Loading...
HomeMy WebLinkAbout2014-129Ag L=` aor`l - Ia�I 9//1/ 40/V )(4 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR OLD DIXIE HIGHWAY RESURFACING (FROM THE I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 IRC PROJECT NO. 1137 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN WESLEY S. DAVIS, VICE CHAIRMAN COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER BOB SOLARI COMMISSIONER TIM ZORC JOSEPH A. BAIRD, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD, COUNTY ATTORNEY CHRISTOPHER R. MORA, P.E., PUBLIC WORKS DIRECTOR CHRISTOPHER J. KAFER, JR., P E., COUNTY ENGINEER MICHAEL D. NIXON, P.E., ROADWAY PRODUCTION MANAGER 1AttL TAS x'. DEMM1 OtPuTYC 0000 YATTOft`�7 Y - 1 E \Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00001 - Project Title Page - REV 04-07.doc 00001 - Project Title Page - REV 04-07.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th Street Vero Beach, Florida 32960 Telephone : (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday, August 13, 2014. Each bid shall be submitted in a sealed envelope and shall bear the name and address of the bidder on the outside and the words " Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) and Bid No.2014044". Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be opened or considered. INDIAN RIVER COUNTY PROJECT NO. 1137 INDIAN RIVER COUNTY BID NO. 2014044 PROJECT DESCRIPTION: The proposed improvements to Old Dixie Highway consist of refurbishing (full depth reclamation) of both the north and southbound lanes from the I.R.F.W.C.D. North Relief Canal to 71st Street, with the addition of 4 foot wide paved shoulders, including new asphalt surface and structural courses, pavement markings and an additional turn lane for the North County Charter School. This is a F.D.O. T. Small County Outreach Program (SCOP) funded project FM No. 429566-1-58-01. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Documents may be obtained from the Public Works Department/Engineering Division, 1801 27th Street, Vero Beach, Florida, 32960, (772) 226-1283 by deposit of a check made payable to Indian River County, in the amount of $100 for each set, which represents cost of printing and handling, which is non-refundable and does not include shipping. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasinq(a�ircgov.com All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a 00100 - Advertisement for Bids REV 04-07 doc 00100 - 1 F \Public Works ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00100 - Advertisement for Bids REV 04-07.doc qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Thursday, July 24, 2014 at 10:00 AM., in the first floor conference room of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS MANDATORY. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: July 2, 2014 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 **END OF SECTION** 00100 - Advertisement for Bids REV 04-07.doc 00100 - 2 F \Public Works ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents100100 - Advertisement for Bids REV 04-07.doc Section No. Title TABLE OF CONTENTS DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - GEOTECHNICAL REPORT + + END OF TABLE OF CONTENTS + + 00010-2 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00010 - Table of Contents - REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE 1 - DEFINED TERMS 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE ARTICLE 5 - ARTICLE 6 - ARTICLE 7 - ARTICLE 8 - ARTICLE 9 - ARTICLE 10 ARTICLE 11 ARTICLE 12 ARTICLE 13 ARTICLE 14 ARTICLE 15 ARTICLE 16 ARTICLE 17 ARTICLE 18 ARTICLE 19 ARTICLE 20 ARTICLE 21 2 PRE-BID CONFERENCE 4 SITE AND OTHER AREAS 4 INTERPRETATIONS AND ADDENDA 4 BID SECURITY 5 CONTRACT TIMES 5 - LIQUIDATED DAMAGES 5 - SUBSTITUTE AND "OR -EQUAL" ITEMS 6 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 6 - PREPARATION OF BID 6 - BASIS OF BID; EVALUATION OF BIDS 7 - SUBMITTAL OF BID 8 - MODIFICATION AND WITHDRAWAL OF BID 8 - OPENING OF BIDS 8 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 9 - AWARD OF CONTRACT 9 - CONTRACT SECURITY AND INSURANCE 10 - SIGNING OF AGREEMENT 10 00200 - Instructions to Bidders REV 04-07.doc 00200 - i P \Public Works ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc ti SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Award of Contract 19 Basis of Bid; Evaluation of Bids 14 Bid Security 8 Bids to Remain Subject to Acceptance 18 Contract Security and Insurance 20 Contract Times 9 Copies of Bidding Documents 2 Defined Terms 1 Examination of Bidding Documents, Other Related Data, and Site 4 Interpretations and Addenda 7 Liquidated Damages 10 Modification and Withdrawal of Bid 16 Opening of Bids 17 Pre -Bid Conference 5 Preparation of Bid 13 Qualifications of Bidders 3 Signing of Agreement 21 Site and Other Areas 6 Subcontractors, Suppliers and Others 12 Submittal of Bid 15 Substitute or "Or -Equal" Items 11 00200 - Instructions to Bidders REV 04-07.doc 00200 - ii F:\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder --The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 2 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the ENGINEER (Michael D. Nixon, P.E. 772-226-1986), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 [This paragraph has been deleted intentionally] 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE ENGINEER (Michael D. Nixon, P.E., (772) 226-1986) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; 00200 - Instructions to Bidders REV 04-07.doc 00200 - 3 F•\Public Works\ ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05101 G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for a MANDATORY Pre -Bid conference, if any, are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasinq(..ircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not 00200 - Instructions to Bidders REV 04-07.doc 00200 - 4 F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st StlAdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be retumed. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 5 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents \00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or `or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate 00200 - Instructions to Bidders REV 04-07.doc 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev 05/01 seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be 00200 - Instructions to Bidders REV 04-07.doc 00200 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents100200 - Instructions to Bidders REV 04-07.doc Rev 05/01 done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. Sworn Statement under the Florida Trench Safety Act. C. Qualifications Questionnaire. D. List of Subcontractors. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, Florida, 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 8 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St' dmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 00200 - Instructions to Bidders REV 04-07.doc 00200 - 9 f•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20.01 Article.5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to Public Construction Bond and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 04-07.doc 00200 - 10 F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71St St\Admim\bid documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID **END OF SECTION** 00300 - Bid Package Contents - REV 04-07.doc 00300 1 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00300 - Bid Package Contents - REV 04-07.doc BOARD OF COUNTY COMMISSIONERS September 16, 2014 Timothy Rose Contracting, Inc. Attn: Tim Rose 1360 SW Old Dixie Highway, Suite 106 Vero Beach, FL 32962 NOTICE OF AWARD Reference: Indian River County Bid No. 2014044 Old Dixie Highway Resurfacing (IRC Project #1137) Dear Mr. Rose: It is my pleasure to inform you that on September 16, 2014, the Board of County Commissioners awarded the above -referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Public Construction Bond in the amount of 100% of the contract amount ($1,792,422.35). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required in Section 5.04 of the Supplemental Conditions — Section 00800 of the bid documents. Certificate(s) must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255.05(1)(a), Florida Statutes, you are required to execute a Public Construction Bond for the above referenced project. Please submit the Bond, the Certificate(s) of Insurance and two fully -executed copies of the enclosed agreement to this office at the address provided below no later than Wednesday, October 1, 2014. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of award. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact our office. Sincerely, Jennifer Hyde Purchasing Manager cc: Michael Nixon, P.E., Roadway Production Manager Office of Management and Budget • Purchasing Division 1800 270 Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Date: ADDENDUM NO. 1 July 31, 2014 Project Name: OLD DIXIE HIGHWAY RESURFACING (FROM I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 PROJECT No. 1137 Bid Opening Date: The Bid Opening date Wednesday, August 13, 2014 at 2:00pm is HEREBY AMENDED to Wednesday, August 20, 2014 at 2:O0pm A Pre -Bid Conference was held on Thursday, July 24, 2014 in the Public Works Conference Room A1-303 Indian River County Administration Building A, located at 1801 27th Street, Vero Beach, Florida 32960. The meeting minutes are hereby incorporated into the subject addendum as an attachment. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing@ircgov.com. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline is Sunday, August 10, 2014 by Midnight). Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page l of 5 F:'Public Works\ENGINEERING DIVISION PROJECTS\1 137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st StVidmim\Addendum \Addendum No.1, 7-31 -20 1 4. doc CLARIhICAT10NS / CORRECTIONS/QUESTIONS: 1. At the August 24, 2014 Pre-bid meeting, the County was requested to provide a detailed Maintenance of Traffic (MOT) / Detour criteria. The Detour will be done in two phases which will allow a Phase I road closure between the Indian River Farms Water Control District North Relief Canal and 69th Street. Phase II will allow a road closure between 69th Street and 71st Street. Attached is the Phase 1 and II MOT/Detour Criteria. 2. The road closures for each phase may be done in segments or in its entirety. Phase I and Phase II may not be done at the same time. 3. Access to all businesses, residences, emergency vehicles and North County Charter School shall be maintained at all times. 4. No traffic will be allowed on the new roadway between the time when the asphalt emulsion is injected into the base material and the time when the first lift of asphalt is put down with the exception of the local traffic for the businesses, residences and North County Charter School. 5. Through traffic for 65th Street and 69th Street shall be maintained at all times. 6. "Individual Business Name Service Signs" for all businesses and schools will be required per the Manual of Uniform Traffic Control Devices 2009 Edition. The actual sign locations will be directed by the Engineer. See the revised Itemized Bid Schedule, Sheets 00310-3, 4 & 5 of the contract documents. 7. SECTION 102 — MAINTENANCE OF TRAFFIC of the Division 2, Technical Specifications of the Contract Documents is hereby to include: G. REVISIONS, ADDENDUM NO. 1 Old Dixie Highway between IRFWCD North Relief Canal and 71St Street Phase 1= Old Dixie Hwy between North Relief Canal and 69th Street Phase 2 = Old Dixie Hwy between 69th Street and 71' Street All projects and work within Indian River County right-of-way shall have an approved Traffic Control Plan (TCP). All work shall be executed under the established TCP and Indian River County approved procedures. The TCP shall provide the proposed detour route, traffic control devices, and other pertinent information for the proposed Old Dixie Highway Resurfacing Project and shall be submitted for review and approval by the Public Works Department. The FDOT Design Standards, Indices 600, 2010 do not include a Traffic Control Plan for a full road closure. For full road closures, a TCP is required to be submitted by the contractor a minimum of two (2) weeks prior to the proposed road closure. Page 2 of 5 F\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 7Ist StWdmim\AddendumsWddendum No.1, 7-31-2014.doc All traffic control devices shall be in accordance with the Florida Department of Transportation (FDOT) Design Standards, Indices 600, 2014, the Manual on Uniform Traffic Control Devices, 2009 Edition, and Indian River County Typical Drawings for Signing, Pavement Markings, and Geometrics, latest edition. Indian River County will not allow the closure of Old Dixie Highway without an approved Traffic Control Plan. Detour routes will be established via 53rd Street, 69th Street, County Road 510, and US Highway 1. Please place the following regulations on the TCP: 1. All signs to be ground mounted and have lights and flags. 2. No open excavations after dark. 3. All barricades to have lights. 4. Place a note on the TCP to state: All work shall comply with the 2014 FDOT's Design Standards, Indices 600, the Manual on Uniform Traffic Control Devices, and in accordance with Indian River County requirements. 5. Access to property owners as well as emergency access will be maintained at all times. 6. Local Traffic Only signs as well as twenty (20) specialty signs stating; "Old Dixie Closed at XXSt" and/or a similar message will be required along side streets and at major intersections. 7. Four (4) Variable Message Signs are required to pre -advertise the roadway closure, a minimum of seven (7) days in advance of the road closure and during the duration of the road closure. Messages are to be as approved by the Public Works Department and shown on the TCP. 8. SECTION 570 — PERFORMANCE TURF, D of Division 2, Technical Specifications in the Contract Documents: 0. Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws. in the fertilizer. nutrients and trace elements. At least 50 percent of the nitrogen shall- be derived from organic sources. At least 50 percent of the phosphoric add shall be from normal super bag or other container. Contractor shall ensure 1 pound of nitrogen per 1,000 square feet. Is hereby amended to read: D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B). Page 3 of 5 F'\Public Works\ENG7NEERING DIVISION PROJECTS \1137 -Old Dixie Hwv Resurfacing IRF North Relief Canal to 71st St\Admim\Addendnmc\Add nm Nn I 7_71 _./nte d,v 9. APPENDEX B, Indian River County Fertilizer Ordinances is hereby included in the Contract Documents (See Attached). 10. SUPPLEMENTARY CONDITIONS 00800 — SC -6.02 Item No. 2 SC -6.02 Labor; Working Hours SC -6.02.B. Add the following paragraphs immediately after paragraph GC -6.02.B: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on the= days will not be Manage 2. Indian River County Holidays are: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after, Christmas Day and the day after. 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 bome 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. ATTACHMENT: 1. REVISED Itemized Bid Schedule 00310-3 through 00310-5 dated 7/31/2014 2. REVISED DIVISION 2 — TECHNICAL PROVISIONS 01025-1 through 01025-41 3. TABLE OF CONTENTS — 0010-1 through 0010-2 4. APPENDEX B Indian River County Fertilizer Ordinances 5. Pre -Bid Meeting Minutes, July 24, 2014 Page 4 of 5 FAR.—slip Wn.4.\FT7(:TNFFR TN(: TIIVf CTUN DRh R'r-r \,,,, IIIA M.A. u..... R.....0 ..:.... ior— c., • . • .11.1__a.._ .._ . .. n.... . ADDENDUM NO. 1 PROJECT: OLD DIXIE HIGHWAY RESURFACING (FROM I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 PROJECT No. 1137 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 1 is submitted by and Michael D. Nixon, P.E., Roadway Production Manager r Hy e, Purchasing Manager Company Name Name: Title: (Type / Printed) Authorized Signature: Date: Telephone: Fax: Page 5 of 5 F'\Puhlic Works\ENGTNEERING DIVISION PROJECTS\1137-Old Dixie Hwy Returfacinrr IRF North Relief Canal to 71 tt St\Admim\Addendums\Addendum Nn 1 7_11_70t4 dnr. ADDENDUM NO. 1 JULY 31, 2014 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. 01025-1 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St'Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc C. Public Construction Bond shall be done and conform to Section 00610 — Public Construction Bond D. Trench Safety Compliance (Over 5') shall be done and comply to Section 00454 — Sworn Statement under the Florida Trench Safety Act E. Trench Safety Compliance (Shoring) shall be done and comply to Section 00454 — Sworn Statement under the Florida Trench Safety Act GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. RECORD / AS -BUILT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in 01025-2 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the 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), 01025-3 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. 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. 01025-4 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serial number(s) of the pump(s). SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed' and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. RECORD/AS-BUILTS DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 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 01025-5 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim'Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. [The remainder of this page was left blank intentionally] 01025-6 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc Lic. Name Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Date: Project Name: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\AdmimWddendums\Technical Specifications ADDENDUM 1 07-31-2014.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." ❑ (j) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (I) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. 01025-8 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc G. REVISIONS, ADDENDUM NO. 1 Old Dixie Highway between IRFWCD North Relief Canal and 71st Street Phase 1 = Old Dixie Hwy between North Relief Canal and 69th Street Phase 2 = Old Dixie Hwy between 69th Street and 71st Street All projects and work within Indian River County right-of-way shall have an approved Traffic Control Plan (TCP). All work shall be executed under the established TCP and Indian River County approved procedures. The TCP shall provide the proposed detour route, traffic control devices, and other pertinent information for the proposed Old Dixie Highway Resurfacing Project and shall be submitted for review and approval by the Public Works Department. The FDOT Design Standards, Indices 600, 2010 do not include a Traffic Control Plan for a full road closure. For full road closures, a TCP is required to be submitted by the contractor a minimum of two (2) weeks prior to the proposed road closure. All traffic control devices shall be in accordance with the Florida Department of Transportation (FDOT) Design Standards, Indices 600, 2010, the Manual on Uniform Traffic Control Devices, 2009 Edition, and Indian River County Typical Drawings for Signing, Pavement Markings, and Geometrics, latest edition. Indian River County will not allow the closure of Old Dixie Highway without an approved Traffic Control Plan. Detour routes will be established via 53rd Street, 69th Street, County Road 510, and US Highway 1. Please place the following regulations on the TCP: 1. All signs to be ground mounted and have lights and flags. 2. No open excavations after dark. 3. All barricades to have lights. 4. Place a note on the TCP to state: All work shall comply with the 2014 FDOT's Design Standards, Indices 600, the Manual on Uniform Traffic Control Devices, and in accordance with Indian River County requirements. 5. Access to property owners as well as emergency access will be maintained at all times. 6. Local Traffic Only signs as well as twenty (20) specialty signs stating; "Old Dixie Closed at XXSt" and/or a similar message will be required along side streets and at major intersections. 7. Four (4) Variable Message Signs are required to pre -advertise the roadway closure, a minimum of seven (7) days in advance of the road closure and 01025-13 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc during the duration of the road closure. Messages are to be as approved by the Public Works Department and shown on the TCP. 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.dep.state.fl.us./water/nonpoint/docs/erosion/erosion-inspectors- manual.pdf) D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's work as a result of its failure to comply with this Section, the Construction 01025-14 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced Chapters and these Specifications, the more stringent requirement shall prevail. 1.2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR A. The OWNER has obtained certain permits for this project and they are listed in paragraph SC -6.08 of the Supplementary Conditions. Per paragraph SC -6.08.0 of the Supplementary Conditions, the CONTRACTOR shall apply for, obtain, and pay for all other required permits, licenses, sampling, and tests. Permits the CONTRACTOR may need to secure may include but not be limited to: 1. Long-term and/or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD). Generally, only the short-term permit is required. Contact SJRWMD at (321) 984-4940 to determine which permit is required and the associated statutory requirements; 2. SJRWMD RDS -50 Permit (required); 3. The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (required). Contact the Florida Department of Environmental Protection (FDEP) at (866) 336-6312 (toll free) or (850) 245-7522 or www.dep.state.fl.us/water/stormwater/npdes/ 4. FDEP's Uncontaminated Groundwater Release Permit (required if dewatering occurs). This permit requires water quality testing by a State certified laboratory. B. Provide copies of all permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications, the more stringent specification or requirement shall govern. C. In addition to paying for all permit fees, CONTRACTOR shall also pay for all water quality sampling and laboratory tests required by any permit. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans and permits and approved for use by the OWNER and applicable permitting authorities. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with 01025-15 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut -down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans and specifications. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required by its manufacturer or the OWNER, until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. E. Discharge shall not violate State or local water quality standards in the receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress. The receiving point for water from construction operations shall be approved by the applicable owner, regulatory agency, and the ENGINEER. F. Promptly repair all damage at no cost to the OWNER. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 1340. B. Stormwater Pollution Prevention Plan. 1.5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS REQUIRED FOR INSTALLATION, AND MAINTENANCE A. State Certified Erosion Control Specialty Subcontractor is Required for Installation and Maintenance: Installation and maintenance of all erosion and stormwater pollution 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 01025-16 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St'Admim'Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc complete). Before beginning construction, submit to Indian River County for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From the Construction Site" (located at the end of this Section). 