTOR are unable to
agree on entitlement to or on the amount or
extent, if any, of any such adjustment in
Contract Price or Contract Times, OWNER or
CONTRACTOR may make a Claim therefor as
provided in paragraph 10.05.
4.05 Reference Points
A. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work. CON-
TRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established
reference points and property monuments, and shall
make no changes or relocations without the prior
written approval of OWNER. CONTRACTOR shall
report to ENGINEER whenever any reference point or
property monument is lost or destroyed or requires
relocation because of necessary changes in grades or
locations, and shall be responsible for the accurate
replacement or relocation of such reference points or
property monuments by professionally qualified
personnel.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: Reference is made to
the Supplementary Conditions for the identification of
those reports and drawings relating to a Hazardous
Environmental Condition identified at the Site, if any,
that have been utilized by the ENGINEER in the
preparation of the Contract Documents.
B. Limited Reliance by CONTRACTOR on
Technical Data Authorized: CONTRACTOR may rely
upon the general accuracy of the "technical data"
contained in such reports and drawings, but such
reports and drawings are not Contract Documents.
Such "technical data" is identified in the
Supplementary Conditions. Except for such reliance
on such "technical data," CONTRACTOR may not rely
upon or make any Claim against OWNER,
ENGINEER or any of ENGINEER's Consultants with
respect to:
1. the completeness of such reports
and drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto; or
2. other data, interpretations, opinions
and information contained in such reports or
shown or indicated in such drawings; or
3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data"
or any such other data, interpretations, opinions
or information.
00700 - General Conditions REV 5-10-13.doc
00700- 13
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 -General Conditions REV 5-
10-13.doc
C. CONTRACTOR shall not be responsible for
any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated
in Drawings or Specifications or identified in the
Contract Documents to be within the scope of the
Work. CONTRACTOR shall be responsible for a
Hazardous Environmental Condition created with any
materials brought to the Site by CONTRACTOR,
Subcontractors, Suppliers, or anyone else for whom
CONTRACTOR is responsible.
D. If CONTRACTOR encounters a Hazardous
Environmental Condition or if CONTRACTOR or
anyone for whom CONTRACTOR is responsible
creates a Hazardous Environmental Condition,
CONTRACTOR shall immediately: (i) secure or
otherwise isolate such condition; (ii) stop all Work in
connection with such condition and in any area
affected thereby (except in an emergency as required
by paragraph 6.16); and (iii) notify OWNER and ENGI-
NEER (and promptly thereafter confirm such notice in
writing). OWNER shall promptly consult with
ENGINEER concerning the necessity for OWNER to
retain a qualified expert to evaluate such condition or
take corrective action, if any.
E. CONTRACTOR shall not be required to
resume Work in connection with such condition or in
any affected area until after OWNER has obtained
any required permits related thereto and delivered to
CONTRACTOR written notice: (i) specifying that such
condition and any affected area is or has been
rendered safe for the resumption of Work; or (ii)
specifying any special conditions under which such
Work may be resumed safely. If OWNER and
CONTRACTOR cannot agree as to entitlement to or
on the amount or extent, if any, of any adjustment in
Contract Price or Contract Times, or both, as a result
of such Work stoppage or such special conditions
under which Work is agreed to be resumed by
CONTRACTOR, either party may make a Claim
therefor as provided in paragraph 10.05.
F. If after receipt of such written notice
CONTRACTOR does not agree to resume such Work
based on a reasonable belief it is unsafe, or does not
agree to resume such Work under such special condi-
tions, then OWNER may order the portion of the Work
that is in the area affected by such condition to be
deleted from the Work. If OWNER and CON-
TRACTOR cannot agree as to entitlement to or on the
amount or extent, if any, of an adjustment in Contract
Price or Contract Times as a result of deleting such
portion of the Work, then either party may make a
Claim therefor as provided in paragraph 10.05.
OWNER may have such deleted portion of the Work
performed by OWNER's own forces or others in
accordance with Article 7.
G. To the fullest extent permitted by Laws and
Regulations, OWNER shall indemnify and hold
harmless CONTRACTOR, Subcontractors, ENGI-
NEER, ENGINEER's Consultants and the officers,
directors, partners, employees, agents, other
consultants, and subcontractors of each and any of
them from and against all claims, costs, losses, and
damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition, provided that
such Hazardous Environmental Condition: (i) was not
shown or indicated in the Drawings or Specifications
or identified in the Contract Documents to be included
within the scope of the Work, and (ii) was not created
by CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this para-
graph 4.06.E shall obligate OWNER to indemnify any
individual or entity from and against the consequences
of that individual's or entity's own negligence.
H. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultants, and the officers, directors, partners,
employees, agents, other consultants, and
subcontractors of each and any of them from and
against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to a
Hazardous Environmental Condition created by
CONTRACTOR or by anyone for whom
CONTRACTOR is responsible. Nothing in this
paragraph 4.06.E 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
00700 - General Conditions REV 5-10-13.doc
00700-14
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st St\Admim\bid documents\Contract Documents\00700 - General
Conditions REV 5-10-13.doc
B. All Bonds shall be in the form prescribed by
the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by
such sureties as are named in the current list of "Com-
panies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds and as Acceptable
Reinsuring Companies" as published in Circular 570
(amended) by the Financial Management Service,
Surety Bond Branch, U.S. Department of the
Treasury. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's
authority to act.
C. If the surety on any Bond furnished by CON-
TRACTOR is declared bankrupt or becomes insolvent
or its right to do business is terminated in any state
where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.01.6,
CONTRACTOR shall within 20 days thereafter
substitute another Bond and surety, both of which
shall comply with the requirements of paragraphs
5.01.6 and 5.02.
5.02 Licensed Sureties and Insurers
A. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained from
surety or insurance companies that are duly licensed
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.doc
00700- 15
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StMrnim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
5.08 Receipt and Application of Insurance
Proceeds
5.09 Acceptance of Bonds and Insurance; Option
to Replace
5.10 Partial Utilization, Acknowledgment of
Property Insurer
A. If OWNER finds it necessary to occupy or use
a portion or portions of the Work prior to Substantial
Completion of all the Work as provided in paragraph
14.05, no such use or occupancy shall commence
before the insurers providing the property insurance
pursuant to paragraph 5.06 have acknowledged notice
thereof and in writing effected any changes in cover-
age necessitated thereby. The insurers providing the
property insurance shall consent by endorsement on
the policy or policies, but the property insurance shall
not be canceled or permitted to lapse on account of
any such partial use or occupancy.
ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. CONTRACTOR shall supervise, inspect, and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CON-
TRACTOR shall be solely responsible for the means,
methods, techniques, sequences, and procedures of
construction, but CONTRACTOR shall not be
responsible for the negligence of OWNER or
ENGINEER in the design or specification of a specific
00700 - General Conditions REV 5-10-13.doc
00700- 18
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 -General Conditions REV 5-
10-13.doc
Consultants, and any other individuals or
entities identified in the Supplementary Condi-
tions, all of whom shall be listed as additional
insureds, and include coverage for the respec-
tive officers, directors, partners, employees,
agents, and other consultants and
subcontractors of each and any of all such
additional insureds, and the insurance afforded
to these additional insureds shall provide
primary coverage for all claims covered
thereby;
2. include at least the specific
coverages and be written for not less than the
limits of liability provided in the Supplementary
Conditions or required by Laws or Regulations,
whichever is greater;
3. include completed operations
insurance;
4. include contractual liability insurance
covering CONTRACTOR's indemnity
obligations under paragraphs 6.07, 6.11, and
6.20;
5. contain a provision or endorsement
that the coverage afforded will not be canceled,
materially changed or renewal refused until at
least thirty days prior written notice has been
given to OWNER and CONTRACTOR and to
each other additional insured identified in the
Supplementary Conditions to whom a certificate
of insurance has been issued (and the
certificates of insurance furnished by the CON-
TRACTOR pursuant to paragraph 5.03 will so
provide);
6. remain in effect at least until final
payment and at all times thereafter when CON-
TRACTOR may be correcting, removing, or
replacing defective Work in accordance with
paragraph 13.07; and
7. with respect to completed operations
insurance, and any insurance coverage written
on a claims -made basis, remain in effect for at
least two years after final payment (and
CONTRACTOR shall furnish OWNER and
each other additional insured identified in the
Supplementary Conditions, to whom a
certificate of insurance has been issued,
evidence satisfactory to OWNER and any such
additional insured of continuation of such
insurance at final payment and one year
thereafter).
5.05 OWNER's Liability Insurance
provided by CONTRACTOR under par p 5.04,
OWNER, at OWNER's option y purchase and
maintain at OWNER's se OWNER's own liability
insurance as � protect OWNER against claims
5.06 Property Insurance
00700 - General Conditions REV 5-10-13.doc
00700-16
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
5.07 Waiver of Rights
D. OWNER shall not be responsible for purchas-
ing and maintaining any property insurance specified
in this paragraph 5.06 to protect the interests of
CONTRACTOR, Subcontractors, or others in the
Work to the extent of any deductible amounts that are
identified in the Supplementary Conditions. The risk
of loss within such identified deductible amount will be
borne by CONTRACTOR, Subcontractors, or others
suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such
amounts, each may purchase and maintain it at the
purchaser's own expense.
00700 - General Conditions REV 5-10-13.doc
00700- 17
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
means, method, technique, sequence, or procedure of
construction which is shown or indicated in and
expressly required by the Contract Documents. CON-
TRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
B. At all times during the progress of the Work,
CONTRACTOR shall assign a competent resident
superintendent thereto who shall not be replaced
without written notice to OWNER and ENGINEER
except under extraordinary circumstances. The
superintendent will be CONTRACTOR's
representative at the Site and shall have authority to
act on behalf of CONTRACTOR. All communications
given to or received from the superintendent shall be
binding on CONTRACTOR.
6.02 Labor, Working Hours
A. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out, and
construct the Work as required by the Contract Docu-
ments. CONTRACTOR shall at all times maintain
good discipline and order at the Site.
B. Except as otherwise required for the safety or
protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise
stated in the Contract Documents, all Work at the Site
shall be performed during regular working hours, and
CONTRACTOR will not permit overtime work or the
performance of Work on Saturday, Sunday, or any
legal holiday without OWNER's written consent (which
will not be unreasonably withheld) given after prior
written notice to ENGINEER.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the General Re-
quirements, CONTRACTOR shall provide and
assume full responsibility for all services, materials,
equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel,
power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and
incidentals necessary for the performance, testing,
start-up, and completion of the Work.
B. All materials and equipment incorporated into
the Work shall be as specified or, if not specified, shall
be of good quality and new, except as otherwise
provided in the Contract Documents. All warranties
and guarantees specifically called for by the Specifica-
tions shall expressly run to the benefit of OWNER. If
required by ENGINEER, CONTRACTOR shall furnish
satisfactory evidence (including reports of required
tests) as to the source, kind, and quality of materials
and equipment. All materials and equipment shall be
stored, applied, installed, connected, erected,
protected, used, cleaned, and conditioned in
accordance with instructions of the applicable
Supplier, except as otherwise may be provided in the
Contract Documents.
6.04 Progress Schedule
A. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph
2.07 as it may be adjusted from time to time as
provided below.
1. CONTRACTOR shall submit to
ENGINEER for acceptance (to the extent indi-
cated in paragraph 2.07) proposed adjustments
in the progress schedule that will not result in
changing the Contract Times (or Milestones).
Such adjustments will conform generally to the
progress schedule then in effect and additional-
ly will comply with any provisions of the General
Requirements applicable thereto.
2. Proposed adjustments in the
progress schedule that will change the Contract
Times (or Milestones) shall be submitted in
accordance with the requirements of Article 12.
Such adjustments may only be made by a
Change Order or Written Amendment in accor-
dance with Article 12.
6.05 Substitutes and "Or -Equals"
A. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function, appearance,
and quality required. Unless the specification or
description contains or is followed by words reading
that no like, equivalent, or "or -equal" item or no
substitution is permitted, other items of material or
equipment or material or equipment of other Suppliers
may be submitted to ENGINEER for review under the
circumstances described below.
1. "Or -Equal" Items: If in ENGINEER's
sole discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so
that no change in related Work will be required,
it may be considered by ENGINEER as an
"or -equal" item, in which case review and
approval of the proposed item may, in
00700 - General Conditions REV 5-10-13.doc
00700- 19
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
ENGINEER's sole discretion, be accomplished
without compliance with some or all of the
requirements for approval of proposed substi-
tute items. For the purposes of this paragraph
6.05.A.1, a proposed item of material or
equipment will be considered functionally equal
to an item so named if:
a. in the exercise of reasonable
judgment ENGINEER determines that: (i) it
is at least equal in quality, durability,
appearance, strength, and design
characteristics; (ii) it will reliably perform at
least equally well the function imposed by
the design concept of the completed Project
as a functioning whole, and;
b. CONTRACTOR certifies that: (i)
there is no increase in cost to the OWNER;
and (ii) it will conform substantially, even
with deviations, to the detailed requirements
of the item named in the Contract
Documents.
Substitute Items
a. If in ENGINEER's sole discretion an
item of material or equipment proposed by
CONTRACTOR does not qualify as an
"or -equal" item under paragraph 6.05.A.1, it
will be considered a proposed substitute
item.
b. CONTRACTOR shall submit suffi-
cient information as provided below to allow
ENGINEER to determine that the item of
material or equipment proposed is
essentially equivalent to that named and an
acceptable substitute therefor. Requests for
review of proposed substitute items of
material or equipment will not be accepted
by ENGINEER from anyone other than
CONTRACTOR.
c. The procedure for review by ENGI-
NEER will be as set forth in paragraph
6.05.A.2.d, as supplemented in the General
Requirements and as ENGINEER may
decide is appropriate under the
circumstances.
d. CONTRACTOR shall first make
written application to ENGINEER for review
of a proposed substitute item of material or
equipment that CONTRACTOR seeks to
furnish or use. The application shall certify
that the proposed substitute item will
perform adequately the functions and
achieve the results called for by the general
design, be similar in substance to that
specified, and be suited to the same use as
that specified. The application will state the
extent, if any, to which the use of the pro-
posed substitute item will prejudice
CONTRACTOR's achievement of Substan-
tial Completion on time, whether or not use
of the proposed substitute item in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute item and whether or not
incorporation or use of the proposed substi-
tute item in connection with the Work is sub-
ject to payment of any license fee or royalty.
All variations of the proposed substitute
item from that specified will be identified in
the application, and available engineering,
sales, maintenance, repair, and
replacement services will be indicated. The
application will also contain an itemized esti-
mate of all costs or credits that will result
directly or indirectly from use of such
substitute item, including costs of redesign
and claims of other contractors affected by
any resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute item. ENGINEER may
require CONTRACTOR to furnish additional
data about the proposed substitute item.
B. Substitute Construction Methods or Proce-
dures: If a specific means, method, technique, se-
quence, or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may furnish or utilize a
substitute means, method, technique, sequence, or
procedure of construction approved by ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be similar
to that provided in subparagraph 6.05.A.2.
C. Engineer's Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to para-
graphs 6.05.A and 6.05.B. ENGINEER will be the
sole judge of acceptability. No "or -equal" or substitute
will be ordered, installed or utilized until ENGINEER's
review is complete, which will be evidenced by either a
Change Order for a substitute or an approved Shop
Drawing for an "or equal." ENGINEER will advise
00700 - General Conditions REV 5-10-13.doc
00700-20
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
CONTRACTOR in writing of any negative
determination.
D. Special Guarantee: OWNER may require
CONTRACTOR to furnish at CONTRACTOR's ex-
pense a special performance guarantee or other
surety with respect to any substitute.
E. ENGINEER's Cost Reimbursement:
ENGINEER will record time required by ENGINEER
and ENGINEER's Consultants in evaluating substitute
proposed or submitted by CONTRACTOR pursuant to
paragraphs 6.05.A.2 and 6.05.13 and in making
changes in the Contract Documents (or in the
provisions of any other direct contract with OWNER
for work on the Project) occasioned thereby. Whether
or not ENGINEER approves a substitute item so pro-
posed or submitted by CONTRACTOR, CON-
TRACTOR shall reimburse OWNER for the charges
of ENGINEER and ENGINEER's Consultants for
evaluating each such proposed substitute.
F. CONTRACTOR's Expense: CONTRACTOR
shall provide all data in support of any proposed
substitute or "or -equal" at CONTRACTOR's expense.
6.06 Concerning Subcontractors, Suppliers,
and Others
A. CONTRACTOR shall not employ any
Subcontractor, Supplier, or other individual or entity
(including those acceptable to OWNER as indicated in
paragraph 6.06.13), whether initially or as a
replacement, against whom OWNER may have
reasonable objection. CONTRACTOR shall not be
required to employ any Subcontractor, Supplier, or
other individual or entity to furnish or perform any of
the Work against whom CONTRACTOR has reason-
able objection.
B. If the Supplementary Conditions require the
identity of certain Subcontractors, Suppliers, or other
individuals or entities to be submitted to OWNER in
advance for acceptance by OWNER by a specified
date prior to the Effective Date of the Agreement, and
if CONTRACTOR has submitted a list thereof in
accordance with the Supplementary Conditions,
OWNER's acceptance (either in writing or by failing to
make written objection thereto by the date indicated
for acceptance or objection in the Bidding Documents
or the Contract Documents) of any such Subcon-
tractor, Supplier, or other individual or entity so
identified may be revoked on the basis of reasonable
objection after due investigation. CONTRACTOR
shall submit an acceptable replacement for the
rejected Subcontractor, Supplier, or other individual or
entity, and the Contract Price will be adjusted by the
difference in the cost occasioned by such
replacement, and an appropriate Change Order will be
issued or Written Amendment signed. No acceptance
by OWNER of any such Subcontractor, Supplier, or
other individual or entity, whether initially or as a
replacement, shall constitute a waiver of any right of
OWNER or ENGINEER to reject defective Work.
C. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions of
the Subcontractors, Suppliers, and other individuals or
entities performing or furnishing any of the Work just
as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in
the Contract Documents shall create for the benefit of
any such Subcontractor, Supplier, or other individual
or entity any contractual relationship between OWNER
or ENGINEER and any such Subcontractor, Supplier
or other individual or entity, nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier, or other individual or
entity except as may otherwise be required by Laws
and Regulations.
D. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of Subcon-
tractors, Suppliers, and other individuals or entities
performing or furnishing any of the Work under a
direct or indirect contract with CONTRACTOR.
E. CONTRACTOR shall require all Subcontrac-
tors, Suppliers, and such other individuals or entities
performing or furnishing any of the Work to commu-
nicate with ENGINEER through CONTRACTOR.
F. The divisions and sections of the Specifica-
tions and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to
be performed by any specific trade.
G. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and
the Subcontractor or Supplier which specifically binds
the Subcontractor or Supplier to the applicable terms
and conditions of the Contract Documents for the
benefit of OWNER and ENGINEER. Whenever any
such agreement is with a Subcontractor or Supplier
who is listed as an additional insured on the property
insurance provided in paragraph 5.06, the agreement
between the CONTRACTOR and the Subcontractor
or Supplier will contain provisions whereby the
Subcontractor or Supplier waives all rights against
OWNER, CONTRACTOR, ENGINEER, ENGINEER's
Consultants, and all other individuals or entities
00700 - General Conditions REV 5-10-13.doc
00700-21
F:\Public Works\ENGINEERING DIVISION PROJECTS11137-Old Dixie Hwy Resurfacing 53rd St to 71st StlAdmim m
\bid documents\Contract Docuents\00700 - General Conditions REV 5-
10-13.doc
identified in the Supplementary Conditions to be listed
as insureds or additional insureds (and the officers,
directors, partners, employees, agents, and other
consultants and subcontractors of each and any of
them) for all losses and damages caused by, arising
out of, relating to, or resulting from any of the perils or
causes of loss covered by such policies and any other
property insurance applicable to the Work. If the
insurers on any such policies require separate waiver
forms to be signed by any Subcontractor or Supplier,
CONTRACTOR will obtain the same.
6.07 Patent Fees and Royalties
A. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in
the performance of the Work or the incorporation in
the Work of any invention, design, process, product,
or device which is the subject of patent rights or
copyrights held by others. If a particular invention,
design, process, product, or device is specified in the
Contract Documents for use in the performance of the
Work and if to the actual knowledge of OWNER or
ENGINEER its use is subject to patent rights or
copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To
the fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants, and
the officers, directors, partners, employees or agents,
and other consultants of each and any of them from
and against all claims, costs, losses, and damages
(including but not limited to all fees and charges of
engineers, architects, attorneys, and other
professionals and all court or arbitration or other
dispute resolution costs) arising out of or relating to
any infringement of patent rights or copyrights incident
to the use in the performance of the Work or resulting
from the incorporation in the Work of any invention,
design, process, product, or device not specified in the
Contract Documents.
6.08 Permits
A. Unless otherwise provided in the Supple-
mentary Conditions, CONTRACTOR shall obtain and
pay for all construction permits and licenses. OWNER
shall assist CONTRACTOR, when necessary, in
obtaining such permits and licenses. CONTRACTOR
shall pay all governmental charges and inspection
fees necessary for the prosecution of the Work which
are applicable at the time of opening of Bids, or, if
there are no Bids, on the Effective Date of the
Agreement. CONTRACTOR shall pay all charges of
utility owners for connections to the Work, and
OWNER shall pay all charges of such utility owners
for capital costs related thereto, such as plant
investment fees.
6.09 Laws and Regulations
A. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to the
performance of the Work. Except where otherwise
expressly required by applicable Laws and
Regulations, neither OWNER nor ENGINEER shall be
responsible for monitoring CONTRACTOR's compli-
ance with any Laws or Regulations.
B. If CONTRACTOR performs any Work know-
ing or having reason to know that it is contrary to Laws
or Regulations, CONTRACTOR shall bear all claims,
costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such Work; however, it shall not be
CONTRACTOR's primary responsibility to make
certain that the Specifications and Drawings are in
accordance with Laws and Regulations, but this shall
not relieve CONTRACTOR of CONTRACTOR's
obligations under paragraph 3.03.