1.6 "POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. With respect to this Section and as may be further defined in paragraphs 1.6.B, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When . . An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.5301 Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body, Pollution Occurs When ... In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as after traveling through pipes or by overland flow. Before construction commences, the Contractor will measure background levels of total suspended solids (TSS) and turbidity, in the immediate vicinity of the discharge water's ultimate discharge point into the receiving water body. If the discharge water's TSS and turbidity measurements exceed these pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge from the CONTRACTOR's operations is defined to be polluted. D. Pollution Always Occurs When ... The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is Tess than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, 01025-17 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.B, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER will immediately report the violations to the Indian River County Code Enforcement Board, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2 - MATERIALS AND INSTALLATION 2.1 GENERAL A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion. PAM may also be used in water bodies to remove turbidity. Use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, contact Applied Polymer Systems, Inc., (678) 494-5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6 -inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, install in accordance with FDOT Index No. 102. 3. Product: All material shall be new and unused. Use FDOT Types II through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, oras 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 01025-18 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Diode Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc comply with FDOT Index No. 102. (c) Or equivalent. C. Turbidity Barriers: 1. General: Use turbidity barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations and per FDOT Index No. 103 unless directed otherwise by the ENGINEER. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. a. Parker Systems, Inc.(1-866-472-7537),model Type II or Type I b. Or equivalent. D. Sedimentation Control From Dewaterinq or Pumping Operations Using Filter Bags: 1. Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag. The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1-800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591-2284). c. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a 01025-19 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\AdmimWddendums\Technical Specifications ADDENDUM 1 07-31-2014.doc double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800- 448-3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). c. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock driving surface at the vehicle exit point(s). Provide an area Targe enough to remove the _ sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Crushed limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually granite), washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. PART 3 - EXECUTION A. Design, construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities. B. Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104-1 — Erosion & Water Pollution Control - Lump Sum 01025-20 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dbde Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR , who upon oath duly whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. I understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. I understand and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: ". . . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or 01025-21 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\AdmimlAddendums\Technical Specifications ADDENDUM 1 07-31-2014.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. I understand and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. I understand that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Contractor understands that this requirement is for this project regardless of the project size. 7. I understand that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. Contractor understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Contractor shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Contractor shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-22 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc Under penalty of perjury, Contractor declares that it has read the foregoing affidavit and the facts stated in it are true. Contractor: FURTHER AFFIANT SAYETH NAUGHT Authorized Signature: Printed Name: Date: (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) The foregoing instrument was subscribed and sworn to before me this day of , 20_ by , who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 01025-23 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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) 01025-24 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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. 01025-25 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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. 01025-26 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 01025-27 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 01025-28 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 -1H Emulsified Asphalt. The target Mix Design shall have a minimum Asphalt Structural Number (SN) of 0.20 per inch. The Mixture used in the work shall be as determined by the project specific Mix Design Testing. The Testing Laboratory preparing the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. The Mix Design study and recommendations shall be forwarded to the County at least five work days prior to starting operation. d. Granular base material: Granular base material to be added to the reclaimed layers shall consist of limerock meeting the requirements for Limerock Stabilized Base of the FDOT Specifications, Section 911. Further, it shall have a minimum LBR value of 100. 3. Equipment a. General: The Contractor shall accomplish the work utilizing a road reclaimer, a motor grader, a vibratory roller or three -wheeled roller, a water truck with spray bar and such additional equipment as may be necessary to the operation. The required equipment shall be subject to the County's approval, and the County may, at any time during the work, disapprove the use of a particular machine for unsafe, erratic, or inadequate performance. Utilization of a proper road reclaimer and compaction equipment as specified herein is essential to this work, and substitution of other equipment or a different technique shall not be acceptable. b. Reclaimer: The work shall be performed utilizing a road reclaimer machine originally designed for pavement reclaiming. The road reclaimer shall be a CAT 350, larger or a comparable model of equal or greater horsepower and rotor size, produced by another 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 Tess 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 Tess on both sides of the road, offset at least 4 feet from the proposed edge of pavement for use in preparing the base and placing the new pavement. The setting of laths shall be in addition to any 01025-29 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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, 01025-30 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 - 1h . SS - 1h. 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 01025-31 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc SECTION — 327 - MILLING OF EXISTING ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2010). Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 327-70-1 — Milling Existing Asphalt Pavement (1'/"Avg.) — Per 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'A" SP 9.5 Traffic Level "C" — Per Square Yard. Item No. 334-1-13 — Superpave Asphaltic Concrete — 11/2" 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 01025-32 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS11137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 01025-33 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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 potash contained in the fertilizer. The chemical designation of the fertilizer shall be 1-6 1 8. Fertilizer shall include iron, sulfur. The amount of sulfur shall be indicated en the quantitative analysis card attached to each bag or other container. Contractor shall ensure 1 pound of nitrogen per 1,000 square feet. D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B.) E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-5 and 2.34.B. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range 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 Tight tamping with appropriate 01025-34 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St'Admim Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc tools. Where sodding is used in drainage ditches, the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas, the offsets of individual strips shall not exceed 6 inches. In order to prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 11/2" below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the 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 01025-35 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc 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. 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) 01025-36 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc SECTION —1000- WATER AND SEWER UTILITIES A. Water Utilities The water utilities for this project shall be constructed per the "Indian River County Department of Utility Services Water & Wastewater Standards", 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 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 1. General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C1IO (ANSI 21.10-87), or latest revision. All exposed aboveground fittings shall be flanged joint. 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 01025-37 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside. The back of the hub shall be caulked where the hub threads joint with the pipe. 5. Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box adjustments where needed. E. Disinfecting Potable Water Pipelines Before being placed in service, all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting Water Mains", except that the use of tablets is strictly prohibited. The procedure shall be approved by the Engineer. The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection, Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required. SECTION - 02670 FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Rushing, 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. 01025-38 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc PART 2 - PRODUCTS 2.01 DISINFECTION CHEMICALS A. Chemicals: The disinfecting agent shall be sodium hypochlorite solution ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301. Dry hypochlorite, similar to "HTH" or equal may also be used as the disinfecting agent. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that piping systems have been cleaned, inspected, and tested. B. Coordinate scheduling of flushing, pressure testing, and disinfection activities with tie-ins, certifications, and sequence of construction. 3.02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation -for conducting pressure and leakage tests and flushing of the piping. Flushing and pressure testing shall be conducted in the following order. B. After all piping lines have been installed and before pressure testing, each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible. Contractor to provide means of discharging and disposing of water at Contractor's expense. C. Pressure testing ductile iron piping systems: 1. The test pressure for the water piping, irrigation quality water piping, and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours. Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used. Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600. 2. All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes, valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense. Tests shall be repeated until leakage has been reduced below the allowable amount. 3. In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason, modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the 01025-39 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim'Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc piping within the preceding requirements. 3.03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for the disinfection of all required piping systems. Disinfection shall be conducted on the following systems: 1. Water main piping and valves. B. Conform to AWWA Standards and as modified herein. C. Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D. After the disinfecting agents have been permitted to remain for the specified contact periods, the water lines, and valves shall be thoroughly flushed with water until the residual chlorine tests are Tess than 2 PPM in each instance. The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3.04 BACTERIOLOGICAL SAMPLING A. It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping. The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems. The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B. The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations. C. Sampling must be coordinated with Engineer and other construction activities so as to minimize re -sampling. D. Contractor shall submit schedule for bacteriological testing and pressure tests. E. The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems. 3.11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements. 01025-40 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc Item of Payment Payment shall be made under: Bid Item 166-4800 — Relocate Existing Fire Hydrant — Per Each + + END OF SECTION + + 01025-41 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc ITEMIZED BID SCHEDULE PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING (FROM THE I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) FM No. 429566-1-58-01 IRC PROJECT NO. 1137 BID NO.: 2014044 BIDDERS NAME: Revised 7-31-14, Addendum 1 * (New Item) Item No. Description Quantity Unit Unit Price Amount ROADWAY IMPROVEMENTS 101-1 MOBILIZATION (INCLUDES PUBLIC CONSTRUCTION BOND) 1 LS 102-1 MAINTENANCE OF TRAFFIC 1 LS 104-1 EROSION AND WATER POLLUTION CONTROL 1 LS 110-1-1 CLEARING AND GRUBBING 4.2 AC 120-1 GRADING, EXCAVATION, & EMBANKMENT 10,000 SY 120-2 BORROW EXCAVATION (ASPHALT MILLINGS) 1,500 CY 160-4 TYPE "B" STABILIZATION 12" SHOULDER (LBR-40) 8,655 SY 285-7 FULL DEPTH RECLAMATION BITUMINOUS ASPHALT 9" BASE 40,908 SY 300-1 ASPHALT EMULSION TYPE CSS -1 h- QTY. BASED ON 2.75 GAL/SY 112,497 GAL 327-70-1 MILL EXISTING ASPHALT (1'/" DEPTH) 758 SY 334-1-13 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP- 12.5)(1.5") 40,085 SY 334-1-13A SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-9.5)(1.5") 41,049 SY 425-1-521 TYPE "C" DITCH BOTTOM INLET (<10') 1 EA 425-6 WATER VALVE BOX ADJUSTMENT 3 EA 425-6A AIR RELEASE VALVE ADJUSTMENT 2 EA 520-1-10 CONCRETE CURB AND GUTTER (WITH FLARED END) 8 LF 536-1-1 GUARDRAIL 566 LF 536-73 REMOVE EXISTING GUARDRAIL 280 LF 536-85-22 ET -2000 END ANCHORAGE ASSEMBLY 4 EA 570 MAIL BOX RELOCATION 1 EA 570-1-2 PERFORMANCE TURF - SOD (BAHIA) (INCLUDES: TOP SOIL, FERTILIZER, AND WATERING) 11,000 SY _ F:\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmimWddendumslltemized Bid Schedule -1137, REV 7-31- 2014 00310-3 • ITEMIZED BID SCHEDULE PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING (FROM THE I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) FM No. 429566-1-58-01 IRC PROJECT NO. 1137 BID NO.: 2014044 BIDDERS NAME: Revised 7-31-14, Addendum 1 * (New Item) Item No. Description. Quantity Unit Unit Price- Amount 700-20-11 SINGLE POST SIGN (R2-1, 45 MPH) 1 EA 700-20-40 SINGLE POST SIGN RELOCATION 10 EA * 700-20-40A INDIVIDUAL BUSINESS NAME SERVICE SIGN 17 EA 706-3 R.P.M. BI-DIRECTIONAL AMBER/AMBER 349 EA 711-11-121 SOLID TRAFFIC STRIPE (6" WHITE ) THERMOPLASTIC 21,594 LF 711-11-123 SOLID TRAFFIC STRIPE (12" WHITE) THERMOPLASTIC 327 LF 711-11-124 SOLID TRAFFIC STRIPE (18" WHITE ) THERMOPLASTIC 79 LF 711-11-125 SOLID TRAFFIC STRIPE (24" WHITE) THERMOPLASTIC 61 LF 711-11-141 SKIP TRAFFIC STRIPE (6" WHITE 6'-10') THERMOPLASTIC 895 LF 711-11-221 SOLID TRAFFIC STRIPE (SINGLE 6" YELLOW) THERMOPLASTIC 1,975 LF 711-11-221A SOLID TRAFFIC STRIPE (DOUBLE 6" YELLOW) THERMOPLASTIC 1,542 LF 711-11-241 SKIP TRAFFIC STRIPE (6" YELLOW 10'-30') THERMOPLASTIC 10,209 LF 166-4800 RELOCATE EXISTING FIRE HYDRANT 5 EA ROADWAY IMPROVEMENTS SUB TOTAL [The remainder of page intentionally left blank] F:\Public Works\ENGINEERING DMSION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StAdmim\Nddendumatemized Bid Schedule -1137, REV 7-31- 2014 00310-4 ITEMIZED BID SCHEDULE PROJECT NAME: OLD DIXIE HIGHWAY RESURFACING (I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) North County Charter School Turn Lane IRC PROJECT NO./BID NO. 1137 REVISED 07-31-2014 Addendum 1 BIDDERS NAME: Item No. Description Quantity Unit Unit Price Amount _ . . NORTH COUNTY CHARTER SCHOOL TURN LANE 110-1-14 CLEARING AND GRUBBING 0.20 AC 120-1 GRADING, EXCAVATION, AND EMBANKMENT 1,000 SY 120-2 BORROW EXCAVATION (ASPHALT MILLINGS) 330 CY 285-7 FULL DEPTH RECLAMATION BITUMINOUS ASPHALT 9" BASE 863 SY 300-1 ASPHALT EMULSION TYPE CSS -1h -QTY. BASED ON 2.75 GAUSY 2,374 GAL 334-1-13 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-12.5)(1.5") 863 SY 334-1-13A SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-9.5)(1.5") 863 SY 706-3 R.P.M. BI-DIRECTIONAL AMBER / AMBER 68 EA 711-11-125 SOLID TRAFFIC STRIPE (12" WHITE) THERMOPLASTIC 26 LF 711-11-141 SKIP TRAFFIC STRIPE (6" WHITE 6'-10') THERMOPLASTIC 390 LF 711-11-224 SOLID TRAFIC STRIPE (SINGLE 18" YELLOW) THERMOPLASTIC 182 LF 711-11-170 TURN ARROWS (THERMOPLASTIC) 2 EA 711-11-221A SOLID TRAFIC STRIPE (DOUBLE 6" YELLOW) THERMOPLASTIC 570 LF 711-11-251 SKIP TRAFFIC STRIPE (6" YELLOW 6-10') THERMOPLASTIC 415 LF NORTH COUNTY CHARTER SCHOOL TURN LANE SUB TOTAL FORCE ACCOUNT 1 LS 75,000.00 75,000.00 TOTAL BID (Roadway Improvements, North County Charter School Turn Lane and Force Account) TOTAL TOTAL BID (IN WORDS): Note: The Itemized Bid Schedules for the Old Dixie Highway Roadway Improvements and the North County Charter School Turn Lane are itemized separately for accounting purposes. The TOTAL BID will include Roadway Improvements, North County Charter School Turn Lane and Force Account. LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard CY = Cubic Yards AC = Acres GAL = Gallons F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dbde Hwy Resurfacing IRF North Relief Canal to 71st St\Admim1Addendums'North Co Charter School Addendum 1 07-31-2014 00310-5 TABLE OF CONTENTS Section No. Title DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 0061.0. Public .Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the. Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 F.\Pubiic Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - GEOTECHNICAL REPORT APPENDIX B - INDIAN RIVER COUNTY FERTILIZER ORDINANCES + + END OF TABLE OF CONTENTS + + 00010-2 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dbde Hwy Resurfacing IRF North Relief Canal to 71st APPENDIX B Indian River County Fertilizer Ordinances ORDINANCE NO. 2013 - ni 2 AN ORDINANCE OF THE BOARD OF COUNTY COMIVIISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 316, ENTITLED "FERTILTZFR AND LANDSCAPE MANAGEMENT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA -FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MOD]i iCATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY WEBSITE, AND AN FFFECTTVE DATE. WHEREAS, as a result of impairment to Indian River County's surface waters caused by excessive nutrients, or, as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board of County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on surface and/or ground water; and WHEREAS, in order to address this risk, the Board of County Commissioners has determined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science -based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator, requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best MAnagement Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, F.4ArongyiadoCEMERALERnakerws60sd m10 a IFa7.darelNddFardYmrDrrWcwme-2DtS(Fi14phIyuu2gldax Page 1 of9 ORDINANCE NO. 2013 - 012 NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIZI, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. Section 3. Adoption of Chapter 316 of the Code of Indian River County (the "Code"). Chapter 316 of the Code is hereby adopted, as follows (new language is indicated by underline): Section 316.1. Title, This cha+ter shall be known as the "Indian River County Fertilizer and Lands e Mana• ement Ordinance." Section 316.2. Definitions. For the purposes of this chapter, the following terms shall have the following meanings: "Administrator" shall mean the County Administrator. or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter. Ct A /, lication" " .1, " shall mean the actual .h sical de.osit of -fertilizer to turf or Iandsca.e plants. "Applicator" shall mean any Person who applies feriili7er on turf and/or landscape plants in Indian River County. "Board" shall mean the Indian River County Board of County Commissioners. "Best Management Practices" shall mean turf and landscape practices or combination of .ractices based on researc field testin_. and ex.:, review determined to be the most effective PeAuch etyYjedeGEMIRAMsohlPern &ankrzscesiOrduarerstrmlms.BCcddPnnYaQ u-mt9 tlimetg&artstMLA= Page 2 of 9 ORDINANCE NO. 2013 - and practicable on -location means including economic and technological considerations, for improving water quality-, conserving water supplies and protecting natural resources. "Chapter 85-427" shall mean The Indian River County Environmental Control Act, Chapter 85- 427, Special Acts, Laws of Florida. "Code Enforcement Officer shall mean any designated employee or agent of Indian River County whose duty it is to enforce codes and ordinances enacted by Indian River County. "Commercial Fertilizer Applicator;" except as provided in §482.1562(9), Florida Statutes, shall mean any person who applies fertilizer for payment or other consideration to property not owned by the person or firm applying the fertilizer or the employer of the applicator. "Code" shall mean The Code of Indian River County. "Environmental Control Officer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 303 (Part t} of this Code, and his or her designees. "Fertilize," "fertilizing," or "fertilization" shall mean the act of applying fertilizer to turf, specialized turfor landscape plants. "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity, or provides other soil enrichment, or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fertilizer Applicator" shall mean any Berson, other than a private, non-commercial licator or a Commercial Fertilizer A licator unless such definitions also as .l under the circumstances). that applies fertilizer for the purpose of maintaining turf and/or landscape plants. Institutional Fertilizer Applicators shall include, but shall not be limited to, owners, m ers or em •lo ees of • ublic lands schools . arks reli ous institutions utilities industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscape plant" shall mean any native or exotic tree, shrub, or groundcover (excluding turf). "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization. watering, mowing, etc. "Person" shall mean any natural person, business, corporation, limited liability company, partnership, limited partnership, association, club, organization, and/or any group of people acting as an orWanixed entity. fiivonmi Qtditte of riassdChamesceablibxpresifintti4MModetPmmrerOdemme-74110np(A,.M2e6= Page 3 of9 ORDINANCE NO. 2013 - 012 "Restricted Season" shall mean June 1 through September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not require flow. For the purposes of this chapter, soils shall be considered saturated if standing water is present or the pressure of &person standing on the soil causes the release of free water. "Slow Release Nitrogen" shall mean nitrogen in a form which delays its availability for plant uptake and use after application, or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf," "sod," or "lawn" shall mean a piece of grass -covered soil held together by the roots of the grass. "Urban landscape" shall mean pervious areas on residential, commercial, industrial, institutional, highway rights-of-way, or other nonagricultural lands that are planted with turf or horticultural plants. For the purposes of this section, agriculture has the same meaning as in §570.02, Florida Statutes. Section 316.3. Timing of fertilizer application. No applicator shall apply fertilizers containing_ nitrogen and/or phosphorus to turf and/or landscape plants during the Restricted Season, to saturated soils, or during a period in which a Flood Watch or Warning, or a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of Indian River County, issued by the National Weather Service, or if heavy rain is likely. Section 316.4. Fertilizer -free zones. Fertilizer shall not be applied within ten feet of any pond, stream, watercourse, lake, canal, or wetland as defined by the Florida Department of Environmental Protection (Chapter 62-340, Florida Administrative Code) or from the top of a seawall. If more stile gent Indian River County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants may be fertilized in this zone onl for a 60 -da eriod be ;l'' thi days after planting if needed to allow the plants to become well established. Caution shall be used to prevent nutrients from being directly deposited into the water. Section 316.5. Low maintenance zones. A voluntary ten foot low maintenance zone is strongly recommended_ but not mandated, from any pond, stream, water course, lake, wetland or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of This low maintenance zone to capture and filter runoff. If more stringent Indian River County Code regulations apply, this provision EldinmutvlrintichGENER4EIRosehalkas tiOrancrsdarkerstriTodlinriifochtFallibcrChanteee-101!(Finul Asatw20.4em Page 4 of 9 ORDINANCE NO. 2013 - 012 does not relieve the requirement to adhere to the more stringent regulations. Notwithstanding the voluntary nature of the above sentences, no mowed or cut vegetative material may be deposited or left remaining in this zone or deposited in the water. Care should be taken to prevent the over- - spray of aquatic weed products in this zone. Section 316.6. Fertilizer content and application rates. (a) No fertilizer containing phosphorous shall be applied to turf or landscape plants in Indian River County unless a soil or plant tissue deficiency is verified by a University of Florida, Institute of Food and Agriculture Sciences, approved testing methodology. In the case that a deficiencv has been verified, the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida as provided by Rule 5E -I.003(2), Florida Administrative Code. Deficiency verification shall be no more than 2 years old. However, recent application of compost, manure, or top soil shall warrant more recent testing to verify current deficiencies. (b) The nitrogen content of fertilizer applied toturf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. (c) Fertilizers applied to an urban lawn or turf within Indian River County shall be applied in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(21 Florida Administrative Code, Labeling Requirements For Urban Turf Fertilizers. All packaged and bulk fertilizer products sold in Indian River County shall be sold in packages with labels or tags, or, if sold in bulk, be accompanied by printed information, which complies with the requirements of Rule 5E-1.003(2), Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding a site, and shall not be applied for the first 30 dais after seeding or soddin except when hydro - seeding for temporary or permanent erosion control in an emergency situation (wildfire, etc.). or in accordance with the Stormwater Pollution Prevention Plan for that site. Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing via rotary (broadcast) spreaders. Deflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies. including wetlands. (bl Fertilizer shall not be applied, spilled or otherwise deposited on any impervious surfaces. fe) Any fertilizer applied, spilled, or deposited, either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. a3EVERALIIkasherha• &CirvilnareratOrafinamtesi n+nnara.seloss- ObalVrdicract Page 5 of9 ORDINANCE NO, 2013 - 012 (d) Fertilizer released on an impervious surface must be immediately contained and either le • all a• died to turf or an other le _al site or returned to the ori • *nal or other a. o . riate container. (e) In no case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Section 316.8. Management of grass clippings and vegetative materials. In no case shall grass clippings, vegetative material, and/or vegetative debris be washed, swept, or blown off into stormwater drains, ditches, conveyances, water bodies, wetlands, or sidewalks or roadways_ Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Section 316.9. Exemptions. The provisions set forth above in this chapter shall not apply to: (a) bona fide farm operations as defined in the Florida Right to Farm Act, § 823.14, Florida Statutes; (b) other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for grazing livestock; (c) any lands used for bona fide scientific research, including, but not limited to, research on the effects of fertilizer use on urban stormwater, water nuslity, agronomics, or horticulture.; (d) golf courses when landscaping is performed within the provisions of the Florida Department of Environmental Protection document, "Best Management Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when applying fertilizer to golf course practice and play areas; (e) athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs� while maintaining the health and function of their specialised turf areas; (f) vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. Section 316.10. Training. (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by and successfully complete the six hour training program in the "Florida friendly Best F.4AneemylLtpatesat lane Ortrararasionerwer,v v t Tanta= o, fkwarctrazaarbpber Page 6 of9 ORDINANCE NO. 2013 - Management Practices for Protection of Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent. (b) Private, non-commercial applicators are encouraged to follow the recommendations of the Universi of Florida Institute of Food and A`culture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a program to inform the general public of the requirements of this chapter, which program shall include, among other things, informative postings on the County websitej,rinting and distributing informative brochures and other print materials, and speaking engagements at community associations, civic organizations, etc. The program shall also include, to the extent practicable, use of any materials from the Be Floridian program and coordination and collaboration with University of Florida institute of Food and Agriculture Sciences educational activities. Any claimed or alleged deficiency in the Counter's general education program shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section 316.12. Licensing of commercial fertilizer applicators. (a) No later than December 31, 2013, all Commercial Fertilizer Applicators within Indian River County. shall abide by and successfully complete training and continuingeducation requirements in the "Florida friendly Best Management Practices for Protection of Water Resources by the Green Industries " offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida -friendly Landscapes" •o •ILLor an ...roved ivalent .rogram, prior to obtaining an Indian River County Local Business Tax Certificate for any category of occupation which may apply any fertilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall provide proof of completion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31, 2013 all Commercial Fertilizer Applicators within Indian River County shall have and carry in their possession at all tunes when applying fertilizer evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicator per Rule 5E-14.117(18), Florida Administrative Code. Lc) All businesses applying fertilizer to turf and/or landscape plants (including but not limited to residential lawns olf courses commercial .ro.erties and multi-farnil and condominium properties) inust ensure that at least one employee has a "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a Local Business Tax Certificate. Owners for any category of F, kOnanarcssiOldismmarsIFnWdaWodd}btaLcOnBwse-1d7d(FIngtrA 8ut?BWva Page 7 of 9 ORDINANCE NO. 2013 - 012 occupation which may apply any fertilizer to turf and/or landscape plants shall provide proof of completion of the program to the Indian River County Tax Collector's Office. Section 316.13. Enforcement. This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertaining to this Chapter, pursuant to Chapter 162, Florida Statutes, and §103.07 of this Code. In addition, this chapter may be enforced by the Environmental Control Officerpursuant to Chapter 85-427 Special Acts Laws of Florida_ and §303 14 of this Code. Penalties and remedies for violations shall be as set forth in §100.05 of this Code, and, to the extent applicable, Chapter 85-427. Special Acts. Laws of Florida. Funds generated by penalties imposed under this section shall be used by Indian River County for the administration and enforcement of §403.9337, Florida Statutes, and the corresponding sections of this chapter. and to further water conservation and nonpoint pollution prevention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes—rules or regulations shall refer to such statutes, rules or regulations, as amended from time to time. Section 316.15.. AApiicabffity. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County, unless such applicator is specifically exempted; provided, however, that this chapter shall not apply within the limits of any municipality which has adopted an ordinance regulating the same subiect matter. This chapter shall be prospective only. and shall not impair any existing contracts. Section 4. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F• dO m olFmthuriV 7FaCizoO &nmm-tLbpUrp Sp.o] Page 8 of9 ORDINANCE NO. 2013 - 012 Section 6. Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of the filing of this ordinance with the Florida Department of State. Section 7. Effective Date. This ordinance shalt become effective 45. days after the filing of the ordinance with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 8th day of July, 2013, for a public hearing to be held on the 18th day of July, 2013, and on the 10th day of August, 2013 for an additional public hearing to be held on the 20th day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E. Flescher AYE Vice Chairman Wesley S. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari AYE Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 20th day of August, 2013. \P` - BOARD OF COUNTY COMMISSIONERS <c'°' -'`' : s INDIAN RIVER COUNTY, FLORIDA 13 O. L [yam ATTEST: Jeffrey R. Smith, Cie rl��'�l'�}Approved as to form and legal sufficiency: d,,. itptroller eph Fleseher, Chairman BY: Depu Clerk FFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. F_1[+hp.o304D d 1GENERatRudw,k.v dddnmasKbAsmmatFcd�olAtod iFndUaO.dbma-TnJ3 pas9a ra%2 Page 9 of 9 ORDINANCE NO. 2013 -014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF T1 -IE CODE 01? INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY, AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners adopted an ordinance regulating the proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14, 2013; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of' slow release nitrogen, NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. f-•4uan.,•a,Mk•:r..VER Arduisss Or.finats=airdinnoanTeraleet4tukornms, Fankern.6rtmnuloce Page 1 of 3 ORDINANCE NO. 2013 - 014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.6. Fertilizer content and application rates. (b) As of the .effective date of this chapter, the The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 2558% slow release nitrogen per guaranteed analysis label. As of June 1. 2014. the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. Section 4. Amendment of Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 6. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F"vin.InttnlJodaill'AV2.41,122asstrainat 6f Gnwam-fAdmec.rF.rnlb+'Anwtr lmv rendiWethfik--•,a.. Page 2 of 3 ORDINANCE NO. 2013 - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 16th day of September , 2013, for a public hearing to be held on the 1st day of October 2013, at which time it was moved for adoption by Commissioner Solari , seconded by Conunissioner O'Bryan , and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S. Davis Aye Commissioner Peter D. O'Bryan Aye Commissioner Bob Solari Aye Commissioner Tim Zorc Aye The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October, 2013. pM� Yt Yi•I 1k3 Tte. arc,��G- {- spa .... BOARD OF COUNTY COMMISSIONERS *;,NDIAN RIVER COUNTY, FLORIDA '� 4W o`= eph E. Flescher, Chairman ATTEST: Jeffrey R. Smith, Clerkbf-C-Quit'' ` Approved as to form and legal sufficiency: and Comptroller By: Dep" Clerk xylan Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. F:iL6»?Warket17.1t�X1147.en.l on: e4 Mtbno-t•rOraouee.Femle.awrneNrm h+f:Laera.eaw. ekes Page 3 of 3 Board of County Commissioners 180127th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING MINUTES AUGUST 24, 2014, 10:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING 1801 27TH STREET, VERO BEACH, FL 32960 Room A1-303 Project Name: OLD DIXIE HIGHWAY RESURFACING (FROM THE IRFWCD NORTH RELIEF CANAL TO 71 STREET) Project Number: FM 429566-1-58-01 (FDOT SCOP PROJECT) IRC 1137 Bid Number: 2014044 INTRODUCTIONS /SIGN IN SHEET: This is a PRE-BID MEETING; Attendance at this conference by all bidders was mandatory. The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. If no objections, questions, additions, or comments are received within five (5) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. The meeting was called to order by Michael Nixon. The following is a list of the attendees: Christopher Kafer, County Engineer Terry Cook, Road and Bridge Superintendent Michael Nixon, IRC Engineering D. Howard, IRC Construction Management Jill Williams, IRC Engineering Kevin Hansen, IRC Engineering Jennifer Hyde, IRC Purchasing Manager Jeanne Bresett, IRC Traffic Engineering Jeff LeClaire, FDOT David Youngstrom, Dunkelberger Engineering and Testing Dennis Pagano, FPL Bock Kreinhagen, Florida City Gas Bill Yoder, Ranger Construction Ted Bitomski, Asphalt Recycling Inc. Ron Rose, Timothy Rose Construction Mark Rohrbach, Asphalt Paving Systems, Inc. Bill Minnielli, Hubbard Construction Mike Guessow, Sunshine Land Design Joel Acevedo, Community Asphalt Joe Vail, The Miller Group, Inc. P\Public Wcrks\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St'Admim\Meetings\Pre-bid meeting minutes for 7-24- 14.doc PROJECT DESCRIPTION: The proposed improvements to Old Dixie Highway consist of refurbishing (full depth reclamation) from the I.R.F.W.C.D. North Relief Canal to 71st Street with the addition of 4 foot wide paved shoulders, including new asphalt surface and structural courses, pavement markings and an additional turn lane for the North County Charter School. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project FM No. 429566-1- 58-01. CONTRACT DETAILS: Bid opening: Wednesday August 13, 2014 at 2:00 PM at the Indian River County Purchasing Division, 1800 27th Street, Building B, Vero Beach, FI 32960. Contract time: 150 days to substantial completion 180 days to final completion CORRESPONDENCE/LINES OF AUTHORITY/QUESTIONS: Communications concerning this bid shall be directed to IRC Purchasing Division at purchasingPircgov.com Questions will be limited up to 10 days prior to bid opening, so please review the plans this week. CONTACTS: • Project Manager - Michael Nixon, P.E., Indian River County, Engineering Division, 1801 27th Street, Vero Beach, Florida 32960 during the bid process. mnixon@ircgov.com • Construction Manager - Construction Phase will be turned over to D. Howard, Construction Coordination Manager Indian River County, 180127 Street, Vero -Beach, Florida 32960 • Maintenance of Traffic—Jeanne Bresett, Indian River County, Traffic Division, 180127 Street, Vero Beach, Florida 32960 PROJECT CONSULTANTS: Indian River County, Engineering Division (In-house design) Dunkelberger Engineering and Testing, Inc. (Geotechnical) Construction Engineering and Inspection: Indian River County, Engineering Division Construction Management Staff FDOT INVOICING REQUIREMENTS: Jill Williams, IRC Engineering, explained the invoicing system to comply with the FDOT requirements. Maintenance of Trac: 1. Contractor shall submit a Maintenance of Traffic Plan (does not need to be sealed by a P.E.) to the Indian River County, Traffic Engineering Division for approval. 2. At the Pre-bid meeting, the County was requested to provide a detailed Maintenance ofTraffic (MOT) / Detour plan. The Detour will be done in two phases which will allow a Phase I road closure between the Indian River Farms Water Control District North Relief Canal and 69th street. Phase II will allow a road closure between 69th Street and 71g Street. Attached is the Phase I and II MOT/Detour criteria. 3. The Road closures for each phase may be done in segments or in its entirety. Phase 1 and Phase II may not be done at the same time. F'Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St'Admim\Meetings'Pre-bid meeting minutes for 7-24- 14.doc 4. Access to all businesses, residences, the North County Charter School and emergency Vehicles shall be maintained at all times. 5. No traffic will be allowed on the new roadway between the time when the asphalt emulsion is injected into the base material and the time when the first lift of asphalt is put down with the exception of the local traffic for the businesses, residences and the North County Charter School. 6. Through traffic for 65th Street and 69th Street shall be maintained at all times. 7. Individual Business Name Service Signs for all businesses and schools will be required per the Manual of Uniform Traffic Control Devices 2009 Edition. 8. The Maintenance of Traffic Plan shall meet the FDOT Index 600 series, 2014 edition. UTILITIES: IRC Utilities - The Contractors were informed that water valves and air relief boxes would have to be adjusted and there were some fire hydrants to be relocated. The contractors were concerned about the depth of the Force main which will be under the pavement. Florida Power and Light Co. — Dennis Pagano indicated that he did not feel there would be any conflicts. Florida City Gas - Bock Kreinhagen said that Florida City Gas had a gas line in the area. It should have 48" of cover. Call for locates. AT&T — Was not present Comcast Cable Communications - Was not present FULL DEPTH RECLAMATION: Dunkelberger Engineering and Testing, Inc. — David Youngstrom described the base reclamation process. Testing: Test prior to injection of emulsion Consistent gradation prior to inject of emulsion After injection — test of in-place material for maximum density of reclaimed base. Reclaimed base to have structural number coefficient (2.0 desirable, 1.8 minimum accepted) Contractor pays for design testing for mixing and structural number coefficient IRC is responsible for testing cost of compaction and density testing costs and verification of Contractor testing results. Discussion: Indian River County will hire geotechnical firm to perform testing and verify the contractor's base design. The County will send out an addendum addressing the phasing of the work, Maintenance of Traffic and detouring. ATTACHED: Sign in Sheet F \Public Works\ENGINEERING DIVISION PROJECTS \I 137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Nleetings`•Pre-bid meeting minutes for 7-24- 14.doc MANDATORY Pre -Bid Conference Sign -In Sheet Bid No. 2014044 Old Dixie Highway Resurfacing (From the IRFWCD North Relief Canal to 71st Street) July 24, 2014 @ 10:00 a.m. Public Works Conference Room — A1-303 Ac.G,/e-ba £hf 4"// ks"c< CoAspha►+ 7% .0;322,6 -772-31( --11(0a fa x= -172-17O-3707 Jul' 3sv/ e •cees5-au e 2.'T76 .r!- .v.s4-Y. a‘ ewd veto %eo.c l FL -32161 ,p.cev-eco@ Gcac.vo. N{f bbee+le@ Gaco�'e. ue -1- ,2,5wins 0046/wd ppL (77.2)4/g'- 6.2 0 co.)4 7`o GJ,9 p2/0 X40. Rad 21;z. - 910-SovS._. 330( eLe.Ruc,f Avg Fr Qi 646 R 3 'y(7/ 1e44/s.0. Peyet40 / coo �l5-5 0 cls7;i6 ! // 2.- 2.26— �✓�. / 'irJO4,70, 6. I r"G aa� Cp IQLI erk1. ')n-2240.-1445" (e.I,rwN)evle i vice V. c or -1 kik N�dn mnoko,..� ►�cg.Y -fin n 14vi . t MANDATORY Pre -Bid Conference Sign -In Sheet Bid No. 2014044 Old Dixie Highway Resurfacing (From the IRFWCD North Relief Canal to 71st Street) July 24, 2014 @ 10:00 a.m. Public Works Conference Room — A1-303 41/ 7adc►- 77a- 64/-65'60 4190 r(vns/'rachon . J 741 77 . - 9'66- FS -S-9 4/('/a /ddey a - forTPcrcc-`i1.r9r ed t fr5e/ft riT z41A c3a 411. rC' 119 .,.$ traction . C r»ti. PA /0 e)( 6r a� � �` �J�.l � l >" 4a,, / ) a etg/ 77z -$ 7(r o 779- "2 -/3f /sat '6,C'N2,ao ybr- Gy .,s•i o %7'G'3.3&5 /240 s,J oc.n 7 ,,c ,eofc� ? 1 -a/ A7 Kms- Gect c-er (�- 1/1 f,) L 9h/ irc oV, /7-! a -) Stier Vero .6, -eke ' ' _ ' I rese 41/re 907-i wilts ►'moo - c1 e zEp�r�+ L t+Fc, ?-39.40 hb-, ;1, /pi41 1 RAID //SI. lane[ IxI2 �' Chi €Lh4 CC,t /! c,r rd. ��?Sf 441/S13.04o, c or( C MANDATORY Pre -Bid Conference Sign -In Sheet Bid No. 2014044 Old Dixie Highway Resurfacing (From the IRFWCD North Relief Canal to 71st Street) July 24, 2014 @ 10:00 a.m. Public Works Conference Room — A1-303 ,Se3 e, [Jai The Kile,v' D Li . 77°- 9‘8 — Wcx) m� e 4? e et ; r FUo r 771-'/ -z-/s'6/ //40rvt 3Cr A- .5di6 t 35d( &/cind.r a v Fr P / doe.pal lCn1/?/ma y,,c.c�.. deirey. Icc1..rrr 0 .!•f. rte r. 7a/. vs boticitorsAms4v .v.rt.4.1)( Ata* coti6r 5 131.)- 63B- 3414 eviSAtti `11 -3c(3 -`i L - T 313- ►8O 504 **Roily ( (oar N w Com. CCTV4, VI S 1.41G } fL-Igga"'i JKYc'WAG OCr lr ANITC.aiZti dE/au G C GQ1n Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 ADDENDUM NO. 2 Date: August 1, 2014 Project Name: OLD DIXIE HIGHWAY RESURFACING (FROM I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 PROJECT No. 1137 Bid Opening Date: The Bid Opening date is Wednesday, August 20, 2014 at 2:OOpm A Pre -Bid Conference was held on Thursday, July 24, 2014 in the Public Works Conference Room A1-303 Indian River County Administration Building A, located at 1801 27th Street, Vero Beach, Florida 32960. TO ALL PROSPECTIVE BIDDERS: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to the Purchasing Department in writing at purchasing@ircgov.com. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten (10) calendar days prior to the date for opening of Bids shall not be answered (Deadline is Sunday, August 10, 2014 by Midnight). Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page 1 of 3 F\Public Works\ENGINEERING DIVISION PROJECTS\7137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Addendum No.2, 8-1-2014.doc CLARIFICATIONS / CORRECTIONS/ADDITIONS/QUESTIONS: 1. SECTION - 1000 — WATER AND SEWER UTILITIES, B Sewer Utilities, of the Division 2, Technical Specifications of the Contract Documents: 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. i rcuti I ities. com Is hereby amended to read: 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 1. Bid Item 425-6A Air Release Valve Adjustment of the ITEMIZED BID SCHEDULE shall include: The existing non -traffic bearing Air Relief Valve (ARV) vaults are to be replaced with 5 -foot diameter concrete vaults with an internal coating of SewperCoat by Kernos per manufacturer's specifications. The rings and covers will be 36" x 6" H -Tec Ergo XL ductile iron traffic bearing covers and rings. See standard detail M-7 per the "Indian River County Technical Specifications", March, 2014. This document can be obtained online at www. ircutilities.com ATTACHMENT: 1. REVISED DIVISION 2 —TECHNICAL PROVISIONS, SECTION 1000 WATER AND SEWER UTILITIES, 01025-37 through 01025-41 Page 2 of 3 F.