C. Changes in Laws or Regulations not known at
the time of opening of Bids (or, on the Effective Date
of the Agreement if there were no Bids) having an
effect on the cost or time of performance of the Work
may be the subject of an adjustment in Contract Price
or Contract Times. If OWNER and CONTRACTOR
are unable to agree on entitlement to or on the
amount or extent, if any, of any such adjustment, a
Claim may be made therefor as provided in paragraph
10.05.
6.10 Taxes
A. CONTRACTOR shall pay all sales, consum-
er, use, and other similar taxes required to be
paid by CONTRACTOR in accordance with
the Laws and Regulations of the place of the
Project which are applicable during the
performance of the Work.
B. OWNER qualifies for state and local sales tax
exemption in the purchase of all material and
equipment.
6.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas
1. CONTRACTOR shall confine
construction equipment, the storage of
00700 - General Conditions REV 5-10-13.doc
00700-22
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
materials and equipment, and the operations of
workers to the Site and other areas permitted
by Laws and Regulations, and shall not
unreasonably encumber the Site and other
areas with construction equipment or other
materials or equipment. CONTRACTOR shall
assume full responsibility for any damage to
any such land or area, or to the owner or
occupant thereof, or of any adjacent land or
areas resulting from the performance of the
Work.
2. Should any claim be made by any
such owner or occupant because of the
performance of the Work, CONTRACTOR shall
promptly settle with such other party by
negotiation or otherwise resolve the claim by
arbitration or other dispute resolution
proceeding or at law.
3. To the fullest extent permitted by
Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER,
ENGINEER, ENGINEER's Consultant, and the
officers, directors, partners, employees, agents,
and other consultants of each and any of them
from and against all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
arbitration or other dispute resolution costs)
arising out of or relating to any claim or action,
legal or equitable, brought by any such owner
or occupant against OWNER, ENGINEER, or
any other party indemnified hereunder to the
extent caused by or based upon
CONTRACTOR's performance of the Work.
B. Removal of Debris During Performance of the
Work., During the progress of the Work CONTRAC-
TOR shall keep the Site and other areas free from
accumulations of waste materials, rubbish, and other
debris. Removal and disposal of such waste materi-
als, rubbish, and other debris shall conform to applica-
ble Laws and Regulations.
C. Cleaning: Prior to Substantial Completion of
the Work CONTRACTOR shall clean the Site and
make it ready for utilization by OWNER. At the com-
pletion of the Work CONTRACTOR shall remove from
the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall
restore to original condition all property not designated
for alteration by the Contract Documents.
D. Loading Structures: CONTRACTOR shall not
load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor
shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will
endanger it.
6.12 Record Documents
A. CONTRACTOR shall maintain in a safe place
at the Site one record copy of all Drawings, Specifica-
tions, Addenda, Written Amendments, Change
Orders, Work Change Directives, Field Orders, and
written interpretations and clarifications in good order
and annotated to show changes made during
construction. These record documents together with
all approved Samples and a counterpart of all
approved Shop Drawings will be available to ENGI-
NEER for reference. Upon completion of the Work,
these record documents, Samples, and Shop
Drawings will be delivered to ENGINEER for OWNER.
6.13 Safety and Protection
A. CONTRACTOR shall be solely responsible
for initiating, maintaining and supervising all safety
precautions and programs in connection with the
Work. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the
necessary protection to prevent damage, injury or loss
to:
1. all persons on the Site or who may
be affected by the Work;
2. all the Work and materials and equip-
ment to be incorporated therein, whether in
storage on or off the Site; and
3. other property at the Site or adjacent
thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and
Underground Facilities not designated for
removal, relocation, or replacement in the
course of construction.
B. CONTRACTOR shall comply with all applica-
ble Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or
property from damage, injury, or loss; and shall erect
and maintain all necessary safeguards for such safety
and protection. CONTRACTOR shall notify owners of
adjacent property and of Underground Facilities and
other utility owners when prosecution of the Work may
affect them, and shall cooperate with them in the
protection, removal, relocation, and replacement of
their property. All damage, injury, or loss to any
property referred to in paragraph 6.13.A.2 or 6.13.A.3
caused, directly or indirectly, in whole or in part, by
00700 - General Conditions REV 5-10-13.doc
00700-23
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13. doc
CONTRACTOR, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed
by any of them to perform any of the Work, or anyone
for whose acts any of them may be liable, shall be
remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER
or ENGINEER's Consultant, or anyone employed by
any of them, or anyone for whose acts any of them
may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence
of CONTRACTOR or any Subcontractor, Supplier, or
other individual or entity directly or indirectly employed
by any of them). CONTRACTOR's duties and
responsibilities for safety and for protection of the
Work shall continue until such time as all the Work is
completed and ENGINEER has issued a notice to
OWNER and CONTRACTOR in accordance with
paragraph 14.07.13 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
00700-24 00700 - General Conditions REV 5-10-13.doc
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
precautions and programs incident thereto;
and
d. CONTRACTOR shall also have
reviewed and coordinated each Shop
Drawing or Sample with other Shop
Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
2. Each submittal shall bear a stamp or
specific written indication that CONTRACTOR
has satisfied CONTRACTOR's obligations
under the Contract Documents with respect to
CONTRACTOR's review and approval of that
submittal.
3. At the time of each submittal, CON-
TRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the
Shop Drawing or Sample submitted may have
from the requirements of the Contract
Documents, such notice to be in a written com-
munication separate from the submittal; and, in
addition, shall cause a specific notation to be
made on each Shop Drawing and Sample sub-
mitted to ENGINEER for review and approval of
each such variation.
E. ENGINEER's Review
1. ENGINEER will timely review and
approve Shop Drawings and Samples in
accordance with the schedule of Shop
Drawings and Sample submittals acceptable to
ENGINEER. ENGINEER's review and
approval will be only to determine if the items
covered by the submittals will, after installation
or incorporation in the Work, conform to the
information given in the Contract Documents
and be compatible with the design concept of
the completed Project as a functioning whole as
indicated by the Contract Documents.
2. ENGINEER's review and approval
will not extend to means, methods, techniques,
sequences, or procedures of construction
(except where a particular means, method,
technique, sequence, or procedure of con-
struction is specifically and expressly called for
by the Contract Documents) or to safety
precautions or programs incident thereto. The
review and approval of a separate item as such
will not indicate approval of the assembly in
which the item functions.
3. ENGINEER's review and approval of
Shop Drawings or Samples shall not relieve
CONTRACTOR from responsibility for any
variation from the requirements of the Contract
Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each
such variation at the time of each submittal as
required by paragraph 6.17.D.3 and ENGI-
NEER has given written approval of each such
variation by specific written notation thereof
incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any
approval by ENGINEER relieve CON-
TRACTOR from responsibility for complying
with the requirements of paragraph 6.17.D.1.
F. Resubmittal Procedures
1. CONTRACTOR shall make correc-
tions required by ENGINEER and shall return
the required number of corrected copies of
Shop Drawings and submit as required new
Samples for review and approval. CON-
TRACTOR shall direct specific attention in
writing to revisions other than the corrections
called for by ENGINEER on previous
submittals.
6.18 Continuing the Work
A. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be
delayed or postponed pending resolution of any
disputes or disagreements, except as permitted by
paragraph 15.04 or as OWNER and CONTRACTOR
may otherwise agree in writing.
6.19 CONTRACTOR's General Warranty and
Guarantee
A. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER, and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
1. abuse, modification, or improper
maintenance or operation by persons other
than CONTRACTOR, Subcontractors,
Suppliers, or any other individual or entity for
whom CONTRACTOR is responsible; or
usage.
normal wear and tear under normal
00700 - General Conditions REV 5-10-13.doc
00700-25
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Hdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
B. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work in
accordance with the Contract Documents:
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:
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 .
f:
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
1. is attributable to bodily injury,
sickness, disease, or death, or to injury to or 7.01 Related Work at Site
destruction of tangible property (other than the
Work itself), including the loss of use resulting A. OWNER may perform other work related to
therefrom; and 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.doc
00700-26
F:\Public Works%ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
performed by utility owners. If such other work is not
noted in the Contract Documents, then:
1. written notice thereof will be given to
CONTRACTOR prior to starting any such other
work; and
2. if OWNER and CONTRACTOR are
unable to agree on entitlement to or on the
amount or extent, if any, of any adjustment in
the Contract Price or Contract Times that
should be allowed as a result of such other
work, a Claim may be made therefor as
provided in paragraph 10.05.
B. CONTRACTOR shall afford each other
contractor who is a party to such a direct contract and
each utility owner (and OWNER, if OWNER is per-
forming the other work with OWNER's employees)
proper and safe access to the Site and a reasonable
opportunity for the introduction and storage of
materials and equipment and the execution of such
other work and shall properly coordinate the Work with
theirs. Unless otherwise provided in the Contract
Documents, CONTRACTOR shall do all cutting,
fitting, and patching of the Work that may be required
to properly connect or otherwise make its several
parts come together and properly integrate with such
other work. CONTRACTOR shall not endanger any
work of others by cutting, excavating, or otherwise
altering their work and will only cut or alter their work
with the written consent of ENGINEER and the others
whose work will be affected. The duties and
responsibilities of CONTRACTOR under this
paragraph are for the benefit of such utility owners and
other contractors to the extent that there are
comparable provisions for the benefit of
CONTRACTOR in said direct contracts between
OWNER and such utility owners and other
contractors.
C. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work per-
formed by others under this Article 7, CONTRACTOR
shall inspect such other work and promptly report to
ENGINEER in writing any delays, defects, or deficien-
cies in such other work that render it unavailable or
unsuitable for the proper execution and results of
CONTRACTOR's Work. CONTRACTOR's failure to
so report will constitute an acceptance of such other
work as fit and proper for integration with
CONTRACTOR's Work except for latent defects and
deficiencies in such other work.
7.02 Coordination
A. If OWNER intends to contract with others for
the performance of other work on the Project at the
Site, the following will be set forth in Supplementary
Conditions:
1. the individual or entity who will have
authority and responsibility for coordination of
the activities among the various contractors will
be identified;
2. the specific matters to be covered by
such authority and responsibility will be
itemized; and
3. the extent of such authority and
responsibilities will be provided.
B. Unless otherwise provided in the
Supplementary Conditions, OWNER shall have sole
authority and responsibility for such coordination.
ARTICLE 8 - OWNER'S RESPONSIBILITIES
8.01 Communications to Contractor
A. Except as otherwise provided in these
General Conditions, OWNER shall issue all communi-
cations to CONTRACTOR through ENGINEER.
8.02 Replacement of ENGINEER
A. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer to
whom CONTRACTOR makes no reasonable
objection, whose status under the Contract
Documents shall be that of the former ENGINEER.
8.03 Furnish Data
A. OWNER shall promptly furnish the data
required of OWNER under the Contract Documents.
8.04 Pay Promptly When Due
A. OWNER shall make payments to CONTRAC-
TOR promptly when they are due as provided in
paragraphs 14.02.0 and 14.07.C.
8.05 Lands and Easements, Reports and Tests
A. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs
00700-27 00700 - General Conditions REV 5-10-13.doc
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st ShAdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
4.01 and 4.05. Paragraph 4.02 refers to OWNER's
identifying and making available to CONTRACTOR
copies of reports of explorations and tests of
subsurface conditions and drawings of physical
conditions in or relating to existing surface or
subsurface structures at or contiguous to the Site that
have been utilized by ENGINEER in preparing the
Contract Documents.
8.06 Insurance
A. OWNER's responsibilities, if any, in respect to
purchasing and maintaining liability and property insur-
ance are set forth in Article 5.
8.07 Change Orders
A. OWNER is obligated to execute Change
Orders as indicated in paragraph 10.03.
8.08 Inspections, Tests, and Approvals
A. OWNER's responsibility in respect to certain
inspections, tests, and approvals is set forth in
paragraph 13.03.B.
8.09 Limitations on OWNER's Responsibilities
A. The OWNER shall not supervise, direct, or
have control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the performance of the
Work. OWNER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
8.10 Undisclosed Hazardous Environmental
Condition
A. OWNER's responsibility in respect to an
undisclosed Hazardous Environmental Condition is
set forth in paragraph 4.06.
8.11 Evidence of Financial Arrangements
A. If and to the extent OWNER has agreed to
furnish CONTRACTOR reasonable evidence that
financial arrangements have been made to satisfy
OWNER's obligations under the Contract Documents,
OWNER's responsibility in respect thereof will be as
set forth in the Supplementary Conditions.
ARTICLE 9 - ENGINEER'S STATUS DURING
CONSTRUCTION
9.01 OWNER'S Representative
A. ENGINEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents
and will not be changed without written consent of
OWNER and ENGINEER.
9.02 Visits to Site
A. ENGINEER will make visits to the Site at
intervals appropriate to the various stages of construc-
tion as ENGINEER deems necessary in order to
observe as an experienced and qualified design
professional the progress that has been made and the
quality of the various aspects of CONTRACTOR's
executed Work. Based on information obtained
during such visits and observations, ENGINEER, for
the benefit of OWNER, will determine, in general, if
the Work is proceeding in accordance with the Con-
tract Documents. ENGINEER will not be required to
make exhaustive or continuous inspections on the
Site to check the quality or quantity of the Work.
ENGINEER's efforts will be directed toward providing
for OWNER a greater degree of confidence that the
completed Work will conform generally to the Contract
Documents. On the basis of such visits and
observations, ENGINEER will keep OWNER informed
of the progress of the Work and will endeavor to guard
OWNER against defective Work.
B. ENGINEER's visits and observations are
subject to all the limitations on ENGINEER's authority
and responsibility set forth in paragraph 9.10, and
particularly, but without limitation, during or as a result
of ENGINEER's visits or observations of
CONTRACTOR's Work ENGINEER will not
supervise, direct, control, or have authority over or be
responsible for CONTRACTOR's means, methods,
techniques, sequences, or procedures of construction,
or the safety precautions and programs incident
thereto, or for any failure of CONTRACTOR to comply
with Laws and Regulations applicable to the
performance of the Work.
9.03 Project Representative
A. If OWNER and ENGINEER agree, ENGI-
NEER will furnish a Resident Project Representative
to assist ENGINEER in providing more extensive
observation of the Work. The responsibilities and
00700 - General Conditions REV 5-10-13.doc
00700-28
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents00700 - General Conditions REV 5-
10-13.doc
authority and limitations thereon of any such Resident
Project Representative and assistants will be as
provided in paragraph 9.10 and in the Supplementary
Conditions. If OWNER designates another represen-
tative or agent to represent OWNER at the Site who is
not ENGINEER's Consultant, agent or employee, the
responsibilities and authority and limitations thereon of
such other individual or entity will be as provided in the
Supplementary Conditions.
9.04 Clarifications and Interpretations
A. ENGINEER will issue with reasonable
promptness such written clarifications or interpreta-
tions of the requirements of the Contract Documents
as ENGINEER may determine necessary, which shall
be consistent with the intent of and reasonably
inferable from the Contract Documents. Such written
clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER and CON-
TRACTOR are unable to agree on entitlement to or on
the amount or extent, if any, of any adjustment in the
Contract Price or Contract Times, or both, that should
be allowed as a result of a written clarification or
interpretation, a Claim may be made therefor as
provided in paragraph 10.05.
9.05 Authorized Variations in Work
A. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compati-
ble with the design concept of the completed Project
as a functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field
Order and will be binding on OWNER and also on
CONTRACTOR, who shall perform the Work involved
promptly. If OWNER and CONTRACTOR are unable
to agree on entitlement to or on the amount or extent,
if any, of any adjustment in the Contract Price or
Contract Times, or both, as a result of a Field Order,
a Claim may be made therefor as provided in
paragraph 10.05.
9.06 Rejecting Defective Work
A. ENGINEER will have authority to disapprove
or reject Work which ENGINEER believes to be
defective, or that ENGINEER believes will not produce
a completed Project that conforms to the Contract
Documents or that will prejudice the integrity of the
design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER will also have authority to
require special inspection or testing of the Work as
provided in paragraph 13.04, whether or not the Work
is fabricated, installed, or completed.
9.07 Shop Drawings, Change Orders and
Payments
A. In connection with ENGINEER's authority as
to Shop Drawings and Samples, see paragraph 6.17.
B. In connection with ENGINEER's authority as
to Change Orders, see Articles 10, 11, and 12.
C. In connection with ENGINEER's authority as
to Applications for Payment, see Article 14.
9.08 Determinations for Unit Price Work
A. ENGINEER will determine the actual quanti-
ties and classifications of Unit Price Work performed
by CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a
written decision thereon (by recommendation of an
Application for Payment or otherwise). ENGINEER's
written decision thereon will be final and binding
(except as modified by ENGINEER to reflect changed
factual conditions or more accurate data) upon
OWNER and CONTRACTOR, subject to the
provisions of paragraph 10.05.
9.09 Decisions on Requirements of Contract
Documents and Acceptability of Work
A. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of
the acceptability of the Work thereunder. Claims,
disputes and other matters relating to the acceptability
of the Work, the quantities and classifications of Unit
Price Work, the interpretation of the requirements of
the Contract Documents pertaining to the
performance of the Work, and Claims seeking
changes in the Contract Price or Contract Times will
be referred initially to ENGINEER in writing, in
accordance with the provisions of paragraph 10.05,
with a request for a formal decision.
B. When functioning as interpreter and judge
under this paragraph 9.09, ENGINEER will not show
partiality to OWNER or CONTRACTOR and will not
be liable in connection with any interpretation or
decision rendered in good faith in such capacity. The
rendering of a decision by ENGINEER pursuant to this
paragraph 9.09 with respect to any such Claim,
dispute, or other matter (except any which have been
waived by the making or acceptance of final payment
as provided in paragraph 14.07) will be a condition
precedent to any exercise by OWNER or
00700 - General Conditions REV 5-10-13.doc
00700-29
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
CONTRACTOR of such rights or remedies as either
may otherwise have under the Contract Documents or
by Laws or Regulations in respect of any such Claim,
dispute, or other matter.
9.10 Limitations on ENGINEER's Authority and
Responsibilities
A. Neither ENGINEER's authority or respon-
sibility under this Article 9 or under any other provision
of the Contract Documents nor any decision made by
ENGINEER in good faith either to exercise or not
exercise such authority or responsibility or the
undertaking, exercise, or performance of any authority
or responsibility by ENGINEER shall create, impose,
or give rise to any duty in contract, tort, or otherwise
owed by ENGINEER to CONTRACTOR, any Subcon-
tractor, any Supplier, any other individual or entity, or
to any surety for or employee or agent of any of them.
B. ENGINEER will not supervise, direct, control,
or have authority over or be responsible for
CONTRACTOR's means, methods, techniques, se-
quences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the performance of the
Work. ENGINEER will not be responsible for
CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
C. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other individual
or entity performing any of the Work.
D. ENGINEER's review of the final Application
for Payment and accompanying documentation and all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates of inspection, tests
and approvals, and other documentation required to
be delivered by paragraph 14.07.A will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests, and approvals that the results
certified indicate compliance with, the Contract
Documents.
E. The limitations upon authority and responsibil-
ity set forth in this paragraph 9.10 shall also apply to
ENGINEER's Consultants, Resident Project Repre-
sentative, and assistants.
ARTICLE 10 - CHANGES IN THE WORK; CLAIMS
10.01 Authorized Changes in the Work
A. Without invalidating the Agreement and
without notice to any surety, OWNER may, at any time
or from time to time, order additions, deletions, or
revisions in the Work by a Written Amendment, a
Change Order, or a Work Change Directive. Upon
receipt of any such document, CONTRACTOR shall
promptly proceed with the Work involved which will be
performed under the applicable conditions of the
Contract Documents (except as otherwise specifically
provided).
B. If OWNER and CONTRACTOR are unable to
agree on entitlement to, or on the amount or extent, if
any, of an adjustment in the Contract Price or Contract
Times, or both, that should be allowed as a result of a
Work Change Directive, a Claim may be made
therefor as provided in paragraph 10.05.
10.02 Unauthorized Changes in the Work
A. CONTRACTOR shall not be entitled to an
increase in the Contract Price or an extension of the
Contract Times with respect to any work performed
that is not required by the Contract Documents as
amended, modified, or supplemented as provided in
paragraph 3.04, except in the case of an emergency
as provided in paragraph 6.16 or in the case of
uncovering Work as provided in paragraph 13.04.B.
10.03 Execution of Change Orders
A. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGI-
NEER (or Written Amendments) covering:
1. changes in the Work which are: (i)
ordered by OWNER pursuant to paragraph
10.01.A, (ii) required because of acceptance of
defective Work under paragraph 13.08.A or
OWNER's correction of defective Work under
paragraph 13.09, or (iii) agreed to by the
parties;
2. changes in the Contract Price or
Contract Times which are agreed to by the
parties, including any undisputed sum or
amount of time for Work actually performed in
accordance with a Work Change Directive; and
3. changes in the Contract Price or
Contract Times which embody the substance of
any written decision rendered by ENGINEER
00700 - General Conditions REV 5-10-13.doc
00700-30
F \Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
pursuant to paragraph 10.05; provided that, in
lieu of executing any such Change Order, an
appeal may be taken from any such decision in
accordance with the provisions of the Contract
Documents and applicable Laws and Regula-
tions, but during any such appeal,
CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.18.A.
10.04 Notification to Surety
A. If notice of any change affecting the general
scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract
Price or Contract Times) is required by the provisions
of any Bond to be given to a surety, the giving of any
such notice will be CONTRACTOR's responsibility.
The amount of each applicable Bond will be adjusted
to reflect the effect of any such change.
10.05 Claims and Disputes
A. Notice: Written notice stating the general
nature of each Claim, dispute, or other matter shall be
delivered by the claimant to ENGINEER and the other
party to the Contract promptly (but in no event later
than 30 days) after the start of the event giving rise
thereto. Notice of the amount or extent of the Claim,
dispute, or other matter with supporting data shall be
delivered to the ENGINEER and the other party to the
Contract within 60 days after the start of such event
(unless ENGINEER allows additional time for claimant
to submit additional or more accurate data in support
of such Claim, dispute, or other matter). A Claim for
an adjustment in Contract Price shall be prepared in
accordance with the provisions of paragraph 12.01.13.
A Claim for an adjustment in Contract Time shall be
prepared in accordance with the provisions of
paragraph 12.02.8. Each Claim shall be accom-
panied by claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the
claimant believes it is entitled as a result of said event.
The opposing party shall submit any response to
ENGINEER and the claimant within 30 days after
receipt of the claimant's last submittal (unless
ENGINEER allows additional time).
B. ENGINEER's Decision: ENGINEER will
render a formal decision in writing within 30 days after
receipt of the last submittal of the claimant or the last
submittal of the opposing party, if any. ENGINEER's
written decision on such Claim, dispute, or other
matter will be final and binding upon OWNER and
CONTRACTOR unless:
1. an appeal from ENGINEER's
decision is taken within the time limits and in
accordance with the dispute resolution
procedures set forth in Article 16; or
2. if no such dispute resolution
procedures have been set forth in Article 16, a
written notice of intention to appeal from
ENGINEER's written decision is delivered by
OWNER or CONTRACTOR to the other and to
ENGINEER within 30 days after the date of
such decision, and a formal proceeding is
instituted by the appealing party in a forum of
competent jurisdiction within 60 days after the
date of such decision or within 60 days after
Substantial Completion, whichever is later
(unless otherwise agreed in writing by OWNER
and CONTRACTOR), to exercise such rights or
remedies as the appealing party may have with
respect to such Claim, dispute, or other matter
in accordance with applicable Laws and
Regulations.
00700-31 00700 - General Conditions REV 5-10-13.doc
FAPublic Works1ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StlAdmimlbid documents\Contract Documents100700 - General Conditions REV 5-
10-13.doc
C. If ENGINEER does not render a formal
decision in writing within the time stated in paragraph
10.05.6, 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 11.01.6.
2. Cost of all materials and equipment
furnished and incorporated in the Work, includ-
ing costs of transportation and storage thereof,
and Suppliers' field services required in
connection therewith. All cash discounts shall
accrue to CONTRACTOR unless OWNER
deposits funds with CONTRACTOR with which
to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns
from sale of surplus materials and equipment
shall accrue to OWNER, and CONTRACTOR
shall make provisions so that they may be
obtained.
3. Payments made by CONTRACTOR
to Subcontractors for Work performed by
Subcontractors. If required by OWNER, CON-
TRACTOR shall obtain competitive bids from
subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER, who will then determine, with the
advice of ENGINEER, which bids, if any, will be
acceptable. If any subcontract provides that the
Subcontractor is to be paid on the basis of Cost
of the Work plus a fee, the Subcontractor's
Cost of the Work and fee shall be determined
in the same manner as CONTRACTOR's Cost
of the Work and fee as provided in this para-
graph 11.01.
4. Costs of special consultants
(including but not limited to engineers,
architects, testing laboratories, surveyors,
attorneys, and accountants) employed for
services specifically related to the Work.
5. Supplemental costs including the
following:
a. The proportion of necessary trans-
portation, travel, and subsistence expenses of
CONTRACTOR's employees incurred in dis-
charge of duties connected with the Work.
b. Cost, including transportation and
maintenance, of all materials, supplies, equip-
ment, machinery, appliances, office, and
temporary facilities at the Site, and hand tools
not owned by the workers, which are consumed
in the performance of the Work, and cost, less
market value, of such items used but not con-
sumed which remain the property of CON-
TRACTOR.
00700 - General Conditions REV 5-10-13.doc
00700-32
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
C. Rentals of all construction equip-
ment and machinery, and the parts thereof
whether rented from CONTRACTOR or others
in accordance with rental agreements approved
by OWNER with the advice of ENGINEER, and
the costs of transportation, loading, unloading,
assembly, dismantling, and removal thereof.
All such costs shall be in accordance with the
terms of said rental agreements. The rental of
any such equipment, machinery, or parts shall
cease when the use thereof is no longer
necessary for the Work.
d. Sales, consumer, use, and other
similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
e . Deposits lost for causes other than
negligence of CONTRACTOR, any Sub-
contractor, or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments
and fees for permits and licenses.
f. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sus-
tained by CONTRACTOR in connection with
the performance of the Work (except losses
and damages within the deductible amounts of
property insurance established in accordance
with paragraph 5.06.D), provided such losses
and damages have resulted from causes other
than the negligence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable. Such losses shall
include settlements made with the written
consent and approval of OWNER. No such
losses, damages, and expenses shall be
included in the Cost of the Work for the
purpose of determining CONTRACTOR's fee.
g. The cost of utilities, fuel, and sanitary
facilities at the Site.
h. Minor expenses such as telegrams,
long distance telephone calls, telephone service
at the Site, expressage, and similar petty cash
items in connection with the Work.
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.
i. When the Cost of the Work is used to
determine the value of a Change Order or of a C. CONTRACTOR's Fee: When all the Work is
Claim, the cost of premiums for additional performed on the basis of cost-plus, CONTRACTOR's
Bonds and insurance required because of the 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.doc
00700-33
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
Order or when a Claim for an adjustment in Contract
Price is determined on the basis of Cost of the Work,
CONTRACTOR's fee shall be determined as set forth
in paragraph 12.01.C.
D. Documentation: Whenever the Cost of the
Work for any purpose is to be determined pursuant to
paragraphs 11.01.A and 11.01.13, 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.doc
00700-34
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
Documents, by a mutually agreed lump sum
(which may include an allowance for overhead
and profit not necessarily in accordance with
paragraph 12.01.C.2); or
3. where the Work involved is not cov-
ered by unit prices contained in the Contract
Documents and agreement to a lump sum is
not reached under paragraph 12.01.8.2, 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:
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 11.01.13;
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.doc
00700-35
FAPublic Works\ENGINEER ING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
equal to the time lost due to such delay shall be
CONTRACTOR's sole and exclusive remedy for such
delay.
12.06 Delay Damages
A. In no event shall OWNER or ENGINEER be
liable to CONTRACTOR, any Subcontractor, any
Supplier, or any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from:
1. delays caused by or within the control
of CONTRACTOR; or
2. delays beyond the control of both
OWNER and CONTRACTOR including but not
limited to fires, floods, epidemics, abnormal
weather conditions, acts of God, or acts or
neglect by utility owners or other contractors
performing other work as contemplated by
Article 7.
B. Nothing in this paragraph 12.06 bars a
change in Contract Price pursuant to this Article 12 to
compensate CONTRACTOR due to delay,
interference, or disruption directly attributable to
actions or inactions of OWNER or anyone for whom
OWNER is responsible.
ARTICLE 13 - TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
A. Prompt notice of all defective Work of which
OWNER or ENGINEER has actual knowledge will be
given to CONTRACTOR. All defective Work may be
rejected, corrected, or accepted as provided in this
Article 13.
13.02 Access to Work
A. OWNER, ENGINEER, ENGINEER's Con-
sultants, other representatives and personnel of
OWNER, independent testing laboratories, and
governmental, agencies with jurisdictional interests will
have access to the Site and the Work at reasonable
times for their observation, inspecting, and testing.
CONTRACTOR shall provide them proper and safe
conditions for such access and advise them of
CONTRACTOR's Site safety procedures and
programs so that they may comply therewith as
applicable.
13.03 Tests and Inspections
A. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required
inspections, tests, or approvals and shall cooperate
with inspection and testing personnel to facilitate
required inspections or tests.
C. If Laws or Regulations of any public body
having jurisdiction require any Work (or part thereof)
specifically to be inspected, tested, or approved by an
employee or other representative of such public body,
CONTRACTOR shall assume full responsibility for
arranging and obtaining such inspections, tests, or
approvals, pay all costs in connection therewith, and
furnish ENGINEER the required certificates of inspec-
tion or approval.
D. CONTRACTOR shall be responsible for
arranging and obtaining and shall pay all costs in
connection with any inspections, tests, or approvals
required for OWNER's and ENGINEER's acceptance
of materials or equipment to be incorporated in the
Work; or acceptance of materials, mix designs, or
equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation
in the Work. Such inspections, tests, or approvals
shall be performed by organizations acceptable to
OWNER and ENGINEER.
E. If any Work (or the work of others) that is to
be inspected, tested, or approved is covered by CON-
TRACTOR without written concurrence of ENGI-
NEER, it must, if requested by ENGINEER, be uncov-
ered for observation.
F. Uncovering Work as provided in paragraph
13.03.E shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice
00700 - General Conditions REV 5-10-13.doc
00700-36
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st SMdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
of CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable prompt-
ness in response to such notice.
13.04 Uncovering Work
A. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by ENGI-
NEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
B. If ENGINEER considers it necessary or
advisable that covered Work be observed by ENGI-
NEER or inspected or tested by others, CONTRAC-
TOR, at ENGINEER's request, shall uncover, expose,
or otherwise make available for observation, inspec-
tion, or testing as ENGINEER may require, that
portion of the Work in question, furnishing all neces-
sary labor, material, and equipment. If it is found that
such Work is defective, CONTRACTOR shall pay all
Claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out
of or relating to such uncovering, exposure, observa-
tion, inspection, and testing, and of satisfactory
replacement or reconstruction (including but not
limited to all costs of repair or replacement of work of
others); and OWNER shall be entitled to an
appropriate decrease in the Contract Price. If the
parties are unable to agree as to the amount thereof,
OWNER may make a Claim therefor as provided in
paragraph 10.05. If, however, such Work is not found
to be defective, CONTRACTOR shall be allowed an
increase in the Contract Price or an extension of the
Contract Times (or Milestones), or both, directly
attributable to such uncovering, exposure,
observation, inspection, testing, replacement, and
reconstruction. If the parties are unable to agree as to
the amount or extent thereof, CONTRACTOR may
make a Claim therefor as provided in paragraph
10.05.
13.05 OWNER May Stop the Work
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
1_1
frnrn If CONTRACTOR does not promptly comply
with the terms of such instructions, or in an
emergency where delay would cause serious risk of
loss or damage, OWNER may have the defective
Work corrected or repaired or may have the rejected
Work removed and replaced, and all Claims, costs,
losses, and damages (including but not limited to all
fees and charges of engineers, architects, attorneys,
and other professionals and all court or arbitration or
other dispute resolution costs) arising out of or relating
to such correction or repair or such removal and
replacement (including but not limited to all costs of
repair or replacement of work of others) will be paid by
CONTRACTOR.
B.
-befn-re Substantial GE)MpletiGR ef all the Work,
00700 - General Conditions REV 5-10-13.doc
00700-37
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.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.doc
00700-38
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
ARTICLE 14 - PAYMENTS TO CONTRACTOR AND
COMPLETION
14.01 Schedule of Values
A. The schedule of values established as provid-
ed in paragraph 2.07.A will serve as the basis for
progress payments and will be incorporated into a
form of Application for Payment acceptable to ENGI-
NEER. Progress payments on account of Unit Price
Work will be based on the number of units completed.
14.02 Progress Payments
A. Applications for Payments
1. At least 20 days before the date
established for each progress payment (but not
more often than once a month),
CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and
signed by CONTRACTOR covering the Work
completed as of the date of the Application and
accompanied by such supporting
documentation as is required by the Contract
Documents. If payment is requested on the
basis of materials and equipment not
incorporated in the Work but delivered and
suitably stored at the Site or at another location
agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale,
invoice, or other documentation warranting that
OWNER has received the materials and equip-
ment free and clear of all Liens and evidence
that the materials and equipment are covered
by appropriate property insurance or other
arrangements to protect OWNER's interest
therein, all of which must be satisfactory to
OWNER.
2. Beginning with the second
Application for Payment, each Application shall
include an affidavit of CONTRACTOR stating
that all previous progress payments received
on account of the Work have been applied on
account to discharge CONTRACTOR's
legitimate obligations associated with prior
Applications for Payment.
3. The amount of retainage with respect
to progress payments will be as stipulated in
the Agreement.
B. Review of Applications
1. ENGINEER will, within 10 days after
receipt of each Application for Payment, either
indicate in writing a recommendation of
payment and present the Application to
OWNER or return the Application to
CONTRACTOR indicating in writing
ENGINEER's reasons for refusing to
recommend payment. In the latter case, COW
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.doc
00700-39
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Ndmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
parties that might entitle CONTRACTOR to be
paid additionally by OWNER or entitle OWNER
to withhold payment to CONTRACTOR.
4. Neither ENGINEER's review of
CONTRACTOR's Work for the purposes of
recommending payments nor ENGINEER's
recommendation of any payment, including final
payment, will impose responsibility on
ENGINEER to supervise, direct, or control the
Work or for the means, methods, techniques,
sequences, or procedures of construction, or
the safety precautions and programs incident
thereto, or for CONTRACTOR's failure to
comply with Laws and Regulations applicable to
CONTRACTOR's performance of the Work.
Additionally, said review or recommendation will
not impose responsibility on ENGINEER to
make any examination to ascertain how or for
what purposes CONTRACTOR has used the
moneys paid on account of the Contract Price,
or to determine that title to any of the Work,
materials, or equipment has passed to
OWNER free and clear of any Liens.
5. ENGINEER may refuse to recom-
mend the whole or any part of any payment if,
in ENGINEER's opinion, it would be incorrect to
make the representations to OWNER referred
to in paragraph 14.02.6.2. 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
GAIGIAIPPR has Art,-;;' knewledge of
a
the 9GGI61rreAGe of any of the events enurner
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 furnishing of the Work;
b. Liens have been filed in connection
with the Work, except where
CONTRACTOR has delivered a specific
Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens;
c. there are other items entitling OWN-
ER to a set-off against the amount
recommended; or
d. OWNER has actual knowledge of the
occurrence of any of the events enumerated
in paragraphs 14.02.B.5.a through
14.02.B.5.c or paragraph 15.02.A.
2. If OWNER refuses to make payment
of the full amount recommended by
ENGINEER, OWNER must give
CONTRACTOR immediate written notice (with
a copy to ENGINEER) stating the reasons for
such action and promptly pay CONTRACTOR
any amount remaining after deduction of the
amount so withheld. OWNER shall promptly
pay CONTRACTOR the amount so withheld, or
any adjustment thereto agreed to by OWNER
and CONTRACTOR, when CONTRACTOR
corrects to OWNER's satisfaction the reasons
for such action.
3. If it is subsequently determined that
OWNER's refusal of payment was not justified,
the amount wrongfully withheld shall be treated
as an amount due as determined by paragraph
14.02.C.1.
14.03 CONTRACTOR's Warranty of Title
A. CONTRACTOR warrants and guarantees
that title to all Work, materials, and equipment covered
by any Application for Payment, whether incorporated
00700 - General Conditions REV 5-10-13.doc
00700-40
FAIDublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
in the Project or not, will pass to OWNER no later than
the time of payment free and clear of all Liens.
14.04 Substantial Completion
A. When CONTRACTOR considers the entire
Work ready for its intended use CONTRACTOR shall
notify OWNER and ENGINEER in writing that the
entire Work is substantially complete (except for items
specifically listed by CONTRACTOR as incomplete)
and request that ENGINEER issue a certificate of
Substantial Completion. Promptly thereafter,
OWNER, CONTRACTOR, and ENGINEER shall
make an inspection of the Work to determine the
status of completion. If ENGINEER does not consider
the Work substantially complete, ENGINEER will
notify CONTRACTOR in writing giving the reasons
therefore. if ENGINEER ser+sider-s—the Werk
substantially oomplete ENGINEER will prepare- and
deliver to OWNER a tentative nertifin..te of S bstaptial
Completion mAOM shall fix the date of Substantial
GAiFe shall _he_ attaoherd to the n_e_rtifio_a_te_
a tentative list of items •to he ,00mpleterd or Gerreoterd
beforefinal pavrm ent. OWNER shall have seven days—
after
reoeipt of the tentative oertifioate during whioh to
ake written ebjeotien to ENGINEER as t
pFevi ns of the` o ifioate or a h t If, after
ran irderino 6uGh ebjeotiens ENGINEF—=R ponoliirdels
that the—Werk—is net substantially GernPlete,
ENGINEER will within 14 mays after submission of the
n ,.�„9stati the FeaseRs–therefGF. if, after
ation of !lWN ' oe CAI(`_IAIFF= ?
Gonsid �-.stt' b€R s (�hiGGtiens rn
GGIRslders the 1A.fn k 6tantially Gemplete
'
ENGINEER ��ilil—�rrtw0tihin Said 1v 14 days exeGute and
tent t' a list of item to he Gempleterd or Ge FFeoterd)
as ENGINEER believes justified after oonsirderatien of
of the tentative GeFtifiGate ef Substantial GernpletiGR
FN1r_Ihlrrn ...:n deliyeF a., nVVNER and GQNTRAG
I sibilitielS pending final payment between
epefiati0R, raf*, andproieGten of the —::erg
int nae t utilities, in � iranpe anrd warranties
r�a;rRenar,o�l}ea,, ..
and —guarantees. Unless 6WN€R—ard
inform ENGINF—FR in ■iritinn prior to ENGINEER's
ssuing the definitive rvertifiGate of Substantial Gemple-
tion ENGINEER's afe-re-said reoommenrdation mill he
biRdiRg OR 0-I.AINFeR and CONTRACTOR URN final
payrnent.
B. OWNER shall have the right to exclude
CONTRACTOR from the Site after the date of
Substantial Completion, but OWNER shall allow COW
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.doc
00700-41
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
compliance with the requirements of paragraph
5.10 regarding property insurance.
14.06 Final Inspection
A. Upon written notice from CONTRACTOR that
the entire Work or an agreed portion thereof is
complete, ENGINEER will promptly make a final
inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in
which this inspection reveals that the Work is
incomplete or defective. CONTRACTOR shall
immediately take such measures as are necessary to
complete such Work or remedy such deficiencies.
14.07 Final Payment
A. Application for Payment
1. After CONTRACTOR has, in the
opinion of ENGINEER, satisfactorily completed
all corrections identified during the final
inspection and has delivered, in accordance
with the Contract Documents, all maintenance
and operating instructions, schedules, guaran-
tees, Bonds, certificates or other evidence of
insurance certificates of inspection, marked -up
record documents (as provided in paragraph
6.12), and other documents, CONTRACTOR
may make application for final payment follow-
ing the procedure for progress payments.
2. The final Application for Payment
shall be accompanied (except as previously
delivered) by: (i) all documentation called for in
the Contract Documents, including but not
limited to the evidence of insurance required by
subparagraph 5.04.B.7; (ii) consent of the
surety, if any, to final payment; and (iii)
complete and legally effective releases or
waivers (satisfactory to OWNER) of all Lien
rights arising out of or Liens filed in connection
with the Work.
3. In lieu of the releases or waivers of
Liens specified in paragraph 14.07.A.2 and as
approved by OWNER, CONTRACTOR may
furnish receipts or releases in full and an
affidavit of CONTRACTOR that: (i) the releases
and receipts include all labor, services,
material, and equipment for which a Lien could
be filed; and (ii) all payrolls, material and
equipment bills, and other indebtedness
connected with the Work for which OWNER or
OWNER's property might in any way be
responsible have been paid or otherwise satis-
fied. If any Subcontractor or Supplier fails to
furnish such a release or receipt in full, CON-
TRACTOR may furnish a Bond or other
collateral satisfactory to OWNER to indemnify
OWNER against any Lien.
B. Review of Application and Acceptance
1. If, on the basis of ENGINEER's
observation of the Work during construction
and final inspection, and ENGINEER's review
of the final Application for Payment and
accompanying documentation as required by
the Contract Documents, ENGINEER is
satisfied that the Work has been completed
and CONTRACTOR's other obligations under
the Contract Documents have been fulfilled,
ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in
writing ENGINEER's recommendation of
payment and present the Application for
Payment to OWNER for payment. At the same
time ENGINEER will also give written notice to
OWNER and CONTRACTOR that the Work is
acceptable subject to the provisions of
paragraph 14.09. Otherwise, ENGINEER will
return the Application for Payment to
CONTRACTOR, indicating in writing the
reasons for refusing to recommend final
payment, in which case CONTRACTOR shall
make the necessary corrections and resubmit
the Application for Payment.
C. Payment Becomes Due
14.08 Final Completion Delayed
A. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed, and if
ENGINEER so confirms, OWNER shall, upon receipt
of CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminat-
ing the Agreement, make payment of the balance due
for that portion of the Work fully completed and
accepted. If the remaining balance to be held by
OWNER for Work not fully completed or corrected is
less than the retainage stipulated in the Agreement,
and if Bonds have been furnished as required in
paragraph 5.01, the written consent of the surety to
the payment of the balance due for that portion of the
Work fully completed and accepted shall be submitted
00700 - General Conditions REV 5-10-13.doc
00700-42
F1Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
by CONTRACTOR to ENGINEER with the Application
for such payment. Such payment shall be made
under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
Claims.
14.09 Waiver of Claims
A. The making and acceptance of final payment
will constitute:
1. a waiver of all Claims by OWNER
against CONTRACTOR, except Claims arising
from unsettled Liens, from defective Work
appearing after final inspection pursuant to
paragraph 14.06, from failure to comply with the
Contract Documents or the terms of any special
guarantees specified therein, or from
CONTRACTOR's continuing obligations under
the Contract Documents; and
2. a waiver of all Claims by CONTRAC-
TOR against OWNER other than those
previously made in writing which are still
unsettled.