\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Addendum No.2, 8-1-2014.doc ADDENDUM NO. 2 PROJECT: OLD DIXIE HIGHWAY RESURFACING (FROM I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 PROJECT No. 1137 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 2 is submitted by and Michael D. Nixon, P.E., Roadway Production Manager Jerinifer Hyde, Purchasing Manager Company Name Name: Title: (Type / Printed) Authorized Signature: Date: Telephone: Fax: Page 3 of 3 F'\Public Works\ENGINEERING DIVISION PROJECTS \l 137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\rlddendums\Addendum No.2, 8-1-2014.doc ADDENDUM NO. 2 AUGUST 1, 2014 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 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 1. Bid Item 425-6A Air Release Valve Adjustment of the ITEMIZED BID SCHEDULE shall include: The existing non -traffic bearing Air Relief Valve (ARV) vaults are to be replaced with 5 -foot diameter concrete vaults with an internal coating of SewperCoat by Kernos per manufacturer's specifications. The rings and covers will be 36" x 6" H -Tec Ergo XL ductile iron traffic bearing covers and rings. See standard detail M-7 per the "Indian River County Technical Specifications", 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 1. General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: All underground fittings shall be either bell and spigot, or mechanical 01025-37 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0ld Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 2 08-01-2014.doc joint. Mechanical joints shall conform to AWWA specification C1IO (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. 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 01025-38 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 2 08-01-2014.doc 1 03 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains. 1.04 SUBMITTALS A. Test Reports: Indicate results comparative to specified requirements. Submit two (2) copies of test results to Engineer in accordance with Submittal specifications. 1.05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651. 1.06 REGULATORY REQUIREMENTS A. Conform to applicable Florida DEP requirements for performing the work of this Section. B . Work shall conform to Indian River County Standards. PART 2 - PRODUCTS 2.01 DISINFECTION CHEMICALS A. Chemicals: The disinfecting agent shall be sodium hypochlorite solution ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301. Dry hypochlorite, similar to "HTH" or equal may also be used as the disinfecting agent. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that piping systems have been cleaned, inspected, and tested. B. Coordinate scheduling of flushing, pressure testing, and disinfection activities with tie-ins, certifications, and sequence of construction. 3.02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for conducting pressure and leakage tests 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 01025-39 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 2 08-01-2014.doc piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600. 2. All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes, valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense. Tests shall be repeated until leakage has been reduced below the allowable amount. 3. In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason, modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements. 3.03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional compensation for the disinfection of all required piping systems. Disinfection shall be conducted on the following systems: 1. Water main piping and valves. B. Conform to AWWA Standards and as modified herein. C. Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D. After the disinfecting agents have been permitted to remain for the specified contact periods, the water lines, and valves shall be thoroughly flushed with 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 01025-40 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 2 08-01-2014.doc 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 + + 01025-41 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 2 08-01-2014.doc "fEiviEZED .EDULS 'iu;;;L: �i�kii L;;;viL ERGi THE l t.rt.1-Ulrlfi i`9tJEi E E -E P<<.jL.iE.F CLLNIdI. [0 %'ESS STREET) FM No. 429566-1-58-01 IRC PROJECT NO. 1137 BID NO.: 2014044 BIDDERS NAME: Revised 7-31-14, Addendum 1 (New Item) .........�. IuC""r'/'""r' 1 Quantity 1 Unit 1 Unit Price Amount ROADWAY IMPROVEMENTS 101-1 MOBILIZATION (INCLUDES PUBLIC CONSTRUCTION BOND) 1 LS / G O,ZQQ„ � 61 /?/j Wo 102-1 MAINTENANCE OF TRAFFIC 1 LS SLOV6 644 e 514 t Y 104-1 EROSION AND WATER POLLUTION CONTROL 1 LS 2,0).535L 2051 b 110-1-1 CLEARING AND GRUBBING 4.2 AC 3."O0 •sk" 114;100 ,k 120-1 GRADING, EXCAVATION, & EMBANKMENT 10,000 SY 64 o. , 120-2 BORROW EXCAVATION (ASPHALT MILLINGS) 1,500 CY 20 . ' ��®0 4'00 160-4 TYPE "B" STABILIZATION 12" SHOULDER (LBR-40) 8,655 SY ' e D° . X21 ., 285-7 FULL DEPTH RECLAMATION BITUMINOUS ASPHALT 9" BASE 40,908 SY LA ,S5 Z®Z1L"i i dbi, 300-1 ASPHALT EMULSION TYPE CSS -1 h- QTY. BASED ON 2.75 AAUSY 112,497 GAL 2 • CO 2(i1,111 327-70-1 MILL EXISTING ASPHALT (1%2" DEPTH) 758 SY 2,w (Z—VZ .7.° 334 1-13 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP- 12.5)(1.5") 40,085 SY S-- 3 o'-i y 334-1-13A SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-9.5)(1.5") 41,049 SY '23'. Iri Lk 1SCty" 425-1-521 TYPE "C" DITCH BOTTOM INLET (<10') 1 EA 2S'Ot� 2Sa- 425-6 WATER VALVE BOX ADJUSTMENT 3 EA 3 -1S -.'k k \22s --!I 425-6A AIR RELEASE VALVE ADJUSTMENT 2 EA 3L'AcW t9et(.0®sys 520-1-10 CONCRETE CURB AND GUTTER (WITH FLARED END) 8 LF V1-0,‘ 1200 44 536-1-1 GUARDRAIL 566 LF 30 .- 536-73 REMOVE EXISTING GUARDRAIL 280 LF 2.4 S1QO 536-85-22 ET -2000 END ANCHORAGE ASSEMBLY 4 EA 2S00 .14 k%M6.% 570 MAIL BOX RELOCATION 1 2.V) •- 2_00.4- - 570-1-2 PERFORMANCE TURF - SOD (BAHIA) (INCLUDES: TOP SOIL, FERTILIZER, AND WATERING) 11,000 .EA SY �"�� 2�j�• F:1Public Works\ENGINEERING DIVISION PROJECTS11137-OId Dipe Hwy Resurfacing IRF North Relief Canal to 71st StWdmim1Addendums1Itemized Bid Schedule -1137, REV 7-31- 2014 00310-3 �. f a .; PIP c.r'R-;t�t�1N PF F_. R gigE„_ti..' 9 GV::ilfiE.; v6_u� uus�l'r= i-iieyi-tVviik i�Y4�:aail}ei=,4f.:ll�ii� (FROM 'f Hip I.k�.R�.ifi;.t;r: sir, FM No. 429566-1-58-01 IRC PROJECT NO. 1137 BID NO.: 2014044 Item No. 700-20-11 700-20-40 700-20-40A 706-3 711-11-121 711-11-123 711-11-124 711-11-125 711-11-141 BIDDERS NAME: Description SINGLE POST SIGN (R2-1, 45 MPH) SINGLE POST SIGN RELOCATION INDIVIDUAL BUSINESS NAME SERVICE SIGN R.P.M. BI-DIRECTIONAL AMBER/AMBER SOLID TRAFFIC STRIPE (6" WHITE) THERMOPLASTIC SOLID TRAFFIC STRIPE (12" WHITE) THERMOPLASTIC SOLID TRAFFIC STRIPE (18" WHITE) THERMOPLASTIC SOLID TRAFFIC STRIPE (24" WHITE) THERMOPLASTIC SKIP TRAFFIC STRIPE (6" WHITE 6'-10') THERMOPLASTIC C I B I?Ht.JFF r ti.mn,a ry-!1 '1ST n.97'-'" Revised 7-31-14 Addendum 1 * (New Item) Quantity Unit 1 10 17 349 21,594 711-11-221 SOLID TRAFFIC STRIPE (SINGLE 6" YELLOW) THERMOPLASTIC 711-11-221A SOLID TRAFFIC STRIPE (DOUBLE 6" YELLOW) THERMOPLASTIC 711-11-241 166-4800 327 79 61 895 1,975 1,542 SKIP TRAFFIC STRIPE (6" YELLOW 10'-30') THERMOPLASTIC 10,209 RELOCATE. EXISTING FIRE HYDRANT ROADWAY IMPROVEMENTS 5 EA EA EA EA LF LF LF LF LF LF LF LF EA Unit Price 231, (4 l.4 1.(w 2.3$ 0 704. 0104- (00 104- Amount 231,E 523 ,20 �Ib�A•� (0O \�b�Q [The remainder of page intentionally left blank] SUB TOTAL 240 40 0000.'''- 11(417 32-17 '1t(o`t$32-17 F•1Public Works\ENGINEERING DIVISION PROJECTS11137-Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim1AddendumsUtemized Bid Schedule -1137, REV 7-31- 2014 Item No. 110-1-14 Item 120-2 285-7 300-1 334-1-13 334-1-13A 706-3 711-11-125 i" AML: t.1LD Oixhh: i lIG lWAti RESURFACING (i.R.F.W.C.D. NORTH RELIEF CANAL i'u lis i STREET) North County Charter School Turn Lane IRC PROJECT NO./BID NO. 1137 BIDDERS NAME: Wj Description i�.Y%• IL. NORTH COUNTY CHARTER SCHOOL TURN LANE CLEARING AND GRUBBING GRADING, EXCAVATION, AND EMBANKMENT REVISED 07-31-2014 Addendum 1 Q • ntity Unit Unit Price Amount 0 20 1,000 BORROW EXCAVATION (ASPHALT MILLINGS) 330 FULL DEPTH RECLAMATION BITUMINOUS ASPHALT 9" BASE 863 ASPHALT EMULSION TYPE CSS -1h -QTY. BASED ON 2.75 GAUSY 2,374 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-12.5)(1.5") 863 SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC C)(SP-9.5)(1 5") 863 R.P.M. BI-DIRECTIONAL AMBER/AMBER 68 SOLID TRAFFIC STRIPE (12" WHITE ) THERMOPLASTIC 26 AC SY CY SY GAL SY SY EA LF M ' b 7.0.E E 3S tl(0b 1Oo. ton ,fU 12.04.oc 711-11-141 SKIP TRAFFIC STRIPE (6" WHITE 6-10') THERMOPLASTIC 390 LF 12 711-11-224 711-11-170 SOLID TRAFIC STRIPE (SINGLE 18" YELLOW) THERMOPLASTIC 182 TURN ARROWS (THERMOPLASTIC) 2 LF EA 2 14-3 .11P 711-11-221A 711-11-251 SOLID TRAFIC STRIPE (DOUBLE 6" YELLOW) THERMOPLASTIC 570 SKIP TRAFFIC STRIPE (6" YELLOW 6-10') THERMOPLASTIC 415 LF LF NORTH COUNTY CHARTER SCHOOL TURN LANE SUB TOTAL 1 1 LSI 75,000.00 FORCE ACCOUNT TOTAL BID (Roadway Improvements, North County Charter School Turn Lane and Force Account) TOTAL TOTAL BID (IN WORDS)Dne Mt it 0 n,e.kierMudytd.jAthiti Note: The Itemized Bid Schedules for the Old Dixie. Highway Roadway Improvements North County Charter School Turn Lane are itemized separately for accounting and the . The TOTAL BID will include Roadway Improvements, North County Charter School Turn Lane and Force Account. LS = Lump Sum LF = Linear Foot EA = Each SY = Square Yard CY = Cubic Yards AC = Acres GAL = Gallons eeTA(lu.varnL. \ k3\ 4o ;1(° 75,000.00 F:1Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st SllAdmimlAddendums\North Co Charter School Addendum 1 07-31-2014 00310-5 T FAME 10 CAN INSTITUTE OF A CfTECTS .ALA Document A310 Id On4E BOND4. BB03782 KNOW ALL MEN EW THESE "RES NTS, thatwe Timothy Rose Contracting, Inc 1360 SW Old Dixie Hwy., Ste 106 (Here insert full name a ad address or legal title of Contractor)Vero Beach, FL 32962 as Principal, hereinafter called the Principal, and Developers Surety and Indemnity Company a corporation duly organized under the laws of the State of Iowa as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County 1801 27 Street, Vero Beach, FL 32960 (Here insert full name and add,uss or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Eid------ -Dollars ($ 5%), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves. our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has sstlbmittedabid flor Old Dixie Highway Resurfacing from IRFWCD Norti Re ie ana to 71 Street, Bid #2014044 (Hen insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fiunished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in itll force and effect Signed and sealed this 13 day of Augu s t (Witness) 2014 Timoth ( ncip 1) _Co tracting, Inco (T•fie)Timothy Rose President (De lope Surety and Indemnity Company S eiy) (Seal) (Witness) r (Title)Robert Barra Attorney In Fact AIA DOCUMENT A310 SID BOND AIA ® FEI3RUARY 1970 ED THE AMERICAN INSTITUTE OF ARCI4ITF.C(S, 1735 N.Y. AVE_, N.W. WASHINGTON. D.C. 20006 WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution. 1 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, constitute and appoint: `**Robert Barra*** as its true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surety, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do, but reserving to each of said corporation full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, any Executive Vice -President, Senior Vice -President or Vice -President of the corporation be, and that each of them hereby is, authorized to execute this Power of Attomey, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attomey; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its officers and attested by its Secretary or Assistant Secretary this November 21, 2013. By: By. Daniel Young, Senior Vice -President Mark J. Lansdon, Vice -President State of California County of Orange On November 21, 2013 personally appeared Date before me Antonio Alvarado, Notary Public Here Insert Name and Title of the Officer Daniel Young and Mark J. Lansdon Name(s) of Signer(s) ANTONIO ALVARADO COMM. # 2033556 RtOTARY CLIC CALIFORNIA" COMM ORANGE My acorn. enpkes Aug. 9, 2017 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature CERTIFICATE Antonio Alvarado, Notary Public The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of Attomey remains in full force and has not been revoked and, furthermore, that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attomey are in force as of the date of this Certificate. By. This Certificate is executed in the City of Irvine, California, this Cassie J. Berrisfor ID-1438(Rev.11/13) Secretary ry ant 13 day of August , 2014 • PROJECT: OLD DIXIE HIGHWAY RESURFACING (FROM I.R.F.W.C.D. NORTH RELIEF CANAL TO 71' STREET) BID NO. 2014044 PROJECT No. 1137 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 1 is submitted by and Company Name I \(/LeHI Name: 1 W1/j .1/ Michael D. Nixon, P.E., Roadway Production Manager Jn fjer Fly e, Purchasing Manager K- LATflakCi (Type / P Title: +54/4P4- ?r Authorized Signature: �� ��_. Date: 2-0r11 Telephone: ell 510-1- Q Page 5 of 5 Fax: TT/. 5104 7k78 F \D..1,1:� \1I...L�\DTrl:iTltL'D D.rr^ nnnernwr nn nn-rvrr en 'I '1 1-11 r• n .nr-., n gr. err I PRJECT: OLD DIXIE HIGHWAY RESURFACING (FRS'M I.R.F.W.C.D. NORTH RELIEF CANAL TO 71ST STREET) BID NO. 2014044 PROJECT No. 1137 *****This Addendum MUST be completed and returned with your Bid********** ADDENDUM NO. 2 is submitted by c(-77 Michael D. Nixon, P.E., Roadway Production Manager and -4 Jetinffer Hyde, Purchasing Manager Company Name --T-17440 JO% N(rhA.CforLI. 0 Name: \ 1,VVVQ7 X- Title: `i)ce,s(1 6 (Type / FC 'nted) Authorized Signature: Telephone: 11 10 1 30G Date: g „ I LI Fax: 1-12-5414-�� Page 3 of 3 F\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Addendum No 2, 8.1-2014.doc SECTION 00310 - Bid For PROJECT IDENTIFICATION: , Project Name: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street County Project Number: 1137 Bid Number: 2014044 Project Address: Old Dixie Highway, Vero Beach, Florida Project Description: The proposed improvements to Old Dixie Highway consist of refurbishing (full depth reclamation) of both the north and southbound lanes from the I.R.F.W.C.D. North Relief Canal to 71st Street, with the addition of 4 foot wide paved shoulders, including new asphalt surface and structural courses, pavement markings and an additional turn lane for the North County Charter School. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 27th Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum Date Addendum Number B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and 00310 - Bid Form REV 04-07.doc 00310 1 F:\ Public Works\ENGINEERING DIVISION PROJECTS1137-OId Dixie Hwy Resurfacing rfaaIRF \North Relief Canal to 71st StWdmimlbid documents\Contract Documents100310 - Bid Form REV 04-07.doc Rev. 05/16/01 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule A\AB. Required Bid security in the form of C. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire; E. List of Subcontractors; 00310 - Bid Form REV 04-07.doc 00310 — 6 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Vivo" Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00310 - Bid Form REV 04-07.doc A A 1 1 111 tl 8.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on o4 Z , 20 4 . State Contractor License No. CGC.-O 'Z'LtC) If Bidder is: An Individual Name (typed or printed): By: (Individual's signature) Doing business as: Business address: Phone No.: FAX No.; A Partnership Partnership Name: By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.: (SEAL) (SEAL) A Corporation Corporation Name: AA 63(SEAL) State of Incorporation: R ,lr Type (General ss�,.P—'re essional, Service, Limited Liability): �i , ni By: (Signature -- attach evidence of authority to sign) Name (typed or printed)TT,0 a Title: liP0,'S4(1Q.A..+- Attest r/ho d (Signature of Corporate Secretary) VSQL .S!kt tot iYAf.,Le._*1V.4 ‘,/,.'AiLt(3(0 Business address: (CORPORATE SEAL) 00310 — 7 00310 - Bid Form REV 04-07.doc F.\Public Works ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00310 - Bid Form REV 04-07.doc 1 1 A Phone No.:1 12....(4. 1 Oo FAX No.."11i. Date of Qualification to do business is g t A Joint Venture Joint Venture Name: (SEAL) By' (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Joint Venture Name: By: (Signature -- attach evidence of authority to sign) Name (typed or printed): 1 Title: Business address: i 1 Phone No.: FAX No.: Phone and FAX Number, and Address for receipt of official communications: (SEAL) (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * 00310 — 8 00310 - Bid Form REV 04-07.doc F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId-Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00310 - Bid Form REV 04-07 doc CONTS AFF9D�� V T ; .EGARI1rJG 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 Pt,Q COUNTY OF t V(; y1 .! ! AP / Personally before me the undersigned authority, appeared administered, stated as foll! ws: , who upon oath duly 1. This sworn statement is submitted by the CONTRACTOR Wva whose business add s is n+r4c` l.. to 0 \SUJ us. -h 3wlu (P 32.,q (to and (if applicable) its Federal Identification No.(FEIN) is - 2,Z42A. 2. My name is MU entity named above is and my relationship to the (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. I understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. I understand and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: ". . . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or 01025-21 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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. I understand and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. I understand that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Contractor understands that this requirement is for this project regardless of the project size. 7. I understand that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. Contractor understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Contractor shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Contractor shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the perthif to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-22 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.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: .. 'd Authorized Signature: (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) Printed Name: 1 Vfi; Date: , The foregoing instrument was subscribed and s vorn to before me this A day of 2O)9- by "Po X , who is ersor,_ _kao.w. � ,o me or hasproduced �' i as identification and who did take oath. c� Notary Public tc'l oof Florida at Large My Commission expires: 1 0 .6 I S DEBORAH WEST MY COMMISSION 4I:r';30889 S EXPIRES. C. '_er C.', 1015 1.800,mio1'ARy Fl. min"). J]scaunt AGM CM + + END OF SECTION + + 01025-23 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\Addendums\Technical Specifications ADDENDUM 1 07-31-2014.doc -�. SWORN STATEMENT UNDE i' SECTION 1O5 08, IN IAN RIVE"' COUNTY CODE, ON DISCEOSU E OF RELATIONSHIPS En THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER NI AUTHORIZED TO ADMINISTER OATHS. ei1. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2014044 for Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) This sworn statement is submitted by: veva ejU o cf t s-' (Name of entity submitting Statement) whose business address is: k uoao oka,N,\Icc.-Awy 5v. k.OL sat3eiriloff... 3z%(02. My name is 1.1AAA ease print name of individual signing) and my relationship to the entity named above is P €3.6.af2 I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] directors, executives, partners, shareholders, employees, members, or agents who are active in tnanagement tof the entity, have any Neither the entity submitting this sworn statement, nor any officers, relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: 00452-1 F:\Public Works\ENniNFFRiNn nnncinni ppc) IFr-rs\1137-Oid Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid Name of Affiliate or entity Name of County Commissioner Relationship or employee (Signature) STATE OF `13 A U (Date) COUNTY OF \VV,�----410'V The foregoing inst ment was acknowledged before me this 2(3 day of AA,, , , 2014, by I ') 0- , who isesrsonally kr3own to me or who has produced as identification. SIGN: PRINT: NOTARY PUBLIC sb(ooft,..k v1.64 - Notary Public, State at large My Commission Expires:10.3 . \S" (Seal DEBORALT-1 WEST MYCOt;;,;,, ., .;r=EEI30889 EXPIRE : • ',;,,,.. ?3, 2033 'HOYARY Cl. Notary Discount -,.y:._ t.:4 \.%OevifirAtrefe 00452-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with Project No. 1137 for Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71St Street) 2. This Sworn Statement is submitted by � sj CLithii.c(± 6 (Lega ame of Entity Submitting Sworn 5t tement) hereinafter "BIDDE \ 6, SW 0\ ,-N BIDDER's Federal Employer The BIDDER's address is o .. �J<►2eacA _ (02.. dentification Number (FEIN) is (.�� - 0 274242.. 3. My name is `A See Print Name o ndividual Signing) is 1)14 USA_ (Position or Title) and my relationship to the BIDDER certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553.60 et.seq. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and inclt.ide the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount of $ , based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards, and intends to comply with said standards by instituting the following specific method(s) of compliance on this Project: The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. The BIDDER has allocated and included in its bid the total -amount of $ /.J based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: FlWorks \ENGINEERING DIVISION PROJECTS Dixie Hwy Res 00458 IRF North Relief Canal to 71st St\Admim\bid documents contract Documents100454 - Floridaorida Trench Safety Act - REV 04-07.doc 00454 - Florida Trench Safety Act - REV 04-07 doc The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. Position or Title: Nak.deit-f. Date: 253 ,N STATE OF RE COUNTY OF k v Personally appeared before me, the undersigned authority, 1 RC - who after first being sworn by me, affixed his/her signature in the space ovided above on this 20 day of , s„sy , 20 Notaublic State at large My Coln ission Expires: 10- 3-t� is t- t ,4fiST ' ti E130S89 `).;;(0✓ EXP1Ri=: �. oma vJ, 2015 •<r-t_c t roo I-t�TA[iY FI. Notmy Licwoat A„tra Co. * * END OF SECTION ** 00454 - Florida Trench Safety Act - REV 04-07.doc 00454 F:1Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admlm\bid documents\Contract Dorumantc\nnase _ Safety Act - REV ne_n7 Dh. - El SECTION 00456 -� QUALIFICATIONS QUESTIONNAIRE RESPONSIBLE BIDDERS. NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS p F NON - UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: 1137 Project Name: Old Dixie Hi. hwa Resurfacin • From the I.R.F.W.C.D. North Relief Canal to 71St Street 1. Bidder's Name / Address: 2. Bidder's Telephone & FAX Numbers: 3. Licensing and Corporate Status: a. Is Contractor License current? b. Bidder's Contractor License No: License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: [Attach a copy of Contractor's 5. What is the last pro'ect OF THI NATURE that the firm has completed? q� 6. Has the firm ever failed to complete work awarded to you? __ [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? -� [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? n [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 10. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 11. Has the firm ever defaulted on any of its projects? N0 [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 12. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 13. Name of person who inspected the site of the proposed work for the firm: Namei��},j-e- Date of Inspections: ,� 6 )L-1 14. Name of on-site Project Foreman: 2.\eatAikk AA.* t k -.- Number of years of experience with similar projects as a Project Foreman: Ls - 15. Name of Project Manager: k vvv Number of years of experience with similar projects as a Project Manager: 16. State your total bonding capacity: t011J)e\ 17. State your bonding capacity per job: 'W,u®T-N) 18. Please provide name, address, telephone number, and contact person of your bonding company:tprACSQ 7 cvekit.s.p T6s°w gs c-.9 ?S [The remainder of his age was left blank intentionally] [NOTE: If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contracto ] ' /�%K By: 1.41 (Position or Title) **END OF SECTION** (Signature) (Date) 00456 - Qualifications Questionnaire.doc 00456 - 4 F•\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00456 - Qualifications Questionnaire.doc 19. Complete the following table for SIMILAR projects: Name of Project Date Completed Owner Contact Person: Name and Telephone Number Original Contract Amount Final Contract Amount Pfactitual.gs_abta- tvv?ducipteAl,+-% 0,0 eAt‘ "\ CsalooNekuyitiL. .41°1 0\),43 e.),&rissJovi QArt-- t U... /1 z_. z.z._eicAC(e) 33-1212,0 2-31 3,41.k.woLw-kmp,% ice4A-s 64-4. 'It' \ \KL Kkkaktiti C\I %Ix() 112, 72.(D. MG otk-ayba-/21414-ve, Virei (3\)ft c5Av‘A - ZS2J .3 a q 00456 - Qualifications Questionnaire.doc 00456 - 3 ' F \Public Works \ENGINEERING DIVISION PROJECTS11137-Old Dixie Hwy Resurfacing 53rd St to 71st St \Admim \ bid documents\Contract Documents100456 - Qualifications Ouestionnaire.doc SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. 1137 for Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71St Street) 1. Work to be Performed As 2 j‘i0\koiLV 3. 'i tAn c e. s 4. Skirt ms, 5. ckA AS 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Note: Attach additional sheets if required. Subcontractor's Name/Address + j 1 o Nw t tuk4 ,Aitc.1 AA tetir14;tq. 9311 bs-Bart( I csx e z Pt. M NO 3 3 C,1 S w . `Vito �r 32,9 Lea � G-dy6-t 1-7cKi Wagaetv Rd vu 0,644,1 461117 Fc..33q * * END OF SECTION * * 00458 - 1 F \Public Works ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents \00458 - List of Subcontractors REV 04-07.doc 00458 - List of Subcontractors REV 04-07.doc STATE OF FLORIDA DEPA I TMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 ROSE, TIMOTHY WILLIAM TIMOTHY ROSE CONTRACTING INC 1360 SW OLD DIXIE HIGHWAY #106 VERO BEACH FL 32962 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www.myfloridalicense.com There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is. License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE flU BER, DETACH HERE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC052940 ISSUED: 07/13/2014 CERTIFIED GENERAL CONTRACTOR ROSE, TIMOTHY WILLIAM TIMOTHY ROSE CONTRACTING INC IS CERTIFIED under the provisions of Ch 489 FS Expiration date AUG 31, 2016 L1407130001474 KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGC052940 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 ROSE, TIMOTHY WILLIAM TIMOTHY ROSE CONTRACTING INC 1360 SW OLD DIXIE HIGHWAY SUITE 106 VERO BEACH FL 32962 2014 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT# S75343 Jan 15, 2014 Entity Name: TIMOTHY ROSE CONTRACTING, INC. Secretary of State CC6497847931 Current Principal Place of Business: 1360 OLD DIXIE HWY SW STE 106 VERO BEACH, FL 32962 Current Mailing Address: 1360 OLD DIXIE HWY SW STE 106 VERO BEACH, FL 32962 US FEI Number: 65-0284242 Name and Address of Current Registered Agent: ROSE, TIMOTHY W 1360 OLD DIXIE HIGHWAY SW 106 VERO BEACH, FL 32962 US Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title P Title SEC Name ROSE, TIMOTHY W Name ROSE, RONALD Address 1360 OLD DIXIE HWY SUITE 106 Address 1360 SW OLD DIXIE HWY #106 City -State -Zip. VERO BEACH FL 32962 City -State -Zip' VERO BEACH FL 32962 Title TREA Name ROSE, LISA A Address 1360 SW OLD DIXIE HWY #106 City -State -Zip. VERO BEACH FL 32962 Date I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: TIMOTHY W. ROSE PRESIDENT 01/15/2014 Electronic Signature of Signing Officer/Director Detail Date TIMOTHY ROSE CONTRACTING, INC Start Estimated Job Description Date Completion Oslo Roadway Improvements 05/14/12 08/31/14 12th St & 27th Ave Intersection Imps 09/23/13 08/31/14 Presidential Streets Improvements 04/01/14 10/04/14 17th Street Shoppes 05/20/14 10/31/14 10:28 AM 08/12/14 Accrual Basis Timothy Rose Contracting, incorporated Balance Sheet As of August 12, 2014 ASSETS Current Assets Checking/Savings PNC Operating Account Total Checking/Savings Accounts Receivable Accounts Receivable Total Accounts Receivable Other Current Assets Exchange Invstmnt Morgan Stanley Smith B Cash -Morgan Stanley Investment Equities - Morgan Stanley SB Aug 12, 14 970,495.75 970,495.75 311,182.64 311,182.64 1,870 83 410 70 116,838 93 Total Invstmnt Morgan Stanley Smith B 117,249 63 Total Other Current Assets 119,120 46 Total Current Assets 1,400,798.85 Fixed Assets Accum Dep - All Assets -3,130,527 49 Construction Equipment 2,332,345 94 Furniture & Fixtures 17,535.66 Office Equipment 15,459 05 Software 2,083.95 Vehicles 877,716.22 Total Fixed Assets 114,613 33 Other Assets Security Deposits 517 45 Total Other Assets 517 45 TOTAL ASSETS 1,515,929.63 LIABILITIES & EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable 731,313 37 Total Accounts Payable 731,313 37 Total Current Liabilities 731,313 37 Long Term Liabilities N/P - ALLY (Escalade) 991.05 25,767 30 N/P ST JD BH #3824/ BD #4819 7,897.56 N/P ST Loan (1102.57) JD #6669 3,974 03 N/P Suntrust (09 GMC Sierra) 1,961 61 PNC - #**68244 2012 Ford truck 32,138.23 PNC #8087 2006 Wheel Loader 21,645.05 PNC Bomag Mixer2/MPH100S/#85809 13,174 05 PNC JD DW544J2613575-L9 25,655.66 Total Long Term Liabilities , 132,213 49 Total Liabilities 863,526 86 Page 1 10:28 AM 08/12/14 Accrual Basis Timothy Rose Contracting, Incorporated Balance Sheet As of August 12, 2014 Equity *Retained Earnings Capital Stock Paid In Capital Shareholder Distribution Unrealized Gain (Loss) on Inves Net Income Total Equity Aug 12, 14 744,049 97 500 00 277, 897.49 -15,000 00 19,254 34 -374,299 03 652,402.77 TOTAL LIABILITIES & EQUITY 1,515,929.63 Page 2 NC April 1, 2014 To Whom It May Concern: This letter serves to confu7n. that Timothy Rose Contracting, Inc. maintains a Line of Credit with PNC Bank. This Line of Credit has an available limit of $100,000. There is not a balance outstanding on the Line of Credit. Should you need any additional information please contact me at 772-978-1026. 'qty- LJynda A. Gibson Vice President Business Banker The PNC Financial Services Group 958 20th Place Vero Beach Florida 32960 \'AW/ pnc,com flew Bob Ban TO Bo[ di Inco To Whom It May Concern, RE: Timothy Rose Contracting, Inc., Dear Gentlemen, Please be advised that Timothy Rose Contracting, Inc., is bonded by Developers Surety and Indemnity Company, We have bonded the principal since 2003, We consider the principal to he a valued and respected contractor who has completed all of their projects in a timely and professional. manner, Currently Timothy Rose Contracting, Inc., has a $5,000,000.00 single bond guideline and a $10,000,000.00 aggregate. We do not anticipate a problem providing bonds for the principal subject to our receipt and review of a written contract and the bond terms. The request must come from our client and be aecornpanied by our normal. underwriting information, We reserve our right to base our decision to provide bonding at the time of the bond request. Our association with Timothy Rose Contracting, Inc., has been extremely favorable and we are confident that you will find therm to be highly qualified and responsive to your needs. If you have any questions please call. cerely, \Robert Barra President Bob Barra Bonds, Inc. 9393 W. Sa II ple [' oad, Ste 206, Coral Spprritags, FL 3306 (954)2559855 Fax (954)255-9857 SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE 1 - WORK 2 ARTICLE 2 - THE PROJECT 2 ARTICLE 3 — ENGINEER 2 ARTICLE 4 - CONTRACT TIMES 2 ARTICLE 5 - CONTRACT PRICE 3 ARTICLE 6 - PAYMENT PROCEDURES 3 ARTICLE 7 - INDEMNIFICATION 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 5 ARTICLE 9 - CONTRACT DOCUMENTS 6 ARTICLE 10 - MISCELLANEOUS 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works) REV 04-07 00520 - 1 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) C0v4irth and i 17 S hereinafter called CON CTOR . OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed improvements to Old Dixie Highway consist of refurbishing (full depth reclamation) of both the north and southbound lanes from the I.R.F.W.C.D. North Relief Canal to 71St Street, with the addition of 4 foot wide paved shoulders, including new asphalt surface and structural courses, pavement markings and an additional turn lane for the North County Charter School. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name. Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) County Project Number: 1137 Bid Number: 2014044 Project Address: Old Dixie Highway, Vero Beach, FL ARTICLE 3 — ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4 01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works) REV 04-07 00520 - 2 B.\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 150 day after the date when the Contract Times commence to run as provided in paragraph 2 03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 180 day after the date when the Contract Times commence to run ************************************************************************************************************ 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $ 1,148.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $ 1,148.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 11 eta ,42.z. 35" Written Amount: 0AC, 1WI SQAttntiVAGW Com, vt/ v4--; liars ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 00520 - Agreement (Public Works) REV 04-07 00520 - 3 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8) (b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8) (c) (2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6.04 Paragraphs 6.02 and 6 03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. 00520 - Agreement (Public Works) REV 04-07 00520 - 4 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the 00520 - Agreement (Public Works) REV 04-07 00520 - 5 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following' 1. This Agreement (pages 520-1 to 520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive), 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to 00700-45, inclusive); 7. Supplementary Conditions (pages 00800-1 to 00800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 9. Drawings consisting of a cover sheet and sheets numbered 1 through 54, and SW1 through SW11, inclusive, with each sheet bearing the following general title. Old Dixie Highway Resurfacing; 10. Addenda (numbers 1 to 2, inclusive), 11. Appendices to this Agreement (enumerated as follows): Appendix A — Geotechnical Report; 12. CONTRACTOR'S BID (pages 310-1 to 310-8, inclusive); 00520 - Agreement (Public Works) REV 04-07 00520 - 6 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc 13 Bid Bond (page 430-1 inclusive), Qualifications Questionnaire (page 456-1 to 456-4, inclusive), and List of Subcontractors (page 458-1 inclusive); 14. Sworn Statement under the Florida Trench Safety Act (pages 454-1 to454-2, inclusive); 15. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 452-1 to 452-2, inclusive); 16 The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); 17. Contractor's Final Certificate of the Work (page 00632 —1 & 2 of the Specifications). ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision 10.05 Venue 00520 - Agreement (Public Works) REV 04-07 00520 - 7 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc A. This 'Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall. (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed the cost provided in chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Consultant upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County B. Failure of the Consultant to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works) REV 04-07 00520 - 8 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07 doc IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on September 16 , 20 14 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY By: „eit,,,,,, it c- 4 Peter D. O'Bryan, Chairman m r 11 oseph Bair, County Ad nistrator TRA; CTOR: z.,::.. •e CONTRACTOR: sN ow;otree. t;• ;o APPROVED AS SUFI ylan Reingold, County Attorney Jeffrey R. Smith, Clerk Court ansp • or 44/ Atte • RNE�•..• LEGAL roller (SEAL) Depu Designated Representative: Name: Christopher J. Kafer Jr , P.E Title. County Engineer 1801 27th Street Vero Beach, Florida 32960 (772) 226-1221 Facsimile. (772) 778-9391 (Contractor) (COR ORATE SEAL) Address for giving notices: 1360 41,11 Old )V i // ' 'W 106 V era Beach FL az9 6. License No. (Where applicable) Agent for service of process: Designated Representative: Name: vno yo sc Title: f7fe.Sndcr�f Address: /31.9,0 3-1V0 ty -wq til In6 V ero C 4ch PL. 3Z !oL Phone" 717 .51 4. ? S OQ Facsimile: (4,1 rue (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 00520 - Agreement (Public Works) REV 04-07 00520 - 9 B:\2013-2014 FY (2014000)\2014044 Old Dixie Highway Resurfacing\00520 - Agreement (Public Works) REV 04-07.doc 2014 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT# S75343I Jan 15, 2014 Entity Name: TIMOTHY ROSE CONTRACTING, INC. Secretary of State Current Principal Place of Business: CC6497847931 1360 OLD DIXIE HWY SW ' STE 106 VERO BEACH, FL 32962 Current Mailing Address: 1360 OLD DIXIE HWY SW STE 106 VERO BEACH, FL 32962 US FEI Number: 65.0284242 Name and Address of Current Registered Agent: ROSE, TIMOTHY W , 1360 OLD DIXIE HIGHWAY SW 106 VERO BEACH, FL 32962 US Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE Electronic Signature of Registered Agent Officer/Director Detail : Title P Title SEC Name ROSE, TIMOTHY W Name ROSE, RONALD Address 1360 OLD DIXIE HWY SUITE 106 Address 1360 SW OLD DIXIE HWY #106 City -State -Zip VERO BEACH FL 32962 City -State -Zip. VERO BEACH FL 32962 Title TREA Name ROSE, LISA A Address 1360 SW OLD DIXIE HWY #106 City -State -Zip: VERO BEACH FL 32962 Date I hereby certify that the infonnation indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that / am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE. TIMOTHY W. ROSE PRESIDENT 01/15/2014 Electronic Signature of Signing Officer/Director Detail Date SECTION 00550 - Notice to Proceed [Certified Mail -- Return Receipt Requested] TO: Dated (BIDDER) ADDRESS: Contract For: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) (Insert name of Contract as it appears in the Contract Documents) IRC Project No: 1137 IRC Bid No. 2014044 You are notified that the Contract Times under the above contract will commence to run on . By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated 150 days for Substantial Completion of this project and 180 days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1-4-11.doc 00550 - 1 F•\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00550 - Notice to Proceed REV 1-4-11.doc Rev 05/01 � y 3120140058083 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 2792 PG: 2058,10/2/2014 10:52 AM 3OND �'FS�1Vj(Ul�f! �1%�ei 1vatY Public Work CONTRACT T PRICE F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 755.05(2) OR SECTION 713.23 FLORIDA STATUTES. BONDNO; 480135P CONTRACTOR NAME: Timothy Rose Contracting, Inc. CONTRACTOR ADDRESS: 1 360 SW Old Dixie Hwy. Vero Beach, FL 32962 CONTRACTOR PI-IONP. Na SURETY COMPANY NAME SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS; OWNER PHONE NO: OBLIGEE NAME CO contracting entity is different hoot tM 'Winne the c ntrattiog publk entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: 111 applteabI,I DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIIrTION: titapplituble) 772-564-7800 Developers Surety and Indemnity Company 100 Second Avenue South, Ste 704S St. Petersburg, FL 33701 866-875-7929 Indian River County Board of County commissioners 1801 27 Street Vero Beach, FL 32960 772-226-1416 $1,792,422.35 IRC Project #1137 Old Dixie Highway Resurfacting Vero Beach, FL 'Rows. PAC& An other hoed pallets) ere deemed subsequent to this pew repedten urea, page nuwbvj) that may I. printed thereon. 00010 - Public Construction Bond A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERIC BK: 2792 PG: 2059 PUBLIC CONSTRUCTION BOND Bond No. 48°135P (enter bond. mber) Timothy Rose Contr cting, BY THIS B&OfDaemrri t Inc • , as Principal and Developers Surety �nc _ Y , a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $ 1, 792,422.35 , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1, Performs the o tr ct dat d R r i�tw n Principal and Owner for construction of > o� c l 7 ci , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal In the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attomey's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; end 4, Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON September, 17, 2014 Timothy Rose Contracting, Inc. imot y Rose - t, Develops Surety, & Indemzfi'' y. Company Robert Barra Atto:tttiej+".`•xt' > a- 00810. Public Construction Bond A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 2792 PG: 2060 ''480135P POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, do each, hereby make, constitute and appoint ***Robert Barra*** as its true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, fa and on behalf of said corporation as surety, bonds, undertakings and contracts of suretyship including, without limitation, any and all surety bonds. and consents or other writings required by the Florida Department of Transportation incident 10 the release of retained percentages and final estimates on construction or maintenance contracts. giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as the corporation Could do, but reserving to the corporation fuU power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY, effective as of March 25th, 2009. RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is. authorized to execute Powers of Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship, and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby fs, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures shalt be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which itis attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY have severalty caused these presents to be signed by their respective Vice President and attested by Their respective Assistant Secretary this March 25th, 2009. B Daniel Young, Vice President Stephen T. Pate, Senior Vice President State of California County of Orange On Mardi 25th, 2009 before me, personally appeared Date Jenny 'rat uyen, Notary Public Here Insert Name and TiUe of the Officer Daniel Young and Stephen T. Pate Name(s) of Signer(s) JENNY YT NotliHtl COMM. # 1791640 NOTARY PUBLIC CALIFORW* ORANGE GOWN My comm. expms Feb.19.2012 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capaciy(ies), and that by his/her/their signature(s) on the instrument me person(s). or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby certify that the foregoing rAf;Altaae%.r-remains in fa' force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations se:ga tori PO ro(Atttirley; are it force as of the date of this Certificate. : I • By This Certificate is executed in the Cityof Irvine, California. the 1 day of S ept ember 2 01 4 stant Secretary ID-1438(Wet)(Rev.10/11) <TtTE OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY THAT THIS ISA TRUE AND CORRECT COPY OF THE ORIGINAL ON FILE IN THIS OFFICE. THIS ORIGINAL MAY HAVE REDACT r INFORMATION ' STATE IN FLORIDA STATUE 119.07. J'. SMI H_LERK BY ® AC Ma CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/23/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER,CONTACT SUNZ Insurance Solutions LLC ID_ (Essential) c/o Essential HR, Inc. dba irst Star HR 251 O'Connor Ridge Blvd Suite 370 Irving, TX 75038 NAME Jennifer Hanger POLICY EFF (MMIDDIYYYY) PHONE EXn: 214-492-1986 FAX No): E-MAIL(, ADDRESS: jennifer.hauger@firststarhr.com NAIC # INSURERIS) AFFORDING COVERAGE INSURER : SUNZ Insurance Company INSURER a : Aspen Re - London - Best Rating "A" 34762 INSURED Essential HR Inc dba Employee Professionals 251 O'Connor Ridge Blvd Suite 370 Irving TX 75038 INSURER : Catlin Syndicate Lloyds - Best Rating "A" INSURER D: Brit Syndicate - Lloyds - Best Rating "A" $ __ INSURERS: INSURER F • \+Vvcmm.GJ v�..,�.,. ...r, ... ......... �.�. �ivuA.vly THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ILTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MM/DDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ __ —1 I-1 OCCUR DAMAGE TD -RENTED _ N I$gS jEa occurs :.) $ CLAIMS -MADE _ERE MED EXP (Any one person) $ �_ '_ 1 PERSONAL & ADV INJURY $ _ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- r--1POLICY I LOC PRODUCTS -,COMP/OP AGG _ - .J JECT I OTHER, $ AUTOMOBILE UABIUTY COMBINED SINGLE LIMIT accident) $ ^ ANY AUTO _(Ea BODILY INJURY (Per person) $ .._ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ _._ AUTOS HIRED AUTOS _ AUTOS NON -OWNED PROPERTY DAMAGE (perac$Ldent) $ _ AUTOS UMBRELLA UAB OCCUR EACH OCCURRENCE $ . EXCESS UAB CLAIMS -MADE AGGREGATE' $ DEO 1 1 RETENrONS $ , A WORKERS COMPENSATION WCPE0000018402 10/1/2014 10/1/2015 f STATUTE I ERH _ AND EMPLOYERS' UABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE WCPE00000184 01 10/1/2013 10/1/2014 EL. EACH ACCIDENT' $ 1,000,000 OFFICER/MEMBER EXCLUDED? 1 (Mandatory in NH) N / A E L. DISEASE - EA EMPLOYEE $ 1,000,000 It yes describe under DESCIRIPTION OF OPERATIONS below EL. DISEASE -POLICY LIMIT $ 1,000,000 B C D Workers Compensation Excess Coverage This is for informational purposes and nothing shall create any right under such reinsurance. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Coverage provided for all leased employees but not subcontractors of: Timothy Rose Contracting, Inc. Effective date: 10/1/2013 62200099 vw� Indian River County Building Dept 1801 27th Street Vero Beach FL 32960 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE iik Glen J Distefano ACORD 25 (2014101) -. . The ACORD name and logo are registered marks of ACORD r•vtn. ,n . nlco',i"C •,nrnliw 0/11/fnfA A.IC.Il MN IMTt D-ne t n OP ID: MK Aco o= CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 09/30/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Phone: 772-286-4334 Stuart Insurance, Inc. Fax: 772-286-9389 3070 S W Mapp Palm City, FL 34990 Rick Halcomb, CIC, ARM NAME: CT Rick Halcomb OE _286-4334 FA(ax (A/PHc. NNo, Ext 772c, No): 772-286-9389 n DRESS: rhalcomb@stuartinsurance.net PRODUCER CUSTOMER ID #:TIMOR -1 INSURER(S) AFFORDING COVERAGE NAIC # INSURED Timothy Rose Contracting, Inc. 1360 Old Dixie Hwy SW Vero Beach, FL 32962 INSURER A: Westfield Insurance 24112 INSURERS: CMM6079889 INSURER C: 06/06/2015 INSURER D : $ 1,000,000 INSURER E : $ 500,000 INSURER F : CLAIMS -MADE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1LTR TYPE OF INSURANCE ADDL NSR S WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A GENERALUABIUTY X COMMERCIAL GENERAL LIABILITY OCCUR CMM6079889 06/06/2014 06/06/2015 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occunence) $ 500,000 CLAIMS -MADE X MED EXP (Any one person) $ 10,000 X Contractual Liab PERSONAL & ADV INJURY $ 1,000,000 X Inc! XCU GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: —1 POLICY X JR O- n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X X UABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CMM6079889 06/06/2014 06/06/2015 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ A UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE CMM6079889 06/06/2014 06/06/2015 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ 3,000,000 DEDUCTIBLE RETENTION $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABIUTY y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU- OTH- TORY LIMITS ER E.L EACH ACCIDENT $ E.L DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Contractors Equip CMM6079889 06/06/2014 06/06/2015 Rented 50,000 Equipment $1000 ded DESCRIPTION OF OPERATIO S / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Grading of Land/Site Prep - State of Florida CERTIFICATE HOLDER CANCELLATION OLDDR-1 Old Dixie Highway Resurfacing Indian River County Board of Commissioners 1801 27th Street Beach, FL 32960ill SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Q_IVero pe...wejtifrvt ACORD 25 (2009/09) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 201404. 