ARTICLE 15 - SUSPENSION OF WORK AND
TERMINATION
15.01 OWNER May Suspend Work
A. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period
of not more than 90 consecutive days by notice in
writing to CONTRACTOR and ENGINEER which will
fix the date on which Work will be resumed. CON-
TRACTOR shall resume the Work on the date so
fixed. CONTRACTOR shall be al!Gwed an adjustmen
in the GGRtral;t PF*Ge or an exteRS*GR of the GentraG
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.doc
00700-43
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
15.03 OWNER May Terminate For Convenience
A. Upon seven days written notice to CON-
TRACTOR and ENGINEER, OWNER may, without
cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Contract.
In such case, CONTRACTOR shall be paid (without
duplication of any items):
1. for completed and acceptable Work
executed in accordance with the Contract
Documents prior to the effective date of
termination, including fair and reasonable sums
for overhead and profit on such Work;
2. for expenses sustained prior to the
effective date of termination in performing
services and furnishing labor, materials, or
equipment as required by the Contract
Documents in connection with uncompleted
Work, plus fair and reasonable sums for
overhead and profit on such expenses;
3. for all claims, costs, losses, and
damages (including but not limited to all fees
and charges of engineers, architects, attorneys,
and other professionals and all court or
arbitration or other dispute resolution costs) in-
curred in settlement of terminated contracts
with Subcontractors, Suppliers, and others; and
4. for reasonable expenses directly
attributable to termination.
B. CONTRACTOR shall not be paid on account
of loss of anticipated profits or revenue or other eco-
nomic loss arising 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,
then
CONTRACTOR may, upon seven days written notice
to OWNER and ENGINEER, and provided OWNER
or ENGINEER do not remedy such suspension or
failure within that time, terminate the Contract and
recover from OWNER payment on the same terms as
provided in paragraph 15.03. In lieu of terminating the
Contract and without prejudice to any other right or
remedy, if ENGINEER has failed to act on an
Application for Payment within 30 days after it is
submitted, nr OWNER -has failed f49F 30 days te pay
CONTRACTOR any sum finally deteFm*ned to be
CONTRACTOR may, seven days after written notice
to OWNER and ENGINEER, stop the Work until
payment is made of all such amounts due
CONTRACTOR, including interest thereon. The
provisions of this paragraph 15.04 are not intended to
preclude CONTRACTOR from making a Claim under
paragraph 10.05 for an adjustment in Contract Price
or Contract Times or otherwise for expenses or
damage directly attributable to CONTRACTOR's
stopping the Work as permitted by this paragraph.
ARTICLE 16 - DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Dispute resolution methods and procedures, if
any, shall be as set forth in the Supplementary
Conditions. If no method and procedure has been set
forth, and subject to the provisions of paragraphs 9.09
and 10.05, OWNER and CONTRACTOR may
exercise such rights or remedies as either may
otherwise have under the Contract Documents or by
Laws or Regulations in respect of any dispute.
ARTICLE 17 - MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract
Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in
person to the individual or to a member of the firm or
to an officer of the corporation for whom it is intended,
or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known
to the giver of the notice.
17.02 Computation of Times
A. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
17.03 Cumulative Remedies
00700 - General Conditions REV 5-10-13.doc
00700-44
FAPublic Works\ENGINEER ING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
A. The duties and obligations imposed by these
General Conditions and the rights and remedies avail-
able hereunder to the parties hereto are in addition to,
and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of
them which are otherwise imposed or available by
Laws or Regulations, by special warranty or
guarantee, or by other provisions of the Contract
Documents, and the provisions of this paragraph will
be as effective as if repeated specifically in the
Contract Documents in connection with each
particular duty, obligation, right, and remedy to which
they apply.
17.04 Survival of Obligations
A. All representations, indemnifications, warran-
ties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as
all continuing obligations indicated in the Contract
Documents, will survive final payment, completion,
and acceptance of the Work or termination or comple-
tion of the Agreement.
17.05 Controlling Law
A. This Contract is to be governed by the law of the
state in which the Project is located.
00700 - General Conditions REV 5-10-13.doc
00700-45
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-
10-13.doc
SECTION 00800 - SUPPLEMENTARY CONDITIONS
TO THE GENERAL CONDITIONS
Article Title
Article Number
Introduction
SC - 1.00
Defined Terms
SC —1.01
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
Labor; Working Hours
SC — 6.02
Permits
SC — 6.06
Cost of the Work
SC —11.01
Test and Inspections
SC — 13.03
Correction Period
SC —13.07
Progress Payments
SC — 14.02
Mediation
SC —16.02
Arbitration
SC — 16.03
Liens
SC — 17.06
00800-i
00800 - Supplementary Conditions 05-13 rev.doc
00800 iFAPublic Works\ENGINEERING DIVISION PROJECTS\1 1 37 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st St\Hdmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE
GENERAL CONDITIONS
SC -1.00 Introduction
These Supplementary Conditions amend or supplement the Standard General Conditions of the
Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract
Documents as indicated below. All provisions, which are not so amended or supplemented,
remain in full force and effect.
The terms used in these Supplementary Conditions will have the meanings indicated in the
General Conditions.
SC -1.01 Defined Terms
SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety.
SC -1.02 Terminology
SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and
insert the following paragraphs in their place:
D. Furnish, Install, Perform, Provide
1. The word "furnish" shall mean to supply and deliver services, materials, or
equipment to the Site (or some other specified location) ready for use or
installation and in usable or operable condition.
2. The word "install' shall mean to put into use or place in final position services,
materials, or equipment complete and ready for intended use.
3. The words "perform" or "provide" shall mean to furnish and install services,
materials, or equipment complete and ready for intended use.
SC -2.05 Before Starting Construction
SC -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its
place:
C. Evidence of Insurance: CONTRACTOR shall not commence work under this
Contract until he has obtained all insurance required under Article 5 and such
insurance has been delivered to the OWNER and approved by the OWNER, nor
shall the CONTRACTOR allow any Subcontractor to commence work on his
subcontract until all similar insurance required of the Subcontractor has been so
obtained and approved. All such insurance shall remain in effect until final
payment and at all times thereafter when CONTRACTOR may be correcting,
removing or replacing defective Work in accordance with Article 13.
SC -2.06 Preconstruction Conference
SC -2.06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its
place:
A. Immediately after awarding the contract, but before the CONTRACTOR begins
work, the Project Manager will call a preconstruction conference at a place the
ENGINEER designates to establish an understanding among the parties as to
the work and to discuss schedules referred to in paragraph 2.05.13, procedures
00800-1
00800 - Supplementary Conditions 05-13 rev.doc
00800 1 F:1Public Works\ENGINEERING DIVISION PROJECTS\1137-Ofd Dixie Hwy Resurfacing IRF North Relief Canal to 71st StMmimlbd documents\Contract
Documents100800 - Supplementary Conditions 05-13 rev.doc
for handling Shop Drawings and other submittals, and maintaining required
records. Utility companies and others as appropriate will be requested to attend
to discuss and coordinate work.
B. Per the MOT 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.
MOT 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.doc
00800 2F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SC -4.02 Subsurface and Physical Conditions
SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8:
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 (From North Relief Canal to 71st Street)
D. Reports and drawings itemized in SC -4.02.0 are not included with the Bidding
Documents. Copies may be examined at Indian River County Administration
Building, Public Works, 1801 27th Street, Vero Beach, FL 32960 during
regular business hours. These reports and drawings are not part of the Contract
Documents.
SC -5.01 Performance, Payment and Other Bonds
SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its
place:
Within fifteen (15) days of receipt of the Contract Documents for execution, the
CONTRACTOR shall furnish a Public Construction Bond in an amount
equal to 100% of the Contract Price.
1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish
an alternative form of security in the form of cash, money order, certified
check, cashier's check, irrevocable letter of credit or a security as listed in
Part 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 -5.04.8:
C. The limits of liability for the insurance required by paragraph 5.04 of the General
Conditions shall provide coverage for not less than the following amounts or
greater where required by Laws and Regulations:
1. Worker's Compensation: To meet statutory limits in compliance with the
Worker's Compensation Law of Florida. This policy must include
Employer Liability with a limit $100,000 for each accident, $500,000
disease (policy limit) and $100,000 disease (each employee). Such
policy shall include a waiver of subrogation as against OWNER and
00800-3
00800 - Supplementary Conditions 05-13 rev.doc
00800 3F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
ENGINEER on account of injury sustained by an employee(s) of the
CONTRACTOR.
2. Commercial General Liability: Coverage shall provide minimum limits of
liability of $1,000,000 per occurrence Combined Single Limit for Bodily
Injury and Property Damage. This shall include coverage for:
a. Premises/Operations
b. Products/Completed Operations
C. Contractual Liability
d. Independent Contractors
e. Explosion
f. Collapse
g. Underground.
3. Business Auto Liability: Coverage shall provide minimum limits of liability
of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and
Property Damage. This shall include coverage for:
a. Owner Autos
b. Hired Autos
C. Non -Owned Autos.
4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure
Builders' Risk "All Risk" insurance at his expense and provide properly
completed and executed "Certificates of Insurance and Insurance
Endorsement" forms in the exact wording and format presented in these
Contract Documents before starting work.
5. Special Requirements:
a. Ten (10) days prior to the commencement of any work under this
Contract, certificates of insurance and endorsement forms in the
exact wording and format as presented in these Contract
Documents will be provided to the OWNER's Risk Manager for
review and approval.
b. "Indian River County Florida" will be named as "Additional
Insured" on both the General Liability, Auto Liability and Builder's
Risk "All Risk" Insurance.
C. The OWNER will be given thirty (30) days notice prior to
cancellation or modification of any stipulated insurance. Such
notification will be in writing by registered mail, return receipt
requested and addressed to the OWNER's Risk Manager.
d. An appropriate "Indemnification" clause shall be made a provision
of the Contract (see paragraph 6.20 of the General Conditions).
e. It is the responsibility of the CONTRACTOR to insure that all
subcontractors comply with all insurance requirements.
f. It should be remembered that these are minimum requirements,
which are subject to modification in response to high hazard
operation.
g. Insured must be authorized to do business and have an agent for
service of process in Florida and have a best rating of A -VII or
better.
D. Additional Insureds:
1. In addition to "Indian River County, Florida," the following individuals or
entities shall be listed as "additional insureds" on the CONTRACTOR's
liability insurance policies:
a. NONE
b.
C.
00800-4
00800 - Supplementary Conditions 05-13 rev.doc
00800 4FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SC -5.05 OWNER's Liability Insurance
SC -5.05 Delete paragraph GC -5.05.A in its entirety.
SC -5.06 Property Insurance
SC -5.06 Delete paragraphs GC -5.06.A, 8, 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:
00800-5
00800 - Supplementary Conditions 05-13 rev.doc
00800 5F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
a. Indian River County, Florida
b. NONE
C.
SC -5.07 Waiver of Rights
SC -5.07 Delete GC -5.07 (paragraphs A, B, and C) in its entirety.
SC -5.08 Receipt and Application of Insurance Proceeds
SC -5.08 Delete GC -5.08 (paragraphs A and B) in its entirety.
SC -5.09 Delete GC-5.09(paragraph A)in its entirety.
SC -6.02 Labor; Working Hours
SC -6.02.13. Add the following paragraphs immediately after paragraph GC -6.02.8:
1. Regular working hours are defined as Monday through Friday, excluding Indian
River County Holidays, from 7 a.m. to 5 p.m.
2. Indian River County Holidays are: New Year's Day, Good Friday, Memorial Day,
Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after
Thanksgiving, Christmas Eve and Christmas Day. Working on these days will
not be permitted without prior written permission and approval from the
Construction Coordination Manager.
3. The CONTRACTOR shall receive no additional compensation for overtime work,
i.e., work in excess of eight hours in any one calendar day or 40 hours in any one
calendar week, even though such overtime work may be required under
emergency conditions and may be ordered by the ENGINEER in writing.
4. All costs of inspection and testing performed during overtime work by the
CONTRACTOR, which is allowed solely for the convenience of the
CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the
OWNER to deduct the costs of all such inspection and testing from any
payments otherwise due the CONTRACTOR.
5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting
from overtime work by the CONTRACTOR, which is allowed solely for the
convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a
credit given to OWNER to deduct all such costs from any payments otherwise
due the CONTRACTOR.
6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of
emergency upon specific permission of the ENGINEER.
SC -6.06 Concerning Subcontractors, Suppliers, and Others
SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06. C:
OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or
entity, to the extent practicable, information about amounts paid to CONTRACTOR on
account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or
other individual or entity.
SC -6.08 Permits
SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A:
00800-6
00800 - Supplementary Conditions 05-13 rev.doc
00800 6FAPubIic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
The OWNER has obtained the following permits (copies of these permits are
contained in Appendix "A"): None Required
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:
CONTRACTOR will receive payment for actual costs of direct labor and burden
(see SC -2.06.6) 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 -13.03.13. 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 13.04.13;
3. tests otherwise specifically provided in the Contract Documents.
SC -13.05 OWNER May Stop the Work
oosoo-7
00800 - Supplementary Conditions 05-13 rev.doc
00800 7FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its
place:
A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled
workers or suitable materials or equipment, or fails to comply with permit
requirements, or fails to comply with the technical specifications, or fails to
perform the Work in such a way that the completed Work will conform to the
Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any
portion thereof, until the cause for such order has been eliminated; however, this
right of OWNER to stop the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or
employee or agent of any of them.
SC -13.07 Correction Period
SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the
following sentence in its place
A. If within one year after the date of Final Completion or such longer period of time
as may be prescribed by Laws or Regulations or by the terms of any applicable
special guarantee required by the Contract Documents or by any specific provision
of the Contract Documents, any Work is found to be defective, or if the repair of
any damages to the land or areas made available for CONTRACTOR's use by
OWNER or permitted by Laws and Regulations as contemplated in paragraph
6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to
OWNER and in accordance with OWNER's written instructions: (i) repair such
defective land or areas, or (ii) correct such defective Work or, if the defective Work
has been rejected by OWNER, remove it from the Project and replace it with Work
that is not defective, and (iii) satisfactorily correct or repair or remove and replace
any damage to other Work, to the work of others or other land or areas resulting
therefrom.
SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its
place
B. In special circumstances where a particular item of equipment is placed in continu-
ous service before Final Completion of all the Work, the correction period for that
item may start to run from an earlier date if so provided in the Specifications or by
Written Amendment.
00800-8
00800 - Supplementary Conditions 05-13 rev.doc
00800 8F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hvry Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
14.02 Progress Payments
SC -14.02.B.5. Delete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph
in its place:
d. ENGINEER has actual knowledge of the occurrence of any of the events
enumerated in paragraph 15.02.A; or
SC -14.02.13.5. Add the following sentences at the end of paragraph GC -14.02.8.5:
e. OWNER has been required to pay ENGINEER additional compensation because
of CONTRACTOR delays or rejection of defective Work; or
f. OWNER has been required to pay an independent testing laboratory for
subsequent inspections, tests, or approvals taken after initial failing
inspections, tests, or approvals.
SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following
paragraph in its place:
C. Payment Becomes Due
1. Payment shall be made by OWNER to CONTRACTOR according to the Local
Government Prompt Payment Act. F.S. 218.70 et. seq.
SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions,
delete the remainder of paragraph 14.04A in its entirety and replace with the following:
"If Engineer considers the Work substantially complete, Engineer will prepare
and deliver to Owner a tentative certificate of Substantial Completion that shall fix
the date of Substantial Completion. In accordance with the provisions of Florida
Statutes section 208.735(7)(x)(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 -14.0413 Add the following new paragraph immediately after paragraph GC 14.048:
00800-s
00800 - Supplementary Conditions 05-13 rev.doc
00800 9F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will
deliver to Owner and Contractor a written recommendation as to division of responsibilities
pending final payment between Owner and Contractor with respect to security, operation,
safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and
guarantees
SC -14.07 Final Payment
SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following
paragraph in its place:
C. Payment Becomes Due
1. Payment shall be made by OWNER to CONTRACTOR according to the " Local
Government Prompt Payment Act", Florida Statutes section 218.70, et. seq.
SC -15.01 OWNER May Suspend Work
SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its
place:
CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any
such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph
10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco-
nomic loss arising out of or resulting from such Work suspension.
SC -15.02 OWNER May Terminate For Cause
SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after
paragraph GC -15.02.A.4:
5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of
Dewatering Water From the Construction Site."
6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for
materials or labor in accordance with the respective agreements between the
CONTRACTOR and the Subcontractors or Suppliers.
SC -15.04 CONTRACTOR May Stop Work or Terminate
SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A:
SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A:
00800-10
00800 - Supplementary Conditions 05-13 rev.doc
00800 10FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SC -16 DISPUTE RESOLUTION
SC -16.02 Mediation
SC -16 Add the following new paragraph immediately after paragraph GC -16.01.
SC -16.02 Mediation
A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled
Claims or counterclaims, disputes, or other matters in question between them
arising out of or relating to the Contract Documents or the breach thereof, to
mediation by a certified mediator of the 19th Judicial Circuit in Indian River County
unless delay in initiating arbitration would irrevocably prejudice one of the parties.
The mediator of any dispute submitted to mediation under this agreement shall not
serve as arbitrator of such dispute unless otherwise agreed.
SC -17 Miscellaneous
Add the following new paragraphs immediately after paragraph GC17.05:
SC -17.06 Liens
A. This project is a "Public Works" under Chapter 255, Florida Statutes. No
merchant's liens may be filed against the OWNER. Any claimant may apply to
the OWNER for a copy of this Contract. The claimant shall have a right of action
against the CONTRACTOR for the amount due him. Such action shall not
involve the OWNER in any expense. Claims against the CONTRACTOR are
subject to timely prior notice to the CONTRACTOR as specified in Florida
Statutes Section 255.05. The CONTRACTOR shall insert the following
paragraph in all subcontracts hereunder:
"Notice: Claims for labor, materials and supplies are not assessable against
Indian River County and are subject to proper prior notice to (CONTRACTOR'S
Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter
255 of the Florida Statutes. This paragraph shall be inserted in every sub -
subcontract hereunder." The payment due under the Contract shall be paid by
the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished
the OWNER with an affidavit stating that all persons, firms or corporations who
are defined in Section 713.01, Florida Statutes, who have furnished labor or
materials, employed directly or indirectly in the Work, have been paid in full. The
OWNER may rely on said affidavit at face value. The CONTRACTOR does
hereby release, remiss and quit -claim any and all rights he may enjoy perfecting
any lien or any other type of statutory common law or equitable lien against the
job.
++END OF SUPPLEMENTARY CONDITIONS++
00800-11
00800 - Supplementary Conditions 05-13 rev.doc
00800 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
DATE OF ISSUANCE:
SECTION 00942 - Change Order Form
No.
EFFECTIVE DATE:
OWNER: Indian River County
CONTRACTOR
Project: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71St
Street
OWNER's Project No. 1137 ENGINEER's Bid No. 2014044
You are directed to make the following changes in the Contract Documents:
Description:
Reason for Change Order:
Attachments: (List documents supporting change)
CHANGE IN CONTRACT PRICE:
Description
Amount
Original Contract Price
$
Net Increase (Decrease) from
$
previous Change Orders No.
to
Contract Price prior to this
$
Change Order:
Net increase (decrease) of this
$
Change Order:
Contract Price with all approved
$
Change Orders:
ACCEPTED:
By:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
Description
Time
Original Contract Time:
(days or dates)
Substantial Completion:
Final Completion:
Net change from previous Change
Orders No. to
(days)
Substantial Completion:
Final Completion:
Contract Time prior to this Change
Order:
(days or dates)
Substantial Completion:
Final Completion:
Net increase (decrease) this
Change Order:
(days or dates)
Substantial Completion:
Final Completion:
Contract Time with all approved
Change Orders:
(days or dates)
Substantial Completion:
Final Com letion:
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
APPROVED:
By:
OWNER (Signature)
Date:
00942 - Change Order Form REV 04-07.doc
00942-1
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00942 -
Change Order Form REV 04-07.doc Rev. 05/01
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\00946 - Field Order Form REV 04-07.doc
DATE OF ISSUANCE:
SECTION 00948 - Work Change Directive
EFFECTIVE DATE:
01
OWNER: Indian River County
CONTRACTOR:
Project: Old Dixie Highway Resurfacing (From the I R.F.W.C.D. North Relief Canal to 71St
Street)
OWNER's Contract No. 1137
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
Contract Prices
[j Unit Prices
R Lump Sum
II Other:
II By Change Order:
Method of determining change in
Contract Times
II Contractor's Records
II Engineer's Records
[j Other:
[l 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.
* * END OF SECTION * *
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\00948 - Work Change Directive Rev 06-2013.doc
APPROVED:
By:
ACCEPTED:
By:
RECOMMENDED:
By:
CONTRACTOR (Signature)
Date:
ENGINEER (Signature)
Date:
OWNER (Signature)
Date:
* * END OF SECTION * *
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\00948 - Work Change Directive Rev 06-2013.doc
DIVISION 1 GENERAL REQUIREMENTS
TITLE SECTION NO.
SPECIAL PROVISIONS 01009
FORCE ACCOUNT 01024
FIELD ENGINEERING AND LAYOUT
01050
REFERENCE STANDARDS
01091
GENERAL QUALITY CONTROL
01215
PROGRESS MEETINGS
01220
CONSTRUCTION SCHEDULES
01310
SUBMITTAL OF SHOP DRAWINGS, PRODUCT
DATA AND SAMPLES
01340
CONSTRUCTION FACILITIES AND TEMPORARY
CONTROLS
01520
PROTECTION OF THE WORK AND PROPERTY
01541
ACCESS ROADS, PARKINGS AREAS AND USE OF
PUBLIC STREETS
01550
TRANSPORTATION AND HANDLING OF MATERIALS
01610
AND EQUIPMENT
STORAGE OF MATERIAL AND EQUIPMENT
01611
SUBSTITUTIONS
01630
SITE CLEANUP AND RESTORATION
01710
POST FINAL INSPECTION
01820
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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, Indian River Farms Water Control
District, and all other applicable State or Federal agencies' specifications and permits.
In the event of a conflict, the more stringent specification or requirement shall govern.