4 Project No.: 1137 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): 4. Total completed and stored to date: $ 5. Retainage (per Agreement): % of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 1 E \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documentslContract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated By: STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 is personally known to me or has produced as identification. (SEAL) NOTARY PUBLIC: Printed name: Commission No.: Commission Expiration: [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 2 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st SlWdmim\bid documents\Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, ,a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety STATE OF FLORIDA COUNTY OF INDIAN RIVER Business Address BY: Print Name: Title: (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of , 20 Notary Public, State of My Commission Expires: **************************************************************************************************** [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 3 F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st SlWdmim\bid documents\Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 Page 4 of 5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE **************************************************************************************************** [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractor's Application for Payment - 03-10 rev.doc 00622 - 5 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents \00622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 PROJECT NAME: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) Project No. 1137 Payment Application No. F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc SCHEDULED VALUE PREVIOUS APPLICATION WORK COMPLETED THIS PERIOD TOTAL COMPLETED % MATERIALS BALANCE TO FINISH Item No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL d ¢�-vete n 'pi. �.. �:• '� �• ..t�'.k�' t.,i _ c;� .�f� c" T'" .. ...---,?' . &•'Aa �... .�Y",..° ', ,: :."} - .. - .. ..: C ,., . . P�, rw ••`h"% a °°�,s.. :iW .�'�``.'' 3ai,. x�b^„k,,x rc' xa�c ,�: �" , "�r•Y �' ,Yd(. v :}�.. , c�`y o�?. . �* "'' , %d 7 'c.' ?a', t&'v . -..sg - � . , .. >�a° a?•,;..: �.2`.i }ii.•. ,•dx:y dC _ 3n"T., ''t'*• ta''i¢>;,y '„',e:» .e`�:: ,C,°.,>_?•f ,<,.t ':'i "' �•� i2 •. ' D �k:r- i�:. »'..t,�.wv'3��,e, iq fix... ��,.n ... .cidC)�i �` � a=s�3�fni 5 ;3ii�y:x �.:::, 'Yq ., �• .. .F a tua l•,"-.., = ': g.. .,� ::.r�.-. . x� - °�, < tx.,v.i •.,., SUBTOTAL SUBTOTAL 0.00 0 .0r• 0 0.00 0. 0C. 0 0.00 0.00 0.00 0 :' .•,.,,,., ., e'a,:3i<_495<< .."`.•.•l•✓Cr ,•S'p.f �,.Gi .v.`�u�P�. i n.'.�,,Y. FORCE ACCOUNT 1 LS .:.�, :-'"".^i'•,..J:•; ,- S > .. , • .B= °: ry' z,»° < ,:r'•-° �.., . 'sem„ e -5 •...:hG. -s e.t.7 ma m•'f :a}�. -o s:Ms GRAND TOTAL TOTAL 0.00 1 1 AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO DATE m RETAINAGE AT 10% 0 rn TOTAL COMPLETED AND STORED LESS RETAINAGE N ^' LESS PREVIOUS PAYMENT 6 AMOUNT DUE CONTRACTOR $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County CONTRACTOR. Project No. 1137 Project Description: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71St Street) OWNER's Bid No. 2014044 CONTRACT FOR: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To. OWNER And To. CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. 00630 - Certificate of Substantial Completion REV 04-07.doc 00630 - 1 E \Public Works \ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: (For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.) This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: (Date). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) **END OF SECTION** 00630 - Certificate of Substantial Completion REV 04-07.doc 00630 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st SlWdmim\bid documents\Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) IRC PROJECT NO: 1137 STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1. CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 00632-1 F \Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal) (Contractor) By: Subscribed and sworn to before me this _ day of , 20 Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F•\Public Works\ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by. (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st Street) INDIAN RIVER COUNTY PROJECT NO: 1137 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision. I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] CERTIFIED BY: (SURVEYOR'S SEAL) Printed Name. Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address. Telephone Number 00634 - Professional Surveyor and Mappers Certification.doc 00634 - 1 F \Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00634 - Professional Surveyor and Mapper's Certification.doc Rev 06/01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY......... .................... 5 1.01 Defined Terms . 5 1.02 Terminology 7 ARTICLE 2 - PRELIMINARY MATTERS. 8 2.01 Delivery of Bonds . .8 2.02 Copies of Documents .8 2.03 Commencement of Contract Times; Notice to Proceed.. 8 2.04 Starting the Work 8 2.05 Before Starting Construction 8 2.06 Preconstruction Conference . 9 2.07 Initial Acceptance of Schedules ...9 ARTICLE 3 - CONTRACT DOCUMENTS. INTENT, AMENDING, REUSE .. 9 3.01 Intent. .9 3.02 Reference Standards .10 3.03 Reporting and Resolving Discrepancies ..........10 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents.. .................. 10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS .11 4 01 Availability of Lands 11 4.02 Subsurface and Physical Conditions ... 11 4.03 Differing Subsurface or Physical Conditions.. 11 4.04 Underground Facilities ... . ........... . .12 4.05 Reference Points .13 4.06 Hazardous Environmental Condition at Site. 13 ARTICLE 5 - BONDS AND INSURANCE ..... ... 14 5 01 Performance, Payment, and Other Bonds.. ..14 5.02 Licensed Sureties and Insurers ........... 15 5.03 Certificates of Insurance 15 5.04 CONTRACTOR's Liability Insurance .15 5.05 OWNER's Liability Insurance ,16 5 06 Property Insurance .16 5.07 Waiver of Rights 17 5.08 Receipt and Application of Insurance Proceeds ... .18 5.09 Acceptance of Bonds and Insurance; Option to Replace 18 5.10 Partial Utilization, Acknowledgment of Property Insurer. 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ,.,18 6.01 Supervision and Superintendence ............. 18 6.02 Labor. Working Hours . ... .. .... 19 6.03 Services, Materials, and Equipment .19 6 04 Progress Schedule ........ 19 6 05 Substitutes and "Or -Equals".... 19 6.07 Patent Fees and Royalties ......... .22 00700 - General Conditions REV 5-10-13.doc 00700 - 2 F'U'ublic 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 6 08 Permits. .. ......... ... . .22 6.09 Laws and Regulations ................22 6.10 Taxes... .... .. 22 6.11 Use of Site and Other Areas 22 6.13 Safety and Protection , 23 6 14 Safety Representative.... ..... ... 24 6.15 Hazard Communication Programs ....... 23 6 16 Emergencies . .24 6.17 Shop Drawings and Samples 24 6.18 Continuing the Work ........... 25 6.19 CONTRACTOR's General Warranty and Guarantee 25 6.20 Indemnification . 26 ARTICLE 7 - OTHER WORK 7.01 Related Work at Site 7.02 Coordination .. 26 26 27 ARTICLE 8 - OWNER'S RESPONSIBILITIES ..27 8.01 Communications to Contractor 27 8.02 Replacement of ENGINEER.... ... 27 8.03 Furnish Data..... 27 8 04 Pay Promptly When Due... .. .27 8.05 Lands and Easements; Reports and Tests .27 8.06 Insurance 28 8 07 Change Orders. „ , ._..,, „ , .28 8 08 Inspections, Tests, and Approvals .............. . . ......28 8.09 Limitations on OWNER's Responsibilities ........ . .28 8.10 Undisclosed Hazardous Environmental Condition ......... 28 8.11 Evidence of Financial Arrangements .28 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 28 9 01 OWNER'S Representative. 28 9 02 Visits to Site . 28 9.03 Project Representative . ...28 9.04 Clarifications and Interpretations . 29 9 05 Authorized Variations in Work 29 9 06 Rejecting Defective Work... 29 9.07 Shop Drawings, Change Orders and Payments .. 29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work 29 9 10 Limitations on ENGINEER's Authority and Responsibilities. ....... ..30 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 30 10.01 Authorized Changes in the Work 30 10 02 Unauthorized Changes in the Work..... 30 10 03 Execution of Change Orders 30 10 04 Notification to Surety ..... 31 10.05 Claims and Disputes . .. 31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK. .. 32 11.01 Cost of the Work. . . .. .... 32 11 02 Cash Allowances . 34 11 03 Unit Price Work . .. .. 34 ARTICLE 12 - CHANGE OF CONTRACT PRICE, CHANGE OF CONTRACT TIMES. . ..... . . . .... 34 00700 - General Conditions REV 5-10-13.doc 00700 - 3 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-I0-13.doc 12.01 Change of Contract Price... . 34 12.02 Change of Contract Times ... . . 35 12.03 Delays Beyond CONTRACTOR's Control 35 12.04 Delays Within CONTRACTOR's Control . . . . ...... 35 12.06 Delay Damages 36 ARTICLE 13 - TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 36 13 01 Notice of Defects. 36 13.02 Access to Work 36 13.03 Tests and Inspections 36 13.04 Uncovering Work 37 13.05 OWNER May Stop the Work .37 13.06 Correction or Removal of Defective Work. 37 13.07 Correction Period 37 13.08 Acceptance of Defective Work 38 13.09 OWNER May Correct Defective Work . 38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION .39 14 01 Schedule of Values 39 14.02 Progress Payments 39 14.03 CONTRACTOR's Warranty of Title 40 14.04 Substantial Completion 41 14.05 Partial Utilization 41 14.06 Final Inspection . 42 14.07 Final Payment 42 14.08 Final Completion Delayed 41 14.09 Waiver of Claims 43 ARTICLE 15- SUSPENSION OF WORK AND TERMINATION . ..... . 43 15.01 OWNER May Suspend Work 43 15.02 OWNER May Terminate for Cause .43 15 03 OWNER May Terminate For Convenience .44 15.04 CONTRACTOR May Stop Work or Terminate 44 ARTICLE 16 - DISPUTE RESOLUTION . 16.01 Methods and Procedures .44 44 ARTICLE 17 - MISCELLANEOUS 44 17 01 Giving Notice. 44 17 02 Computation of Times 44 17.03 Cumulative Remedies 44 17.04 Survival of Obligations. 45 17 05 Controffing Law . . ..... . .45 00700 - General Conditions REV 5-10-13.doc 00700 - 4 FAPublic Works \ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st St \Admim \ bid documents \Contract Documents\ 00700 - General Conditions REV 5-10-13.doc GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof 1. Addenda --Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement --The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment --The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos --Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bid --The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6 Bidding Documents --The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements --The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds—Performance and payment bonds and other instruments of security 9 Change Order --A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim --A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract --The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. - 12. Contract Documents --The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price --The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to (i) achieve Substantial Completion, and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment. 15 CONTRACTOR --The individual or entity with whom OWNER has entered into the Agreement. 16 Cost of the Work --See paragraph 11 01.A for definition. 00700 - General Conditions REV 5-10-13.doc 00700 - 5 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 17. Drawings --That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19 ENGINEER --The individual or entity named as such in the Agreement. 20. ENGINEER's Consultant An individual or entity having a contract with ENGINEE rnish services as ENGINEER's in. - • - sent professional associate or consult. • respect to the Project and who is •- - ' ed as such in the Supplementary 21. Field Order --A written order issued by ENGINEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requirements --Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23. Hazardous Environmental Condition --The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste --The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. Laws and Regulations; Laws or Regulat- ions --Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- mental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property 27. Milestone --A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Comple- tion of all the Work. 28 Notice of Award --The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed—A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30 OWNER—The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization—Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs --Polychlorinated biphenyls. 33. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project --The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36 Radioactive Material --Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 37 Resident Project Representative --The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700 - General Conditions REV 5-10-13.doc 00700 - 6 F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc 38 Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings--AII drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site --Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site 43. Substantial Completion --The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions --That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor 46. Underground Facilities--AII underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work --Work to be paid for on the basis of unit prices. 48. Work --The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive --A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment --A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1 Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design 00700 - General Conditions REV 5-10-13.doc 00700 - 7 F -\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1 The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recom- mendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.04 or 14.05). D. Furnish, Install, Perform, Provide 1 The word "furnish," when used in connection with services, materials, or said services, materials, or equi• Site (or some other specified location) ready for eoridition. 2. The word "install," when used in connection with services, materials, or in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, and install said services, materials, or Use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro- ceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Docu- ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700 - General Conditions REV 5-10-13.doc 00700 - 8 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents Contract Documents\ 00700 - General Conditions REV 5- 10-13.doc Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review. 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for sub- mitting, reviewing, and processing such submittal; and 3 a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. the Site is started, CONTRACTOR and OWNE' - all each deliver to the other, with copi-: o each additional insured identified in tip - upplementary Conditions, certificates of urance (and other evidence of insurance ich either of them or any additional insur- e may reasonably request) which CONTRA and OWNER respectively are 2.06 Preconstruction Conference to run, but before any Wor conference is started, a y CONTRACTOR, ENGINEER, Work and to discuss the schedules graph 2.05.B, procedur and oth o in para- andling Shop Drawings 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 2.05.6. 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 PROJECTS11137-OId Dixie Hwy Resurfacing 53rd St to 71st 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 F•\Public Works\ENGINEERING DIVISION PROJECTS11137-OId Dixie Hwy Resurfacing 53rd St to 71st 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 a change in the Contract Documents, or 00700 - General Conditions REV 5-10-13.doc 00700 - 11 F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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 CON- TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as re- quired by paragraph 4 03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10 05 However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1 OWNER and ENGINEER shall not be responsible for the accuracy or com- pleteness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: a. reviewing and checking all such information and data, 00700 - General Conditions REV 5-10.13.doc 00700 - 12 F \Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 F \Public Works \ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing 53rd St to 71st StlAdmim\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.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 00700 - General Conditions REV 5-10-13.doc 00700 - 14 F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5-10-13.doc mance and payment of all CONTRACTOR'S obligations under the Contract Documents. These Contract Documents. B All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5 01.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 501 B and 5 02. 5 02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5 03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. ' s — 11. to each additional insured identified in the Supple mentary Conditions, certificates of insurance (and 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be per- formed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts, 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason, 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6 claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, mainte- nance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5 04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5 04.A.3 through 5 04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's 00700 - General Conditions REV 5-10-13.doc 00700 - 15 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 2. Toss or damage to thc completed Pro cause of lo's covered by any property • or part thereof by OWNER during partial utilization pursuant to paragraph 11.05, after 1'1.01, or after final payment pursuant to paragraph 14.07. C. Any insurance policy maintained by OWNER covering any loss, damage or consequential kr, referred to in paragraph 5.07.6 shall contain CONTRACTOR, Subcontractors, ENGINEER, or ENGINEER's Consultants and the officers, directors, 5 08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of with OWNER and made payable to OWNER as fiduciary for the insureds, as their interests may agreement as thc parties in interest may reach. If no Work shall be repaired or replaced, the moneys Go received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. B. OWNER as fiduciary shall have power to of the parties in interest shall object in writing within 15 parties in interest may reach. If no such agreement 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either OWNER or CONTRACTOR has any objection to the coverage afforded by or other provi with the Contract Documents, the objecting party shall provided as the other may reasonably request. If Contract Documents, such party shall notify the other any change in the required coverage. Without Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6 01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700 - General Conditions REV 5-10-13.doc 00700 - 18 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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 Tess than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance, 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6 07, 6 11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide), 6. remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13 07; and 7 with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter) 5 05 OWNER's Liability Insurance A. In addition to the insurance required t. be provided by CONTRACTOR under pare -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 uments. 5.06 Property Insurance A. Unless otherwise provided in the Supple mentary Conditions, OWNER shall purchase and in the amount of the full replacement cost thereof 1. CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and any other individuals or entities idcntificd in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and 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 Ions or damage to the Work, tcmpo least the following perils or causes of loss: fire, damage, and such other perils or causes of 3. include expenses incurred in the engineers and architects), 00700 - General Conditions REV 5-10-13.doc 00700 - 16 F'\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc ENGINEER; 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7 be maintained in effect until final pay •=greed to in writing by OWNER, CONTRACTOR, and ENGINEER with 30 days written notice to each insurance has been issued. B. OWNER shall purchase and maintain such the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul the Supplementary Conditions, each of whom is C. All the policies of insurance (and the ccrtifi rotes or othcr evidence thereof) required to be pur written notice has been given to OWNER and CON e _ee. whom a certificate of insurance has been issued and paragraph -54W, D OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified in this paragraph 5 06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If CONTRACTOR requests in writing that other special insurance be included in the property insurance—policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRAC TOR by appropriate Change- Order or Written 5.07 Waiver of Rights A. OWNER and CONTRACTOR intend that all will protect OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consul tants, and all other individuals or entities identified in losses and damages caused by the perils er-sau..es,-ef lose covered thereby. All such policies shall contain any loss or damage the insurers will have no rights of ..e waive all rights against each other and thei r respective officers, directors, partners, employees, perils or causes of loss covered by such policies and and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER's Consultants, and all other individuals or entities identified in the Supplementary Conditions to be listed directors, partners, employees, agents, and other them) under such policies for losses and damages so mused. None of the above waivers shall extend to trustee or otherwise payable under any policy so is..ued. B. OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, partners, employees, agents, and other consultants 1. loss due to business interruption, los., of use, or other consequential loss extending 00700 - General Conditions REV 5-10-13.doc 00700 - 17 F'\Public Works\ENGINEERING DIVISION PROJECTS \1137-0Id Dixie Hwy Resurfacing 53rd St to 71st 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 F'\Public Works\ENGINEERING DIVISION PROJECTS \1137 -Old Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents100700 - General Conditions REV 5- 10-13.doc ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substi- tute items. For the purposes of this paragraph 6 05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the pro- posed substitute item will prejudice CONTRACTOR's achievement of Substan- tial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substi- tute item in connection with the Work is sub- ject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation. ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6 05.A and 6 05 B ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise 00700 - General Conditions REV 5-10-13.doc 00700 - 20 F \Public Works ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing 53rd St to 71st 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 6.05.6 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 riot ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6 06 B), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reason- able objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- tractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5 06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or entities 00700 - General Conditions REV 5-10-13.doc 00700 - 21 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6 09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes 6 11 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. 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\1137-01d Dixie Hwy Resurfacing 53rd St to 71st SttAdmim\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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st 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 B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 616 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 Toss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto, b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700 - General Conditions REV 5-10-13.doc 00700 - 24 F \Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents \ Contract Documents100700 - General Conditions REV 5- 10-13.doc precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3 ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17 D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17 D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6 18 Continuing the Work A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.04 or as OWNER and CONTRACTOR may otherwise agree in writing. 6 19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible, or 2. normal wear and tear under normal usage. 00700 - General Conditions REV 5-10-13.doc 00700 - 25 F•\Public Works\ENGINEERING DIVISION PROJECTS11137-01dDixie Hwy Resurfacing 53rd St to 71st St\Admim\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: 1. observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Sub- stantial Completion by ENGINEER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5 any acceptance by OWNER or any failure to do so; 6 any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage. 1 is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- fied party by Laws and Regulations regardless of the negligence of any such individual or entity B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen- sation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CON- TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. ARTICLE 7 - OTHER WORK 7 01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700 - General Conditions REV 5-10-13.doc 00700 - 26 F \Public Works\ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing 53rd St to 71st SMdmim\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 - General Conditions REV 5-10-13.doc 00700 - 27 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents Contract Documents100700 - 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 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9 10 and in the Supplementary Conditions. If OWNER designates another represen- tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10 05 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9 07 Shop Drawings, Change Orders and Payments A. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quanti- ties and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10 05. 9 09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9 09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700 - General Conditions REV 5-10-13.doc 00700 - 29 F -\Public Works ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents100700 - General Conditions REV 5- 10-13.doc CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. C ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Docu ments. 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 616 or in the case of uncovering Work as provided in paragraph 13.04.6 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-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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.B A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.B. Each Claim shall be accom- panied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. 00700 - General Conditions REV 5-10-13.doc 00700 - 31 F\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10 05 B, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES, UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in para- graph 11.01 B without limitation superintendents, foremen, Site. Payroll costs for employees not employed the basis of their time spent on the Work. benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health vacation and holiday pay applicable thereto. The expenses of performing Work outside of the extent authorized by OWNER. 2. Cost of all materials and equipment furnished and incorporated in the Work, includ- ing costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CON- TRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this para- graph 11 01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary trans- portation, travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- charge of duties connected with the Work. b Cost, including transportation and maintenance, of all materials, supplies, equip- ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. 00700 - General Conditions REV 5-10-13.doc 00700 - 32 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 c. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e . Deposits lost for causes other than negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5 06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11 01.6. C. CONTRACTOR's Fee. When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change 00700 - General Conditions REV 5-10-13.doc 00700 - 33 F1Public 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 B, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11 02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1 the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11 03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaran- teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- minations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be ade- quate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accor- dance with paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in accordance with the provisions of para- graph 10.05. B The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11 03 ); or 2. where the Work involved is not cov- ered by unit prices contained in the Contract 00700 - General Conditions REV 5-10-13.doc 00700 - 34 F \Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing 53rd St to 71st 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 B.2, on the basis of the Cost of the Work (determined as provided in paragraph 11 01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01 C). C. CONTRACTOR's Fee. The CONTRACTOR's fee for overhead and profit shall be determined as follows: 1 a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under para- graphs 11 01.A.1 and 11 01.A.2, the CONTRACTOR's fee shall be 15 percent; b for costs incurred under paragraph 11.01.A.3, the CONTRACTOR's fee shall be five percent; c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcon- tractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11 01.A.4, 11.01.A.5, and 11 01 B, e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease, and f. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRAC- TOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount 00700 - General Conditions REV 5-10-13.doc 00700 - 35 F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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. B OWNER shall employ and pay for the perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tcsts, or approval° covered by paragraphs 13.03.0 and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.B shall be paid as provided in 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full, responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspec- tion or approval. D CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGI- NEER, it must, if requested by ENGINEER, be uncov- ered for observation. F Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice 00700 - General Conditions REV 5-10-13.doc 00700 - 36 F\Public Works \ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 A. If the Work is defective, or CONTRACTOR the Contract Documents, OWNER may -order CON however, this right of OWNER to stop -the Work shall exercise this right for the benefit of CONTRACTOR, or entity, or any surety for, or employee or agent of any of them. 13 06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period prescribed by Laws or Regulations or by the terms of contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost {ii) correct such defective Work or, if the defective the Project and replace it with Work that is not from: If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B _ _ _ _ _ _ • _ -s where a particular 00700 - General Conditions REV 5-10-13.doc 00700 - 37 F \Public Works\ENGINEERING DIVISION PROJECTS11137-01d Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.doc correction period for that item may s earlier date if co provided in the Specifications or by Written Amendmen* 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 Fi\Public Works \ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st 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, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief. a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9 08, and to any other qualifications stated in the recommendation); and c. The conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. 3 By recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) inspec- tions made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents, or (ii) that there may not be other matters or issues between the 00700 - General Conditions REV 5-10-13.doc 00700 - 39 F.\Public Works ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st 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 the occurrence of any of the events enumer atcd in paragraph 15.02.A. C. Payment Becomes Due Application for Payment to OWNER with ENGINEER's recommendation, the amount recommended will (subject to the provisions of paragraph 1,1.02.D) become due, and when - ' - - • ' ' - - - • ' 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 02.6.5.a through 14.02.6 5 c or paragraph 15 02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14 02.0 1. 14 03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated 00700 - General Conditions REV 5-10-13.doc 00700 - 40 F•\Public Works\ ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st St\Hdmim\bid documents\Contract Documents\00700 - General Conditions REV 5- 10-13.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 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 — 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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-OId 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 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. RECORD/AS-BUILTS DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\Technical Specifications REVISED.doc Lic. Name Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Date: Project Name: Old Dixie Highway Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st 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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 Survey Quantity 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." ❑ (j) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (I) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. 01025-8 Technical Specifications F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 A‘ (1) As-Built/Record Survey: ❑ (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. 01025-9 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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 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 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-OId 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. 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.dep.state.fl.us./water/nonpoint/docs/erosion/erosion-inspectors- manual.pdf) D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's work as a result of its failure to comply with this Section, the Construction Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for 01025-13 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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/npdes/ 4. FDEP's Uncontaminated Groundwater Release Permit (required if dewatering occurs). This permit requires water quality testing by a State certified laboratory. B. Provide copies of all permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications, the more stringent specification or requirement shall govern. C. In addition to paying for all permit fees, CONTRACTOR shall also pay for all water quality sampling and laboratory tests required by any permit. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans and permits and approved for use by the OWNER and applicable permitting authorities. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut -down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans and specifications. 01025-14 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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 may be further defined in paragraphs 1.6.B, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When . . An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body, Pollution Occurs When . . . In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as after traveling through pipes or by overland flow. Before construction commences, the Contractor will measure background levels of total suspended solids (TSS) and turbidity, in the immediate vicinity of the discharge water's ultimate discharge point into the receiving water body. If the discharge water's TSS and turbidity measurements exceed these pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge from the CONTRACTOR's operations is defined to be polluted. D. Pollution Always Occurs When ... The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. 01025-16 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc E. Above paragraphs 1.6.B, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER will immediately report the violations to the Indian River County Code Enforcement Board, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2 - MATERIALS AND INSTALLATION 2.1 GENERAL A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion. PAM may also be used in water bodies to remove turbidity. Use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, contact Applied Polymer Systems, Inc., (678) 494-5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6 -inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, install in accordance with FDOT Index No. 102. 3. Product: All material shall be new and unused. Use FDOT Types II through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, oras 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\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc 1. General: Use turbidity barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations and per FDOT Index No. 103 unless directed otherwise by the ENGINEER. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. a. Parker Systems, Inc.(1-866-472-7537),model Type II or Type I b. Or equivalent. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag. The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1-800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591-2284). c. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. F Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the 01025-18 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\Technical Specifications REVISED.doc sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800- 448-3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). c. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock driving surface at the vehicle exit point(s). Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Crushed limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate (usually granite), washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. PART 3 - EXECUTION A. Design, construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities. B. Apply polyacrylamide only as directed by the polyacrylamide manufacturer/supplier. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104-1 — Erosion & Water Pollution Control - Lump Sum 01025-19 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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 administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR , who upon oath duly whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. I understand and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Contractor is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. I understand and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: ". . . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or 01025-20 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StAdmim\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. I understand and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. I understand that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Contractor understands that this requirement is for this project regardless of the project size. 7. I understand that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. Contractor understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Contractor shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Contractor shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Contractor must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Contractor's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Contractor is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. [The remainder of this page was left blank intentionally] 01025-21 Technical Specifications F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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. Contractor: FURTHER AFFIANT SAYETH NAUGHT Authorized Signature: Printed Name: Date: (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) The foregoing instrument was subscribed and sworn to before me this day of , 20_ by , who is personally known to me or has produced as identification and who did take oath. My Commission expires: Notary Public State of Florida at Large + + END OF SECTION + + 01025-22 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 -1H Emulsified Asphalt. The target Mix Design shall have a minimum Asphalt Structural Number (SN) of 0.20 per inch. The Mixture used in the work shall be as determined by the project specific Mix Design Testing. The Testing Laboratory preparing the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. The Mix Design study and recommendations shall be forwarded to the County at least five work days prior to starting operation. d. Granular base material: Granular base material to be added to the reclaimed layers shall consist of limerock meeting the requirements for Limerock Stabilized Base of the FDOT Specifications, Section 911. Further, it shall have a minimum LBR value of 100. 3. Equipment a. General: The Contractor shall accomplish the work utilizing a road reclaimer, a motor grader, a vibratory roller or three -wheeled roller, a water truck with spray bar and such additional equipment as may be necessary to the operation. The required equipment shall be subject to the County's approval, and the County may, at any time during the work, disapprove the use of a particular machine for unsafe, erratic, or inadequate performance. Utilization of a proper road reclaimer and compaction equipment as specified herein is essential to this work, and substitution of other equipment or a different technique shall not be acceptable. b. Reclaimer: The work shall be performed utilizing a road reclaimer machine originally designed for pavement reclaiming. The road reclaimer shall be a CAT 350, larger or a comparable model of equal or greater horsepower and rotor size, produced by another 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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 -1h shall be uniformly incorporated in the layer at the rate specified by the Mix Design. Payment is in gallons of Asphalt Emulsion Type CSS - 1 h. 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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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'/2"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 -1W SP 9.5 Traffic Level "C" — Per Square Yard. Item No. 334-1-13 — Superpave Asphaltic Concrete — 11A" 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 F:\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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 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 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.B. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range 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 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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'/2' below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results. Sod shall be placed around all structures, equipment pads, etc. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance 'shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following 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-OId 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 1. General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C1IO (ANSI 21.10-87), or latest revision. All exposed aboveground fittings shall be flanged joint. 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-OId 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 AWWA C-600. 2. All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes, valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense. Tests shall be repeated until leakage has been reduced below the allowable amount. 3. In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason, modifications in the procedure shall be made as approved by the Engineer. In any event, the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements. 3.03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping, all necessary pressure pumps, hose, pipe connections, meters, gauges and other similar equipment, and all labor required, all without additional 01025-38 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d 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 F.\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 DUNKELBERGER engineering & testing, inc. www.dunkel be rge r-englneerIng.com • Fort Lauderdale • Lakeland • Port Saint Lucie • Sarasota • West Palm Beach Indian River County 1801 27th Street Vero Beach, Florida 32960 July 9, 2012 Project No. PSL -09-3054 (10.5) Attention: Mr. Michael D. Nixon, P.E.... via e-mail (mnixon@ircgov. corn) Project Manager Subject: Pavement Coring Services Old Dixie Highway from 52nd Street to CR510 Indian River County, Florida Dear Mr. Nixon: Dunkelberger Engineering & Testing, Inc. (Dunkelberger) has performed Pavement Coring Services for the Old Dixie Highway roadway that is located between 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: Types and Extent The results of our numerous site visits indicated that more than 80% of the existing pavement was distressed. The dominant types of distress are longitudinal cracking; while moderate rutting is also observed in wheel paths of the existing roadway. The longitudinal cracking, mostly located in the wheel paths, has a width of about % inch. State of Florida Board of Professional Engineers Authorization No. 6870 877.643.6832 Old Dixie Highway Roadway Coring Page 2 Project No. PSL -10-3054 (BG 10.5) Coring Work and Findings On April 17, 2012, a total of twenty (20) 4 -inch diameter pavement cores were cut at select locations as illustrated on the attached Sheet 1. At each core location, a hand auger was used to drill into the underlying base and subgrade materials, which were sampled approximately at the middle of each layer. Along with the asphalt pavement cores, the representative base and subgrade soil materials were sampled and transported back to our laboratory for visual -manual examination and classification. The thickness measurements and the descriptions of the base and subgrade materials are summarized in Appendix I and presented graphically in the attached Sheet 2 for your review. Reference to this information confirms; (1) The typical thickness of the asphalt pavement cored within the project limits ranged from 3 %2 to 6 inches with an average of 51/4 inches Immediately underneath the asphalt pavement layer is "black base", which appeared to be asphalt stabilized rocks and also very porous. However, the black base was found to be asphalt stabilized shelly sand with a more uniform and dense structure at Core No. 8. (2) Laboratory visual evaluation indicates that the asphalt pavement consists of 3-4 lifts of structural/wearing courses, and that the cracking extends an average depth of 6 inches, ranging from 3 to 12 inches, below the top of the asphalt pavement at the select core locations. (3) The rock base course underneath the "black base" has an average thickness of 7 inches, and was mainly constructed with sandy limerock at the selected core locations. (4) Underneath the base course appeared to be natural sandy materials with no sign of stabilization. At the time of our field work, the groundwater table was about 4 feet below the road surface except for the locations of C-15 through C-20 where ground water was encountered at 42-45 inches below the road surface. Project Constraints and Special Considerations There are side streets and driveways to the residences. The unpaved shoulders on either side of the roadway are narrow and bordered with the down slope towards the ditches. There is also historical seasonal traffic of heavy trucks transporting citrus. DATA ANALYSIS Possible Causes of Distresses Considering the service life and service conditions of the subject pavement, the following factors, in our opinion, have been the major contributors to the observed pavement distress. 