E. Before performing any work outside the designated limits of the work site, secure any
necessary permits and authorization from the applicable owner, or verify in writing that
such has been previously obtained. Follow all requirements of any said permits or
authorization. Give the ENGINEER and appropriate owner ten (10) days minimum
notice before commencing construction operations outside the designated limits of the
work site.
01009-1 01009 -Special Provisions
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st SSWdmim\bid documents\Contract iDocun edoc01050 -Field
9 g
B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks,
reference points and property corners and will be responsible for any mistake
or loss of time caused by their unnecessary loss or disturbance. If the loss or
disturbance of the stakes or marks cause a delay in the Work, the
CONTRACTOR shall have no claim for damages or extension of time. Control
stakes, benchmarks, reference points and property corners disturbed by the
CONTRACTOR's work shall be replaced by a Florida Registered Land Sur-
veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner
must provide the services of the Florida Registered Surveyor and Mapper to
perform this replacement work, the cost of the surveying services will be
deducted from any sums due the CONTRACTOR for the work performed under
this Contract.
C. All survey work shall be performed under the guidance and direction of a
Florida Registered Surveyor and Mapper.
D. All survey work for Record Drawings shall be performed by a Florida Registered
Surveyor and Mapper.
1.3 STATION BOARDS
A. CONTRACTOR shall erect and maintain white/black standard FDOT station
markers every 100 feet.
1.4 LAYOUT OF STRIPING
Establish by instrument, and mark the finished surface, the points necessary for
striping finished roadway in conformance with Section 5-7 of FDOT Standard
Specifications.
+ + END OF SECTION + +
1050-2 01050 Field Engineering
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\01050 -Field
Engineering.doc
SECTION 01091
REFERENCE STANDARDS
1.1 GENERAL
A. Whenever reference is made to the furnishing of materials or testing
thereof to conform to the standards of any technical society, organization
or body, it shall be construed to mean the latest standard, code,
specification or tentative specification adopted and published at the date
of advertisement for bids, unless noted otherwise in the Technical
Specifications or on the Drawings. When a reference standard is
specified, comply with requirements and recommendations stated in that
standard, except when they are modified by the Contract Documents, or
when applicable laws, ordinances, rules, regulations or codes establish
stricter standards. The list of specifications presented in Paragraph B is
hereby made a part of the Contract, the same as if repeated herein in full.
B. Reference to a technical society, organization, or body may be made in
the Specifications by abbreviations, in accordance with the following list:
AASHTO The American Association of State Highway and
Transportation Officials
ACI American Concrete Institute
AGA American Gas Association
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Materials
AWPA American Wood Preservers Association
AWWA American Water Works Association
AWS American Welding Society
FED.SPEC. Federal Specifications
01091-1 01091 Reference Standards
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documentsntract
\ oouments\01091 -
Reference
Standards.doc
CRSI Concrete Reinforcing Steel Institute
FDEP/DEP Florida Department of Environmental Protection
DNR Department of Natural Resources
NCPI National Clay Pipe Institute
NEMA National Electrical Manufacturers Association
NEC National Electric Code
NSPE National Society of Professional Engineers
OSHA Occupational Safety and Health Administration
PCI Prestressed Concrete Institute
FDOT/DOT Florida Department of Transportation
U. L., Inc. Underwriter's Laboratories, Inc.
SSPC Steel Structures Painting Council
SJRWMD St. Johns River Water Management District
C. When no reference is made to a code, standard or specification, the
standard specifications of ASTM, FDOT, or ANSI shall govern.
D. In the event of a conflict between the specifications prepared by the
ENGINEER and the above referenced specifications and standards, or
any other regulatory specification or standard, the more stringent
requirement prevails.
+ + END OF SECTION + +
01091-2 01091 Reference Standards
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents umacts\01091 -
Reference
Standards.doc
SECTION 01215
GENERAL QUALITY CONTROL
1.1 DESCRIPTION OF REQUIREMENTS
A. Definitions: Specific quality control requirements for the work are indicated
throughout the Contract Documents. The requirements of this section are
primarily related to the performance of the work beyond the furnishing of
manufactured products. The term "Quality Control' includes, but is not
necessarily limited to, inspection and testing and associated requirements.
This section does not specify or modify the OWNER and ENGINEER duties
relating to quality review and Contract surveillance.
1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS
A. Residual OWNER Responsibility: The OWNER will employ and pay for the
services of independent testing laboratories to perform those required
inspections and tests.
B. CONTRACTORS General Responsibility: No failure of test agencies, whether
engaged by the OWNER or CONTRACTOR, to perform adequate inspections
of tests or to properly analyze or report results, shall relieve the
CONTRACTOR of responsibility for the fulfillment of the requirements of the
Contract Documents. It is recognized that the required inspection and testing
program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and
governing authorities in the nominal determination of probable compliance with
requirements for certain crucial elements of work. The program is not intended
to limit the CONTRACTOR in his regular quality control program, as needed
for general assurance of compliance.
1.3 QUALITY ASSURANCE
A. General Workmanship Standards: It is a requirement that each category of
tradesman or installer performing the work be pre -qualified, to the extent of being
familiar with the applicable and recognized quality standards for his category of
work, and being capable of workmanship complying with those standards.
1.4 PRODUCT DELIVERY -STORAGE -HANDLING
Handle, store and protect materials and products, including fabricated components, by
methods and means which will prevent damage, deterioration and losses (and resulting
delays), thereby ensuring highest quality results as the performance of the work
progresses. Control delivery schedules so as to minimize unnecessary long-term
01215-1 01215 General Quality Control
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\Contract Documents\01215 General Quality.doc
storage at the project site prior to installation.
1.5 PROJECT PHOTOGRAPHS/VIDEOS
A. The CONTRACTOR shall make provisions, at his expense, for photographs and
video tapes of all work areas just prior to construction, and for unusual conditions
during construction. The photographs and videos shall show pertinent physical
features along the line of construction. The purpose of the videos is to determine
any damage to private or public property during construction. The video must be
performed by a professional videographer.
B. Pre -Construction Photographs and Video:
1. Contractor shall provide the Owner with photographs and video record and one
copy of the existing conditions prior to construction. These photographs and
videos shall be a standard DVD format and shall be narrated.
2. The photographs and video shall include, but not be limited to, the following
items shown in a clear manner:
1) All existing features within 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd Stto 71st St\Admim\bid documents\Contract Documents\01220
- Progress Meetings.doc
The OWNER has obtained the following permits (copies of these permits are
contained in Appendix "A"): None Required
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 -13.03.13. 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 13.04.13 shall be paid as provided in said paragraph 13.04.13;
3. tests otherwise specifically provided in the Contract Documents.
SC -13.05 OWNER May Stop the Work
00800-7
00800 - Supplementary Conditions 05-13 rev.doc
00800 7F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st StWdmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its
place:
A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled
workers or suitable materials or equipment, or fails to comply with permit
requirements, or fails to comply with the technical specifications, or fails to
perform the Work in such a way that the completed Work will conform to the
Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any
portion thereof, until the cause for such order has been eliminated; however, this
right of OWNER to stop the Work shall not give rise to any duty on the part of
OWNER to exercise this right for the benefit of CONTRACTOR, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or
employee or agent of any of them.
SC -13.07 Correction Period
SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the
following sentence in its place
A. If within one year after the date of Final Completion or such longer period of time
as may be prescribed by Laws or Regulations or by the terms of any applicable
special guarantee required by the Contract Documents or by any specific provision
of the Contract Documents, any Work is found to be defective, or if the repair of
any damages to the land or areas made available for CONTRACTOR's use by
OWNER or permitted by Laws and Regulations as contemplated in paragraph
6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to
OWNER and in accordance with OWNER's written instructions: (i) repair such
defective land or areas, or (ii) correct such defective Work or, if the defective Work
has been rejected by OWNER, remove it from the Project and replace it with Work
that is not defective, and (iii) satisfactorily correct or repair or remove and replace
any damage to other Work, to the work of others or other land or areas resulting
therefrom.
SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its
place
B. In special circumstances where a particular item of equipment is placed in continu-
ous service before Final Completion of all the Work, the correction period for that
item may start to run from an earlier date if so provided in the Specifications or by
Written Amendment.
00800-8
00800 - Supplementary Conditions 05-13 rev.doc
00800 8F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Ndmim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
14.02 Progress Payments
SC -14.02.13.5. Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph
in its place:
d. ENGINEER has actual knowledge of the occurrence of any of the events
enumerated in paragraph 15.02.A; or
SC -14.02.13.5. Add the following sentences at the end of paragraph GC -14.02.8.5:
e. OWNER has been required to pay ENGINEER additional compensation because
of CONTRACTOR delays or rejection of defective Work; or
OWNER has been required to pay an independent testing laboratory for
subsequent inspections, tests, or approvals taken after initial failing
inspections, tests, or approvals.
SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following
paragraph in its place:
C. Payment Becomes Due
1. Payment shall be made by OWNER to CONTRACTOR according to the Local
Government Prompt Payment Act. F.S. 218.70 et. seq.
SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions,
delete the remainder of paragraph 14.04A in its entirety and replace with the following:
"If Engineer considers the Work substantially complete, Engineer will prepare
and deliver to Owner a tentative certificate of Substantial Completion that shall fix
the date of Substantial Completion. In accordance with the provisions of Florida
Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of
Substantial Completion from Engineer, the Owner, the Engineer, and the
Contractor shall conduct a walk-through inspection of the Project to document a
list of any items required to render the Work on the Project complete,
satisfactory, and 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 -14.0413 Add the following new paragraph immediately after paragraph GC 14.048:
00800-9
00800 - Supplementary Conditions 05-13 rev.doc
00800 9F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Hdmim\bid documents\Contract
Documents\00600 - Supplementary Conditions 05-13 rev. doc
C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will
deliver to Owner and Contractor a written recommendation as to division of responsibilities
pending final payment between Owner and Contractor with respect to security, operation,
safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and
guarantees
SC -14.07 Final Payment
SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following
paragraph in its place:
C. . Payment Becomes Due
1. Payment shall be made by OWNER to CONTRACTOR according to the " Local
Government Prompt Payment Act", Florida Statutes section 218.70, et. seq.
SC -15.01 OWNER May Suspend Work
SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its
place:
CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any
such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph
10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco-
nomic loss arising out of or resulting from such Work suspension.
SC -15.02 OWNER May Terminate For Cause
SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after
paragraph GC -15.02.A.4:
5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of
Dewatering Water From the Construction Site."
6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for
materials or labor in accordance with the respective agreements between the
CONTRACTOR and the Subcontractors or Suppliers.
SC -15.04 CONTRACTOR May Stop Work or Terminate
SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A:
SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A:
00800-10
00800 - Supplementary Conditions 05-13 rev.doc
00800 10FAPubIic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
SCA 6 DISPUTE RESOLUTION
SC -16.02 Mediation
SC -16 Add the following new paragraph immediately after paragraph GC -16.01.
SC -16.02 Mediation
A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled
Claims or counterclaims, disputes, or other matters in question between them
arising out of or relating to the Contract Documents or the breach thereof, to
mediation by a certified mediator of the 19th Judicial Circuit in Indian River County
unless delay in initiating arbitration would irrevocably prejudice one of the parties.
The mediator of any dispute submitted to mediation under this agreement shall not
serve as arbitrator of such dispute unless otherwise agreed.
SC -17 Miscellaneous
Add the following new paragraphs immediately after paragraph GC17.05:
SC -17.06 Liens
A. This project is a "Public Works" under Chapter 255, Florida Statutes. No
merchant's liens may be filed against the OWNER. Any claimant may apply to
the OWNER for a copy of this Contract. The claimant shall have a right of action
against the CONTRACTOR for the amount due him. Such action shall not
involve the OWNER in any expense. Claims against the CONTRACTOR are
subject to timely prior notice to the CONTRACTOR as specified in Florida
Statutes Section 255.05. The CONTRACTOR shall insert the following
paragraph in all subcontracts hereunder:
"Notice: Claims for labor, materials and supplies are not assessable against
Indian River County and are subject to proper prior notice to (CONTRACTOR'S
Name) and to (CONTRACTOR Surety Company Name) pursuant to Chapter
255 of the Florida Statutes. This paragraph shall be inserted in every sub -
subcontract hereunder." The payment due under the Contract shall be paid by
the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished
the OWNER with an affidavit stating that all persons, firms or corporations who
are defined in Section 713.01, Florida Statutes, who have furnished labor or
materials, employed directly or indirectly in the Work, have been paid in full. The
OWNER may rely on said affidavit at face value. The CONTRACTOR does
hereby release, remiss and quit -claim any and all rights he may enjoy perfecting
any lien or any other type of statutory common law or equitable lien against the
job.
++END OF SUPPLEMENTARY CONDITIONS++
00800-11
00800 - Supplementary Conditions 05-13 rev.doc
00800 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st St\Admim\bid documentslContract
Documents\00800 - Supplementary Conditions 05-13 rev.doc
DATE OF ISSUANCE:
SECTION 00942 - Change Order Form
No.
EFFECTIVE DATE:
OWNER: Indian River County
CONTRACTOR
Project: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71St
Street
OWNER's Project No. 1137 ENGINEER's Bid No. 2014044
You are directed to make the following changes in the Contract Documents:
Description:
Reason for Change Order:
Attachments: (List documents supporting change)
CHANGE IN CONTRACT PRICE:
Description
Amount
Original Contract Price
$
Net Increase (Decrease) from
$
previous Change Orders No.
to
Contract Price prior to this
$
Change Order:
Net increase (decrease) of this
$
Change Order:
Contract Price with all approved
$
Change Orders:
ACCEPTED:
By:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
Description
Time
Original Contract Time:
(days or dates)
Substantial Completion:
Final Completion:
Net change from previous Change
Orders No. to
(days)
Substantial Completion:
Final Completion:
Contract Time prior to this Change
Order:
(days or dates)
Substantial Completion:
Final Completion:
Net increase (decrease) this
Change Order:
(days or dates)
Substantial Completion:
Final Completion:
Contract Time with all approved
Change Orders:
(days or dates)
Substantial Completion:
Final Completion:
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
APPROVED:
By:
OWNER (Signature)
Date:
00942 - Change Order Form REV 04-07.doc
00942-1
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00942 -
Change Order Form REV 04-07.doc Rev. 05/01
SECTION 00946 - Field Order Form
DATE OF ISSUANCE:
Field Change No.:
EFFECTIVE DATE:
OWNER: Indian River County
CONTRACTOR
Project: Old Dixie Highway Resurfacinq (From the I.R.F.W.C.D. North Relief Canal to 71St
Street
OWNER's Project No. 1137 ENGINEER'S Bid No. 2014044
Field Activity Description:
Reason for Change:
Recommended Disposition:
Field Operations Officer / Engineer (Signature) Date
Disposition:
Contractor's Onsite Supervisor (Signature)
Distribution: Field Operations Officer Others as Required:
On-site Supervisor
Project File
* * END OF SECTION * *
Date
00946 - Field Order Form REV 04-07.doc
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st
St\Admim\bid documents\Contract Documents\00946 - Field Order Form REV 04-07.doc
DATE OF ISSUANCE:
SECTION 00948 - Work Change Directive
EFFECTIVE DATE:
No.
OWNER: Indian River County
CONTRACTOR:
Project: Old Dixie Highway Resurfacing From the I.R.F.W.C.D North Relief Canal to 71St
Street)
OWNER's Contract No. 1137
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
Contract Prices
❑ Unit Prices
II Lump Sum
II Other:
[( By Change Order:
Method of determining change in
Contract Times
II Contractor's Records
Q Engineer's Records
❑ Other:
[i 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:
RECOMMENDED:
APPROVED:
By:
By:
By:
CONTRACTOR (Signature)
ENGINEER (Signature)
OWNER (Signature)
Date:
Date:
Date:
* * END OF SECTION * *
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71 st
StWdmim\bid documents\Contract Documents\00948 - Work Change Directive Rev 06-2013.doc
DIVISION 1 GENERAL REQUIREMENTS
TITLE
SECTION NO.
SPECIAL PROVISIONS
01009
FORCE ACCOUNT
01024
FIELD ENGINEERING AND LAYOUT
01050
REFERENCE STANDARDS
01091
GENERAL QUALITY CONTROL
01215
PROGRESS MEETINGS
01220
CONSTRUCTION SCHEDULES
01310
SUBMITTAL OF SHOP DRAWINGS, PRODUCT
DATA AND SAMPLES
01340
CONSTRUCTION FACILITIES AND TEMPORARY
CONTROLS
01520
PROTECTION OF THE WORK AND PROPERTY
01541
ACCESS ROADS, PARKINGS AREAS AND USE OF
PUBLIC STREETS
01550
TRANSPORTATION AND HANDLING OF MATERIALS
01610
AND EQUIPMENT
STORAGE OF MATERIAL AND EQUIPMENT
01611
SUBSTITUTIONS
01630
SITE CLEANUP AND RESTORATION
01710
POST FINAL INSPECTION
01820
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\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, Indian River Farms Water Control
District, and all other applicable State or Federal agencies' specifications and permits.
In the event of a conflict, the more stringent specification or requirement shall govern.
E. Before performing any work outside the designated limits of the work site, secure any
necessary permits and authorization from the applicable owner, or verify in writing that
such has been previously obtained. Follow all requirements of any said permits or
authorization. Give the ENGINEER and appropriate owner ten (10) days minimum
notice before commencing construction operations outside the designated limits of the
work site.
01009-1 01009 -Special Provisions
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st St\Ndmim\bid documents\Contract Documents\01050 -Field
Engineering.doc
B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks,
reference points and property corners and will be responsible for any mistake
or loss of time caused by their unnecessary loss or disturbance. If the loss or
disturbance of the stakes or marks cause a delay in the Work, the
CONTRACTOR shall have no claim for damages or extension of time. Control
stakes, benchmarks, reference points and property corners disturbed by the
CONTRACTOR's work shall be replaced by a Florida Registered Land Sur-
veyor and Mapper, at the CONTRACTOR's expense. In the event the Owner
must provide the services of the Florida Registered Surveyor and Mapper to
perform this replacement work, the cost of the surveying services will be
deducted from any sums due the CONTRACTOR for the work performed under
this Contract.
C. All survey work shall be performed under the guidance and direction of a
Florida Registered Surveyor and Mapper.
D. All survey work for Record Drawings shall be performed by a Florida Registered
Surveyor and Mapper.
1_3 STATION BOARDS
A. CONTRACTOR shall erect and maintain white/black standard FDOT station
markers every 100 feet.
1.4 LAYOUT OF STRIPING
Establish by instrument, and mark the finished surface, the points necessary for
striping finished roadway in conformance with Section 5-7 of FDOT Standard
Specifications.
+ + END OF SECTION + +
1050-2 01050 Field Engineering
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\01050 -Field
Engineering.doc
SECTION 01091
REFERENCE STANDARDS
1.1 GENERAL
A. Whenever reference is made to the furnishing of materials or testing
thereof to conform to the standards of any technical society, organization
or body, it shall be construed to mean the latest standard, code,
specification or tentative specification adopted and published at the date
of advertisement for bids, unless noted otherwise in the Technical
Specifications or on the Drawings. When a reference standard is
specified, comply with requirements and recommendations stated in that
standard, except when they are modified by the Contract Documents, or
when applicable laws, ordinances, rules, regulations or codes establish
stricter standards. The list of specifications presented in Paragraph B is
hereby made a part of the Contract, the same as if repeated herein in full.
B. Reference to a technical society, organization, or body may be made in
the Specifications by abbreviations, in accordance with the following list:
AASHTO The American Association of State Highway and
Transportation Officials
ACI American Concrete Institute
AGA American Gas Association
AISC American Institute of Steel Construction
AISI American Iron and Steel Institute
ANSI American National Standards Institute
ASCE American Society of Civil Engineers
ASTM American Society for Testing and Materials
AWPA American Wood Preservers Association
AWWA American Water Works Association
AWS American Welding Society
FED.SPEC. Federal Specifications
01091-1 01091 Reference Standards
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\Contract
Documents\01091 -
Reference
Standards.doc
CRSI Concrete Reinforcing Steel Institute
FDEP/DEP Florida Department of Environmental Protection
DNR Department of Natural Resources
NCPI National Clay Pipe Institute
NEMA National Electrical Manufacturers Association
NEC National Electric Code
NSPE National Society of Professional Engineers
OSHA Occupational Safety and Health Administration
PCI Prestressed Concrete Institute
FDOT/DOT Florida Department of Transportation
U. L., Inc. Underwriter's Laboratories, Inc.
SSPC Steel Structures Painting Council
SJRWMD St. Johns River Water Management District
C. When no reference is made to a code, standard or specification, the
standard specifications of ASTM, FDOT, or ANSI shall govern.
D. In the event of a conflict between the specifications prepared by the
ENGINEER and the above referenced specifications and standards, or
any other regulatory specification or standard, the more stringent
requirement prevails.
+ + END OF SECTION + +
01091-2 01091 Reference Standards
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract
Documents\01091 -
Reference
Standards.doc
SECTION 01215
GENERAL QUALITY CONTROL
1.1 DESCRIPTION OF REQUIREMENTS
A. Definitions: Specific quality control requirements for the work are indicated
throughout the Contract Documents. The requirements of this section are
primarily related to the performance of the work beyond the furnishing of
manufactured products. The term "Quality Control' includes, but is not
necessarily limited to, inspection and testing and associated requirements.
This section does not specify or modify the OWNER and ENGINEER duties
relating to quality review and Contract surveillance.
1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS
A. Residual OWNER Responsibility: The OWNER will employ and pay for the
services of independent testing laboratories to perform those required
inspections and tests.
B. CONTRACTORS General Responsibility: No failure of test agencies, whether
engaged by the OWNER or CONTRACTOR, to perform adequate inspections
of tests or to properly analyze or report results, shall relieve the
CONTRACTOR of responsibility for the fulfillment of the requirements of the
Contract Documents. It is recognized that the required inspection and testing
program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and
governing authorities in the nominal determination of probable compliance with
requirements for certain crucial elements of work. The program is not intended
to limit the CONTRACTOR in his regular quality control program, as needed
for general assurance of compliance.
1.3 QUALITY ASSURANCE
A. General Workmanship Standards: It is a requirement that each category of
tradesman or installer performing the work be pre -qualified, to the extent of being
familiar with the applicable and recognized quality standards for his category of
work, and being capable of workmanship complying with those standards.
1.4 PRODUCT DELIVERY -STORAGE -HANDLING
Handle, store and protect materials and products, including fabricated components, by
methods and means which will prevent damage, deterioration and losses (and resulting
delays), thereby ensuring highest quality results as the performance of the work
progresses. Control delivery schedules so as to minimize unnecessary long-term
01215-1 01215 General Quality Control
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid
documents\Contract Documents\01215 General Quality.doc
storage at the project site prior to installation.
1.5 PROJECT PHOTOGRAPHS/VIDEOS
A. The CONTRACTOR shall make provisions, at his expense, for photographs and
video tapes of all work areas just prior to construction, and for unusual conditions
during construction. The photographs and videos shall show pertinent physical
features along the line of construction. The purpose of the videos is to determine
any damage to private or public property during construction. The video must be
performed by a professional videographer.
B. Pre -Construction Photographs and Video:
1. Contractor shall provide the Owner with photographs and video record and one
copy of the existing conditions prior to construction. These photographs and
videos shall be a standard DVD format and shall be narrated.
2. The photographs and video shall include, but not be limited to, the following
items shown in a clear manner:
1) All existing features within 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\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
FAPublic W orks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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 DraWngs.doc
01340-1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st SMdmim\bid documents\Contract
Documents\01340 - Submittal of Shop Drawings.doc
01340 — Submittal of Shop Drawings
1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP
DRAWINGS, PRODUCT DATA AND SAMPLES
A. Submit to:
Indian River County
Engineering Division
1801 27th Street
Vero Beach, FL 32960
B. A letter of transmittal shall accompany each submittal. If data for more
than one Section of the Specifications is submitted, a separate transmittal
letter shall accompany the data submitted for each Section.
C. At the beginning of each letter of transmittal, provide a reference heading
indicating the following:
1. 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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract
Documents\01340 - Submittal of Shop Drawings.doc
01340 — Submittal of Shop Drawings
01340 - Submittal of Shop Drawings.doc
01340-4
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\01340 - Submittal of Shop Drawings.doc
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 the I.R.F.W.C.D. North Relief Canal to 71St
Street)
Project No.: 1137
❑ 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Hdmim\bid documents\Contract
Documents\01340 -Submittal of Shop Drawings.doc
SECTION 01520
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
1.1 SCOPE
A. Provide all construction equipment and facilities and temporary controls
required to satisfactorily complete the work represented on the Drawings
and described in the Specifications.
1.2 RESPONSIBILITY
A. All construction facilities and temporary controls remain the property of the
Contractor establishing them and shall be maintained in a safe and useful
condition until removed from the construction site.
B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways,
sheeting, forms, barricades, drains, flumes, and the like, any of which may
be needed in construction of any part of the work and which are not herein
described or specified in detail, must be furnished, maintained and
removed by the CONTRACTOR, who is responsible for the safety and
efficiency of such work and for any damage that may result from their
failure or from their improper construction, maintenance or operation.
C. In accepting the Contract, the CONTRACTOR assumes full responsibility
for the sufficiency and safety of all hoists, cranes, temporary structures or
work and for any damage which may result from their failure or their
improper construction, maintenance or operation and will indemnify and
save harmless the OWNER and ENGINEER from all claims, suits or
actions and damages or costs of every description arising by reason of
failure to comply with the above provision.
1.3 TEMPORARY UTILITIES AND SERVICES
A. TEMPORARY WATER
1. Provide a temporary water service as required for all construction
purposes and pay for all water used.
2. Furnish potable drinking water in suitable dispensers and with cups
for use of all employees at the job.
3. Provide all temporary piping, hoses, etc., required to transport
water to the point of usage by all trades.
4. When temporary water service is no longer required, remove all
temporary water lines.
01520-1
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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:\PublicWorks\ENGINEERING DIVISION
PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\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.
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.
01541-2 F:\PublicWorks\ENGINEERING DIVISION
PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract
Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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.
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.
01541-3 F:\PublicWorks\ENGINEERING DIVISION
PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract
Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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.
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.
01541-4 F:\PublicWorks\ENGINEERING DIVISION
PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract
Documents\01541 - Protection of Property.doc
SECTION 01541
PROTECTION OF THE WORK AND PROPERTY
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:\PublicWorks\ENGINEERING DIVISION
PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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 providea minimum of
inconvenience to the public and to other traffic. Any earth or other excavated
material spilled from trucks shall be removed immediately by the CONTRACTOR
and the streets cleaned to the satisfaction of the Owner.
1.3 USE OF PUBLIC STREETS FOR HAUL ROADS
A. Prior to construction, the CONTRACTOR shall designate all proposed haul
roads to be used during the life of the project. Any earth or other materials
spilled from trucks shall be removed by the CONTRACTOR and streets
cleaned to the satisfaction of the Owner. He further shall be responsible for
repairs to any damages caused by his operations, prior to final payment.
B. All trucks carrying earth shall be covered while moving with an appropriate
tarpaulin. Should trucks hauling earth fail to cover their loads, the
CONTRACTOR will be given two (2) written warnings, after which the
CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner
when invoked by the Owner to Owner's Engineer. All cleanup shall be the
responsibility of the CONTRACTOR.
C. All trucks/moving equipment shall have backup warning horns in proper
working order while on the job site.
+ + END OF SECTION + +
01550 Access Roads
01550-1
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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 + +
46,
01610-2
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid
documents\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 andequipmentin accordance with manufacturer's -- -
recommendations and requirements of Specifications.
B. Make all arrangements and provisions necessary for the storage of materials
and equipment. Place all excavated materials, construction equipment, and
materials and equipment to be incorporated into the Work, so as not to injure
any part of the Work or existing facilities, and so that free access can be had at
all times to all parts of the Work and to all public utility installations in the vicinity
of the Work. Keep materials and equipment neatly and compactly stored in
locations that will cause a minimum of inconvenience to other contractors,
public travel, adjoining owners, tenants and occupants. Arrange storage in a
manner to provide easy access for inspection.
C. Areas available on the construction site for storage of material and equipment
shall be as shown or approved by the ENGINEER.
D. Store materials and equipment which are to become the property of the
OWNER to facilitate their inspection and insure preservation of the quality and
fitness of the Work, including proper protection against damage by extreme
temperatures and moisture.
E. Do not use lawns, grass plots or other private property for storage purposes
without written permission of the OWNER or other person in possession or
control of such premises.
F. CONTRACTOR shall be fully responsible for loss or damage to stored
materials and equipment.
G. Do not open manufacturers containers until time of installation unless
recommended by the manufacturer or otherwise specified.
H. When appropriate store materials on wood blocking so there is no contact with
the ground.
+ + END OF SECTION + +
01611-1 01611—Storage of Material
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid
documents\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 shalt
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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid
documents\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 hourly rate for review is $125 per hour. The
ENGINEER's estimated cost of review shall be provided to the CONTRACTOR
prior to proceeding with the review to allow the CONTRACTOR the opportunity to
rescind the request.
I. Engineer will be allowed a reasonable time within which to evaluate each
proposed substitution. Engineer will be the sole judge of acceptability and shall
have the right to deny use of any proposed substitution. The CONTRACTOR
shall not order, install, or utilize any substitution without either an executed
Change Order or Engineer's notation on the reviewed shop drawing. Owner may
require CONTRACTOR to furnish at CONTRACTOR's expense a special
manufacturer's performance guarantee(s) or other surety with respect to any
substitute and an indemnification by the CONTRACTOR. ENGINEER will record
time required by Engineer and Engineer's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents
occasioned thereby. Whether or not a proposed substitute is sued,
CONTRACTOR shall reimburse Owner for the charges of Engineer and
Engineer's consultants for evaluating each proposed substitute.
J. Substitute materials or equipment may be proposed for acceptance in
accordance with this Section. In the event that substitute materials or equipment
are used and are less costly than the originally specified material or equipment,
than the net difference in cost shall benefit the Owner and CONTRACTOR in
equal proportions. This cost difference shall not be reduced by any failure of the
CONTRACTOR to base his bid on the named materials or equipment.
+ + END OF SECTION + +
01630-3 01630 Substitutions
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid
documents\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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\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.
I. Keep the amount of dust produced during construction activities to a
minimum. At CONTRACTOR's expense, spray water or other dust control
agents over the areas, which are producing the dust. Schedule
construction operations so that dust and other contaminants will not fall on
wet or newly coated surfaces.
1.3 SITE CLEANUP AND RESTORATION
Prior to final completion, the OWNER, ENGINEER, INDIAN RIVER FARMS
WATER CONTROL DISTRICT, and CONTRACTOR shall review the site with
regards to site cleanup and restoration. Clean and/or restore all items
determined to be unsatisfactory by the OWNER or ENGINEER, at no additional
expense.
+ + END OF SECTION + +
01710 Site Cleanup
01710-2
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Hdmim\bid documents\Contract
Documents\01710 - Site Cleanup.doc
SECTION 01820
Post Final Inspection
1,1 GENERAL
-- Approximatelyy-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\1137-Old Dixie Hwy Resurfacing 53rd St to 71 st St\Admim\bid documents\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
Erosion and Water Pollution Control
SECTION NO. 00110
Clearing and Grubbing
SECTION NO. 00120
Grading, Excavation and Embankment
SECTION NO. 00120-2
Borrow Excavation (Millings)
SECTION NO. 00160
Stabilization
SECTION NO. 00283
Reclaimed Asphalt Base Course — Full Depth
Reclamation
SECTION NO. 00327
Milling of Existing Asphalt Pavement
SECTION NO. 00334
Superpave Asphaltic Concrete
SECTION NO. 00425
Inlets, Manholes and Junction Boxes
SECTION NO. 00520
Concrete Curb and Gutter
SECTION NO. 00536
Remove Existing Guardrail
SECTION NO. 00536A
Guardrail
SECTION NO. 00570
Performance Turf
SECTION NO. 00700
Signing and Pavement Markings
SECTION NO. 01000
Water and Sewer Utilities
SECTION NO. 02670
Flushing, Testing and Disinfecting
F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\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, 2010, and Supplemental Specification, Special Provisions and
addenda thereto, except as modified and supplemented hereinafter. Reference to
Article numbers herein -after apply to the FDOT Standard Specifications, and
reference in FDOT Standard Specifications to Department shall be taken as the
Owner or its appointed Representative. Wherever the Specifications,
Supplementals, etc. may refer to the "Owner", "Department", "State of Florida
Department of Transportation", or words relating to offices of State Government,
such words shall be taken as meaning Owner or Indian River County, Florida.
Wherever the word "Owner's Engineer", "District Engineer", "Engineer", "Project
Engineer", etc., appears, it shall be taken to mean the Registered Professional
Project Engineer of the Indian River County Public Works Department, Engineering
Division acting directly or through duly authorized representatives. Wherever the
word "Resident Engineer" appears, it shall be taken to mean an authorized
representative of the Owner's Engineer on the Project (Resident Construction
Inspector) who will act as an agent for Indian River County, assigned to observe
the progress quantity and quality of the work.
The work to be performed per line items 700 through 711 shall conform to the
applicable standards of Indian River County Typical Drawings for Pavement
Markings, Signing & Geometrics Dated July, 2011.
SECTION 4- SCOPE OF WORK
Section 4-3.9 Value Engineering Incentive is deleted in its entirety.
SECTION 101 - MOBILIZATION
The work specified in this section shall conform to Section 101 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction. (2010 Edition)
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
01025-1 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
— Sworn Statement under the Florida Trench Safety Act
E. Trench Safety Compliance (Shoring) shall be done and comply to Section 00454
— Sworn Statement under the Florida Trench Safety Act
SECTION 108 —RECORD/ AS -BUILT DRAWINGS
GENERAL
Maintain, prepare and provide the ENGINEER with record documents as specified below,
except where otherwise specified or modified within the scope of work provided in the
specific project contract documents. The Contractor and/or Developer shall be responsible
for, and required to provide, Record Drawings as outlined in this section.
MAINTENANCE OF RECORD DOCUMENTS:
1. Maintain in CONTRACTOR's field office in clean, dry, legible condition
complete sets of the following project documents: Drawings, Specifications,
Addenda, approved Shop Drawings, samples, photographs, Change Orders,
other modifications of Contract Documents, test records, survey data, Field
Orders, and all other documents pertinent to CONTRACTOR'S Work.
2. Provide files and racks for proper storage and easy access.
3. Make documents available at all times for inspection by ENGINEER and
OWNER.
4. Do not use record documents for any other purpose and do not remove them
from the field office.
5. Label each document "RECORD DRAWING" in 2 -inch high printed letters.
6. Keep record documents current at all times.
7. No work shall be permanently concealed until the required record data has
been obtained.
RECORD / AS -BUILT DRAWINGS
A. During the construction operation, the CONTRACTOR shall maintain records
of all deviations from the approved Project Plans and Specifications and shall
prepare therefrom "RECORD" drawings showing correctly and accurately all
changes and deviations from the work made during construction to reflect the work
as it was actually constructed.
B. The Record/As-Built survey shall be performed and subsequent plans
prepared by a Professional Surveyor and Mapper, registered in the state of
Florida and certified to the standards set forth in Chapter 472, Florida Statutes and
Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical
Standards).
C. Field measurements of vertical or horizontal dimensions of constructed
improvements shall be obtained so that the constructed facility can be delineated in
such a way that the location of the construction may be compared with the
01025-2 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
construction plans. Clearly shown by symbols, notations, or delineations, those
constructed improvements located by the survey.
D. All vertical information (elevations) provided on the Record Drawings shall be
referenced to the National Geodetic Vertical Datum of 1929 (NGVD 1929) unless
otherwise specified by the Project Engineer. A conversion to the North American
Vertical Datum of 1988 (NAVD 88) shall also be shown.
E. The horizontal information provided on the Record Drawings shall be referenced to
the State of Florida, State Plane Coordinate System, Florida East Zone as
established by Global Positioning System (GPS) which meets or exceeds Third
Order Class I Accuracy Standards according to current publication of the Federal
Geodetic Control Committee (FGCC) procedures.
F. All Record/As-Built drawings shall be prepared in digital format (ACAD Ver.2009 )
and shall utilize the digital design drawings as prepared by the Project Engineer as
a base for the Record/As-Built drawings It is the responsibility of the Surveyor to
request these files from the Contractor or Project Owner in order to produce the
Record/As-Built drawing set.
G. ALL improvements proposed to be constructed as shown on the approved
construction plans shall be field measured upon completion and shown on the
Record/As-Built survey. Any improvements that appear in both plan and profile
views shall show the Record/As-Built information in both views.
H. The following items are required to be shown on all Indian River County project
Record/As-Built drawings submitted to the County:
DRAINAGE:
1. 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.
01025-3 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each
side of Profile Grade Line (PGL), at medians at the high/low and PVI points
along Profile Grade Line (PGL).
3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as
applicable.
4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent
edge of pavement at curb inlets.
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.
01025-4 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
8. Any and all necessary dedicated easement locations, identified by O.R. Book
and Page Number.
PUMP / LIFT STATION:
Record Drawings shall show elevations for the top and bottom and diameter of wet
well along with invert of effluent line. Record Drawings should also indicate the
make, model number, horsepower, impeller and condition point of pumps selected
and installed, shape of wet well, location of control panel, location of pump out
connection, float level settings, any deviation from the plans, and serial number(s) of
the pump(s).
SURVEY CONTROL
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 2009 AND PDF format or in
current version as agreed by the ENGINEER.
C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record
drawing(s). Said drawing(s) shall clearly state type of survey, positional
tolerances, adhere and be certified to by a registered Professional Surveyor and
Mapper in the state of Florida, any standards set forth by Florida Statutes,
Administrative code and Minimum Technical Standards for As-Built/Record
01025-5 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
surveys.
D. All Record/As-Built drawings are subject to review and approval by County
Surveyor.
ACCURACY
The CONTRACTOR will be held responsible for the accuracy and completeness of
Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding
utilities as a result of incorrect data furnished by the CONTRACTOR.
COMPLETION OF WORK
Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings
to ENGINEER. Final payment will not be made until satisfactory record documents are
received and approved by ENGINEER.
[The remainder of this page was left blank intentionally]
01025-6 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
Board of Professional Surveyors and Mappers
Record As -Built Survey Checklist
Lic. Name Date:
Project Name: Old Dixie Highway Resurfacing (From the I R F W C D North Relief Canal
to 71111 Street)
Project No.: 1137
Chapter 61G17-6 Minimum Technical Standards F.A.C.
61G17-6.003 General Survey, Map, and Report Content Requirements
❑ (1) REGULATORY OBJECTIVE: The public must be able to rely on the
accuracy of measurements and maps produced by a surveyor and mapper.
In meeting this objective, surveyors and mappers must achieve the
following minimum standards of accuracy, completeness, and quality:
❑ (a) Accuracy of survey measurements based on the type of survey and
expected use.
❑ (b) Measurements made in accordance with the United States standard,
feet or meters.
❑ (c) Records of measurements maintained for each survey (check field
notes.)
❑ (d) Measurement and computation records dated.
❑ (e) Measurement and computation records substantiate the survey map.
❑ (f) Measurement and computation records support accuracy statement
(closure calculations or redundant measurements, if applicable.)
(2) Other More Stringent Requirements:
❑ (a) Met more stringent requirements set by federal, state, or local
governmental agencies.
(3) Other Standards and/or Requirements that Apply to All Surveys, Maps,
and/or Survey Products:
❑ (a) REGULATORY OBJECTIVE: In order to avoid misuse of a survey and
map, the surveyor and mapper must adequately communicate the survey
results to the public through a map, report, or report with an attached map.
(b) Survey map or report identified the responsible surveyor and mapper
and contain standard content. In meeting this objective, surveyors and
mappers must meet the following minimum standards of accuracy,
completeness, and quality:
❑ (c) Type survey stated on map and report:
As -Built Survey Construction Layout Survey
Boundary Survey Control Survey
Condominium Survey Hydrographic Survey
01025-7 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
Mean High Water Line Survey Specific or Special Purpose
Quantity Survey Survey
Record 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."
❑ 0) Insurance statement in 1/4" high letters "The survey depicted here is not
covered by professional liability insurance" if there is no professional liability
insurance.
❑ (k) Additions or deletions to survey maps or reports by other than the signing
party or parties is prohibited without written consent of the signing party or
parties.
❑ (1) All computed data or plotted features shown on survey maps supported by
accurate survey measurements unless clearly stated otherwise.
❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map
shall be substantiated by survey measurements unless clearly stated
otherwise.
❑ (n) Bearing reference (well established and monumented line)
❑ (o) A designated "north arrow"
❑ (p) Stated scale or graphic scale
❑ (q) Abbreviations in legend or notes.
❑ (r) Special conditions and any necessary deviation from the standards noted
upon the map or report.
❑ (s) Responsibility for all mapped features stated on the map or report
❑ (t) Map or report clearly states the individual primarily responsible for the map
or report when mapped features have been integrated with others.
01025-8 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc
(u) Map Accuracy.
(1) Vertical Feature Accuracy:
❑ (a) Vertical Control: Field -measured control for elevation information shown
upon survey maps or reports shall be based on a level loop or closure to a
second benchmark.
❑ (b) Closure in feet must be accurate to a standard of plus or minus .05 ft.
times the square root of the distance in miles.
❑ (c) All surveys and maps or reports with elevation data shall indicate the
datum and a description of the benchmark(s) upon which the survey is based.
❑ (d) Minor elevation data may be obtained on an assumed datum provided the
base elevation of the datum is obviously different than the established datum.
(2) Horizontal Feature Accuracy:
❑ (a) Horizontal Control: All surveys and maps or reports expressing or
displaying features in a publicly published coordinate system shall indicate
the coordinate datum and a description of the control points upon which the
survey is based.
❑ (b) Minor coordinate data may be obtained and used on an assumed datum
provided the numerical basis of the datum is obviously different than a
publicly published datum.
❑ (c) The accuracy of control survey data shall be verified by redundant
measurements or traverse closures. All control measurements shall achieve
the following closures:
Commercial/High Risk Linear: 1 foot in 10,000 feet;
Suburban: Linear: 1 foot in 7,500 feet;
Rural: Linear: 1 foot in 5,000 feet;
❑ (d) When statistical procedures are used to calculate survey accuracies, the
maximum acceptable positional tolerance, based on the 95% confidence
level, should meet the same equivalent relative distance standards as set
forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C.
❑ (e) Intended Display Scale: All maps or reports of surveys produced and
delivered with digital coordinate files must contain a statement to the effect
of: "This map is intended to be displayed at a scale of 1/ or smaller".
61G17-6.004 Specific Survey, Map, and Report Requirements
(1) As-Built/Record Survey:
❑ (a) Obtained field measurements of vertical or horizontal dimensions of
constructed improvements so that the constructed facility can be delineated
in such a way that the location of the construction may be compared with the
construction plans.
01025-9 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
❑ (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
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 101-1 - Mobilization - Lump Sum
SECTION 102 - MAINTENANCE OF TRAFFIC
The work specified in this item shall conform to Section 102 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010 Edition),
except as modified herein.
A. GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists
of maintaining traffic within the limits of the project for the duration of the construction
period, including any temporary suspensions of the work. It shall include the
construction and maintenance of any necessary detour facilities; the providing of
necessary facilities for access to residences, businesses, etc., along the project; the
furnishing, installing and maintaining of traffic control and safety devices during
construction, the control of dust through the use of calcium chloride if necessary, and
any other special requirements for safe and expeditious movement of traffic as may be
called for on the plans. The term, Maintenance of Traffic, as used herein, shall include
all of such facilities, devices and operations as are required for the safety and
convenience of the public as well as for minimizing public nuisance; all as specified in
this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions
Section.
B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall
present his Maintenance of Traffic Plan at the pre -construction conference. The
Maintenance of Traffic Plan shall indicate the type and location of all signs, lights,
barricades, striping and barriers to be used for the safe passage of pedestrians and
vehicular traffic through the project and for the protection of the workmen. The plan
will indicate conditions and setups for each phase of the Contractor's activities.
When the project plans include or specify a specific Maintenance of Traffic Plan,
alternate proposals will be considered when they are found to be equal to or better
than the plan specified.
In no case may the Contractor begin work until the Maintenance of Traffic Plan has
been approved in writing by the Engineer. Modifications to the Maintenance of Traffic
Plan that become necessary shall also be approved in writing. Except in an
emergency, no changes to the approved plan will be allowed until approval to change
such plan has been received.
The cost of all work included in the Maintenance of Traffic Plan shall be included in the
pay item for Maintenance of Traffic.
01025-11 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
The Contractor shall be responsible for performing daily inspections, including
weekends and holidays, with some inspections at nighttime, of the installations on the
project and replace all equipment and devices not conforming with the approved
standards during that inspection. The project personnel will be advised of the
schedule of these inspections and be given the opportunity to join in the inspection as
is deemed necessary.
C. TRAFFIC CONTROL - STANDARDS: The FDOT Design Standards For Design
Construction, Maintenance and Utility Operations On The State Highway System,
Edition as dated on the plans set forth the basic principles and prescribes minimum
standards to be followed in the design, application, installation, maintenance and
removal of all traffic control devices and all warning devices and barriers which are
necessary to protect the public and workmen from hazards within the project limits.
The standards established in the aforementioned manual constitute the minimum
requirements for normal conditions, and additional traffic control devices warning
devices, barriers or other safety devices will be required where unusual, complex or
particularly hazardous conditions exist.
The above referenced standards were developed using F.H.W.A., U.S.D.O.T. Manual
on Uniform Traffic Control Devices (MUTCD).
D. TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS -
INSTALLATION: The responsibility for installation and maintenance of adequate traffic
control devices, warning devices and barriers, for the protection of the travel in public
and workmen, as well as to safeguard the work area in general shall rest with the
Contractor. Consideration shall be given to recommendations of the Engineer. The
required traffic control devices, warning devices and barriers shall be erected by the
Contractor prior to creation of any hazardous condition and in conjunction with any
necessary re-routing of traffic. The Contractor shall immediately remove, turn or cover
any devices or barriers which do not apply to existing conditions. All traffic control
devices shall conform to MUTCD standards and shall be clean and relatively
undamaged. Damaged devices diminishing legibility and recognition, during either
night or day conditions, are not acceptable for use.
E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a
manner that no undue hazard will result due to the requirements of this article, and the
procedures and policies described therein shall in no way act as a waiver of any of the
terms of the liability of the Contractor or his surety.
F. Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic on
Old Dixie Highway at all times, or provide a suitable detour plan subject to approval by
the Indian River County traffic engineer.
01025-12 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Hdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 102-1 - Maintenance of Traffic - Lump Sum
SECTION 104 EROSION CONTROL AND TREATMENT OF DEWATERING WATER
AND STORMWATER FROM THE CONSTRUCTION SITE
PART 1 — GENERAL
1.1 SCOPE
A. This Section covers erosion control and the treatment of dewatering water and stormwater
runoff from the construction site and work area. The pollution control measures shall
prevent turbid or otherwise polluted waters from being discharged from the construction
site or work area, to undeveloped portions of the site or off-site.
B. The OWNER considers pollution from dewatering water and stormwater runoff from a
construction site or work area to be a very serious offense. The CONTRACTOR is
solely responsible for preventing pollution caused by dewatering water and stormwater
runoff from the construction site or work area.
C. The pollution control measures specified herein represent minimum standards to be
adhered to by the CONTRACTOR throughout the Project's construction. The OWNER
reserves the right to require the CONTRACTOR to employ additional pollution control
measures, when in the sole opinion of the OWNER, they are warranted. If site specific
conditions require additional erosion and stormwater pollution control measures during any
phase of construction or operation to prevent erosion or to control sediment or other
pollution, beyond those specified in the Drawings or herein, implement additional best
management practices as necessary, in accordance with Chapter 4, "Best Management
Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment
Control Inspector's Manual, and other references as may be required by regulatory
permits. (http://www.de6.state.fl.us./water/nonpoinVdocs/erosion/erosion-inspectors-
manual.pdo
D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this
Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the
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
01025-13 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event
of a conflict between the referenced Chapters and these Specifications, the more stringent
requirement shall prevail.
1.2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR
A. The OWNER has obtained certain permits for this project and they are listed in
paragraph SC -6.08 of the Supplementary Conditions. Per paragraph SC -6.08.0 of the
Supplementary Conditions, the CONTRACTOR shall apply for, obtain, and pay for all
other required permits, licenses, sampling, and tests. Permits the CONTRACTOR may
need to secure may include but not be limited to:
1. Long-term and/or short-term dewatering permit as required by the St. Johns
River Water Management District (SJRWMD). Generally, only the short-term
permit is required. Contact SJRWMD at (321) 984-4940 to determine which
permit is required and the associated statutory requirements;
2. SJRWMD RDS -50 Permit (required);
3. The State of Florida Generic Permit for Stormwater Discharge From Large
and Small Construction Activities (required). Contact the Florida Department
of Environmental Protection (FDEP) at (866) 336-6312 (toll free) or (850)
245-7522 or www.dep.state.fl.us/water/stormwater/nr)des/
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 complywith all conditions
contained in all permits at no extra cost to the OWNER. If there is a conflict between any
permit requirement and these Specifications, the more stringent specification or
requirement shall govern.
C. In addition to paying for all permit fees, CONTRACTOR shall also pay for all water quality
sampling and laboratory tests required by any permit.
1.3 GENERAL
A. Do not begin any other construction work until the pollution control and treatment
system has been constructed in accordance with approved plans and permits and
approved for use by the OWNER and applicable permitting authorities.
B. From time to time, the OWNER or ENGINEER will inspect the pollution control and
treatment system and may take effluent samples for analysis by a testing laboratory
selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER
determines that the pollution control and treatment system is not in compliance with
the approved system, the OWNER or ENGINEER will shut the portion of the project
down that is not in compliance, and it shall remain shut -down until the pollution control
and treatment system is properly constructed or repaired, and complies with the
approved pollution control and treatment system plans and specifications.
01025-14 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
C. Schedule construction to minimize erosion and stormwater runoff from the construction
site. Implement erosion control measures on disturbed areas as soon as practicable in
portions of the site where construction activities have temporarily or permanently
ceased, but in no case more than 7 days after the construction activity in that portion of
the site has temporarily or permanently ceased. In addition to other temporary erosion
control measures that may be implemented, application of polyacrylamide is required
on all such disturbed areas within 7 days after the construction activity in that portion of
the site has temporarily or permanently ceased, unless final landscaping has been
installed. Polyacrylamide application shall be as specified herein.
D. Inspect each pollution control system at least once per day and after each rainfall
event. Clean and maintain each pollution control system as required by its
manufacturer or the OWNER, until the system is no longer needed. If a water quality
violation occurs, immediately cease all work contributing to the water quality violation
and correct the problem.
E. Discharge shall not violate State or local water quality standards in the receiving
waters, nor cause injury to the public health or to public or private property, nor to the
Work completed or in progress. The receiving point for water from construction
operations shall be approved by the applicable owner, regulatory agency, and the
ENGINEER.
F. Promptly repair all damage at no cost to the OWNER.
1.4 SUBMITTALS
A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment
systems in accordance with Section 1340.
B. Stormwater Pollution Prevention Plan.
1.5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS
REQUIRED FOR INSTALLATION, AND MAINTENANCE
A. State Certified Erosion Control Specialty Subcontractor is Required for Installation and
Maintenance: Installation and maintenance of all erosion and stormwater pollution
control devices, shall be by a State Certified erosion control subcontractor who
specializes in the installation and maintenance of such devices. After installation, this
specialty subcontractor shall maintain the erosion and stormwater pollution control
devices until in the ENGINEER's sole opinion, the devices are no longer necessary
(such time not to extend past the date the OWNER formally accepts the project as
complete). Before beginning construction, submit to Indian River County for review
and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the
certified erosion control subcontractor. Construction shall not begin until the SWPPP
has been approved by Indian River County. Submit the approved SWPPP to the
01025-15 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Hdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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 maybe further defined in paragraphs 1.6.13, 1.6.C,
and 1.6.D, "pollution" is the presence in off-site waters of any substances,
contaminants, or manmade or human -induced impairment of off-site waters or
alteration of the chemical, physical, biological, or radiological integrity of off-site water
in quantities or at levels which are or may be potentially harmful or injurious to human
health or welfare, animal or plant life, or property. Pollutants to be removed include but
are not limited to, sediment and suspended solids, solid and sanitary wastes,
phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer
washout, curb machine washout, washout from other construction equipment,
construction chemicals, and construction debris.
B. When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When . .
. An existing water body (including ditches and canals) is defined to be polluted by the
CONTRACTOR's operations when at any time, the turbidity of the water immediately
downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric
turbidity units (NTUs) higherthan the turbidity of the background water upstream of the
discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the
discharge is directly into or through an outfall discharging into "Outstanding Florida
Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged
water cannot exceed the turbidity of the immediate receiving water. The ENGINEER
or OWNER shall determine the locations where the turbidity is measured.
C. When the Discharge is not Directly Into an Existing Water Body, Pollution Occurs
When ... In some instances, dewatering water or stormwater runoff from the
construction site or work area may reach a water body indirectly, such as after traveling
through pipes or by overland flow. Before construction commences, the Contractor will
measure background levels of total suspended solids (TSS) and turbidity, in the
immediate vicinity of the discharge water's ultimate discharge point into the receiving
water body. If the discharge water's TSS and turbidity measurements exceed these
pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity,
then the discharge from the CONTRACTOR's operations is defined to be polluted.
D. Pollution Always Occurs When ... The discharge from a construction site or work
area is defined to be polluted whenever the pH of the discharge is less than 6.5 or
greater than 8.5, or whenever any of the following is present in the discharge water:
(1) Hazardous waste or hazardous materials in any quantity,
(2) Any petroleum product or by-product in any quantity,
(3) Any chemical in any quantity, or
(4) Concentrated pollutants.
01025-16 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
E. Above paragraphs 1.6.13, 1.6.C, and 1.6.D do not in any way, limit the types of
conditions in which pollution may be determined to occur.
1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION
A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by
dewatering water or stormwater runoff from the construction site, the OWNER will
immediately report the violations to the Indian River County Code Enforcement Board,
SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter
298 Drainage District, as appropriate), and other pertinent regulatory or enforcement
agencies.
PART 2 - MATERIALS AND INSTALLATION
2.1 GENERAL
A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare
ground to reduce the potential for erosion. PAM may also be used in water bodies to
remove turbidity. Use the anionic form of polyacrylamide that does not stick to fish
gills. For PAM information and its proper application, contact Applied Polymer
Systems, Inc., (678) 494-5998, www.siltstop.com.
B. Staked Silt Fences:
1. General: Use silt fences to control runoff from the construction site where the
soil has been disturbed.
2. Installation: Install per the manufacture's recommendations and as specified
herein. In general, install the silt fence in a manner that allows it to stop the
water long enough for the sediment to settle while the water passes through the
silt fence fabric. All supporting posts shall be on the down-slope side of the
fencing. Place the bottom of the fabric 6 -inches minimum, under compacted
soil to prevent the flow of sediment underneath the fence. Place silt fences
away from the toe of slopes. Otherwise, install in accordance with FDOT Index
No. 102.
3. Product: All material shall be new and unused. Use FDOT Types II through IV
silt fences where large sediment loads are anticipated, where slopes are 1:2
(vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use
FDOT Type III silt fence.
(a) For FDOT Type III Silt Fence - ACF Environmental, Catalog No. 360800000,
Florida DOT Silt Fence. U.S. Sieve = 30, tensile strength = 120 pounds. The
heavy-duty filter fabric shall be pre -attached to 48 -inch long stakes on 6 -foot
centers. (1-800-448-3636).
(b) For FDOT Type IV Silt Fence, modify the above Catalog No. 360800000 to
comply with FDOT Index No. 102.
(c) Or equivalent.
C. Turbidity Barriers:
01025-17 Technical Specifications
F:\PublieWorks\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
01025-18 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
CONTRACTOR'S AFFIDAVIT REGARDING POLLUTION
This sworn statement is submitted to Indian River County Project No. 1137 for
Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st
Street)
STATE OF _
COUNTY OF
Personally before me the undersigned authority, appeared
who upon oath duly
administered, stated as follows:
1. This sworn statement is submitted by the CONTRACTOR
whose business address is
and (if applicable) its Federal Identification No.(FEIN) is
2. My name is
and my relationship to the
entity named above is
(If signing as Owners Agent, attach Letter of Authorization to Sign from Owner)
3. 1 understand and agrees that in addition to complying with the terms and conditions of the
Stormwater Management System Permit issued by Indian River County, Contractor is
responsible for complying with the terms and conditions of the following as applicable to
the site:
(a) State of Florida Generic Permit for Stormwater Discharge From Large and Small
Construction Activities (for projects one acre or larger),
(b) Stormwater Pollution Prevention Plan (regardless of project size),
(c) St. Johns River Water Management District permit(s) (regardless of project size),
(d) Florida Department of Environmental Protection permit(s) (regardless of project
size),
(e) All other permits required for this project not specifically listed herein, and
(f) All Codes and Ordinances of Indian River County.
4. 1 understand and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7)
includes: ". . . the presence in the outdoor atmosphere or waters of the state of any
substances, contaminants, noise, or manmade or human -induced impairment of air or waters
or alteration of the chemical, physical, biological, or radiological integrity of air or water in
quantities or at levels which are or may be potentially harmful or injurious to human health or
01025-20 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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. 1 understand and agrees that in addition to the definition set forth in Item 4 above,
"pollution" is also defined by Florida Administrative Code 62-302.530 and as may be
further defined in the Indian River County permit(s).
6. 1 understand that Indian River County requires the design, installation, and maintenance of
proper erosion control measures at all times during construction until complete
stabilization is achieved at the project site. Contractor understands that this requirement
is for this project regardless of the project size.
7. 1 understand that there are civil and criminal penalties for pollution listed in Florida Statutes
Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River
County's permits, including but not limited to, Indian River County issuing a Cease and
Desist Order for the project. Contractor understands that it may be liable for these and
other penalties if offsite pollution occurs as a result of activities associated with the
Project.
8. Transfer of Ownership or County Issued Permits:
(a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of
ownership or control of the real property at which the permitted activity, facility, or
system is located or authorized, the Contractor shall notify in writing, both the Indian
River County Engineering Division and the Indian River County Stormwater Division
of the transfer. Contractor shall provide the name, mailing address, and telephone
number of the transferee and a copy of the instrument effectuating the transfer. Said
notification is in addition to notifying the County Attorney's Office as required by
County Code.
(b) Transfer of a County Permit. To transfer a County issued permit, Contractor must
provide (1) the information required in Item 8(a); (2) a written statement from the
proposed transferee that it will be bound by all terms and conditions of the permit;
and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon
proper receipt of these items the County shall transfer the permit to the transferee.
(c) Contractor is encouraged to request a permit transfer prior to the sale or legal
transfer of the real property at which a permitted facility, system, or activity is located
or authorized. However, the transfer shall not be effective prior to the sale or legal
transfer.
(d) An "Illicit Discharge Sign" must be present at the site at the time of transfer.
Replacement or additional signs may be obtained from the Indian River County
Public Works Department at a cost of $30.00 per sign.
[The remainder of this page was left blank intentionally]
01025-21 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts
stated in it are true.
FURTHER AFFIANT SAYETH NAUGHT
Contractor:
Authorized Signature:
(if signing as Owner's Agent, attach Letter of Authorization to Sign from Owner)
Printed Name:
Date:
The foregoing instrument was subscribed and sworn to before me this day of
, 20_ by
is personally known to me or has produced
identification and who did take oath.
My Commission expires:
Notary Public State of Florida at Large
+ + END OF SECTION + +
FT -1
who
01025-22 Technical Specifications
I'APublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.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. (2010) with the
following modifications:
A. Prior to any clearing and grubbing, the contractor will stake the right-of-way.
Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish
and other perishable or objectionable matter within limits shown on the plans
excepting for certain trees and shrubs shown on the plans or as directed by the
Engineer which are to remain undisturbed and protected. Stumps and roots between
slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a
depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any
description shall remain under concrete slabs or footing, including pavement and
sidewalks.
B. No trees shall be removed or relocated until the Engineer or his representative has
marked all trees to be saved, after a review of the project site with the Contractor's
representative.
C. Where the final pavement or structural work will be close to existing trees, the
Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall
saw cut along the edge of the outside limits of the stabilization, structure subgrade or
sidewalk to a minimum depth of 4 feet below the finish grade and paint with a
commercial grade pruning paint the ends of all sawn roots. If directed by the Engineer
or where shown on the drawings, work shall be done by hand in order to protect the
trees.
D. The Contractor shall exercise care when working in the vicinity of all trees to remain
so as to not damage or remove major root structures. The Contractor shall not pull
hair or major root structures. All severed roots shall be sawn clean and paint with
pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by
the Contractor. Undesirable, dead, and/or damaged trees (as so designated by the
Engineer) shall be removed.
E. All trees to be removed shall be disposed off site; burning will be strictly prohibited.
F. All trees or shrubs which are to remain shall be preserved and protected by the
Contractor. Where the removal of valuable trees or shrubs specifically for
transplanting is required, this work shall be done in cooperation with the Owner and at
no additional expense to the Owner.
G. All items to be removed shall be excavated to their full depth. All culverts removed
from residential driveway entrances within the right-of-way shall become the property
of the respective homeowner. Those homeowners not desiring the culverts may
donate them to the County free of charge. (See Paragraph C, Special Provisions)
01025-23 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.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 No. 110-1-1 - Clearing and Grubbing — Acres
Bid Item 570 — Mailbox (Relocation) — Lump Sum
SECTION —120 — GRADING. 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.
01025-24 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.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 Grading, Excavation and Embankment - Per Square Yard
SECTION —120-2 BORROW EXCAVATION (ASPHALT MILLINGS)
Description — borrow Excavation consists of the excavation and utilization of material from
authorized borrow pits, including only material that is suitable for the construction of
roadway embankments or of other embankments covered by the contract. Borrow material
used in this project is to consist of asphalt millings.
Bid Item No. 120-2 Borrow Excavation (millings) — Per Cubic Yard
SECTION -160 STABILIZATION
A. Sub Article 160-5.1 is modified by the addition of the following:
"The stabilization thickness indicated on plans shall be considered a minimum
thickness. Thickness will vary to conform to the lines, and grades shown in the plans."
Minimum L.B.R. = 40 - No under -tolerance.
01025-25 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Item of Payment
Payment shall be made under:
Bid Item No. 160-4 - Type B Stabilization LBR40 (12") - Per Square Yard
SECTION - 283 - RECLAIMED ASPHALT 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
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
01025-26 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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 2010, of the Florida
Department of Transportation.
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
01025-27 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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 -1 H 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
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 less 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 less 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
01025-28 Technical Specifications
FAI?ublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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 printed flyers. 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.
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 load-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,
01025-29 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StMmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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 -1 h 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.
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. There is no
additional payment for removal of material.
Items of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 285-7 — Full Depth Reclamation Bituminous Asphalt — Per Square Yard
Bid Item No. 300-1 —Asphalt Emulsion type CSS -1 h,Based on 2.75 Gal/SY — Per
Gallon
01025-30 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
SECTION — 327 - MILLING OF EXISTING ASPHALTIC PAVEMENT
The work specified in this item shall conform to Section 327 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010).
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 327-70-1 — Milling Existing Asphalt Pavement (1 Y2"Avg.) — Per
Square Yard
SECTION — 334 SUPERPAVE ASPHALTIC PAVEMENT
The work specified in this item shall conform to Section 337 of the Florida
Department of Transportation Standard Specifications for Road and Bridge
Construction (2010).
Sub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its
entirety.
Sub article 334-8.4 — Payment shall be amended as follows:
Item No. 334-1-13A — Superpave Asphaltic Concrete -1 Y2" SP 9.5
Traffic Level "C" — Per Square Yard.
Item No. 334-1-13 — Superpave Asphaltic Concrete — 1 Y2" SP 12.5
Traffic Level "C" — Per Square Yard.
SECTION - 425 — INLETS. MANHOLES AND JUNCTION BOXES
The work specified in this item shall conform to Section 425 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010).
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item 425-6 - Water Valve Box Adjust - Per Each
Bid Item 425-6A - Air Release Valve Adjustment - Per Each
Bid Item No. 425-1-521 - Inlets (Ditch Bottom) (Type C) (<10') - Per Each
SECTION - 520 - CONCRETE CURB AND GUTTER
The work specified in this item shall conform to Section 520 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010).
Item of Payment
01025-31 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
Payment for the work specified in this item shall be made under:
Bid Item No. 520-1-10 — Concrete Curb and Gutter (Type "F") — Per Linear foot
SECTION — 536 — REMOVE EXISTING GUARDRAIL
The contractor shall remove, dispose of all existing guardrail and posts, and all other guardrail
parts. Contractor shall restore all disturbed areas. Contractor shall deliver all salvageable
parts of the guardrail system as deemed necessary by the engineer to the Indian River
County Road & Bridge site.
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 536-73 — Remove Existing Guardrail — Per Linear Foot
SECTION — 536A — GUARDRAIL
The work specified in this item shall conform to Section 536 of the Florida Department of
Transportation Standard Specifications for Road and Bridge Construction (2010).
Guardrail quantity extends through the limits of end anchorage assemblies.
Item of Payment
Payment for the work specified in this item shall be made under:
Bid Item No. 536-1-1 — Guardrail - Roadway — Per Linear Foot
Bid Item No. 536-85-22 — ET -2000 End Anchorage Assembly — 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 (2010).
A. Description: Sod for the project shall be of the variety that is common to the area
and of a variety approved by the Engineer. This work shall also include mowing in
accordance with Section 104-7.2, to be mowed at 6" height with a mulching mower.
B. Work Included: Scope of Work: The work specified in this section consists of the
establishing of a stand of grass, within the project, right-of-way, easements, and other
areas indicated on the Drawings, by furnishing and placing grass sod. Also included
are fertilizing, watering and maintenance as required to assure a healthy stand of
grass. Two applications of fertilizer will be required with the initial application being
fertilizer and the second application being "weed and feed".
C. Guarantee: All sodded areas shall be guaranteed for three months after date of final
acceptance.
Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a
square) indication of probable non survival or lack of health and vigor, or which do not
exhibit the characteristics to meet specifications, shall be replaced within two weeks of
notice from Owner or Engineer. All replacement sod shall be furnished/installed at no
01025-32 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
additional cost to the Owner and shall be guaranteed for three months. All replacement
shall meet original specifications.
The Contractor shall notify the Owner and Engineer ten days prior to the end of the
guarantee period and such guarantee shall be extended until notification is received.
At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall
be replaced within two weeks.
D. Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws.
The numerical designations for fertilizer indicate the minimum percentages
(respectively) of (1) total nitrogen, (2) available phosphoric acid and (3) water-soluble
potash contained in the fertilizer.
The chemical designation of the fertilizer shall be 16-4-8. Fertilizer shall include iron,
minor nutrients and trace elements. At least 50 percent of the nitrogen shall be derived
from organic sources. At least 50 percent of the phosphoric acid shall be from normal
super phosphate or an equivalent source which will provide a minimum of two units of
sulfur. The amount of sulfur shall be indicated on the quantitative analysis card
attached to each bag or other container.
Contractor shall ensure 1 pound of nitrogen per 1,000 square feet.
E. Water for Grassing: Contractor shall provide the water used in the sodding
operations as necessary to meet the requirements of Article 570-5 and 2.34.8.
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
01025-33 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
staggered areas, the offsets of individual strips shall not exceed 6 inches. In order to
prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod
shall be tamped so as to produce a featheredge effect.
Where sodding is placed abutting paved shoulder, the contractor is to ensure that the
finished sod elevation is 1 Y2' below paved shoulder.
On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means
of wooden pegs driven through the sod blocks into firm earth, at suitable intervals.
Sodding shall not be performed when weather and soil conditions are, in the
Engineer's opinion, unsuitable for proper results.
Sod shall be placed around all structures, equipment pads, etc.
I. Watering: The areas on which the sod is to be placed shall contain sufficient moisture,
as determined by the Engineer, for optimum results. After being placed, the sod shall
be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks.
Thereafter, the Contractor shall apply water as needed until the sod roots and starts to
grow for a minimum of 60 days (or until final acceptance, whichever is latest).
J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a
satisfactory condition until final acceptance of the project. Such maintenance shall
include repairing of any damaged areas and replacing areas in which the establishment
of the grass stand does not appear to be developing satisfactorily.
Replanting or repair necessary due to the Contractor's negligence, carelessness or
failure to provide routine maintenance shall be at the Contractor's expense.
The Contractor shall maintain the sodded area up to the final acceptance date as
directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings
shall be removed from sidewalk.
K. Article 570-9. The first two paragraphs under this Article are deleted and the
following substituted:
The contract unit price for sodding shall include the costs of sod, fertilizer (2
applications), sidewalk sweeping after mowing, mowing, pegging disposal of clippings,
water, tools, equipment, labor and all other incidentals necessary.
Item of Payment
Payment shall be made under:
Bid Item No. 570-1-2 — Performance Turf (Sod) (Bahia) - Per Square Yard
SECTION - 00700 SIGNING AND PAVEMENT MARKINGS
A. Signing and pavement marking for traffic control shall conform to the
requirements of the Standard Specifications (2010), Manual on Uniform Traffic Control
Devices, Supplemental Specifications, Roadway and Traffic Design Standards,
manufacturer's specifications.
01025-34 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Hdmim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
B. Traffic Signs: All existing signs which are the property of the Owner shall be
transported to the Indian River County Road and Bridge Maintenance Yard by the
Contractor during construction if they are within the construction limits. Care shall be
exercised by the Contractor during removal, storage and relocation so as not to
damage the signs. If any damage occurs, as determined by the Owner's Engineer or
Resident Construction Inspector, the sign shall be replaced by the Contractor with no
compensation.
C. All reflective pavement markers shall be 4" x 4".
Item of Payment
Payment shall be made under:
Bid Item 700-20-11 — Single Post Sign (R2-1, 45 MPH) — Per Each
Bid Item 700-20-40 - Single Sign Post Relocation — Per Each
Bid Item 706-3 - Retro -reflective Pavement Markers Amber/Amber — Per Each
Bid Item 711-11-121 - Solid Traffic Stripe (6" White) Thermoplastic — Per Linear Foot
Bid Item 711-11-123 — Solid Traffic Stripe (12" White) Thermoplastic— Per Linear Foot
Bid Item 711-11-124 - Solid Traffic Stripe (18" White) Thermoplastic— Per Linear Foot
Bid Item 711-11-125 - Solid Traffic Stripe (24" White) Thermoplastic— Per Linear Foot
Bid Item 711-11-141 - Skip Traffic Stripe (6" White 6'-10') Thermoplastic — Per
Linear Foot (Includes skip)
Bid Item 711-11-170 — Turn Arrows, Thermoplastic — Per Each
Bid Item 711-11-221 — Solid Traffic Stripe (Single 6" Yellow) Thermoplastic — Per
Linear Foot
Bid Item 711-11-221A — Solid Traffic Stripe (Double 6" Yellow) Thermoplastic — Per
Linear Foot (Includes both lines)
Bid Item 711-11-224 — Solid Traffic Stripe (Single 18" Yellow) Thermoplastic — Per
Linear Foot
Bid Item 711-11-241 — Skip Traffic Stripe (6" Yellow 10'-30') Thermoplastic — Per
Linear Foot (Includes skip)
Bid Item 711-11-251 — Skip Traffic Stripe (6" Yellow 6'-10') Thermoplastic — Per
Linear Foot (Includes skip)
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", March, 2014. This
document can be obtained online at www.ircutilities.com
Relocation of existing fire hydrants shall include the cost of all pipe, fittings, retaining
01025-35 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
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", March, 2014. This document can be obtained online at
www.ircutilities.com
C. Earthwork and Backfill
Compaction - All fill must be compacted by hand tamping from under the pipe up to the
center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a
minimum compaction of 98 percent of maximum density in roadways and shoulders
and 95 percent in easements, in accordance with AASATO T-180 and D-2167.
D. Ductile Iron Pipe and Fittings
General:
All ductile iron pipe shall be manufactured in accordance with AWWA
Specifications C-150 & C-151. All buried ductile iron pipe shall be
manufactured in accordance with AWWA Specification C-151 and shall
be Class 52 minimum. All exposed ductile iron pipe shall be Class 53
minimum.
2. Fittings:
All underground fittings shall be either bell and spigot, or mechanical
joint. Mechanical joints shall conform to AWWA specification C110
(ANSI 21.10-87), or latest revision. All exposed aboveground fittings
shall be flanged joint.
3. Bell and Spigot Connections:
Joints in bell and spigot pipe shall be push -on, mechanical, or restrained
joints in accordance with AWWA Standard C-111 (ANSI 21.11-85), or
latest revision. Mechanical joint pipe set -screw type retainer glands will
not be permitted.
4. Flanged Connections:
Flanged pipe with screwed -on flanges shall be furnished with long hubs,
and the flanges shall be screwed on the threaded end of the pipe in the
shop, and the face of the flange and end of pipe refaced together. There
shall be no leakage through the pipe threads and the flanges shall be
designed to prevent corrosion of the threads from outside. The back of
the hub shall be caulked where the hub threads joint with the pipe.
5. Valve Box Adjustments:
Cost of valve nut extenders shall be included in cost of valve box
adjustments where needed.
01025-36 Technical Specifications
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
E. Disinfecting Potable Water Pipelines
Before being placed in service, all potable water pipelines shall be chlorinated in accordance
with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting Water Mains",
except that the use of tablets is strictly prohibited. The procedure shall be approved by the
Engineer. The location of the chlorination and sampling points will be as specified by the
Florida Department of Environmental Protection, Water Distribution System Permit. Taps for
chlorination and sampling shall be uncovered and backfilled by the Contractor, as required.
SECTION - 02670 FLUSHING TESTING AND DISINFECTING
PART 1 - GENERAL
1.01 WORK INCLUDED
A. Flushing, Pressure Testing, and Disinfection of all piping systems.
B. Contractor shall furnish all necessary pumps, hoses, piping, fittings, meters,
gauges, chemicals and labor to conduct specified testing.
C. Testing shall be repeated at the Contractor's expense until satisfactory results are
achieved.
D. Refer the specific chemical system specification section for additional flushing and
testing procedures.
1.02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
A. Section 1000 —Water and Sewer Utilities
1.03 REFERENCES
A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains.
1.04 SUBMITTALS
A. Test Reports: Indicate results comparative to specified requirements. Submit
two (2) copies of test results to Engineer in accordance with Submittal
specifications.
1.05 QUALITY ASSURANCE
A. Perform Work in accordance with ANSI/AWWA C651.
1.06 REGULATORY REQUIREMENTS
A. Conform to applicable Florida DEP requirements for performing the work of
this Section.
B. Work shall conform to Indian River County Standards.
PART 2 - PRODUCTS
2.01 DISINFECTION CHEMICALS
A. Chemicals: The disinfecting agent shall be sodium hypochlorite solution
ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301. Dry hypochlorite,
similar to "HTH" or equal may also be used as the disinfecting agent.
PART 3 - EXECUTION
3.01 EXAMINATION
01025-37 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
A. Verify that piping systems have been cleaned, inspected, and tested.
B. Coordinate scheduling of flushing, pressure testing, and disinfection activities
with tie-ins, certifications, and sequence of construction.
3.02 FLUSHING AND PRESSURE TESTING - PIPING
A. The Contractor shall furnish and install suitable temporary testing plugs or caps for
the water lines, all necessary pressure pumps, hose, pipe connections, meters,
gauges and other similar equipment, and all labor required, all without additional
compensation for conducting pressure and leakage tests and flushing of the
piping. Flushing and pressure testing shall be conducted in the following order.
B. After all piping lines have been installed and before pressure testing, each run of
pipe shall be thoroughly flushed so as to remove all debris and foreign matter
from the piping and equipment. Clean and flush all piping using potable water.
Sufficient flushing water and pigging shall be introduced into the piping to
produce a discharge that is clear with no evidence of silt or foreign matter is
visible. Contractor to provide means of discharging and disposing of water at
Contractor's expense.
C. Pressure testing ductile iron piping systems:
1. The test pressure for the water piping, irrigation quality water piping, and
force main piping systems constructed of ductile iron shall be 150 psi
and this pressure shall be maintained for a period of not less than two
hours. Tests shall be made between valves and as far as practicable
and as approved by the Engineer. Potable water from the distribution
system shall be used. Pressure shall not vary more than five (5) psi for
piping during the test periods or as approved by the Engineer. Allowable
leakage shall be computed on the basis of AVWVA C-600.
2. All leaks evident at the surface shall be uncovered and repaired
regardless of the total leakage as indicated by the test, and all pipes,
valves and fittings and other materials found defective under the test
shall be removed and replaced at the Contractor's expense. Tests shall
be repeated until leakage has been reduced below the allowable
amount.
3. In the judgment of the Engineer, should it not be practical to follow the
foregoing procedures exactly for any reason, modifications in the
procedure shall be made as approved by the Engineer. In any event, the
Contractor shall be responsible for the ultimate water tightness of the
piping within the preceding requirements.
3.03 DISINFECTION
A. The Contractor shall furnish and install suitable temporary connections to the
piping, all necessary pressure pumps, hose, pipe connections, meters, gauges
and other similar equipment, and all labor required, all without additional
01025-38 Technical Specifications
FAIDublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
compensation for the disinfection of all required piping systems. Disinfection
shall be conducted on the following systems:
1. Water main piping and valves.
B. Conform to AWWA Standards and as modified herein.
C. Maintain disinfectant for a minimum of 8 hours in such a manner that the entire
system will be filled with water containing a minimum chlorine concentration of
50 ppm at any point.
D. After the disinfecting agents have been permitted to remain for the specified
contact periods, the water lines, and valves shall be thoroughly flushed with
water until the residual chlorine tests are less than 2 PPM in each instance.
The determination of the amount of residual chlorine in the system shall be
made at such points and in accord with standard tests by means of a standard
orthotolodine test set.
3.04 BACTERIOLOGICAL SAMPLING
A. It shall be the responsibility of the Contractor under this contract to perform the
bacteriological testing required by the Florida Department of Environmental
Protection and Indian River County to obtain clearance of the water main
piping. The Contractor shall be responsible to disinfect and repeat testing as
needed until clearance is obtained for all required plant systems. The
Contractor shall be responsible to pay for additional water needed if the
bacteriological testing must be repeated for the clearance of the ground storage
tank.
B. The piping systems require two (2) consecutive daily samples taken from the
locations called out on the plans or as determined by the Engineer. The
samples shall be taken at all the respective sample point locations.
C. Sampling must be coordinated with Engineer and other construction activities so
as to minimize re -sampling.
D. Contractor shall submit schedule for bacteriological testing and pressure tests.
E. The Contractor shall incur all costs needed to provide bacteriological clearance of
the piping systems.
3.11 QUALITY CONTROL
A. The laboratory and personnel collecting bacteriological samples shall be Florida
State certified in accordance with FDEP requirements.
Item of Payment
Payment shall be made under:
Bid Item 166-4800 — Relocate Existing Fire Hydrant — Per Each
+ + END OF SECTION + +
01025-39 Technical Specifications
FAPublic Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid
documents\Contract Documents\Technical Specifications REVISED.doc
APPENDIX `A'
GEOTECHNICAL REPORT
Appendix A -Geotechnical Reports
F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st
St\Admim\bid documents\Contract Documents\APPENDIX A - Geotechnical Reports.doc
DUNKEbBERGER
engineering & testing, inc.
www.dunkelborger-ongineering.com
• Fort Lauderdale
• Lakeland
• Port Saint Lucle
• Sarasota
• West Palm Beach
Indian River County July 9, 2012
1801 27`h Street Project No. PSL -09-3054 (10.5)
Vero Beach, Florida 32960
Attention: Mr. Michael D. Nixon, P.E.... via a -mail (tnnixon@ircgov. corn)
Project Manager
Subject: Pavement Coring Services
Old Dixie Highway from 52"d Street to CR510
Indian River County, Florida
Dear Mr. Nixon:
Dunkelberger Engineering & Testing, Inc. (Dunkelberger) has performed Paventent Coring
Services for the Old Dixie Highway roadway that is located between 52nd 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: Tunes 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 nutting 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
877.643.6633
Old Dixie Highway Roadway Coring
Project No. PSL -10-3054 (BG 10.5)
2. Fatigue of the existing pavement:
heavier vehicles than anticipated
Page 3
Increase in loading from higher traffic volumes and
in the original design. Under heavy loads, the aged
pavement distresses as one or more longitudinal cracks. Ager 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 same pavement structure
would be 4.34.
Type S'or SP"Asplrlf i 5%a 0.20 1.05
Base Rocic (100-LBR)*!11'/a 0.18 2.Q3
Compacted S &Wle -- 0 0
Tonal 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
DUNKBLBERCCB
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 Nvith the stabilizer at a pre -determined 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: $142 per SY per year.
Partial milling with Geofabric (Pet•omat): 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.
I . 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.
DUMMSERGER
Old Dixie Highway Roadway Coring
Project No. PSL -10-3054 (BG 10.5)
Page 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 firture 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 frill 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.
o
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.
90
Xia4i1(SueZti��Ph.p., P.E.
C Dunlcelberger,
aig . P.E.
Proecttmgineei�
�l1Pri pal Engineer
FL`�Zdtstraook8330.,:.
�/ FL Registration No. 49932
,a
sziceiilo�°°�'Sry0�'��'�
Attaclunent§;,�;heetti--"pavement Core Location Plan
Sheet 2 — Subsurface Profile
Appendix 1— Summary of Pavement core Measurements and Descriptions
DUNKELBERGER
:AN
yid -5a0- Wabasse�j`° �.
�'r __� } '•{,Gf. COY .,� `
A"
r �
fill
YYY___llfffiii•••y1 '
t{�'ryt'ff� .•' ..
1014 neer Beach
CD
f.3�rter ��en .`ILndjan Ri
li
a
+S �
c�
l
t
�r
j
f
Appendix 1
Summary of Pavement Core Measurements and Descriptions
1334 NI H1d30
m O
ewe
O N O
N
M
I��J
Itco�
Vo`D
co Lr)
C
N �
t
Urn`n
�l
r + J
UmZn
1334 NI Hld3(l
1334 NI H1d30
o Ln
O <I -i
CJ z LD
L6
N
O N O
N
M
a
O
O
v0E
M
t
Urn`n
r + J
UmZn
`?
Wow
$N0£
w I�^
(9 Y
o«mt
1334 NI Hld3(l
1334 NI H1d30
o Ln
O <I -i
CJ z LD
L6
N
O N m M d
N
N
N
a
t G
InOJ
v0E
C,4 CV)
Ur-
UNin
`?
Wow
$N0£
W In
o«mt
1334 NI Hld3(l
1334 NI H1d30
o Ln
O <I -i
CJ z LD
L6
N
C
d
N1.o d
N
N
a
t G
v0E
h
am10�
p E
`?
Wow
$N0£
o«mt
¢ w
E f
nm rn
W t d
b22 an d 'oma
L
�O
« Q
L
O V
and
E
N
01
m'r6a
Acca
mr E
y ;c o�°c an2d m
_ W t amo bawa
O®mOO « N O
>ZI
j
LO Q 8.
U00 coozo UzM
f� UOiin
zh1I o
Z; Zr Y
q
N O O" m OO m i. apo d
Mr J OO F- �LOJ N`oo m ? 4
r-- 04
C)OC)UoNO��N $ m m
r r r CO
a1 m o E c c
21.
z M �I % NTOry
N aE o E
C 0 «D Q m a
CD
J
zo
L6 U z
I'ho 1p a
z d z MI:
a CL
ON O OM N N M N
co
tea) 00 Q' ��J
i+ J i Q+ o« y
Uciv Uzi U��
0 Z
, Ir Io w % ba
'ZID"'� : m a E trn
m T 2«
y
z E
W m N ESN
W W 0�W W o m tz3 'L
0Om z0� I LL LLI' I I I z0� I I I I' I � a m m .<0 o
z Q LLLLIJ z Q LLLLLJ z Q� LJ.LW
Rai0 0 'n RU)0 0 'n �ci0 0 Ln m M a
m 1334 NI Hid3a m 1334 NI Hld3a m 1334 NI Hld3a El 0 ® 11 8
M
QQ
M
M
Q
M
Q
M
Q
M
¢
M
d
M
d
M
d
M
d
M
Q
M
Q
M
Q
M
d
M
Q
M
Q
^
o
u
v
`.
�..�
�
�
�
u
v
u
U
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
y
V�-]!
V�+i
V�]±
Vim]+
Vim]+
V1
VC]
Vi
VC]
V�]±
V�]+
V]
C/]
V]
C/]
Cn
V]
^�
U.O.
A
.O.
A
o
V)
b
U
b
t�o+
ba
NQ�++
b
0
b
N�+
N
NC
4�)+
0�+
U
N
D
F
CUC
F
F
El
E
E
G
c0c
G
E
C0
G
G
❑N❑
F
�0�+
G
E
�N�++
G
Vi
F
OO
O
O
O
O
O
O
o
o
O
O
O
O
O'
O
O
L
Y
0
=
Y
o
0
Y
o
Fi
Y
0
O
Y
0
C
Y
0
is
Y
0
Q
Y
0
Y
0
G
Y
0
0
Y
0
0
Y
0
0
Y
Y
Y
X1-1
Y
=
X1-1
X1-1
X1-1
X1-1
X1-1
V-1
w
tI-1 's
Y
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
o
o
Y
0
Y
0
Y
0
Y
0
Y
0
Y
0
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
•CL
cC
cd
cd
cd
cd
cC
c�
cC
cd
cd
td
cC
Cd
cd
�
W
W
W
tb
4
tb
4
4
4
tb
4
b)
4
do
Gu
4
F.
bA
oq
b4
W
CiO
CA
CiA
W
OA
bA
�
bA
�
W
Q
�
WI
1--1
H
/"�
Lu
Q
Q
Q
Q
Q
Q
Q
%+
U
U
U
U
U
U
U
U
U
U
U
U
U
U
lA
O c�
U
O
U
O
U
O
U
0
U
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
cz, (�
N
0
N
N
0
0
N
E
N
E
N
E
0
E
0
0
0
N
0
u
0
u
u
a
a
c
p;
�
b
b
b
b
b
b
b
byC
b
b
byp
by
-ap
•o
•c❑
-o
•o
-o
-o
A
A
A
A
cC
A
cd
n
oo
H
)
coo
IAV
h
N _
5
m
00
t2)
ti
v
co
ao
W
;'
c0
c0I
k
TA
w an
O p
av
M
M
to
00
-
-
t �
M
M
M
M
CO
'
LO
to �p
6) CC
AU
� v
M
It
It
le
c �
H
w ^p
m
p
\
\
Lo
0
\
to
O
Ln
0
0
Ma
u')
LO
�p
to
Lo
'
a
M
�
�
I
U')
.p C4
C
p
GG
CQ
LG
a1
W
W
0.1
Cq
CG
!�
f -Q `�
u
s
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
uZ
d