1. Ageing of the asphalt binder: asphalt binder is flexible when it is new, and becomes stiff and brittle when it is aged. The aged asphalt pavement tends to crack under traffic loads as well as from thermal cyclic loads, and shrinkage due to a loss of the lighter (more volatile) hydrocarbons (oils). DUNKELBERGER Old Dixie Highway Roadway Coring Page 3 Project No. PSL -10-3054 (BG 10.5) 2. Fatigue of the existing pavement: Increase in loading from higher traffic volumes and heavier vehicles than anticipated in the original design. Under heavy loads, the aged pavement distresses as one or more longitudinal cracks. After repeated loading, the longitudinal cracks connect forming many-sided sharp -angled pieces that develop into block cracking. 3. Inappropriate type of asphalt mixture in the structural/wearing course: The asphalt pavement appears to consist of Supeipave 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. Materials CypeS.oiV SP -As ilialt .B ise Rock (100 LBR)*! - 0.00.4 icted Subgrade TO01 Thickness (inch) Strmtctuen1 Coefficient Structural N inzber 5' 0.20 111/4 0.18 0 1.05 2.03 0 3.08 Note: * the "black base" was assumed to have the same structural coefficient with the rock base due to its porous condition. REHABILITATION ALTERNATIVES In summary, the existing pavement exhibits severe and extensive distresses; as a result, the existing pavement structural capacity is significantly reduced with an accelerated deterioration rate. With its unique traffic loading pattern, the pavement needs to be repaired to meet the following criteria. (1) All distresses are repaired and the root causes of the distresses are removed; (2) The structural capacity of the pavement is restored to meet the traffic needs currently as well as throughout its service life with normal maintenance; (3) The repair costs should be economically viable in relation to the expected service life; and (4) Meet all project constraints and special DUNKELBERGER Old Dixie Highway Roadway Coring Page 4 Project No. PSL -10-3054 (BG 10.5) requirements. Based on the aforementioned considerations and requirements, the following are the recommended rehabilitation alternatives in an order of cost. Full Depth Reclamation (FDR) with Addition of Paved Shoulders: FDR is a rehabilitation technique in which the entire thickness of the asphalt pavement and a predetermined portion of the underlying base, or subgrade is uniformly pulverized and blended to produce an upgraded, homogeneous material. Given the condition and composition of the existing roadway components, we would recommend (1) the top twelve (12) inches of the roadway material is pulverized and mixed with the stabilizer at a pre -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 Supeipave asphalt (Traffic Level C) overlay. The cost of shoulder construction should also be considered. 3. The expected life of FDR with this overlay is 10-20 years; which is the same life as a total reconstruction project. 4. Life -cycle Cost Estimate: $1-$2 per SY per year. Partial milling with Geofabric (Petromat): Cracks left in the underlying layers will reflect up through overlays due to the stress concentrations at the cracks from thermal movements and/or load deflections. This movement causes overlays to deteriorate faster than would be indicated strictly by structural number calculations. The Petromat will reduce the stress concentration by providing a reflective crack bridging layer while the overlay thickness would reduce the load deflection. 1. Benefit: This repair takes less time compared to the first alternative. 2. Cost: Total $19.5 consisting of $1.5 per SY for 3 -inch milling, $5 per SY for Petromat installation, and $13 per SY for two 1.5 -inch lifts of Superpave 12.5 (Traffic Level C) overlay (total of 3 inches). 3. The expected life of this alternative is 6-15 years. 4. Life -cycle Cost Estimate: $1.3-$3.25 per SY per year. Partial milling/resurfacing: This option will involve conventional milling/resurfacing which only removes part of the cracking and the reflective cracking can be anticipated during the following service life. 1. Benefit: This repair takes less time and money compared to other alternatives. 2. Cost: Total $14.5 per SY consisting of $1.5 per SY for 3 -inch milling, and $13 per SY for two 1.5 -inch lifts of Supeipave 12.5 (Traffic Level C) overlay (total of 3 inches). 3. The expected life of this alternative is 2-5 years. 4. Life -cycle Cost Estimate: $2.9-$7.5 per SY per year. DUNKELBERGER Old Dixie Highway Roadway Coring Page 5 Project No. PSL -10-3054 (BG 10.5) Among the three alternatives as discussed above, the rehabilitation using FDR with addition of paved shoulders has the lowest life -cycle cost while its unit cost is highest. Considering the benefits the paved shoulders can offer to the future roadway, this alternative would be the most viable option, which, we understand, the County is considering for use. It is very critical that each of the rehabilitation options provided above are carefully designed and properly constructed to achieve the full potential that each alternative offers. Additionally, economic restraints must be considered during the selection of the alternatives to meet the County's resource allocations. As a matter of interest, most prices stated above are FDOT wide averages for 2011 calendar year. oOo We trust that this information is clear and understandable. Please feel free to call if you need any clarification regarding this matter, or if you need any additional information. Sincerely, DUNKELBERGER ENGINEERING & TESTING, INC. r Xi}s�ail (Sue Z eii; Ph.D. P.E. ProjecteEngineei t C . ' . Dunkelberger, P.E. iselPn pal Engineer FL2 istra o jook8330,1 FL Registration No. 49932 sZ/CEu% °° Attaclunen be, tel."°pavement Core Location Plan Sheet 2 — Subsurface Profile Appendix 1 — Summary of Pavement core Measurements and Descriptions DUNKELBERGER l 42 1 i-- Cour'y,Rd-510 Wabasso �j t L+•, 1.1 v:',1, \1..t` 1 1'4'1 • f" a w Foie ^ Ire V'Ja;I 's'ara nter Beach • 8; 3ar<er; s'la a:l'ndian Poi rn Sr, , 1994 SOURCE: GOOGLE EARTH LEGEND • _ ASPHALT PAVEMENT CORE C-1 LOCATION AND NUMBER at' P 4:f k' Nor','1 Sislz',•s arc ;,• • A_. �,-+; t'\'• %� 3--0-5)0 0' 2000' 4000' 8000' MN MIMI Locations are approximate. Or"' F. S af1� • • r - • Goode earth (DRAWN JJ OLD DIXIE HIGHWAY FROM 52ND STREET TOCR510 1 CHECKED sz CORING LOCATION PLAN APPROVED CD INDIAN RIVER COUNTY, FLORIDA SCALE SEE SCALE BAR D U N` ELBE R S E I REVISED engineering & testing, inc. TE 6-27-12 Nod' PSL -09-3054 SHEET 1 J Appendix 1 Summary of Pavement Core Measurements and Descriptions DEPTH IN FEET BORING NO. STATION: OFFSET 0 5 BORING NO STATION: OFFSET w w 0 u_ w 5 0 BORING NO. STATION: OFFSET DEPTH IN FEET 0 5 El 0 LEGEND Asphalt Base - Black Base Base - Sandy Limerock C-1 C-2 C-3 134+96 146+00 157+12 4' LT 6' RT 7' LT 0 0 GL 10 CNC, CNC, 4-17-12 4-17-12 4-17-12 C-8 NA 11RT C-9 C-10 NA 102+00 5.5' LT 6' RT 0 0 00 0 CD 0 GNE • GNE • 0 V GNE • 0 GNET • 4-18-12 4-18-12 4-18-12 4-18-12 GNE • V 4-17-12 C-15 159+94 7.5' LT C-16 170+00 7' RT C-17 182+50 6.5' LT C-4 168+05 5' RT 0 0 0 0 C-11 NA 7' LT C-18 193+00 5' RT 0 CNE ' V 4-17-12 C-5 179+10 5.5 LT C-12 125+35 7.5' RT GE • v 4-17:12 C-6 190+36 7.5' RT 0 C-13 136+05 6' LT GNE • y 4-1712 C-7 201+03 8.5 LT 0 0 C-14 146+50 7 5' RT C-19 NA 5.5' LT C-20 214+10 6.5' RT Light gray, light brown, fight orange fine SAND, sometimes brown with trace roots (SP) Dark brown slightly silty fine SAND (SP -SM) SP - Unified Soil Classification System Group Symbol (ASTM D 2487) C-1 Asphaltacnumpbaevrement core GNE'V 9-1-11 S2115_ 9-1-11 — Grounctwater not encountered — Depth of groundwater (feet) & date measured NOTES (1) Borings were drilled from April 17 to 19, 2012 using hand tumed auguring equipment (2) Strata boundaries are approximate and represent soil strata at each test hole location only. Soil transitions may be more gradual than implied. (3) Groundwater depths shown on the subsurface profiles represent groundwater surfaces on the dates shown. Groundwater level fluctuations should be anticipated throughout the year. (D-RAWN JJ CHECKED SZ APPROVED CD scAtE 1" = 5' REVISED 0 5 DEPTH IN FEET 0 5 0 5 DEPTH IN FEET DEPTH IN FEET OLD DIXIE HIGHWAY FROM 52ND STREET TO CR -510 SUBSURFACE PROFILES INDIAN RIVER COUNTY, FLORIDA -"N DUNKELPRGER engineering test ng, Inc. DATE 6-28-12 ,„,,N°J. PSL -09-3054 SHEET 2 Project No. PSL -09-3054 (BG 10.5) July 5, 2012 Summary of Pavement Core Measurements and Descriptions Core No. Lane Thickness of Pavement (in)of Thickness Black Base (in) Depth of Cracking (in) Base Rock Subgrade Soils Thickness (in) Descriptions and AASHTO Classifications Descriptions and AASHTO Classifications C-1 SB 31/2 5' 31/2 7 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-2 NB 5' 4% 3 6 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-3 SB 5 4% 5 8'/ Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-4 NB 5 3 5 8 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-5 SB 5' 4% 4 4'/ Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-6 NB 5 3 8 5 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-7 SB 6 6 12 7 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-8 NB 4% 7' 12 4 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-9 SB 5'/ 4 5' 7' Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-10 NB 5 5 3'/ 7 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) C-11 SB 6 4 4 6 Sandy Limerock (A -1-b) Light gray to brown fine to medium SAND (A-3) 5 4 3% 10 — Sandy Limerock (A -1-b) Light gray to brown fine to medium,S ,,,,,..!!t, -="= C-13 S 34 41/4 3 8 Sandy Limerock (A -1-b) Light gray to bre,,•:. , - o medium SAND (A-3) C-14 NB 5'/z 3% 8 Sandy Limerock (A -1-b Lige "ht gray to brown fine to medium SAND (A-3) C-15 SB 5'/z 5 z 10 S_meik (A -1-b) Light gray to brown fine to medium SAND (A-3) C-16 NB 6 4 6 "_`<� andy Limerock (A -1-b) Dark Brown Slightly Silty SAND (A -3/A-2-4) , - C-17 SB 5'/4 31/4 _,,,,00,-----5% 6'/z Sandy Li� n ob( ]-b _ Light gray to brown fine to medium SAND (A-3) C-18 NB 5 4 6'/ Sandy Limerock (A -1-b) Li . brown fine to medium SAND (A-3) C-19 SB 5% 4'/ 5' 7 Sandy Limerock (A -1-b) Dark Brown Slightly Sim 5.•.01 A -3/A-2-4) -20 NB 5 4 5 7 Sandy Limerock (A -1-b) Dark Brown Slightly Silty SAND A -3/A -2 - Avg. Thickness (in) 514 41/a 6 7 DUNKELBBRGBR in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefore. If ENGINEER considers the Work Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate after receipt of the tentative certificate during which to make written objection to ENGINEER as to any considering such objections, ENGINEER concludes that the Work is not substantially complete, in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, certificate of Substantial Completion (with a revised any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion 011. - . . . responsibilities pending final payment between operation, safety, and protection of the Work, and guarantees. Unless OWNER and inform ENGINEER in writing prior to ENGINEER'S payment. B OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable access to complete or correct items on the tentative list. 14 05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substan- tially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14 04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work may occur prior to 00700 - General Conditions REV 5-10-13.doc 00700 - 41 F•\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st 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 5.04.6.7; (ii) consent of the surety, if any, to final payment; and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14 07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satis- fied If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CON- TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1 If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14 09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C Payment Becomes Due 1. Thirty days after the presentation to OWNER of the Application for Payment and accompanying documentation, the amount and, when due, will be paid by OWNER to CONTRACTOR. 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 00700 - General Conditions REV 5-10-13 doc 00700 - 42 F'\Public Works ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st 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. Times, or both, directly attributable to any such 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 F• \Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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 Toss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or OWNER fails for 30 days to pay CON , then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15 03 In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, or OWNER has failed for 30 days to pay CONTRACTOR any s 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 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 F'\Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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 IF \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71s1 St\Admim\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.B, procedures 00800-1 00800 - Supplementary Conditions 05-13 rev.doc 00800 1 F1Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StlAdmim\bid documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. 00800-2 00800 - Supplementary Conditions 05-13 rev.doc 00800 2F \Public Works\ENGINEERING DIVISION PROJECTS ‘1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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.B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not Tess than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and 00800-3 00800 - Supplementary Conditions 05-13 rev.doc 00800 3F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 -VD 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 4F'\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\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, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: 00800-5 00800 - Supplementary Conditions 05-13 rev doc 00800 5F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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.B. Add the following paragraphs immediately after paragraph GC -6.02.B: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 00800-6 00800 - Supplementary Conditions 05-13 rev.doc 00800 6F \Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A"): 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.B. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.B shall be paid as provided in said paragraph 13.04.B; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work 00800-7 00800 - Supplementary Conditions 05-13 rev.doc 00800 7F \Public Works\ENGINEERING DIVISION PROJECTS \1137-OId 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\1137-0Id Dixie Hwy 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 -14.02.6.5. Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.6.5. Add the following sentences at the end of paragraph GC -14.02.8.5: e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.04B Add the following new paragraph immediately after paragraph GC 14.048: 00800-9 00800 - Supplementary Conditions 05-13 rev doc 00800 9F \Public Works ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st ShAdmim\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 Toss 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: -- ''P,A la 00800-10 00800 - Supplementary Conditions 05-13 rev doc 00800 10F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\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 GCI7.05: 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 subiect 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 11E \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents \00800 - Supplementary Conditions 05-13 rev.doc 00800 - Supplementary Conditions 05-13 rev doc SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: 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 . $ Substantial Completion. Final Completion. Contract Price prior to this Change Order: $ Net increase (decrease) of this Change Order: $ Contract Price with all approved Change Orders: $ ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: Substantial Completion: Final Completion: (days or dates) Net change from previous Change Orders No. to . (days) Substantial Completion. Final Completion. Contract Time prior to this Change Order: Substantial Completion: Final Completion. (days or dates) Net increase (decrease) this Change Order: Substantial Completion: Final Completion: (days or dates) Contract Time with all approved Change Orders: Substantial Completion. Final Completion. (days or dates) RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: d 00942 - Change Order Form REV 04-07.doc 00942 - 1 F•\Public Works\ENGINEERING DIVISION PROJECTS11137-01d 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 Field Change No.: DATE OF ISSUANCE: 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 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File * * END OF SECTION * * 00946 - Field Order Form REV 04-07 doc F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st St\Admim\bid documents\Contract Documents\00946 - Field Order Form REV 04-07.doc SECTION 00948 - Work Change Directive No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: Old Dixie Highway Resurfacing (From 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 Method of determining change in Contract Prices Contract Times II Unit Prices 0 Lump Sum f Other: 0 By Change Order II Contractor's Records 0 Engineer's Records O Other 0 By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times. Change Directive Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization authorization. ACCEPTED: By: RECOMMENDED: By: APPROVED: By. CONTRACTOR (Signature) Date: ENGINEER (Signature) Date: OWNER (Signature) Date: * * END OF SECTION * * F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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-OId 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old Dixie Hwy Resurfacing 53rd St to 71st StWdmim\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 \1137-01d 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 F•\Public Works\ENGINEERING DIVISION PROJECTS \1137-01d Dixie Hwy Resurfacing 53rd St to 71st 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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:\Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing 53rd St to 71stStWdmim\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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 Drawings.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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Contract Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings.doc 01340-3 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\01340 - Submittal of Shop Drawings.doc 01340 — Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Project Name: Old Dixie Highway Street) Project No.: 1137 Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re:Submittal Resurfacing (From the I.R.F.W.C.D. North Relief Canal to 71st ❑ Shop Drawing n Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: *********************************************************** Reviewing Agency: (As checked below) Date Received ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: Date Returned No. Copies Ret'd *********************************************************** IRC Engineering Division 1801 27th Street Vero Beach, FI. 32960 Remarks: Date Rec'd from Contractor Date Ret'd to Contractor No. Copies Ret'd Distribution of Copies: IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings.doc 01340-4 F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing 53rd St to 71st 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•\Public Works\ENGINEERING DIVISION PROJECTS \1137-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\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 F:\Public 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 he site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-Old 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. + + END OF SECTION + + 01550 Access Roads 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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-OId 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 + + 01610-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 11 GENERAL A. -- Store and. protect -materials -and equipmentinaccordance 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 shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. 01630-1 01630 Substitutions F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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_sub_stitution_is. equaLtothe_pr_oduct,_manufactur_er_or_method specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\1137-OId 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 Tess 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-OId Dixie Hwy Resurfacing 53rd St to 71st St\Admim\bid documents\Contract Documents\01630 - Substitutions.doc 1.1 SCOPE SECTION 01710 SITE CLEANUP AND RESTORATION Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment,and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new - appearing condition. 01710 Site Cleanup 01710-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1137-Oid Dixie Hwy Resurfacing 53rd St to 71st St\Ndmim\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. 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-OId Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\01710 - Site Cleanup.doc SECTION 01820 Post Final Inspection 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection. B. Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13, General Conditions. C. After the inspection, the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds. 001820 - 1 001820 - Post Final Inspection rev 05-13 doc F'\Public Works\ENGINEERING DIVISION PROJECTS\1137-0Id Dixie Hwy Resurfacing 53rd St to 71st StWdmim\bid documents\Contract Documents\001820 - Post Final Inspection, rev 05-13.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO. 00001 SECTION NO. 00004 SECTION NO. 00101 SECT_ I ON NO 0.01.02_ SECTION NO. 00104 SECTION NO. 00110 SECTION NO. 00120 SECTION NO. 00120-2 SECTION NO. 00160 SECTION NO. 00283 SECTION NO. 00327 SECTION NO. 00334 SECTION NO. 00425 SECTION NO. 00520 SECTION NO. 00536 SECTION NO. 00536A SECTION NO. 00570 SECTION NO. 00700 SECTION NO. 01000 SECTION NO. 02670 Technical Specifications Scope of Work Mobilization Maintenance of Traffic Erosion and Water Pollution Control Clearing and Grubbing Grading, Excavation and Embankment Borrow Excavation (Millings) Stabilization Reclaimed Asphalt Base Course — Full Depth Reclamation Milling of Existing Asphalt Pavement Superpave Asphaltic Concrete Inlets, Manholes and Junction Boxes Concrete Curb and Gutter Remove Existing Guardrail Guardrail Performance Turf Signing and Pavement Markings Water and Sewer Utilities Flushing, Testing and Disinfecting F \Public Works\ENGINEERING DIVISION PROJECTS\1137-OId Dixie Hwy Resurfacing IRF North Relief Canal to 71st StWdmim\bid documents\Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc