Loading...
HomeMy WebLinkAbout2017-027F CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING BID NO. 2017017 PROJECT NO. 1619 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER TIM ZORC COMMISSIONER BOB SOLARI JASON E. BROWN, COUNTY ADMINISTRATOR JEFFREY R. SMITH, CLERK OF COURT AND COMPTROLLER DYLAN REINGOLD., COUNTY ATTORNEY RICHARD B. SZPYRKA, P.E., PUBLIC WORKS DIRECTOR JAMES W. ENNIS, P.E., PMP, COUNTY ENGINEER APPR VEDA TO AN LS F I Y BY WILLIAM K. DEBRAAL DEPUTY COUNTY ATTORNEY 00001 -Project Title Page'- REV 0407 00001 -1 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Nlaster Contract Documents\00001-Project Title Page- REV 04-07.doc 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 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 DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 — TECHNICAL PROVISIONS APPENDIX A— FERTILIZER ORDINANCES + + END OF TABLE OF CONTENTS + + 00010-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid docu me nts\M aster Contract Documents\00010-Table of Contents-REV 04-07.doc SECTION 00100 -Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th Street Vero Beach, Florida 32960 �g1VER VOA LOR1� 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. January 11, 2017. 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 "ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING" and Bid No. 2017017". 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. 1619 INDIAN RIVER COUNTY BID NO. 2017017 PROJECT DESCRIPTION:Milling and resurfacing of the existing roads and parking areas in Round Island Park. Full depth reclamation of the asphalt area of the boat launching ramp and regrading of the existing swa/e. Pavement markings, signage, a small section of new sidewalk and sodding will also be included in this project. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Copies of the documents are available at: www.demandstar.com or by contacting the Purchasing Division at (772) 226-1416 or purchasing(a)-ircgov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasing(D-ircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent of the total amount of the bid, made payable to Indian River County Board of County 00100-Advertisement for Bids REV 04-07 00100-1 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00100-Advertisement for Bids REV 04-07.doc Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre-Bid Conference will be held on Wednesday, December 21. 2016 at 2:00 P.M., in the Public Works conference room Al-303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS MANDATORY. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: December 8. 2016 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF SECTION 00100-Advertisement for Bids REV 04-07 00100-2 F1Public Works\ENGINEERING DIVISION PROJECTSM19 Round Island Facility Paving\t-Admin\bid documentsWaster Contract Documents\00100-Advertisement for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. -Title Paqe 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, ANDSITE ...................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE ..................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA ................................................ .............4 ARTICLE8 - BID SECURITY .................................................................................................5 ARTICLE 9 - CONTRACT TIMES...........................................................................................5 ARTICLE 10 - LIQUIDATED DAMAGES ................................................................................5 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS ........................................................5 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS.......................................6 ARTICLE 13 - PREPARATION OF BID..................................................................................6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS..........................................................7 ARTICLE 15 - SUBMITTAL OF BID........................................................................................7 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID................................................8 ARTICLE 17 - OPENING OF BIDS.........................................................................................8 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE ................. .........................8 ARTICLE 19 -AWARD OF CONTRACT .......................................................................... .....8 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE....................................................9 ARTICLE 21 - SIGNING OF AGREEMENT............................................................................9 00200-Instructions to Bidders REV 04-07 00200-i F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Awardof Contract...................................................................... ..............................................19 Basis of Bid; Evaluation of Bids ................................................ ...............................................14 BidSecurity ................................ ...............................................................................................8 Bids to Remain Subject to Acceptance.............. ......................................................................18 Contract Security and Insurance...............................................................................................20 ContractTimes...........................................................................................................................9 Copiesof Bidding Documents.....................................................................................................2 DefinedTerms............................................................................................................................1 Examination of Bidding Documents, Other Related Data, and Site.............................................4 Interpretationsand Addenda.......................................................................................................7 LiquidatedDamages. ...............................................................................................................10 Modification and Withdrawal of Bid...........................................................................................16 Openingof Bids........................................................................................................................17 Pre-Bid Conference....................................................................................................................5 Preparationof Bid.....................................................................................................................13 Qualifications of Bidders.............................................................................................................3 Signingof Agreement..................................... .........................................................................21 Siteand Other Areas....................................................................................:.............................6 Subcontractors, Suppliers and Others ......................................................................................12 Submittalof Bid ........................................................................................................................15 Substitute and "Or-Equal' Items ...............................................................................................11 00200-Instructions to Bidders REV 04-07 00200-ii F Tublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster 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 p 9 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 Tb 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. 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. 00200-Instructions to Bidders REV 04-07 00200-1 F-Tublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev 05101 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. 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 00200-Instructions to Bidders REV 04-07 00200-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\7-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev.05101 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 (James W. Ennis, P.E., PMP, 772-226- 1221), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 This paragraph has been deleted intentionally. 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE AFTER CONTACTING THE PROJECT MANAGER (JAMES W. ENNIS, P.E., PMP, (772) 226-1221) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost., progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; 00200-Instructions to Bidders REV 04-07 00200-3 F'\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00200-instructions to Bidders REV 04-07.doc Rev 05/01 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 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 (purchasing(a-),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 be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. 00200-Instructions to Bidders REV 04-07 00200-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Pavin9\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev.05/01 ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by 00200-Instructions to Bidders REV 04-07 00200-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Adm1n\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev 05/01 CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 12.01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent„information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 00200-Instructions to Bidders REV 04-07 00200-6 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev 05/01 13.06 A Bid by an individual shall show the Bidder's name and official address. 13.07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form. The official address of the joint venture must be shown below the signature. 13.08 All names shall be typed or printed in ink below the signatures. 13.09 The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid form. 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS 14.01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. The final quantities and Contract Price will be determined in accordance with paragraph 11.03 of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 14.02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances, if any, named in the Contract Documents as provided in paragraph 11.02 of the General Conditions. 14.03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule, or elsewhere, is approximate only and not guaranteed. The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15.01 The Bid form is to be completed and submitted with the Bid security and the following data: 00200-Instructions to Bidders REV 04-07 00200-7 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev.05101 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 27t" 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. 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 00200-Instructions to Bidders REV 04-07 00200-8 F Tublic Works\ENGINEERING DIVISION PROJECTSM19 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev.05/01 non-responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as defined in FS 255.0991 (2) in place, therefore no preference prohibited by that section will be considered in the acceptance, review or award of this bid. 19.08 Any actual or prospective bidder or proposer who is aggrieved in connection with the bidding and/or selection process may protest to the OWNER's Purchasing Manager. The protest shall be submitted in writing to the Purchasing Manager within seven (7) calendar days after the bidder or proposer knows or should have known of the facts giving rise to the protest. 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 b such g � p Y 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 00200-Instructions to Bidders REV 04-07 00200-9 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev 05/01 by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION 00200-Instructions to Bidders REV 04-07 00200-10 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00200-Instructions to Bidders REV 04-07.doc Rev 05/01 ORIGINAL 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 A+-achmtn � ; - col - CC L► Censt- � �Ivrsion o C n h-a c�-s p n IiSI- - Gorntolt �-ed Pr6ec - **END OF SECTION 00300-Bid Package Contents-REV 04-07 003001 R%Public ftfts ENGINEERING DIVISION PROJECTS11619 Round Island FadXty Pavingll-Adminlbid documentsWasler Contract Ooeumenlsl00300-Bid PackaOR Contents- REV 04-07.doc r SECTION 00310-Bid Form I i PROJECT IDENTIFICATION: Project Name: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING County Project Number. 1619 Bid Number: 2017017 Project Address: Round Island Riverside Park 2200 South Al A Vero Beach, Florida 32963 Project Description: Milling and resurfacing of the existing roads and parking areas in Round Island Park. Full depth reclamation of the asphalt area of the boat launching ramp and regrading of the existing swale. Pavement markings, signage,a small section of new sidewalk and sodding will also be included in this project. 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 1q I 7 I a B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. 00310-Bid Forth REV 04-07 00310-1 F:WublIc WorksIENGINEERING DIVISION PROJECTSM18 Round Island Facility Pev'v01-Adm1ntbid documsntsWaster Crndrad Documardst00310-Bid Form REV 04. 07.doc i D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] 00310-Bid Form REV 04-07 00310-2 P%Public Works4ENGINEERING DIVISION PROJECTS11619 Round Island Fadrity PaVP*I.Admintbid domonentsWaster Contract Documents100310-Hid form REV 04. 07.doc ITEMIZED BID SCHEDULE *ADDENDUM NO.2 1-11-17 PROJECT NAME:ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING BIDDER'S NAME: IRC PROJECT NO: 161V, BID NO.2r7017 101-1 MOBILIZATION LS 1 0 0.0 U 00)-00.01) 102-1 MAINTENANCE OF TRAFFIC LS 1 -7,00D.00 -7, DDO 104-1 JEROSION AND WATER POLLUTION CONTROL LS 1 1 1 ,51o0o 0 C)0 110-1-1 CLEARING&GRUBBING LS 1 15 0o a0 -7 60c) L)0 EXCAVATION &EMBANKMENT(REGRADING OF 120-MAINT EXISTING SWALE) LF 156 1 3 00 9 i 0,) 120-1 EXCAVATION OF EXISTING ASPHALT AND BASE SY 733 9 Do tD,q q-7. UD OPTIONAL BASE, GROUP 06(8"RECYCLED CONCRETE 285-706 AGGREGATE) LBR100 SY 733 3o uu 3 I q q u 00 DRESSING ON SHOULDER(2-WIDE)(BASE MATERIAL *285-706A OR CLEAN SAND) LS 1 1 1,b 0 0 D DD SUPERPAVE ASPHALTIC CONC,TRAFFIC C(S.P. 12.5,2" 334-1-13 ITHICK) SY 8,160 1 L)J4 0 I I SOLI OD SUPERPAVE ASPHALTIC CONC,TRAFFIC C(S.P. 12.5,4" 334-1-13B THICK) SY 733 522-2 CONCRETE SIDEWALK AND DRIVEWAYS, 6"THICK SY 1 5 0000-200-1 CONCRETE BUMPER GUARD EA 30 L)0 570-1-2 PERFORMANCE TURF, SOD(BAHIA) SY 157 7 0 01 L) SINGLE POST SIGN, F&I,GROUND MOUNT, UP TO 12 SF 700-1-11 (HANDICAP PARKING) AS 4 L) THERMOPLASTIC, STANDARD,WHITE, SOLID, 12"FOR 711-11-123 ICROSSWALK AND ROUNDABOUT LF 89 o THERMOPLASTIC, STANDARD,WHITE, SOLID, 24"FOR 711-11-125 STOP LINE AND CROSSWALK LF 81 3 5 0 T$D THERMOPLASTIC, STANDARD,WHITE, MESSAGE OR 0. 711-11-160 SYMBOL EA 2 i 30. 00 711-11-170 THERMOPLASTIC,STANDARD,WHITE,ARROW EA 4 711-11-421 THERMOPLASTIC,STANDARD, BLUE, SOLID,6-1 LF 89 D 711-16-101 THERMOPLASTIC,STANDARD,WHITE, SOLID,6" LF 1,584 L4 D 711-16-201 ITHERMOPLASTIC, STANDARD,YELLOW, SOLID,6" LF 1.344 / . 1 D 1,L4 -7 �3.4 1) SUB-TOTAL OF IMPROVEMENTS, _-7 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\I-Admin\Addendums\IRC 1619—Round Island—itemized Bid Schedule Addendum No 220170111 ITEMIZED BID SCHEDULE *ADDENDUM NO.2 1-11-17 PROJECT NAME:ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING IRC PROJECT NO: 1 S19,BID NO.201701 p BIDDER'S NAME: C 0 rn n"tA tSIO h 6L, 17 '4' *1 ep 4= �W;U*V A;. QU 1: ON'-k. N FORCE ACCOUNT 15,000.00 TOTAL PROJECT BID(INCLUDING FORCE ACCOUNT) ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING TOTAL ,/I3 5oi.4 7D TOTAL PROJECT BID AMOUNT IN WORDS I WO h d h Lh I V -441 r f t h L)0 S h d ve ha odved T-T)Gt v (,q 0 /1 ot vi a-I'l d NOTE,IF THERE IS A DISCREPANCY BETWEEN THE PLANS(SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE,THE BID DOCUMENTS WILL GOVERN. LS=Lump Sum LF=Unear Foot SY=Square Yard EA=Each AS=Assembly MODIFIED BY ADDENDUM NO.2 II 00310-4 F-TublieWorkslENGINEERING DIVISION PROJECTS11619 Round Island Facility Pav1ng\1-Admin\AddendumsXIRC 1619-Round Island-itemized Bid Schedule Addendum No 220170111 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 11.03.6 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready forifinal payment in accordance with paragraph 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule B. Required Bid security in the form of 5% ; C. Sworn Statement Under the Florida Trench Safety Act; D. Qualifications Questionnaire; E. List of Subcontractors; 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 GJ , 20J State Contractor License No. CGC1521192 00310-Bid Form REV 04-07 00310-5 F:WubHc Work&AENGINEERING DIVISION PROJECTS11619 Round Island Facility PavingN-Adminlbid documentslMaster Contract Documents100310-Bid Form REV 04- 07.doc If Bidder is: An Individual Name(typed or printed): By: (SEAL) (Individual's signature) Doing business as: Business address: Phone No.: FAX No.: Email: A Partnership Partnership Name: (SEAL) By: (Signature of general partner—attach evidence of authority to sign) Name(typed or printed): Business'address: Phone No.- FAX No.: Email: A Corporation Corporation Name: Community Asphalt,Corp. (SEAL) State of Incorporation: FL Type(Genera! Businet,,:�Ilp ssional, Service, Limited Liability): General Business By: q709LA (Signature—attach eykence k, authority to sign) Name(typed or printed): Manuel Aguiar Title: Vice President �1 Attest (CORPORATE SEAL.) - L��%tiyL�t�Q�l� /:� w r���l (Signa re of Cor rate Secretary Business address: 2975 Industrial Blvd Vero Beach,FL 32967 Phone No.: (772)770-3771 FAX No.: (772)770-3707 Email: jbickford@cacorp.net Date of Qualification to do business is 9/22/1980 A Joint Venture Joint Venture Name: (SEAL) By: (Signature of joint venture partner—attach evidence of authority to sign) 00310-Bid Forth REV 04-07 00310-6 F'V'ublic Woft%ENGINEERING DIVISION PROJECTSMig Rand Island Facility Pavingll-Admin\bid documents%Master Contract DocumenlsW0310-Bid Form REV 04. 07.doo Name (typed or printed): Title: Business address: Phone No.: FAX No.: Email: Joint Venture Name: (SEAL) By: (Signature—attach evidence of authority to sign) Name(typed or printed): Title: Business address: Phone No.: FAX No.: Email: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) **END OF SECTION 00310-Bid Form REV 04-07 00310-7 F:%Ptbllc WaksTNGINEERtNG DIVISION PROJECTSM19 Round Island Facility Pavinq%1-Mmin%bld documantsWaster Contract Oocuments100310-Bid Form REV 04- 07.doc I SECTION 00430 AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION 00430-Bid Bond REV 04-07 00430-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00430-Bid Bond REV 04- 07.doc Rev 05/01 #AIA Document A31 0 TM . 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) Oftne, legal status and principal place ; COMMUNITY ASPHALT CORP. of business) Industrial 3296ard Vero LIBERTY MUTUAL INSURANCE COMPANY Vero Beach,FL 32967 175 BerkeleyStreet Boston,MA 02116 This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with (.Name,legal status and address) respect to its completion or INDIAN RIVER COUNTY modification. 1800 27th Street,Vero Beach,FL 32960 Any singular reference to Contractor,Surety,Owner or BOND AMOUNT: Five percent of amount bid. other party shall be considered (5%of Amount Bid) plural where applicable. PROJECT: (Name,location or address,and Project number,if any) Indian River County Project No.1619 Project Number,if any: 1619 Indian River County Bid No.2017017 Round Island Riverside Park Pavement Resurfacing The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material fiunished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may m 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 frill force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner area Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and prrnrisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 20th day of December,2016 COMMUNITY ASPHALT CORP. (Principal) (Seal) tnexv) V ( C f PY P S!o� Z n (Title) LIBERTY MUTUAL INSURANCE OMPANY 1141A I (Su ty ect-11, (Seal) (With s) Valorie Spates (Title) Anne Potter,Attorney in Fact AIA Document A31011A—2010.Copyright 01963,19M and 2010 by The American Insthute of Architects.An rights reserved. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7455676 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:ThatAmerician Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company Is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companiesl,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Andrea E Gorbert;Anne Potter*Beverly A.Woolforde Jennifer L.Jakaitis-Nancy Schnee;Susan A.Welch;Valorie Spates all of the city of Jericho state of NY each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surely obligationsJn pursuance of these presents and shall be as binding upon the Companies as it theyhave been duly signed by the president and attested-by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of lhe.Companies and the corporate seals of the Companies have been affixed thereto this 17th day of August 2016 American Fire and Casualty Company pp1U C4gU PITY INS U JP1,INSUq,1� `PN04SU,?, The Ohio Casualty Insurance Company In Liberty Mutual Insurance Company d a 1906 0 0 1919 > ° z 5 z o 1912 ab 1991 West merican Insurance Company VJ 0) 'nurh�*�aD �y •Nnues�''�y� Wm�j'fr�c�/a�'y�= °' aaianr. ea 3 * k b * * >, David M.Care,'Assistant Secretary C C STATE OF PENNSYLVANIA ss tv COUNTY OF MONTGOMERY _ 0 mm On this 17th day of August 2016 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fre and v v y Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,W p execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ` E m > IN WITNESS WHEREOF,I have hereunto subscribed mname and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 ca '+jpP pqs COMMONWEALTH OF PENNSYLVANIA ZQma"oxw -f Notarial Seal .q _•� !w�° i Teresa Pastella,Notary Public By: OL'O 0 of PI mouth T Montgomery Count CD Y Twp.. 9 ry Y Teresa Pastella,Nota Public C 06. v My Commission Expires March 28,2017 Notary 3 W Q '4RY Member,Pennsylvania Association or Notaries 1L j_ Cd (6 This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance LA p ,6 M Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: t as °o � ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject o C .9i.S to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y O C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective E powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so '� m C m executed,such instruments shall be as binding asci signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under >c " the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _It >, +,N to C ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, r oQ > 0 and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-(act,as may be necessary to act in behalf of the Company to make,execute, M O seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their C o? Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v oQ executed such instruments shall be as binding as If signed by the president and attested by the secretary. Q Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys in- ~ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as suretyany and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the.Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power-of attorney_of which the foregoing,is a full,true and correct copy of thePowerof Attorney executed by said Companies,is in full force and effect and has not been revoked. DEC 2 0 Z Q 1 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 2� ULA°�FOq�� eJP�j��fo�?�, S 1906 no 0 1919 > 1912 ° a 1991 3 By Gregory W.D3venjairt,Assistant Secretary o �'y1 HnmP+�a�L 97''`Snonh'�!` ^Anti t 374 of 1000 LMS 12873 122013 Liberty LIBERTY MUTUAL INSURANCE COMPANY Mutual. FINANCIAL STATEMENT—DECEMBER 31,2015 SURETY Assets Liabilities Cash and Bank Deposits......................................... $753,038,641 Unearned Premiums................................................$6,580,520,311 *Bonds—U.S Government..................................... 1,547,613,446 Reserve for Claims and Claims Expense.................16,917,138,677 *Other Bonds............................................................ 11,088,162,545 Funds Held Under Reinsurance Treaties................. 210,794,503 Reserve for Dividends to Policyholders.................. 358,033 *Stocks...................................................................... 91919,835,033 Additional Statutory Reserve.................................. 29,659,093 Real Estate.............................................................. 295,926,247 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums........... 4,487,501,643 Other Liabilities................................................ 2.789.478.276 Accrued Interest and Rents..................................... 120,872,424 Total..................................................................$26,527,948,893 Other Admitted Assets.............................................. 14.130.266.527 Special Surplus Funds................. $67,890,944 Capital Stock............................... 10,000,000 Paid in Surplus............................ 8,829,183,823 Unassigned Surplus.....................6,908,192,846 Total Admitted Assets.....................................S42,343,216,506 Surplus to Policyholders...............................15,815,267,613 Total Liabilities and Surplus................................542 343,116 506 JPS,INSUggry Al pRPOA (' * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1912 3 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial m��sSACN� l2 statement filed with the state of Massachusetts Department of Insurance. 1,TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2015,to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington,this 15th day of March,2016. Assistant Secretary S-1262LMIC/a 3116 SECTION 00452 SWORN STATEMENT UNDER SECTION 105.08,INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS T14IS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Bid,Proposal or Contract No.2017017 for ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING 2. This sworn statement is submitted by: Community Asphalt,Corp. (Name of entity submitting Statement) whose business address is: 2975 Industrial Blvd.Vero Beach,FL 32967 3. My name is Manuel Aguiar (Please print name of individual signing) and my relationship to the entity named above is Vice President 4. I understand that an"affiliate"as defined in Section 105.08,Indian River County Code,means: The term"affiliate"includes those officers,directors,executives,partners,shareholders, employees, members, and agents who are active in the management of the entity. 5. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.) x Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105.08,Indian River County Code, with any County Commissioner or County employee. 00452-1 FAPublic Works\ENGINEERING DIVISION PROJECTSM19 Round Island Facility Pavingl1-Adminlbid documents%Master Contract Documents100452 Disclosure of Relationships.doc The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee i qigature) f �� (Date) STATE OF FL COUNTY OF Indian River The foregoing instrument was acknowledged before me this day of J 4Vr a ,2017, by Manuel Aguiar ,who is personally known to me or who has produced as identification. NOTARY PUBLIC / SIGN: PRINT: Jennifer Bickford Notary Public, State at large My Commission Expires: 3/23/2018 (Seal) �r� Notary Public Stele of Florida Jennifer Bickford My Commission FF 100540 R Expires 03123/2018 00452-2 FAI?ublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Adm1n\bid documentsWaster Contract Documents\00452 Disclosure of Relationships.doc SECTION 00454-Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with Project No. 1619 for ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING. 2. This Sworn Statement is submitted by Community Asphalt,Corp. (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The BIDDER's address is 2975 Industrial Blvd.,Vero Beach,FL 32967 BIDDER's Federal Employer Identification Number(FEIN) is 59-2023298 3. My name is Manuel Aguiar and my relationship to the BIDDER (Print Name of Individual Signing) is Vice President (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553.60 et.seg. Florida Statutes and refer to the applicable Florida'Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BID-DER. 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 methods) of compliance is the complete and sole r9sponsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 7. The BIDDER has allocated and included in its bid the total amount of$ 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: 14r 00454-Florida Trench Safety Act-REV 04-07 00454-1 FAPublic WorksIENGINEERING DIVISION PROJECTSMIS Round Island FacilRy PavMgll-AdminWid dowmentslMaster contract DocumentsWD454-Florida Trench Safely Act.REV 04-07.doc The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s)for the Project. BIDDER: kccimmunity Asphalt,Corp. By: Manuel Aguiar Position or Title: Vice President Date: STATE OF Florida COUNTY OF Indian River Personal/ appeared before me,the undersigned authority, Manuel Aguiar Y pP 9 Y who aAgap r first being worn by me, affixed his/her signature in the space provided above on this 5 , day of a- 20 1-1 . No0 ry Public, tate at large My Commission Expires: 3/23/2018 4p#W P., Notary Public State of Florida Jennifer Bickford My Commission FF 100540 oFfu Expires 03/23/2018 **END OF SECTION 00454-Florida Trench Safety Act-REV 04-07 00454-2 F:tPublic WorxsIENGINEERING DIVISION PROJECTSX1619 Round Island Facility Pavingll-Adminlbld documentslMaster Contract Doaments100454-Florida Trench Safety Act-REV 04-07.doc SECTION 00456 -- QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON- RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: 1619 Project Name: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING 1. Bidder's Name I Address: Community Asphalt,Corp 2975 Industrial Blvd.,Vero Beach FL 32967 2. Bidder's Telephone & FAX Numbers: ph: (772)770-3771,fax: (772)770-3707 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CGC1521192 [Attach a copy of Contractor's License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 36 5. What is the last project OF THIS NATURE that the firm has completed? Please see attached list of projects completed 6. Has the firm ever failed to complete work awarded to you? No [If your answer is"yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is"yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No [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.] 00455-Qualifications Questionnaire 00456-1 FAPublic Works%ENGINEERING DMSION PROJECTS11619 Round Island Feality PwAnMt-Adrn"bid documetftWaster Contrad Documents=456-Qualifications Quostionnaire.doc i 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes (in the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. 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.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. Will provide if awarded project 12. Has the firm ever defaulted on any of its projects? No [if your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. Please see attached list of current projects on hand 14. Name of person who inspected the site of the proposed work for the firm: Name: Javier Beteta Date of Inspections: 12/20/16 15. Name of on-site Project Foreman: Rodney Temple Number of years of experience with similar projects as a Project Foreman: 20+ 16. Name of Project Manager: Rodney Temple Number of years of experience with similar projects as a Project Manager: 20+ 17. State your total bonding capacity: $3.125 Billion 18. State your bonding capacity per job: $400 Million 19. Please provide name, address, telephone number, and contact person of your bonding company: Anne Potter AON Risk Services 1001 BrickeU Bay Dr.,Suite 1100 Miami,FL 33131 [The remainder of this page was left blank intentionally] 00456-Qualifications Questionnaire 00456-2 FAPublic Wodu%ENGINEERING DIVISION PROJECTS11619 Round Island Facility PavIM11-AdminVoid documontsWasler Contract DowmentsUMS6-Qualifications Quoslionnaire.doc 19. Complete the following table for SIMILAR projects: Please see attached list of current projects on hand,and projects completed. Date Contact Person: Name/ Original Contract Final Contract Name of Project Completed Owner Email Address/Phone Amount Amount 00456-Qualifications Questionnaire 00456-3 F:1Public Works%ENGINE£RING DIVISION PROJECTSM19 Round laland Facility Pavingll-Adminlbid documantsWasler Contract Documents=456-Qualifications Quesllonnaire.doe i [NOTE: If requested by the County,the Bidder shall furnish references,and o ier information, sufficiently comprehensive to permit an appraisal of its abilities as a contract o By: ..r (Signature) Vice Presi ent (Position or Title) aSTI� (Date) **END OF SECTION 00456-Qualifications Questionnaire 00456-4 FAPubllc WorkslENGINEERING OMSION PROJECTS1109 Round Island FacM4 Pavirgll-Adminlbid documentsWaster Contract Dowments100456-Qualifications Questionnalre.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. 1619 for ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING Work to be Performed Subcontractor's Name/Address , 1. � DhCf�e �"� NI0st '2' Soh GDh0YWC_h0h 2. JL1ob sE Mori -trey Rd 3. S41,1 a N1� F_L 3 y g G q 4. j 5. E�-oSIDnCon4-1-01 od Nol ►'yes JL,� 1'� �� Inc . 6. 3-719 Sri-eral V� . 7. a-. P .e �C �� �L 3N90b 8. 9. MDT" Devief 8 0 b s 13aFri cod-er 10. �) � S h O �g LAP &g 11. 12. 13. SlahGla IS �r; p nq Soul�hwlo� � IndUs 'f esllr, c . 14. PD (3o V L g- t- 15. L D X ah a �`ch -e of 1_L- 3 3 Ll-7 !3 16. 17. Note: Attach additional sheets if required. ** END OF SECTION 00458-List of Subcontractors REV 04-07 00458-1 F-1Public Wmks1ENGINEERING DIVISION PROJECM1619 Round Island Facility Pavingll-Adminlbid documm enlsWaster Contract Oocuenls100458-List of Subcontractors REV 04-07.doc i Indian River County �t1VE�P Purchasing Division 180027th Street Vero Beach, FL 32960 Phone (772) 226-1416 LoR1 ADDENDUM NO. 1 Date: January 4, 2017 Project Name: Round Island Riverside Park Pavement Resurfacing Bid Number: 2017017 Bid Opening Date: Wednesday,January 25, 2017 at 2:00 p.m. **UPDATED** This addendum is released to extend the due date and provide the pre-bid sign in sheets. Bids are now due on January 25, 2017 by 2:00 p.m. Minutes from the Mandatory Pre-Bid Meeting and updates to the plans will be provided as Addendum #2 as soon as they are available. *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Community Asphalt,Corp. Name: Manuel Aguiar Title: Vice President (Type/Printed) Authorized Signature: Date: 1 U / ) I Telephone: (772)770-3771 Email: jbeteta@cacorp.net s Page 1 of 1 Indian River County �gIVER � Purchasing Division q 7, 1800 271" Street r Vero Beach, FL 32960 ,E Phone (772) 226-1416 LORip ADDENDUM NO. 2 Date: January 13, 2017 1 , Project Name: Round Island Riverside Park Pavement Resurfacing Bid Number: 2017017 Bid Opening Date: Wednesday,January 25, 2017 at 2:00 p.m. This addendum is released to make modifications to the plans and specifications,update the bid form and to provide minutes and sign in sheet from the Mandatory Pre-Bid Meeting.All information provided herein is hereby incorporated into the Invitation to Bid documents. The following modifications to the bid documents have been made to Division 2-Technical Provisions: 1.Section 285—Optional Base Course, under Item of Payment: change material from "8" Limerock"to "recycled concrete aggregate" add:"Bid Item 285-706A—Dressing on Shoulder(2'Wide) (Base Material or Clean Sand)" 2.Section 327—Milling of Existing Asphalt Pavement is deleted in its entirety 3.Section 334—Superpave Asphalt Concrete: Delete: Bid Item 334-1-13A—Superpave Asphaltic Conc,Traffic C(SP 9.5 1.5"Thick) The following replacements shall be made to the bid documents: Replace"Itemized Bid Schedule"(pages 00310-3—00310-4)with the attached "Itemized Bid Schedule— Addendum 2 Replace Plan Sheets 1 through 7 with the attached Revised Plan Sheets *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Community Asphalt,Corp. Name: Manuel Aguiar Title: Vice President (Type/Printed) Authorized Signature: Date: 3 I Telephone: (772)770-3771 Email: jbeteta@cacorp.net Page I of I Indian! River County �g1VER Purchasing Division q 7, 1800 27th Street r Vero Beach, FL 32960 ,x. Phone (772) 226-1416 LORI ADDENDUM NO. 3 Date: January 18, 2017 Project Name: Round Island Riverside Park Pavement Resurfacing Bid Number: 2017017 Bid Opening Date: Wednesday,January 25, 2017 at 2:00 p.rn This addendum is released to answer final questions received.All information provided herein is hereby incorporated into the Invitation to Bid documents. Question 1. Plan sheet SA was added referencing Pothole Repairs but there was no bid item or quantity added to the bid form.Will you be adding a bid item and quantity? Answer: No bid item or quantity will be added.Pay Item Note#334 on Sheet 4 of 7 indicates the method of payment for pothole repairs. • Question 2. Bid Item 285-706 now calls for Recycled Concrete Aggregate. Can Coquina Rock be used for the base? Answer: No substitutions on this pay item will be permitted. Question 3. Bid Item 285706A Dressing on Shoulder.Would you provide more information for this item such as the total square yards,and depth of the material needed? Answer:There is approximately 5,000 LF of shoulder which may require treatment to address drop off conditions created by asphalt overlay.Contractor is responsible for determining lump sum cost in order to meet detail requirements. *************This Addendum must be acknowledged on the bid form and/or by return of this Acknowledgement with your Bid************ Company Name Community Asphalt,Corp. Name: Manuel Aguiar Title: Vice President (Type/Printed) Authorized Signature: Date: 1 Sf 1-7 Telephone: (772)770-3771 Email: jbeteta@cacorp.net ACORO® DATE(MWDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 12/29/2015 THIS CERTIFICATE'IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the a certificate holder in lieu of such endorsement(s). m PRODUCER CCOONTACT 10 Aon Risk Services Northeast, Inc. pAX New York NY Office (AIC.No.Ext: (866).283-7122 A�No* 800 363-0105 199 Water Street E-MAIL p New York NY 10038-3551 USA ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURER A: Indian Harbor Insurance Company 36940 community Asphalt Corp. INSURERa: Illinois National Insurance Co 23817 9675 N.W. 117th Avenue Suite 106 INSURER c: National Union Fire Ins Co of Pittsburgh 19445 Miami FL 33178 USA INSURER D: The Insurance co of the State of PA 19429 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570060732243 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. Limits shown are as requested A011LTR TYPE POLICY LFF POLICY E.P INSR OF INSURANCE INS Hryp POLICY NUMBER MWDDrfYYY MMID LIMITS X COMMERCIAL GENERAL LIABILITY GL EACH OCCURRENCE SZ,000,000 CLAIMS-MADE X❑OCCUR nrs 5300,000 PREMISES a ocwrra MED EXP(Any one person) $10,000 PERSONAL a ADV INJURY $2,000,000 p GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $4,000,000 POLICY OJECT ❑LOC PRODUCTS-COMP/OP AGG 54,000,000 0 OTHER: o n B AUTOMOBILE LIABILITY CA 1803797 12/31/2015 12/31/2016 COMBINED SINGLE LIMIT 51,750,000 Ea accident X ANY AUTO BODILY INJURY(Per person) Z ALL OWNED SCHEDULED BODILY INJURY(Per accident)AUTOS M AUTOS NON-OWNED PROPERTY DAMAGE W HIRED AUTOS AUTOS Per accident 1= m C X UMBRELLA UAB X OCCUR BE011133166 12 31 2015 12 31 2016 EACH OCCURRENCE $1,000,000 t) EXCESS I_,. CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTION 510,000 D WORKERS COMPENSATION AND wc04934Z268 1273-17260=1r/31/20165 X STATUTE oTH- EMPLOYERS'LIABILITY ANY PR OPRIETORIPARTNER I EXECUTIVE YIN E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,()00,000 B yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000,000-_ A Pollution cvg CEo7420S7001 F2/31/2015112/31/2016 Each Location 510,000,000 SIR applies per policy ter & condi I ions Aggregate $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Evidence of Coverage s. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE - EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Community Asphalt AUTHORIZED REPRESENTATIVE 9675 Nw 117 Ave,suite 108 Miami FL 33178 USA �� ��/l�Q . �✓Gt1YLs. .t eM:'ted c/l��eJllCt 01988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ; AGUTAR, MANUELANTONIO COMMUNITY ASPHALT CORP. 9675 NW 117TH AVENUE, SUITE 108 MIAMI FL 33178 . I Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and STATE OF FLORIDA Professional Regulation. Our professionals and businesses range s from architects to yacht brokers,from boxers to barbeque DEPARTMENT-OF BUSINESS AND restaurants,and they keep Florida's economy strong. '-•. ` PROFESSIONALiREGULATION Every day we work to improve the way we do business in order CGC 1521192 l,. SLIED -08/29/2016 to serve you better. For Information about our services,please �-: :.- log onto www.myfloridalicense.com. There you can find more CERTIFIED GENERAL CONTRACTOR information about our divisions and the regulations that impact AGUTAR,MANUL�Af�F1N10 you,subscribe to department newsletters and learn more about COMMUNITY ASPHALT Cp, ;. 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 IS CERTIFIED under the provisions or Ch 489 FS serve your customers. Thank you for doing business in Florida, ExpMon ds,a AUG 31.2018 L1608290001788 and congratulations on your new license( DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD CGC1521192 The GENERAL CONTRACTOR Named below IS CERTIFIED "F Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2018 r_, t�vfl AGUTAR, MANUELANTONIO..� �� R• COMMU.NITY_ASPHALT,C-•ORP 9675 NW 117TH AVENU.--;:SUITiE�108 � � ��, MIAMI ------------ IcsuFn• nRngnn1R� DISPLAY AS REOUIREb�� SEQ# L1608290001788 I i CERTIFICATE (Corporation) The undersigned hereby certified that the following are true and correct statements: 1. That she is the Assistant Secretary of Community Asphalt Corp, a corporation organized and existing in good standing under the laws of the State of Florida hereinafter referred to as the "Corporation and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of the Corporation as the 18th day of July, 2002, in accordance with the laws of the State of the state of incorporation of the Corporation, the Articles of Incorporation and the By-Laws of the Corporation. RESOLVED, that the Corporation shall enter that certain Bid Document between Brevard County Board of County Commissioners, a political subdivision of the State of Florida and the Corporation, a copy of which is attached hereto, and be it FURTHER RESOLVED, that Manuel Aauiar, the Vice President, of the Corporation, is hereby authorized and instructed to execute such Bid Document and such other instruments as may be necessary and appropriate for the Corporation to fulfill its obligations under the Agreement. 2. That the foregoing resolutions have not been modified, amended, rescinded, revoked or otherwise changed and remain in full force and effect as of the date hereof. 3. That the Corporation is in good standing under the laws of the State of Florida or its state of incorporation if other, and has qualified, if legally required, to do business in the State of Florida and has the full power and authority to enter into such Agreement. IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate Seal of the Corporation the 11th Day of January 2017. (Sig ature) 41 (CORPORATE SEAL) jehilifet 01 rd' (Print Signatory's Name) IT'S ASSISTANT SECRETARY Community Asphalt Corp. 9725 NW 117 Avenue, Suite 110 Miami, Florida 33178 State of Incorporation: Florida SWORN TO AND SUBSCRIBED before me this 111 day of January, 2017 by the Assistant Secretary of the aforesaid Corporation, who is personally known to me OR who produced as identification and who did take an oath. (Notary Signatu Anthony Johnson (Print Notary's Name) NOTARY PUBLIC State of Florida At Large Notary Public State of Florida My Commission Expires: rj 113)1] F' Anthony.Johnson My Commission FF 017004 %� EMpi es 0511312017 I I 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT#688538 Apr 28, 2016 Entity Name: COMMUNITY ASPHALT CORP. Secretary of State CC8286164198 Current Principal Place of Business: 9675 NW 117 AVENUE STE 108 MIAMI, FL 33178 Current Mailing Address: 9675 NW 117 AVENUE STE 108 MIAMI, FL 33178 US FEI Number: 59-2023298 Certificate of Status Desired: No Name and Address of Current Registered Agent: NATIONAL CORPORATE RESEARCH,LTD.,INC. 115 NORTH CALHOUN ST.,STE 4 TALLAHASSEE,FL 32301 US 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 Date Officer/Director Detail Title PRESIDENT Title CFO Name MORRIS,JOHN Name ARELLANO,AGUSTIN JR Address 9675 NW 117 AVENUE SUITE Address 9675 NW 117 AVENUE 108 108 City-State-Zip: MIAMI FL 33178 City-State-Zip: MIAMI FL 33178 Title DEPUTY CFO Title CHAIRMAN Name PARRA,JOSE M Name FERNANDEZ,JOSE L Address 9675 NW 117 AVENUE Address 9675 NW 117 AVENUE 108 108 City-State-Zip: MIAMI FL 33178 City-State-Zip: MIAMI FL 33178 Title SECRETARY Title OFFICER Name BECKER,M.REID Name AGUTAR,MANUEL Address 9675 NW 117 AVENUE Address 9675 NW 117 AVE 108 SUITE 108 City-State-Zip: MIAMI FL 33178 City-State-Zip: MIAMI FL 33178 Title OFFICER Title ATTORNEY-IN-FACT Name BEETLE,BRIAN Name TRELLES,ANDREA Address 9675 NW 117 AVE Address 9675 NW 117 AVENUE 108 108 City-State-Zip: MIAMI FL 33178 City-State-Zip: MIAMI FL 33178 Continues on page 2 1 hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shaft have the same legal effect as d'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 appear above,or on an attachment wdh all other like empowered. SIGNATURE:JOSE M.PARRA DEPUTY CFO 04/28/2016 Electronic Signature of Signing Officer/Director Detail Date i Officer/Director Detail Continued Title ATTORNEY-IN-FACT Title OFFICER Name LAWS,TINA Name MARIMON,VICTOR Address 9675 NW 117 AVENUE Address 9675 NW 117 AVENUE 108 108 City-State-Zip: MIAMI FL 33178 City-State-Zip: MIAMI FL 33178 i Title OFFICER Title ATTORNEY-IN-FACT Name SULLENTROP,PAUL Name BICKFORD,JENNIFER Address 9675 NW 117 AVENUE Address 9675 NW 117 AVENUE 108 108 City-State-Zip: MIAMI-FL 33178 City-State-Zip: MIAMI FL 33178 Title ATTORNEY-IN-FACT Title DIRECTOR Name MERRICK,MAUREEN Name AGULLO,ARTURO Address 9675 NW 117 AVENUE Address PASEO DE LA CASTELLANA 259D 108 TORRE ESPACIO City-State-Zip: MIAMI FL 33178 City-State-Zip: MADRID MADRID 28046 Title DIRECTOR Title DIRECTOR Name MARTINEZ,IGNACIO E Name BOTELLA RODRIGUEZ,IGNACIO Address PASEO DE LA CASTELLANA 259D Address PASEO DE LA CASTELLANA 259D TORRE ESPACIO TORRE ESPACIO City-State-Zip: MADRID MADRID 28046 City-State-Zip: MADRID MADRID 28046 STATUS OF CONTRACTS ON HAND CONTRACTOR NAME: Community Asphalt Corp. 12/1/2016 ADDRESS: 9675 NW 117 Ave,Suite 108 Miami,FL 33178 (Furnish full information about all of your contracts,whether prime or subcontracts;whether in progress or awarded but not yet begun;and regardless of with who contracted.) Amount of Balance of Uncompleted Uncompleted Project Info Contract Sublet Contract Amount—Prime Amount—Sub MDX(6315) Central Blvd $51,134,251 $15,340,275 $35,793,976 $416,118 Stride(6385) Turnpike Plazas $33,403,300 $13,361,320 $20,041,980 $3,155,182 CtyH1ahGdns(6519) Public Works $825,600 $330,240 $495,360 $228,032 FDOT(6740) 1-95 Widening Ind River/ $49,834,989 $19,933,996 $29,900,993 $5,533,477 Brvd Cnty FDOT#E6105(6801) SR 826/1-75 $803,000 $321,200 $481,800 $154,963 FDOT#E6105 (6805) SR 826 Palmetto Ezrpessway $56,523,841 $22,609,536 $33,914,305 $16,974,772 FDOT#E4PO4 (6831) I-95 Interchange $32,957,000 $13,182,800 $19,774,200 $8,726,592 Browar/Palm Beach FDOT#E4N82(6838) SR. 7SterlingRoad $29,627,350 $11,850,940 $17,776,410 $10,495,003 FDOT#E4N84(6850) I-75 Expss Lanes and B $231,801,686 $92,720,674 $139,081,012 $56,524,741 Green to ( $12,127,800 3 712 , Collier County(6881) Collier Blvd.Golden Gate) $20,213,000 $8,085,200 $ 2 $ , ,718 Palm Beach County- Mise Pavement Rehab- $4,025,308 $1,610,123 $2,415,185 $173,572 Dept Airports(6911) Lantana FDOT(6931) SR AIA:SE 3rd Street to $1,632,000 $652,800 $979,200 $48,528 Palm Beach Cnty Line F.D.O.T. (6949 3400 W.Commercial Blvd $3,226,207 $1,290,483 $1,935,724 $76,784 Archer Western(6950) AUAboard Florida(CIO $39,928,856 $15,971,542 $23,957,314 $10,866,437 Miami to WPB/Tri Rail) F.D.O.T. (6952) SR 823 Flamingo Road $4,175,000 $1,670,000 $2,505,000 $159,542 F.D.O.T.(6953) SR 82(Immokalee Road) $7,718,406 $3,087,362 $4,631,044 $408,627 ; Village of Royal Palm Crestwood Blvd Phase 2 $1,414,348 $565,739 $848,609 $233,867 Beach(6954) Boca Raton Airport Runway 5 Departure End $5,391,297 $2,156,519 $3,234,778 $31,892 Authority(6956) Quality Enterprises Burnt Store Road-North $2,551,660 $1,020,664 $1,530,996 $1,482,439 USA(6957) Segment CondotteAmerica SunriseBlvd/TPK $3,547,437 $1,418,975 $2,128,462 $1,943,773 (6964) Interchange F.D.O.T. (69 73) SR 715 From SR 717 to $7,257,569 $2,903,028 $4,354,541 $893,486 SR15 F.D.0.T.(69 74) SR 826(Palmetto)NW 167 $8,961,213 $3,584,485 $5,376,728 $2,318,432 St and SR 817(NW 27Ave) F.D.O.T.(6978) SR 90(US41) $1,074,499 $429,800 $644,699 $30,330 F.D.O.T.(7000) HEFT Widening(Bird Road $111,500,000 $44,600,000 $66,900,000 $57,032,637 to Dolphin Expy) City of Vero Beach Construct,Mark&Lighw $2,975,657 $1,190,263 $1,785,394 $724,106 (7009) West GA Apron City of Fort 10851 Lakeridge Sunrise $1,080,520 $432,208 $648,312 $97,055 Lauderdale(7011) Blvd Rosso Site PB Int 7Airport Taxiway W $631,026 $252,410 $378,616 $4,050 Development(7012) Lee County BOCC Countywide Resurfacing#2 $687,824 $275,130 $412,694 $5,818 (7013) 2016 FDOT(7014) SR 76 Kannter Highway $20,446,000 $8,178,400 $12,267,600 $10,047,817 Reconstruction FDOT(7018) SR 916 NE 135 St and SR $1,071,254 $428,502 $642,753 $520,398 916 Opalocka Blvd Village of Wellington Pierson Road Realignment $535,244 $214,097 $321,146 $243,769 (7019) Project AM-JETAsphalt Boca Raton Sailing& $173,316 $69,326 $103,990 $103,990 (7022) Raquet Club Palm Beach Cnty Dept PB 15-IS Rehab of Taxiway $7,692,485 $3,076,994 $4,615,491 $4,615,491 of Airports(702 7) C Guettler&Sons(7029) Ktalia PH4,Units 2&3 $113,861 $45,545 $68,317 $68,317, City of Cape Coral Cape Coral Road $4,321,099 $1,728,440 $2,592,659 $674,914 (7030) Resurfacing 2016 Guettler&Sons(7031) Tradition Health Park $153,297 $61,319 $91,978 $52,872 City of Cape Coral Cape Coral Major $1,844,095 $737,638 $1,106,457 $751,623 (7032) Resurfacing 2016 FDOT(7033) Coconut Creek Parkway $2,564,262 $1,025,705 $1,538,557 $1,538,557 F.D.O.T.(7034) DIP69 RO-Asphalt Repair $994,995 $397,998 $596,997 $596,997 in Lee County SL V Millstone,LLC Millstone Southside Final $193,397 $77,359 $116,038 $4,950 (7035) Lift Morrison-Cobalt SR9/I95 Bridge Deck $1,881,573 $752,629 $1,128,944 $941,276 JV(7036) Replacement Rosso Site Lyons Road(Lantana Rd to $394,451 $157,781 $236,671 $204,465 Development(703 7) Northe of LWDD L-14 City of Sanibel(7040) Sanibel 2016 Street $414,499 $165,800 $248,699 $29,444 resurfacing H&R of Bell Glade 2016 Sugar Mills $142,019 $56,808 $85,211 $25,260 (7042) Tim Rose Contracting Old Dixie Hwy Resurfacing $458,630 $183,452 $275,178 $21,533 (7051) Guettler&Sons(7054) Brentwood Lakes $230,000 $92,000 $138,000 $138,000 Tim Rose Contracting Barber Street Reconstruction $132,215 $52,886 $79,329 $12,304 (7055) Rio-Bak Corp.(7050) Saddletrail Park South $458,630 $183,452 $275,178 $21,533 Tim Rose Contracting CAV Corp $153,591 $61,436 $92,155 $58,466 (7061) Guettler Brothers Estates at Tradition $127,800 $51,120 $76,680 $76,680, Construction(7071) TOTALS: $194,961,084 $8,240,544 TOTAL UNCOMPLETED WORK TO BE DONE BY YOU(TOTALS 5&6) $203,201,628 NOTE: Columns 2 and 3 to show total contract (or Subcontract) amounts. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4 all amounts to be shown to the nearest$100. The Contractor may consolidate and list as a single item all contracts,which, individually,do not exceed 3%of Total,and which, in aggregate,amount to less than 20%of total. i , i � � I I .371 OHL Community Asphalt "Equipment List" 1,Eq 0109 2001 01 KOMATSU DAIP6 DOZER 030083 UNDER INDUSTRIAL 12/14/01 $ 105,635.00 0110 2002 02 KOMATSU D-39PX DOZER 1231 UNDER INDUSTRIAL 07/22103 $ 78,440.00 Olit 2004 D4 KOMATSU 061PX DOZER 83197 UNDER INDUSTRIAL 08/25/04 $ 168,652.00 0112 2001 01 KOMATSU D61EXIZ DOZER 51587 UNDER INDUSTRIAL 02/22/05 $ 105,660.00 0113 2004 D4 KOMATSU D61PX DOZER 83223 UNDER INDUSTRIAL 10/06/OS $ 164,983.00 0116 2005 05 KOMATSU D39PX-12 DOZER leis UNDER INDUSTRIAL 8/8/2005 $ 93,515.00 OIIB 2002 02 KOMATSU D-61P DOZER 81881 UNDER INDUSTRIAL I2/21/05 $ 42,892.00 0120 2006 06 KOMATSU D-39P DOZER 2148 UNDER INDUSTRIAL 10/30/06 $ 94,390.00 0153 2007 07 KOMATSU D-39POZER 2228 UNDER INDUSTRIAL 11/14/07 $ 95,961.00 0154 2007 07 KOMATSU D-39P DOZER 2229 UNDER INDUSTRIAL 11/14/07 $ 95,961.00 Oiss 2007 07 KOMATSU D41P DOZER E41195 UNDER INDUSTRIAL 11/14107 $ 106,596.00 0156 2007 07 KOMATSU D41P DOZER 841294 UNDER INDUSTRIAL 11/14/07 $ 106,996.00 0I57 2006 06 ID 4503-LGP DOZfR 70450IX132084 NORTRAX EQUIPMENT CO. 01/03108 $ 64,000.00 Oise 2007 07 KOMATSU D41P-6C DOZER 841315 UNDER INDUSTRIAL 06/13/08 $ 107,766.00 0I59 2007 07 KOMATSU D41P-6C DOZER 841317 UNDER INDUSTRIAL 06/13/08 $ 107,766.00 0160 2008 08 JD 7503 DOZER 70750IX169066 NORTRAX EQUIPMENT CO, 08/25/08 $ 192,962.08 0161 2006 06 KOMATSU D-31801,DOZE 50714 UNDER INDUSTRIAL 10/08/09 $ 56,609.I5 0162 2007 07 JD 85OJ-LT DOZER TOSSOJX140383 NORTRAX EQUIPMENT CO. 12109/10 $ 125,130.00 0163 2014 2014 JOHN DEERE 450J-LGP ITO4SOJXKED272240 NORTRAX EQUIPMENT CO. 09/25/14 $ 82,727.88 0164 2014 2014 CAT D6K2LGP DOZER RST00943 KELLY TRACTOR OD 12/10/14 $ 166,922.19 0165 2015 2015 CAT D6DXL DOZER PER00924 KELLY TRACTOR 00 05/08/15 $ 240,623.46 0166 2015 2015 CAT D6NXL DOZER PER00978 KELLY TRACTOR CO 06129115 $ 210,62.3.46 0167 2015 2015 CAT DGN LGP DOZER PBA03032 KELLY TRACTOR CO $ 241,299.26 0168 2015 2015 CAT D6T LGP DOZER PRA02741 KELLY TRACTOR OD $ 241,299.26 0169 2015 2015 KOMATSU D39PX-23 DDZ 90811 UNDER INDUSTRIAL $ 135,225.31 0170 2015 2015 KOMATSU 039PX-23 DOZ 90821 UNDER INDUSTRIAL $ 135,225.31 0208 1982 82/01 MANITOWOC 4600 CRAW 46387 RITCHIE BROS.AUCTIONEERS .02/21/01 $ 606,229.61 0213 2005 OS CAT 330CL EXCAVATOR DKY03363 KELLY TRACTOR 00 06/20/05 $ 223,962.74 0214 2003 03 KOMATSU PC308-7 EXCVrR 20018 UNDER INDUSTRIAL 09/I5/03 $ 221,606.00 0215 1998 98 VERMEER V415DA TRENCHE IVRPO82R6W1000631 RUCHIE BROS.AUCTIONEERS 11114/02 $ 9,095.00 0218 2004 04 VOLVO EWISOB EXCAVATOR 8751109 FLAGLER CONSTRUCTION 05/10/04 $ 97,534.86 0219 2004 04 GRADALL XL3300 EXCAVAT 10330659 GS EQUIPMENT,INC 07/20/04 $ 166,406A0 0220 2000 00 KOMATSU PC30OLC-6 EXC A84MS Rrr00E BROS.AUCTIONEERS 12/08/04 $ 95,840.00 0230 2001 01 KOMATSU PC228 USLC IXC 15384 UNDER INDUSTRIAL 09/27/01 $ 133,237.71 0231 2005 05 GRADALL XL3300 IXC 0210017524 GS EQUIPMENT,INC 02I02106 $ 166,470.00 0233 2006 06 KOMATSU PC30SUSLC-2 20196 UNDER INDUSTRIAL 02124/06 $ 191,081.00 0234 2006 06 KOMATSU PC40OLC7 EXCA A87276 UNDER INDUSTRIAL 11/10/06 $ 352,979.00 0238 2006 06 ID IBOC WHEEL EXCVATOR FFIBOCW30059 NORTRAX EQUIPMENT CO. 11/28/06 $ 59,004.56 0240 2004 04 ID 33OC-LC HYD.EXCAVA FF3300(082633 RITCHIE BROS.AUCTIONEERS 02/20/07 $ 145,812.79 0241 2006 06 ID 330CL EXCAVATOR FF330CX804571 NORTRAX EQUIPMENT CO. 03/28/07 $ 157,987.88 0243 2006 06 JD IBOC WHEEL EXCAVATO FFIBOCW030050 NORTRAX EQUIPMENT OD. 08/10107 $ 198,293.23 0257 2007 07 KOMATSU K308LC-3 EXCA 30071 UNDER INDUSTRIAL 02/08108 $ 191,783.00 0258 2005 05 JOHN DEERE IBOC EXCAVA FFIBOCW030010 NORTRAX EQUIPMENT CO. 09/11/08 $ 134,209.88 0259 2006 06 GRADEALL XL 3300 EXCAV 0210017862 GS EQUIPMENT,INC 09/15108 153,750.00 0261 2005 05 GRADALL XL3300 EXCAVA 0210017634 GS EQUIPMENT,INC 03/03/09 127,250.00 0262 2007 07 GRADALL)CL-330D D(CAVAY 3300000666 GS EQUIPMENT,INC 03/03109 $ 151,950.00 0263 2007 07 CAT 33ODL HYD.EXCAVAT 0330D7MP01150 RITCHIE BROS.AUCTIONEERS 05/27/09 $ 143,153.46 0265 2010 10 JOHN DEERE 190D WHEEL FF190DWO31101 NORTRAX EQUIPMENT CO. 01121/11 $ 187,667.88 0267 2006 06 BobCAT 430 ZHS MINI EX 562911722 07/05/11 $ 20,000.00 0270 2008 08 GRADALL XL 3300 WHEEL 3300000686 BAYSIDE MACHINERY CO.,INC 07/09/12 $ 106,050L00 0271 2010 2010 GRADALL XL 3300 330DOW706 05/29/13 $ 196,150.00 0272 2012 2012 CAT M318D WHEEL EXCA DSWO0412 KELLY TRACTOR CO 01/22/14 $ 226,784.00 0273 2014 2014 KOMATSU PC490LC-10 A40921 UNDER INDUSTRIAL 06/24/14 $ 404,267.30 0274 2015 2015 KOMATSU PC49OLC-11 E A41131 UNDER INDUSTRIAL 04/01/15 $ 401,231.20 0275 2015 2015 CAT 336F O(CAVATOR TZA00396 KELLY TRACTOR CO 09/11/15 $ 275,798.23 0276 2015 2015 JOHN DEERE 3SDGLC HL 1FF350GXAFF810769 NORTRAX EQUIPMENT CD. 10/27/15 $ 311,985.65 0277 2015 2015 JOHN DEERE 35DGLC HL IFF350GXHFF810774 NORTRAX EQUIPMENT CO. 10/27/15 $ 311,985.65 0278 2015 2015 CAT M318F WHEEL EXCA FOSOO573 KELLY TRACTOR CO 12,(03115 $ 318,555.60 0279 2015 2015 CAT M318F WHEEL EXCA FSBW695 KELLY TRACTOR CO 12/03/15 $ 318,555.60 0301 1998 98 HOLLAND TRACTOR GRADER A442367 12115/98 $ 27,793.20 0302 1995 95 FORD 3930 UTILITY TRCT BC54465 RITCHIE BROS.AUCTIONEERS 11/04/99 $ 10,084.00 0303 1995 99 CAT 12H MOTOR GRADER 4XM02237 KELLY TRACTOR CO 02126102 $ 122,602.61 0304 2002 02 CAT 12H MOTOR GRADER 4XM03171 KELLY TRACTOR 00 05/01/02 $ 161,504.28 0306 2006 06 JOHN DEERE 672D MTR GR OWST2DX602366 NORTRAX EQUIPMENT CO. I2(02105 $ 206,326.00 0307 2007 07 ID 672D MOTOR GRADER DW672DX6ID7I1 NORTRAX EQUIPMENT CO. 02/01/08 $ 187,667.88 0308 2007 07 30 672D MOTOR GRADER DW672OX611598 NORTRAX EQUIPMENT CO. 02101108 $ 187,667.98 0311 2008 08 JOHN DEERE 672D MOTOR OW672DX618382 NORTRAX EQUIPMENT CO. 09/29/10 $ 180,144.00 0313 2008 08 ID 672D MOTOR GRADER OM72DX620156 NORTRAX EQUIPMENT CO. 9/1/2011 $ 181,307.88 OH L Community ' s' Asphalt "Equipment List" ulpineiit='Modeix 5 1 3 P'"cl'ase` 1 a :Uoeeae mra. 0314 2015 2015 JOHN DEERE 672G MOM IDW672GPEEF660047 NORTFM EQUIPMENT CO. 10/15)15 ; 290,980.00 0319 1989 89 HUBER M850 MAINTAINER M338 UNDER INDUSTRIAL 10/10189 $ 18,550.00 0339 1991 91 CAT 12G MOTOR GRADER 61MI2427 KELLY TRACTOR CO 03/08/91 $ 109,180.00 0358 1994 94 CAT 12G MOTOR GRADER 61MIS824 KELLY TRACTOR CO 10/13/94 $ 183,772.39 0359 1995 95 CAT 12G MOTOR GRADER 61M16080 KELLY TRACTOR CO 03/16/95 $ 151,155.73 0401 2005 05 KOMATSU WBI40-2N LOADE A21826 IANDWORKS OF SOUTH FL 10/27/09 $ 25,000.00 0402 2009 09 KOMATSU WB-146-54X4B A23871 UNDER INDUSTRIAL 02/01/10 $ 57,790.SS _ 0403 2005 OS KOMATSU WA-320-S WHEEL 60678 RITCHIE BROS.AUCTIONEERS 02/17/10 $ 47,750.00 D405 2006 06 JD 317 SKID STEER LOAD T00317A134170 FRYES TOOL RENTAL 05/24/10 $ 20,865.00 D406 2013 2013 CAT 980K WHEEL LOADE W7KO1011 KELLY TRACTOR CO 04/04/13 $ 419,651.00 0407 2014 2014 CAT 980K WHEEL LOADE W7K02098 KELLY TRACTOR CO 12/16/14 $ 352,004.72 0409 2013 2013 CAT 980(WHEEL LOADE W7KO0996 KELLY TRACTOR CO $ 419,651.00 0410 1998 98 GEHL 4625XL SKIDSTEER 25441 TRI COUNTY EQUIPMENT 08/02/99 $ 18,020.0D 0411 2010 10 CAT 980H WHEEL LOADER JMS05671 KELLY TRACTOR CO 10/24/10 $ 408,420.00 0414 2015 2015 CAT 22683 SKID STEER 121EP163XEM016760 KELLY TRACTOR CO 12/16/14 $ 30,003.61 0415 2014 2014 JOHN DEERE 544K WHEE 1DWS44KZPEE664361 NORTRAX EQUIPMENT CO. 09/25/14 $ 149,507.88 0417 2010 10 JOHN DEERE 744K WHEEL DW744KX627812 NORTRAX EQUIPMENT CO. 02/21/11 $ 255,547.88 0418 1998 98 GEHL SL4625 LOADER 26297 TRI COUNTY EQUIPMENT 11/08/99 $ 14,840.00 0420 2000 00 PAOTOUGH 1300 SKID STE LED10224 RITCHIE BROS.AUCTIONEERS 10/17/00 $ 11,662.34 0422 2015 2015 KOMATSU WA320-7 WHEE A36388 UNDER INDUSTRIAL 10120/15 $ 194,098.71 0424 2015 2015 KOMATSU WA32D-7 WHEE A36646 UNDER INDUSTRIAL 10/20115 $ 194,098.71 , 0426 2015 2015 CAT 242D SKID STEER DZT01044 KELLY TRACTOR CO 12/16/14 $ 41,028.50 0430 1989 89 CAT 916 WHEEL LOADER 02XBO2620 KELLY TRACTOR CO 11/30/90 $ 51,569.00 0432 2008 08]D 3103 LOADER BACKHOE 703101X163506 FRYES TOOL RENTAL 08/16/11 $ 49,390.00 0433 2011 11 JD 328D SKID STEER LOA 1t0328dIPb207202 NORTRAX EQUIPMENT CO. 09/22/11 $ 41,655.88 D435 2000 00 CAT 4160 04 LOADER BA 4ZN16815 YODER&FREY AUCTIONEERS 02/12/02 $ 36,986.07 0440 2013 2013 JOHN DEERE 544K WHEE IDWS44KZACE649637 NORTRAX EQUIPMENT CO. 02/13113 $ 153,627.88 D442 2011 2011 JOHN DEERE 4X4 LOADE 1T031D]XLB0194981 RITCHIE BROS.AUCTIONEERS 03/27/14 $ 57,726.50 0443 2011 2011 JOHN DEERE 04 LOADE IT0310JXEA0191046 RITCHIE BROS.AUCTIONEERS 03/27/14 $ 55,586.50 0444 2002 02 KOMATSU WA25D-3 LOR A71616 UNDER INDUSTRIAL 07/21/03 $ 86,920.00 0445 2003 03 THOMAS 1700 SKID STEER LXG03715 RITCHIE BROS.AUCTIONEERS 09/29/03 $ 14,323.22 0447 2010 2010 JOHN DEERE 4X4 LOADE IT0310JXCA0190951 RITCHIE BROS.AUCTIONEERS 03/27/14 $ 51,306.50 0453 2013 13 JOHN DEERE 544K WHEEL IDWS44KZCCE649747 NORTRAX EQUIPMENT CO. 02/13/13 $ 151,627.88 0456 2014 2014 JOHN DEERE 544K WHEE 1DW544KZCEE664390 NORTRAX EQUIPMENT CO. 09/25/14 $ 149,507.88 0464 2001 Ol KOMATSU WB140 4x4 COMB 14OF11427 YODER&FREY AUCTIONEERS 02/12/04 $ 24,069.60 0470 2005 05 JOHN DEERE 31OSG LDR T03IM950334 NORTRAX EQUIPMENT CO. 07/27/05 $ 56,227.88 0472 2014 2014 KOMATSU WA320-7 WHEL A36342 UNDER INDUSTRIAL 09/30/14 $ 178,311.25 0473 2014 2014 KOMATSU WA320-7 WHEL A36343 UNDER INDUSTRIAL 09/30/14 $ 178,311.25 0474 2006 06 KOMATSU WA-25D-5 WHEEL A73899 UNDER INDUSTRIAL 03/02/06 $ 124,144.00 , 0476 2005 05 KOMATSU WA2%S LOWDER 70818 UNDER INDUSTRIAL. 10/03/06 $ 95,00400 0477 2005 05 JD 4447 WHEEL LOADER DW444JZ599006 RITCHIE BROS.AUCTIONEERS 10/10/06 $ 68,425.00 0478 2007 07 KOMATSU WB146-5 BACKHO A-23224 UNDER INDUSTRIAL 03/01/07 $ 62,035.00 0480 2007 07 KOMATSU WA25D-5 WHEEL A-73832 UNDER INDUSTRIAL- 02/12/07 $ 116,274.00 0481 2006 06 KOMATSUWA250-SL WHEEL A74087 UNDER INDUSTRIAL 04/26/07 $ 114,147.00 0482 2005 OS KUMATSO WB-140 BACKHOE A21843 UNDER INDUSTRIAL 05/17/07 $ 49,273.00 0483 2006 06 KOMATSU WA20OL-5 W/L 67248 IRON PLANET 12/20/07 $ 60,722.50 0484 2006 06 CAT 2520 SKID LOADER SCP03341 IRON PLANET 01/29/08 $ 22,316.71 0485 2006 06 CAT 2428 SKID LOADER BXM029S6 KELLY TRACTOR OD 02/06/08 $ 18,070.00 0486 2005 OS CAT 252B SKID STEER LO SCP02167 KELLY TRACTOR CO 06/06/08 $ 24,265.25 0487 2007 07 JD 31OSG BACKHOE COMBO r T031OSG963350 NORTRAX EQUIPMENT CO. 07/08/08 $ 53,810.48 0490 2006 06 KOMATSU WAZ50-S WHEEL 70906 IRON PLANET 02/16/06 $ 43,380.50 0491 2007 07 KOMATSU WB146.5 4X4 LO KMTMB016A36A23S84 RITCHIE BROS.AUCTIONEERS 02/16/09 $ 36,090.00 0492 2009 09 JD 3107 BACKHOE LOADER T03103X171219 NORTRAX EQUIPMENT CO. 02/18/09 $ 59,940.00 0493 2007 07 KOMATSU WA-250-5 WHEE. 72265 UNDER INDUSTRIAL 03/20/09 $ 62,992.00 0494 2004 04 JD 31OSG BACKHOE LOADE T31OSG941794 FRYES TOOL RENTAL 05/07/09 $ 32,100.00 0496 2006 06 KOMATSU WA-320-SL WHEE A33034 NORTRAX EQUIPMENT CO. 07/15/09 $ 72,130.00 ' 0497 2006 06 JD 6243 WHEEL LOADER OW624JZ603731 NORTRAX EQUIPMENT CO. 07/15/09 $ 73,720.00 0498 2007 07 KOMATSU WA-32D-SL WHEE A3301 UNDER INDUSTRIAL 07/15/09 $ 84,850.00 , 0499 2006 06 JD 325 SKID STEER T00325FI25001 NORTRAX EQUIPMENT CO. 08/07/09 $ 15,466.64 0503 1999 99 MACK DM6905 TR/A ST DU IM2B2D9C1XM02S472 NEXTRAN TRUCK PARTS 09/01/99 $ 17,321.17 N1304W 0504 1999 99 MACK DM690S TR/A ST DU IM2B209C3XM D2S473 NEXYRAN TRUCK PARTS 09/01/99 $ 17,321.17 N1305W 0506 200D 00 FLI12 TR/A AL DUMP 1FVXTECB4YHG69666 FREIGHTLINER TRUCKS OF 12/13/99 $ 19,081.04 N7SO8S 0508 2000 00 FL 112 TR/A AL DUMP 1FVXTECBBYHG69668 FREIGHTLINER TRUCKS OF 12/13/99 $ 19,081.04 N7381S 0509 2000 00 FL112 TR/A AL DUMP IFVXrECBXYHG69669 FREIGHTLINER TRUCKS OF 12/13/99 $ 19,081.04 N75995 0510 2000 00 FL312 TR/A AL DUMP IFVXTEMYHG69670 FREIGHTLINER TRUCKS OF 12/13/99 $ 19,081.04 N5473V 0521 2000 00 FL112 TR/A AL DUMP IFVXFWEDOYHF15670 FREIGHTLINER TRUCKS OF 03/09/DO $ 24,694.29 N5443S 0523 2000 00 FL112 TR/A ST DUMP IFVXTWEB4YHG06327 FREIGHTLINER TRUCKS OF 3/9/2000 $ 17,029.19 N75SIU 0524 2000 00 FL112 TR/A AL DUMP IFVXTWEB6YHGO6328 FREIGHTLINER TRUCKS OF 03/09/00 $ 27,024.49 N9857R i L I ONS Community 4. Asphalt "Equipment List" Mel—lu"1110,�1�- WIN x" , 191w 0525 2000 00 FL112 IVA AL DUMP 1FVXTWE86YfiG05331 FREIGHTLINER TRUCKS OF 03/09/00 $ 24,694.29 N95SU 0526 2000 00 MACK DM690S TWA ST DU 1M28209C2YM027278 03/20/00 $ 17,029.19 N4485P OS27 2000 00 MACK DM690S TR/A ST DU 1M28209C4YM027394 03/20/00 $ 17,029.19 N9267U 0528 2000 00 MACK DM690S TWA ST DU IM20209C4YM027279 03/20/00 $ 17,029.19 N4487P 0529 2000 00 MACK DM690S TWA ST OU 1M2B209C8YM026930 03/20/00 $ 17,029.19 N4488P 0530 2000 00 MACK DM690S TR/A ST DU IM28209C6YM027395 03/20/00 $ 17,029.19 N4489P 0533 2000 00 PBILT 357 TWA AL DUMP INPALT0)(3YN525538 PALM PETERBILTTRUCK CENT 05/24100 $ 69,236.98 N4536U 0534 2000 00 PBILT 357 TR/A AL DUMP INPALTOX7YN525543 PALM PETERBILT TRUCK CENT OS/24/00 $ 69,236.98 N3764U 0535 2000 00 PBILT 357 TR/A AL DUMP 1NPALTOXSYN510145 PALM PETERBILT TRUCK CENT 05/24/00 $ 69,236.98 N4534U 0536 2000 00 PBILT 357 TWA AL DUMP INPALTOXIYNS25537 PALM PETERBILT TRUCK CENT 05124100 $ 69,236.98 N19151 0537 2000 00 MACK DM6905 TR/A AL DU lM28221C5YM027248 07/25100 $ 18,786.54 N9858R 0538 2000 2000 MACK TR 1M2B221C7YM027249 07/25/00 $ 18,786.54 N8796P 0539 2000 00 MACK DM690S TWA ST DU 1M2B221C3YM027250 07125/GD $ 18,786.54 N6081L 0540 2000 00 MACK DM690S TWA ST DU IM2B221CSM27251 07125/00 $ 18,786.54 N6082L OS41 2000 00 MACK DM690S TWA AL DU 1M2B221C7YM0272S2 07/25100 $ 18,786.54 N7600S 0542 2000 00 MACK DM6905 TWA ST DU 1M23221C9YM027253 07125100 $ 18,786.54 P44533U 0543 2000 DO PBILT 357 TWA ST DUMP INPALTOX9YNS27813 PALM PETERBILT TRUCK CENT 8/3/2000 $ 18,786.54 N7592S 0544 2000 00 PBILT 357 TR/A ST DUMP INPALTUXLYN510147 PALM PETERBILT TRUCK CENT 8/3/2000 $ 18,785.54 N54465 0545 2000 DD PBILT 357 TR/A ST DUMP INPALTOX2YN510142 PALM PETERBILT TRUCK CENT 8/3/2000 $ 18,786.54 N9931R 0546 2000 00 PBILT 3S7 TWA AL DUMP INPALTOX6YN5I0144 PALM PETERBILT TRUCK CENT 8/3/2000 $ 18,786.54 N75355 0547 2000 00 PBILT 357 TR/A ST DUMP 1NPAL70)GCYN544362 PALM TRUCK CENTERS,INC 12JI1101 $ 68,160.50 N8613T 0548 2000 00 PBILT 3S7 TWA ST DUMP iNPALTOX3YN544364 PALM TRUCK CENTERS,INC 12/11/01 $ 68,160.50 N75375 0549 2000 00 PBILT 357 TR/A ST DUMP INPALTOX8YN544361 PALM TRUCK CENTERS,INC I2/11101 $ 68,160.50 N7923L 0550 1995 95 FL70 SIA ST DUMP IFVGHFAA6SL553190 GARP INDUSTRIES,INC 09118/02 $ 33,54540 CNW109 OSSI 1992 92 IH 54700 S/A ST DUMP 1HTSCNKN3NH413533 RECHTIEN INTERNATIONAL TR 06130/97 $ 13,369.20 534TXU 0553 2002 02 PBILT 357 TR/A ST DUMP INPALTOX42NS83634 PALM PETFRBILTTRUCK CENT 03/13/02 $ 17,177.37 N5447S 0554 2002 02 PBILT 3S7 TR/A ST DUMP 1NPALTOX22NS83633 PALM PETERBILTTRUCK CENT 03/13/02 $ 17,177.37 N92SIT 0555 2002 02 P81LT 3S7 TWA ST DUMP INPALnX62NS83635 PALM PETERBILTTRUCK CENT 03/13/02 $ 17,177.37 N453ZU 0556 2002 02 PBILT 357 TWA ST DUMP INPALTOWN583636 PALM PETERBILT TRUCK CENT 03/13/02 $ 17,177.37 N7139P 0557 2002 02 PBILT 357 TR/A ST DUMP INPALTO)D(2N583637 PALM PETERBILT TRUCK CENT 03/13/02 $ 17,177.39 N5450S 0558 2003 M PBILT 357 TR/A ST DUMP INPALTO)O3N583638 PALM PETERBILT TRUCK CENT 07/01/02 $ 93,121.53 N3711W 0559 2003 03 PBILT 357 TWA ST DUMP INPALTOX13N583639 PALM PETERBILT TRUCK CENT 07101/02 $ 93,121.53 N5465V 0560 2003 03 PBILT 357 TWA ST DUMP INPALTOX83NS83640 PALM PETERBILT TRUCK CENT 07/01/02 $ 93,121.53 N6527U 0561 2003 03 PBILT 357 TR/A AL DUMP INPALTO)0(3N583641 PALM PETERBILT TRUCK CENT 7/1/2002 $ 102,292.50 N9252U 0562 2003 03 PBILT 357 TRIA AL DUMP INPALTOX13N583642 PALM PEMRBILT TRUCK CENT 7/1/2002 $ 102,292.50 R9253U 0563 2003 03 PBILT 357 TWA AL DUMP INPALTOX43NS84025 PALM PETERBILT TRUCK CENT 7/112002 $ 75,S06.SO N2422T 0564 2003 03 PBILT 357 TR/A AL DUMP INPALTOX43DS01188 PALM PETERBILT TRUCK CENT 11/07102 $ 85,905.03 N4530U 0565 2003 03 PBILT 357 TR/A AL DUMP INPALMX63DO01189 PALM PETERBILT TRUCK CENT 11/07J02 $ 85,905.03 N9254U 0565 2003 03 PBILT 357 TR/A AL DUMP iNPALTOX23D801190 PALM PETERBILT TRUCK CENT I1/07/02 $ 85,905.03 N8606T 0567 2003 03 PBILT 357 TWA ST DUMP INPALTOX430801191 PALM PETERBILT TRUCK CENT I1/07102 $ 93,139.50 N4529U 0568 2003 03 PELT 357 TR/A ST DUMP 1N?ALTOX53DB01183 PALM PETERBILT TRUCK CENT 09/12/02 $ 93,139.50 N4S28U 0569 2003 03 PBILT 357 TR/A ST DUMP INPALTO)(23D801187 PALM PETERBILT TRUCK CENT 11/07/02 $ 93,139.50 N7543U 0570 2003 03 PBILT 357 TR/A ST DUMP 1NPALTOX73D801184 PALM PETERBILT TRUCK CENT 11107102 $ 93,139.50 N3761W 0571 2003 03 PBILT 357 TWA ST DUMP INPALTOX93D801195 PALM PETERBILT TRUCK CENT 11/07/02 $ 93,139.50 N8609T 0572 2003 03 PBILT 357 TWA ST DUMP INPALTOX030801186 PALM PETERBILT TRUCK CENT 11/07102 $ 93,09.50 N75335 0573 2003 03 PBILT 357 TR/A ST DUMP INPALTOX630801192 PALM PETERBILT TRUCK CENT 11107/02 $ 93,139.50 N7594S 0574 2003 03 MACK RD6885 TWA ST DU 1M2P267C23M065764 11/07/02 $ 93,553.47 N62S6L 0575 2003 03 MACK RD6885 TR/A ST OU IM2P267CS3MD66760 I1/7/2002 $ 93,553.47 N8631T 0576 2003 03 MACK RD688S TWA ST OU 1M2P267C93M366762 11/07102 $ 93,553.47 N4527U 0577 2003 03 MACK RD688S TR/A ST DU 1M2P267C83M066767 12107/02 $ 93,553.48 N4535U 0578 2003 03 MACK RD688S TR/A ST DLJ JM2P267CD3M066763 PALM PETERBILTTRUCK CENT 11/07/02 $ 99,914.01 N5444S 0579 2003 03 MACK RD668S TR/A ST DU im2P267C43M066765 11125/02 $ 93,553.48 N6771K DS80 2003 03 MACK RD6885 ST DUMP IM2P267C93MD667S9 12/05102 $ 80,202.47 N8816T 0581 2003 03 MACK RD688S ST DUMP IM2P267C63M066766 12J05/02 $ 67,03.47 N4526U 0582 2003 03 MACK RD6885 ST DUMP IM2P267C63M066623 12/05/02 $ 80,201.48 N4525LJ 0584 2012 12 FL M2112 TR/A ST.DUMP 1FVHCSDV2(7,1B]2163 TAMPA TRUCK CENTER LLC 07/08/11 $ 130,794.23 N1577R 0585 2012 12 FL M2112 TR/A ST.CUM IFVHCSDV4oiB]2164 TAMPA TRUCK CENTER LLC 07108111 $ 130,794.23 N1562R 0586 2012 12 FL V2112 TR/A ST.CUP IFVHCSDV6CH832165 TAMPA TRUCK CENTER LLC 07/08111 $ 130,794.23 N1563R 0587 2012 12 FL M2112 TWA ST.CUM IFVHC5DVBO182166 TAMPA TRUCK CENTER LLC 07108111 $ 130,794.23 NISM 0588 2012 12 FL M2112 TWA ST.CUM 1FVKCSDV)CCHB2167 TAMPA TRUCKCENTER LLC 07108/11 j 130,794.23 N156SR 0589 2022 12 FL M2112 TR/A ST.CUM 1FVHCStYVICHB32168 TAMPA TRUCK CENTER LLC 07/08/12 $ 130,794.23 N1566R 0590 2012 12 FL W112 TWA ST.CUM IFVHr-5DV3OiB2169 TAMPA TRUCK CENTER LLC 07/08/11 $ 130,794.23 N1567A 0591 2012 12 FL W112 MAST.CUM IFVHCSDVXC:HB]2170 TAMPA TRUCK CENTER LLC 07/08/11 $ 130,794.23 N1568R 0592 2012 12 FL W 112 TWA Sr.CUM 1FV14CSDV10iB32171 TAMPA TRUCK CENTER LLC 07/08/11 $ 130,794.23 N1569R OS93 2012 12 FL M21 12 TWA Sr.CUM IFVHCSDV3CHB72172 TAMPA TRUCK CENTER ULC 07108111 $ 130,794.23 N1570R 0594 2012 12 FL M2112 TWA Sr.CUM IFVHCSDVSCHB2173 TAMPA TRUCK CENTER U.JC 07108/11 $ 130,794.23 N157IR 0595 2012 12 FL M2112 TWA ST.CUM IFVHCSDV704BI2174 TAMPA TRUCK CENTER LLC 07108111 $ 130,794.23 N1572R 0596 2012 12 FL M2112 TR/A ST.CUM IFVHCSDV90IB3217S TAMPA TRUCK CENTER LLC 07/08t11 $ 130,794.23 N15M OHL ja Community Asphalt "Equipment List" Eq F. MRCE 0597 2012 12FI-M2112TR/A ST.DUM IFVHCSDVOCHB32176 TAMPA TRUCK CENTER U.JC 07/08/11 $ 130,794.23 N1574R 0598 2012 12 FL M2112 TR/A ST.DUM IFVHCSDV2CHB]2177 TAMPATRUCK CENTER LLC 07108/11 $ 130,794.23 N1575R 0599 2012 12 FL 142112 TR/A ST.DUM 1FVHCSDV401a72178 TAMPA TRUCK CENTER LLC 07/08/11 $ 130,794.23 N1576R 0630 2005 CIS PBILT 357 TR/A ST INPALTOXISN844013 PALM PETERBILT TRUCK CENT OS/17/01 $ 98,696.10 N8607T 0631 2005 OS PBILT 357 TR/A ST INPALTO)O(SN844012 PALM PETERBILT TRUCK CENT 05/17I04 $ 98,696.10 N7926L 0632 2005 05 PBILT 357 TR/A ST INPALTO)(35NB44014 PALM PETERBILT TRUCK CENT 05/17/04 $ 98,696.10 N7607S 0633 2005 OS PBILT 357 TR/A ST INPALTOX05NB44018 PALM PETERBILT TRUCK CENT 05fI7/04 $ 98,696.10 N7608S 0634 2005 05 PBILT TR/A AL 1NPAL70)0(SN844009 PALM PETERBILT TRUCK CENT 05/17/04 $ 106,699.60 N7929L 0635 2005 05 PBILT 357 TR/A AL INPALTO)(85N944011 PALM PETERBILT TRUCK CENT 05/17/04 $ 106,699.60 N6564U D636 2005 05 PBILT 357 TR/A AL 114PALTOX65N844010 PALM PETERBILT TRUCK CENT 05/17/04 $ 108,100.77 N8612T 0637 2005 05 PBILT 357 TR/A ST 1NPALTO)(5SN84401S PALM PETERBILT TRUCK CENT 05/17/04 $ 80,739.60 N8601T 0538 2005 05 PBILT 357 TWA ST INPALTO)(25N844019 PALM PETERBILT TRUCK CENT 05/17/04 $ 98,696.10 N8611T 0639 2005 05 PBILT 357 TR/A ST 1NPALTOX95NO44020 PALM PETERBILT TRUCK CENT 05/17/04 $ 80,739.60 N8779T 0640 2005 05 PBILT 357 TR/A ST INPALTCXOSN844021 PALM PETERBILTTRUCK CENT DS/17/D4 $ 80,739.60 N2204R 0641 2005 05 PBILT 357 TR/A ST INPALTOX45N844023 PALM PETERBILT TRUCK CENT 05/17/04 $ 80,739.60 N2203R 0542 2005 OS PSILT 357 TIVA AL INPALTOX95N844DI7 PALM PETERBILT TRUCK CENT 05/17104 $ 80,739.60 N6SSIU 0643 2005 05 PBILT 357 TR/A AL INPALTO)(25NB44022 PALM PETERBILT TRUCK CENT 05/17/04 $ 80,739.60 N6364V ow 2005 05 PBILT 357 TR/A AL INPALTOX75N8440I6 PALM PETERBILT TRUCK CENT 05/17/04 $ 98,696.10 N7595S 0645 2005 05 STERLING LT9500 TR/A S 2FZHAZCVXSAN65205 PALMETTO FORD TRUCK SALES 05/28/04 $ 93,398.19 N7601S 0646 2005 05 STERLING LT9500 TR/A S 2FZHAZCVISAN652D6 PALMETTO FORD TRUCK SALES OS/28/04 $ 93,398.19 N180SU 0647 2005 CS PALM PBILT 357 TR/A AL INPALTO)(35NB44028 PALM PETERBILT TRUCK CENT 07/06/04 $ 91,121.42 N6363V 0648 2005 05 PBILT 357 TR/A ST INPAL7CXISN844027 PALM PETERBILT TRUCK CENT 07/06/04 $ 98,696.10 N4523U 0649 2005 05 PBILT 357 TR/A ST INPALTMSN844026 PALM PETERBILT TRUCK CENT 07106/04 $ 98,696.10 N4522U 0650 2005 05 PBILT 357 TR/A AL DUMP INPALTOX&SN844025 PALM PETERBILT TRUCK CENT 07/06/04 $ 106,699.60 N5466V 0652 20DS 05 STERLING LT95DO ST 2FZHAZCV65AU85982 PALMETTO FORD TRUCK SALES 11/24104 $ 94,748.83 N6935Q 0653 2005 OS STERLING LT9500 ST 2FZHAZCV45AUSS981 PALMETTO FORD TRUCK SALES 11/24/04 $ 94,748.83 N955ST 0654 2005 05 STERLING L79500 ST 2FZHAZCV8SAU85983 PALMETTO FORD TRUCK SALES 11/24/04 $ 94,748.83 N7376S 0557 2006 06 PBILT 357 TR/A AL DUMP INPALTOX86N645798 PALM PETERBILT TRUCK CENT 02/08/06 $ 99,790.60 N5467V 0658 2007 07 F042-112 TR/A ALDUM IFVHCSDLX7HY20114 FREIGHTLINER TRUCKS OF 04/17/06 $ 113,320.85 N84285 0659 2007 07 FL-M2-1 12 TR/A AL CUM IFVHC5DLI7HY20115 FREIGHTLINER TRUCKS OF 04/17/06 $ 113,320.85 N4427Q 0660 2007 07 FT-M2-112 TR/A AL CUM 1FVHCSDL37HY20116 FREIGHTLINER TRUCKS OF 04/17/06 $ 113,320.85 N5467S 0661 2007 07 FT-M2-112*A AL DUM IFVHCSDL57HY20117 FREIGHTLINER TRUCKS OF D4/17/06 $ 113,320.85 N7061R 0662 2007 07 FT-142-112 TR/A SL DUM IF\ffiCSDL77HY20118 FREIGHTLINER TRUCKS OF 04117106 $ 113,320.85 N7059R 0663 2007 07 STERXT9500 TR/A ST BO 2FZRAZCV47AY14455 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,269.31 N7616S 0665 2007 07 STER IT 9500 TR/A ST 5 2FZHAZCV07AY14453 PALMETTO FORD TRUCK SALES 08/16106 $ 102,269.31 N9929R 0666 2007 07 STER LT9500 TR/A ST 80 2FZHAZCV67AY14456 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,26931 N9568L 0667 2007 07 STER 1.79500 TR/A ST BO 2FZHAZCV87AY14457 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,26931 N374OW 0668 2007 07 STER L79500 TR/A ST/00 2FZHAZCVX7AY14458 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,26931 N986OR 0669 2007 07 STMLT9500 TR/A WOO 2FZHAZCV17AY14459 PALMETTO FORD TRUCK SALES 08/16/06 $ 122,87743 N3767U 0670 2007 07 STER/LT9500 TR/A ST/BO 2FZHAZCV87AY14460 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,269,31 N9570L 0671 2007 07 STER/1-7900 TR/A ST/BO 2FZHAZCVX7AY14461 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,26931 N6639V 0672 2007 07 STER/LT9500 TR/A ST/BC) 2FZHAZCV17AY14462 PALMETTO FORD TRUCK SALES 08/16106 $ 102,269.31 N8296R 0673 2007 07 STER/LT9500 TR/A ST/B0 2FLHAZCV17AV66374 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,269.31 N5468S 0674 2007 07 STER/LT9500 INA ST/BO 2FZHAZCV37AV66375 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,269.31 N131OW 0575 2007 07 STER/LT9500 TR/A ST/BO ZFZ[iAZCV57AV65376 PALMETTO FORD TRUCK SALES 08/16/06 $ 107,26931 N76035 0676 2007 07 STER/LT9S00 TR/A ST/BO 2FZHAZCV77AV66377 PALMETTO FORD TRUCK SALES 08116/06 $ 102,269.31 N8464L 0677 2007 07 STER/LT9500 TR/A ST/50 2FZHAZCV97AV66378 PALMETTO FORD TRUCK SALES 08/16/06 $ 102,269.31 N54355 0678 2007 07 PTRB 357 TR/A ALL BED 1NPALTO)C37N692934 PALM TRUCK CENTERS,INC 01/17107 $ 100,499.47 N7143P 0679 20D7 07 PRTBT TR/A ALUM.BED INPALTOXS7N692935 PALM TRUCK CENTERS,INC $ 100,499.47 N4519U 0690 2006 06 FORD F750 S/A DUMP TRU 3FRXF75F36V347666 PALMETTO FORD TRUCK SALES 03/22/07 $ 57,261.48 N6000M 0681 2007 07 STERLING L79500 Orr TRI 2FZHAZCV07AV66379 PALMETTO FORD TRUCK SALES 04/23/08 $ 102,344.18 N2554U 0682 2007 07 STERLING L79500 DT TRI 2FZHAZCV77AV66380 PALMETTO FORD TRUCK SALES 04/23/08 $ 102,344.18 M7610S 0683 2007 07 STERLING 1.19500Orr TRI 2FZHAZCV07AV66382 PALMETTO FORD TRUCK SALES 04/23/08 $ 102,22132 N7604S 0684 2007 07 STERLING L79500 OT TRI 2FZHAZCV27AV66383 PALMETTO FORD TRUCK SALES 04/23108 $ 102,221.32 1475965 0685 2007 07 STERLING L79SOD DT TRI 2FZHAZCV87AX66412 PALMETTO FORD TRUCK SALES 04/23/08 $ 102,344.18 N3712W 0686 2007 07 STERLING LT9SOO DT TRI 2FZHAZCVX7AX66413 PALMETTO FORD TRUCK SALES 04/23107 $ 102,344.18 N860ST 0687 2007 07 STERLING L79500 DT TRI 2FZiAZCV17AX66414 PALMETTO FORD TRUCK SALES 04/23108 $ 102,344.18 N9200T 0588 2007 07 STERLING LT9500 D`rTRI 2FZKAZCV47AYS2142 PALMETTO FORD TRUCK SALES 04/23/06 $ 102,221.32 N45SOU 0689 2007 07 STERLING LT9500 DT TRI 2FZKAZCV87AY82144 PALMETTO FORD TRUCK SALES 04123/08 $ 102,221.32 N9861R 0690 2007 07 STERLING LT9500 OT TRI 2FZHAZCVX7AY82145 PALMETTO FORD TRUCK SALES 04/23/08 $ 1422132 N737S5 0691 2007 07 PETERBILT 357 DT TRI.A INPALTEX17N666776 PALM PETERBILT TRUCK CENT 04/28/08 $ 103,260A7 N7817R 0692 2007 07 PETERBILT 357 DT TRLA 1NPALTW7N666777 PALM PETERBILT TRUCK CENT 04/28/08 $ 103,260.47 N8609T 0693 2007 07 PETERBILT 357 CIT TRLA INPALTEX57N666778 PALM PETERBILT TRUCK CENT 04/28/08 $ 103,260A7 N4432Q 0694 2007 07 PETERBILT 3S7 DT TRIA 1NPALTEX77N666779 PALM PETERBILT TRUCK CENT 04/28/08 $ 1(13,260.47 N8610T 0695 2007 07 PETERBILT 357 DT TRIA 1NPALTEX37N666780 PALM PETERBILT TRUCK CENT 04/28/08 $ 103,260.47 N9927R 0696 2007 07 STERLING LT9S00 TRI.A 2FZHAZCV07AX57879 PALMETTO FORD TRUCK SALES 07/13/09 $ 79,273.05 N7367S 0697 2007 07 STERLING L19500 ALUM. 2FZHAZCV77AXS7877 PALMETTO FORD TRUCK SALES 07/20/09 $ 79,273.05 N9862R 0698 2007 07 STERLING LT9500 TRIAX 2FZHAZCV77AX57880 PALMETTO FORD TRUCK SALES 08/03/09 $ 79,273.05 N1817U OHL cif Community fs Asphalt "Equipment List" 1 NOW RP 111,10 1 06" 2007 07 STERLING LT95DD TRI.AX 2FZWCV37AX66415 PALMETTO FORD TRUCK SALES 08/14109 $ 79,273.05 N1831U 0700 2012 FORD FISO XL SC IFTEXICMOCFAS9298 PALMETTO FORD TRUCK SALES 02/16/12 $ 27,613.65 BDXE66 0701 2004 FORD F350 XL SC MECH 1FD5X34S24EC69333 PALMETTO FORD TRUCK SALES 02/13/04 $ 35,800.53 644UZ 0702 2006 FORD F350 XL RC MECH 1FDWF36POSEC81593 PALMETTO FORD TRUCK SALES 04103/06 $ 38,124.98 UOIOVF 0703 2012 INFINITE QX56 JN8AZ2NF8C9518185 INFINITI OF THE PALM 09114/12 $ 61,933.87 BNH391 0704 2013 FORD F150 XLT CC IFTFWICFXDF835052 PALMETTO FORD TRUCK SALES 03/16/14 $ 41,898.63 CUVT43 0707 2014 FORD F450 XL RC MECH IFDUF4GT6EEB53978 PALMETTO FORD TRUCK SALES 06112/14 $ 66,422.63 DCMW63 0708 2013 FORD EXPLORER XLT 1FM5K7D84DG062864 PALMETTO FORD TRUCK SALES 04115/13 $ 32,670.55 580MR 0710 2014 FORD FISO XL RC 1FMFICM2EKF39686 PALMETTO FORD TRUCK SALES 09/04/14 $ 22,073.29 DE7Z63 0711 2013 FORD FISO XLT CC 1FTFWIOFIDFA20078 PALMETTO FORD TRUCK SALES 10/09/12 $ 34,878.79 669WBB 0712 2014 FORD F150 XL RC IFTMFlavlOEKF39685 PALMETTO FORD TRUCK SALES 09/22/14 $ 22,073.29 DFBH61 0714 2010 FORD FISO XLT CC IFTEV11CBSAFA56607 PALMETTO FORD TRUCK SALES 01107/10 $ 32,162.74 037XZN 0715 2010 FORD FIS0XLSC4X4 iFTExIt86AFA66914 PALMETTO FORD TRUCK SALES 01/14110 $ 29,750.43 017XZM 0716 2015 FORD FISO XL RC IFTMFICBOFFAS0393 ENTERPRISE FLEET MANAGEME OS/20/15 $ 21,533.06 X06SEM 0717 2014 FORE)F150 XL RC 1FTMFICMXBM43186 PALMETTO FORD TRUCK SALES 08105/14 $ 24,675.59 DFBH60 0718 2012 FORD FISO XLT CC 1FTEWICMSCFO8I7S5 PALMETTO FORD TRUCK SALES 9/512012 $ 32,61039 913KMT 0719 2016 FORD EXPLORER XLT IFMSK7DBIGGBI2781 ENTERPRISE FLEET MANAGEME 08/27/15 $ 30,913.00 AQGDB9 0720 2016 FORD EXPLORER XLT IFMSK7t)86GGB35523 ENTERPRISE FLEET MANAGEME 08/27/15 $ 30,913.00 AWLF88 0721 2006 FORD F150 XL RC 1FMF12286NB52601 PALMETTO FORD TRUCK SALES 05/16/06 $ 18,539.51 U105VH 0723 2010 FORD P150 XL RC 1FrMFICW6AKA89634 PALMETTO FORD TRUCK SALES 01/14/10 $ 21,188.05 010am 0724 2010 FORD FISO XL RC IFTMF1CWIAKA48506 PALMETTO FORD TRUCK SALES 02/10/10 $ 21,18033 DGFF94 0725 2011 FORD F250 XL RC IFTBF2A61BEB05142 PALMETTO FORD TRUCK SALES 09/17/10 $ 27,85939 960TPP 0729 2014 FORD FISO XLT CC IFTEWICM7EKF32950 PALMETTO FORD TRUCK SALES 09/23/14 $ 31,170.21 DFBKOS 0730 2000 FORD F350 XL RC MECH 1FTSF30FBYEA42668 SAWGRASS FORD 09/13/99 $ 30,761.18 64SLIZ 0731 2015 FORD F150 XL RC IFrMFICBSFKES2191 ENTERPRISE FLEET MANAGEME 12102/15 $ 22,821,50 EVPG86 0733 2000 FORD F350 XL RC MECH 1FDWF36FXYEC20701 PALMETTO FORE)TRUCK SALES 03/16/00 $ 8529.40 5593MU 0734 2014 FORD F150 XL RC 1FTMFICMSEKF62962 ENTERPRISE FLEET MANAGEME 05128/15 $ 21,411.28 859KMV 0735 2015 FORD FISO XL RC 1FTMF1C82FKD83976 ENTERPRISE FLEET MANAGEME 12/02/15 $ 22,548.00 0736 2010 FORDFISDXLTCC 1FTEW1G87AFB71063 PALMETTO FORD TRUCK SALES 03/10/10 $ 31,091.33 210YQU 0737 2014 FORD FISO XLT RC 1FTMFICM7EFA46692 PALMETTO FORD TRUCK SALES 10109/14 $ 27,192.23 DFAN2S 0738 2010 FORD EXPLORER XLT 1FMEU6DE3AUA92200 PALMETTO FORD TRUCK SALES I1/01/10 $ 28,971.33 828TPU 0740 2011 FORD FISO XL RC 1FTMPICM48KD01656 PALMETTO FORD TRUCK SALES 11/29/10 $ 23,423.29 479TFW 0742 2014 FORD FLSO XLT SC 4X4 IFTFXIEF6EKF62165 PALMETTO FORD TRUCK SALES D9/25/14 $ 33,415.29 DFBK59 0743 2011 FORD FISO XL RC 1FTMF1CM6BKD0I6S7 PALMETTO FORD TRUCK SALES 11/29110 $ 23,423.29 480TPW 0744 2011 FORD F150 XL RC IFTMF1CM[&BKD0I658 PALMETTO FORD TRUCK SALES 11/29110 $ 23,423.29 482TPW 0745 2011 FORD F250 XL RC IFTBF2ASXBEB05141 PALMETTO FORD TRUCK SALES 09/17/11 $ 27,859.39 959TPP 0746 2011 FORD EXPLORER XLT IFMHK7DB5BGA35774 PALMETTO FORD TRUCK SALES 04/01/11 $ 33,80829 AQFH59 0748 2011 FORD EXPLORER BASE IFMHK788XBW5773 PALMETTO FORD TRUCK SALES 512/2011 $ 29,072.03 AQGD89 0749 2011 FORD FISO XL RC IFTMFlCM38KD35393 PALMETTO FORD TRUCK SALES 05117/11 $ 25,138.19 ATLY17 0752 2015 CHEVROLET 2500 GARGO IGCWGFCFXF1143582 ED MORSE SAVYGRASS OiEVROL I2/16/14 $ 26,600.82 DQQZ40 0753 20I5 FORD F150 XL SC 1FTE)(IC86FKE77876 ENTERPRISE FLEET MANAGEME 08/27/15 $ 27,113.00 DZFD86 0754 2015 FORD F150 XLT SC IFTEXIC80FFA5D038 ENTERPRISE FLEET MANAGEME 05/19/15 $ 30,466.06 EBFA65 0755 2013 FORD FISO XLT CC IFTEW1a4BDKD10464 PALMETTO FORD TRUCK SALES 11101/12 $ 32,284.97 686KCX 0756 2014 FORDF150XLTCC 1FrFW1CF3EFD05II0 PALMETTO FORD TRUCK SALES 11/13/14 $ 34,324.77 0I5736 0761 2013 FORD ESCAPE SEL 1FMCU0HXXDUB90726 OHL USA INC. 02/09/15 $ 13,000.00 DKNU69 0763 2015 FORD ESCAPE SE IFMCUG70FUC10713 ENTERPRISE FLEET MANAGEME 05/01/15 $ 23,110.02 OISJUA 0769 2011 FORD F15D XLT SC IFTEX1014)(SMS9162 PALMETTO FORD TRUCK SALES 05/02/11 $ 30,325,83 AQGD91 0772 2012 FORD F150 XLT CC 1F'rFWICF7CF811046 PALMETTO FORD TRUCK SALES 03/20/12 $ 34,277.77 ATIZ89 0778 2011 FORD FISO XL RC IFTMFICM3BXD79832 PALMETTO FORD TRUCK SALES 06128/11 $ 23,953.29 AWKY95 0779 2011 FORD FISO XL RC IFTMFICMSBKC179833 PALMETTO FORD TRUCK SALES 06/28/11 $ 23,953.29 AWKY97 0780 2011 FORD FISO XL RC IFTMFICM78KD79834 PALMETTO FORD TRUCK SALES 06/28111 $ 23,953.29 AWKY96 0781 2011 FORD FISO XLT RC IFTMF1CMS8FC21212 PALMETTO FORD TRUCK SALES 07/18/11 $ 26,358.43 AWLY24 0782 2015 FORD ESCAPE SE IFMCLIG70FUC10714 ENTERPRISE FLEET MANAGEME OS/01/15 $ 23,150.02 353XKF 0783 2015 FORD F250 XL RC 04 IFTBF2862FEC60920 ENTERPRISE FLEET MANAGEME 05/12/15 $ 29,072.95 BDXA88 0794 2011 FORD E250 SURVEY VAN IFTNSZEW68DB25492 PALMETTO FORD TRUCK SALES 07118111 $ 29,674.11 AWLY23 0785 2011 FORD E250 SURVEY VAN IFrNS2EWBBDB25493 PALMETTO FORD TRUCK SALES 07/18/11 $ 29,674.11 AWLY2S 0786 2015 FORD F150 XL SC IFTEX1C82FK091383 ENTERPRISE FLEET MANAGEME OWD4115 $ 27,112.50 D7JB95 0787 2011 FORD FISO XLT SC IFTEXIOMSBFC21213 PALMETTO FORD TRUCK SALES 08/03/11 $ 29,077.33 AV&MBO 0788 2015 FORD F150 XLT 9C IFrE)(ICBIFKE77879 ENTERPRISE FLEET MANAGEME 08/27/15 $ 29,549.00 DZFD92 0789 2011 FORD E2SO VAN LFrNS2EWXBDR25494 PALMETTO FORD TRUCK SALES 08/03/11 $ 29,674.11 AWLM79 0790 2015 FORD FISO XLT SC IFTEXICM9EKG42623 ENTERPRISE FLEET MANAGEME 05/14115 $ 28,714.82 584TPS 0791 2015 FORD F1SD XLT SC IFTEXIC80FFAS0119 ENTERPRISE FLEET MANAGEME 06/19/15 $ 30,550.42 EAZP60 0792 2013 FORD FISO XL RC IFTMFICM9DKE77329 PALMETTO FORD TRUCK SALES 04/15/13 $ 24,184.80 354WRR 0793 2015 FORD FISO XL SC 1FTEXICBOFKD91382 ENTERPRISE FLEET MANAGEME 05/04/15 $ 27,112.50 DZJB96 0794 2013 FORD FISO XL RC IFTFIFICMSOKE77330 PALMETTO FORD TRUCK SALES 04/15/13 $ 24,184.80 SBIWRR 0795 2015 FORD FISO XLT SC IFrEX1C84FKD91384 ENTERPRISE FLEET MANAGEME 05/04/15 $ 29,682.00 DZXW63 0796 2013 FORD FISO XL RC 1FTMFICM2DFCS8737 PALMETTO FORD TRUCK SALES 05123V13 $ 23,706.16 230KKV 0797 2015 CHEVROLET SILVER ADO 1500 IGCNKPECBFZ352579 ENTERPRISE FLEET MANAGEME 09/04/15 $ 30,548.25 DZKD27 OHL Community Asphalt "Equipment List" NEW- g ig g 4 -1, 1 IMMU-15 I MOV-11,I rfio ON R 7 00 0798 2015 FORD F250 XL CC 04 1FT7W2BT1FEC41447 ENTERPRISE FLEET MANAGEME 04110/15 $ 40,994.64 647LJZ 0799 2015 GMC YUKON SLT 04 IGKS2BKC2FR526130 ED MORSE SAWGRASS CHEVROL 11/25/14 t 60,585.59 DQw51 0800 2013 FORD ESCAPE SE IFMCUOHX5DLfl)32786 05/09/13 $ 29,650.05 228KMV 0802 2015 CHEVROLET SILVERADO 1500 IGCNCPEHBFZ39059S ENTERPRISE FLEET MANAGEME 09/29/15 $ 24,383.90 DZRL72 0803 2016 FORD EXPLORER XLT IFMSK7D87GGA88633 ENTERPRISE FLEET MANAGEME 09/24/15 $ 31,58237 EIRL30 0804 2015 FORD F150 XLTCC IFFEWICBSFFC95548 ENTERPRISE FLEET MANAGEME 08/27/15 $ 31,290.00 DZFD87 0807 2011 FORD F150 XL RC 1FTMF1C1vDffiKD0I659 PALMETTO FORD TRUCK SALES 11129/10 $ 23,423.29 477FPW 0808 2005 FORD F350 XL RC MECH IFDWF35P95ED02990 PALMETTO FORD TRUCK SALES 12(05/05 $ 36,649.75 700231 0809 2005 FORD F35D XL RC MECH IFDWF36POSED02991 ROWLAND EQUIPMENT INC 12/05/05 $ 44,644.76 EIRF36 0810 2015 FORD FISO XLT SC IFrE)(IC86FKD98630 ENTERPRISE FLEET MANAGEME 05/19/15 $ 29,102.00 911KMT 0814 2016 FORD F350 A.MECHANIC 1FDRF3GT9GEA60939 ENTERPRISE FLEET MANAGEME 08/27/15 $ 44,944.00 DZFD24 0815 2006 FORD F350 XL RC MECH IFOWF36P16EC45640 PALMETTO FORD TRUCK SALES 03/07/06 $ 27,740.60 EFHEOS 0816 2013 FORD EXPEDITION XLT IFMIKIH52DEF27613 PALMETTO FORD TRUCK SALES 01/23/13 $ 45,335.57 575XW13 0817 20D6 FORD F3SO XL RC MECH 1FDWF36P56EC45639 PALMETTO FORD TRUCK SALES 03/26106 $ 37,402.48 U966KK 0818 2013 FORD FISO XL SC IFTEX1CM6DKFIII46 PALMETTO FORD TRUCK SALES 06/19/13 $ 28".91 47OW88 0319 2013 FORD EXPEDITION XLT IFMIIJIH55DEFS7439 PALMETTO FORD TRUCK SALES 07119/13 $ 42,503.38 CDCR56 0820 2015 FORD F350 XL RC MECH IFDRF3GT7FEB95643 PALMETTO FORD TRUCK SALES 01/19/15 t 46,265.19 DQR104 0822 2015 CHEVROLET SILVERADO ISDO IGCNKPECIFZ395970 ENTERPRISE FLEET MANAGEME 09/04/I5 $ 30,548.25 DZKD26 D824 2011 FORD F350 XL RC IFTMFlCMBBFA08027 PALMETTO FORD TRUCK SALES 11/29/10 $ 23,134.97 48ITPW 0825 2000 FORD F350 XL RC MECH IFDWF36FZYED96867 SAWGNASS FORD 07/12/00 $ 33,539.93 EIRF35 0826 2011 FORD F150 XL RC IFrMFlCMIBKD79831 PALMETTO FORD TRUCK SALES 08/23/11 $ 23,984.08 AWL163 0827 2011 FORD FISO XL RC IFTMF1CM08KD83966 PALMETTO FORD TRUCK SALES 09/12/11 $ 24,012.83 AWMR13 0829 2000 CIIEVY 2500 MECH IGCGC24R7YR192261 PHIL SMITH CHEVROLET& 12/12/00 $ 22,912.91 564KRS 0830 2011 FORD F1S0XL RC 1FTMFICM25KD83967 PALMETTO FORD TRUCK SALES 09/12/I1 $ 24,012.83 CTXH99 0831 2001 FORD F350 XL RC MECH IFDWF36F81EC0I215 PALMETTO FORD TRUCK SALES 01/12/01 $ 31,560.48 CHAS29 01132 2011 FORD F150 XLT RC IFTMFICM6BFA08026 PALMETTO FORD TRUCK SALES 11/29/11 $ 25,338.71 CRS S5 0833 2011 FORD FISO XL RC IFTMFICM4BKD83968 PALMETTO FORD TRUCK SALES 09/21/11 $ 24,012.83 AWMV09 0934 2011 FORD F150XL RC IFTMFICM6BKD83969 PALMETTO FORD TRUCK SALES 09/21111 $ 24,012.83 AWMVIO 0837 2011 FORD F250 XL RC IFTBF2A60BEC80160 PALMETTO FORD TRUCK SALES 09/73/11 $ 30,529.71 AWMV11 0838 2011 FORD F250 XL SC 1FT7X2A6XBEC06540 PALMETTO FORD TRUCK SALES 02118/11 $ 30,830.75 BKPED8 0840 2011 FORD F450XLRC MECH IFDUF4G'rIBEIC14410 PALMETTO FORD TRUCK SALES 09/23/11 $ 72,618.12 AWMV13 0841 2012 FORD EDGE SE 2FMDK3GC7CBAS3774 PALMETTO FORD TRUCK SALES 11/22/11 $ 28,742.99 8363TX D842 2012 FORD FISO XLT CC IFTFWICT3CFA61543 PALMETTO FORD TRUCK SALES 01/30/12 $ 35,086.65 BDWA41 0843 2012 FORD F1S0 XL RC IFTMFlMCKD31398 PALMETTO FORD TRUCK SALES OW0112 $ 24,329.77 BDWA42 0844 2012 FORD F150 XL RC 1FTMFICM7CKD31400 PALMETTO FORD TRUCK SALES 01/30112 $ 24,329.77 BOWA40 0845 2012 FORD FlSO XL RC IFTMFICM4CK031399 PALMETTO FORD TRUCK SALES 01130/12 $ 24,329.77 BDWA39 0846 2002 FORD F3S0)(L RC MECH IFDWF37F42EB83196 MAROONE CHEVROLET 12103/01 $ 35,635.36 EIRF34 0847 2002 FORD F350 XL RC MECH IFDWF37F62E883197 MAROONE CHEVROLET 12/03/01 $ 35,635-36 CRTP79 0848 2015 FORD ESCAPE SE IFMCUOGX9FUBD9090 PALMETTO FORD TRUCK SALES 01/20/15 $ 27,082.30 DQR103 0849 2013 FORD EXPLORER XLT IFMSK7D80DGAS5372 PALMETTO FORD TRUCK SALES 05/29112 $ 33,668.27 Q869UQ 0850 2013 FORD EXPLORER XLT IFMSK7D84DGAS5374 PALMETTO FORD TRUCK SALES 06/06/12 $ 33,668.27 W249FJ 0851 20112 FORD F350 KL RIC MECH IFOWF36FL2EC27530 MAROONE CHEVROLET 01/09/02 $ 33,209.02 CHAK03 0852 2002 FORD F350 XL RC MECH IFDWF36F32EC27S31 MAROONE CHEVROLET 01/09/02 $ 33,209.02 CZAY17 0853 2013 FORD EXPEDITION XLT 4X4 1FMIUIJSODEF23824 PALMETTO FORD TRUCK SALES 01/23/13 $ 44,298.34 574XWB 0854 2013 FORD EXPEDITION XLT IFM]U1HSIDEF23823 PALMETTO FORD TRUCK SALES 01123/13 $ 43,186.93 570XWB 0855 2013 FORD F150 XL RC 1FTMFICMlDXD10463 PALMETTO FORD TRUCK SALES 10/09/12 $ 24,675.23 857KMV OaS6 2013 FORD F15oXLT sc IFTEWICMIDFC81544 PALMETTO FORD TRUCK SALES 06119/13 $ 33,428.26 415XKI 0857 2012 FORD F150 XL RC 1FTMFICMCKDS0694 PALMETTO FORD TRUCK SALES 03/22112 $ 24,102.83 EPRP33 0858 2012 FORD F150 XL RC IFTMF1CMSCKD58692 PALMETTO FORD TRUCK SALES 04/16/12 $ 24,102.83 DGFF75 0859 2012 FORD FISO XL RC 1FTMFICMDCKDS8695 PALMETTO FORD TRUCK SALES 03/22/12 $ 24,102.93 ATIF61 D860 2013 FORD FISO XL SC 4X4 IFTE)(IEMDFD56834 PALMETTO FORD TRUCK SALES 09/18113 $ 32,306.13 413XKI 0861 2013 FORD P150 XLT SC IFTEX1CM2DFA39441 PALMETTO FORD TRUCK SALES 11/01/12 $ 34,344.55 ATIF60 0862 2014 FORD EXPLORER XLT IFMSK7D81EGA14220 PALMETTO FORD TRUCK SALES 08/02/13 $ 34,305.36 CFLZ85 0863 2012 FORD EXPEDITION XLT 1FMJKIHS3CEF46OSS PALMETTO FORD TRUCK SALES 05101/12 $ 45,980.17 SIBC48 0864 2002 FORD F350 A.RC 4X4 MECH IFOWF37F32EDS3290 PALMETTO FORD TRUCK SALES 07/01/02 $ 36,819.14 SGIIXU 0865 2013 FORD EXPLORER XLT IFMSK7D87DGA5S370 PALMETTO FORD TRUCK SALES 07/05/12 $ 33,668.27 V513W) 0866 2012 FORD F150 XL RC IFTMFICM7CKDS8693 PALMETTO FORD TRUCK SALES 04/16/12 $ 24,102.83 W629NJ 0867 2013 FORD EXPLORER XLT IFMSK7D86DGA5S375 PALMETTO FORD TRUCK SALES 07/05/12 $ 33,668.27 ATIF63 0868 2012 FIORD F190 XLT SC IFTEXICM8CFB86877 PALMETTO FORD TRUCK SALES 5/21/2012 $ 29,657.23 232KMV 0869 2013 FORD FISO XL RC 1FTMFICMODKG12374 PALMETTO FORD TRUCK SALES 10/21J13 $ 23,846.39 980VJDZ 0871 2013 FORD FIS0XL RC 1FTMFICMXD83S42 PALMETTO FORD TRUCK SALES 12113/13 $ 23,975.60 229KMV 0372 2012 FORD F150 XL RC \1FrmFICM2CKDS8696 PALMETTO FORD TRUCK SALES 05/01/12 $ 24,102.83 T376UP D373 2013 FORD EXPLORER XLT 1FMSK7DBSDG320856 PALMETTO FORD TRUCK SALES 10/05/12 $ 34,001.11 176M 0874 2013 FORD EXPLORER XLT 1FM5K7DB9DGA5S371 PALMETTO FORD TRUCK SALES D6/06/13 $ 33,668.27 SII(UR 0375 2013 FORD F150 XL CC IFTEXIOM5DFA68772 PALMETTO FORD TRUCK SALES 12/13/12 $ 27,715.09 T025BA 0878 2012 FORD FISO XL SC IFTF)(ICFSCKD58697 PALMETTO FORD TRUCK SALES 5/1/2012 27,726.97 CZAZ69 0879 2012 FORD FISO XLT SC IFTEX1CM6CFB86876 PALMETTO FORD TRUCK SALES 07(05112 29,231.17 P638N) 0880 2013 FORD F150 XLT CC 1FTEN1CM2DFA54640 PALMETTO FORD TRUCK SALES 12t26/12 $ 32,395.21 65SKMV OHL Community Asphalt "Equipment List" 0881 2013 FORD F150 XLT SC IFTEX1CM7DFC8I545 PALMETTO FORD TRUCK SALES 06119/13 $ 31,084.41 184XZM 0882 2013 FORD FIS0XL RC IF FMFICMBDKE74633 PALME170 FORD TRUCK SALES 11/13/13 $ 23,384.57 5I0XPZ 0885 2012 FORD F150 XLT SC IFTE(ICMXCF686878 PALMETTO FORD TRUCK SALES 08/01/12 $ 29,921.17 837JTX 0986 2012 FORD FISO XLT SC IFTEX4ICM2CFB86874 PALMETTO FORD TRUCK SALES 08/01/12 $ 28,5I7.23 1493LE 0887 2014 FORD FISO XL RC lFTMFICM5DKGI9630 PALMETTO FORD TRUCK SALES 02/04/14 $ 22,158.09 437LXS 0889 2012 FORD F150 XL RC IFTMFICMXCKDB2809 PALMETTO FORD TRUCK SALES 08/20112 $ 23,966.09 2481SP 0890 2012 FORD FIST)XLT SC 1FTEXICM4CFB86675 PALMETTO FORD TRUCK SALES 08/20/12 $ 29,921.17 958TPP 0891 2015 FORD F150 XL SC 1FTEXIC84FKE77875 ENTERPRISE FLEET MANAGEME O8/27115 $ 27,113.00 BMT9179 0892 2015 FORD FISO XLT SC IFTEXIC88FKE77977 ENTERPRISE FLEET MANAGEME 08127/15 $ 29,549.00 DZFD91 0893 2004 FORD F3SO XL RC MECH 1FDWF36PS4EB28785 PALMETTO FORD TRUCK SALES 11/24/03 $ 35,793.04 650UZ 0895 2015 FORD FIS0XLT CC lFTEWIC87FFC9SS49 ENTERPRISE FLEET MANAGEME 08/27/I5 $ 31,290.00 BM7636 0996 2016 FORD EXPLORER XLT 1FMSK7D83GG612782 ENTERPRISE FLEET MANAGEME 08/27/15 $ 30,913.00 BKY4434 0897 2016 FORD EXPEDITION XLT IFM3UIHTOGEF13092 ENTERPRISE FLEET MANAGEME 08/27/15 $ 41,767.00 EVPGSS 0896 2015 CHEVROLET SILVERADO 1500 IGCVKREC2FZ349303 ENTERPRISE FLEET MANAGEME 09/04/15 $ 36,610.60 DZKD28 0899 2015 FORD EDGE SEL 2FMTK3392FBC17963 ENTERPRISE FLEET MANAGEME 11/16/I5 $ 28,897.00 EVYQ86 0901 2015 CHEVROLET SILVERADD 1500 IGCVXRMFZ348939 ENTERPRISE FLEET MANAGEME 10/19/15 $ 36,610.50 DZRL73 0902 2015 FORD FISO XLT SC 1FTEXIC8XFKE77878 ENTERPRISE FLEEr MANAGEME 08/27/15 $ 29,549.00 DZFD88 0904 2016 FORD FISOXLT RC IFTMFIC83GFA31273 ENTERPRISE FLEET MANAGEME 11/23/15 $ 27,056.00 EVYQBS 0906 2015 FORD FISO XL SC 4X4 IFTFWlEF3FFC955S0 ENTERPRISE FLEET MANAGEME 08/27/15 $ 33,803.00 SNA7539 0907 2007 FORD F350 XL RC IFTRF12207081397 PALMETTO FORD TRUCK SALES 1/3/2007 $ 18,501.35 ATEK16 0912 2016 FORD F 250 XL IFD7X2A60GEB25520 ENTERPRISE FLEET MANAGEME D8/27/15 $ 29,892.00 EVYQv 0915 2008 FORD F350)(IT SC MECH lFDWX35S98EA79190 PALMETTO FORD TRUCK SALES 4/9/2007 S 40,669.52 279HDU 0919 2008 FORD F350 XL RC MECH IFDWF36R68EB59034 PALMETTO FORD TRUCK SALES 07112/07 $ 42,200.42 MIU31 0921 2016 FORD F250 XL SC IFT7XZA62GEB16502 ENTERPRISE FLEET MANAGEME 08/27/15 $ 29,474.00 BW459 0929 2008 FORD F250)(LSC IFTSX20588ED12688 PALMETTO FORD TRUCK SALES 01/22/08 $ 26,723.77 8343TX 0931 2008 FORD FtSO XL RC 1FTRF12208KB22058 PALMETTO FORD TRUCK SALES 02/04/08 $ 19,545.45 835JTX 0939 2008 FORD FIS0XL RC 1FTRF12248KD34994 PALMETTO FORD TRUCK SALES 02126/08 $ 19,545.45 394JTX 0942 2008 FORD F250 XL RC IF FNF20598ED56960 PALMETTO FORD TRUCK SALES 03/05/08 $ 24,858.17 912KMT 0947 2008 FORD F250 XL RC lFrNF20518ED69329 PALMETTO FORD TRUCK SALES 04/07/08 $ 24,858.17 227KMV 0960 2008 FORD F250 VAN IFTNS24WS8DB24991 PALMETTO FORD TRUCK SALES 07/21/08 $ 25,611.83 617VCY 0967 2009 FORD F350 XLT SC MEOi IFDSX30509EA17717 PALMETTO FORD TRUCK SALES 01/05/09 $ 38,812.01 S82WRR 0971 2009 FORD FISO XL RC IFMF12W79KA82663 PALMETTO FORD TRUCK SALES 02/02/09 $ 21,000.83 70SWRS 0972 2009 FORD FISO XL RC 1FTRF12W99KA82664 PALMETTO FORD-TRUCK SALES 02/02/09 $ 21,000.83 707WRS 0973 2009 FORD FISO XL RC IFTRF12W29KA82666 PALMETTO FORD TRUCK SALES 02/02109 $ 21,000.63 CADKOB 0974 2009 FORD EXPLORER XLT 1FMEU63E79UAI61I9 PALMETTO FORD TRUCK SALES 02/02f09 $ 27,360.83 981WRS 0975 2009 FORD FISO XL RC IFTRFI2W09KA&2665 PALMETTO FORD TRUCK SALES 02/02/09 $ 21,000.93 706WRS 0976 2009 FORD FISO XL RC IFTRFI2W59KA82662 PALMETTO FORD TRUCK SALES 02/02/09 $ 21,00043 982WPS 0977 2009 FORD FtS0XLT SC 1FTRX12839FA097SI PALMETTO FORD-TRUCK SALES 02/02/09 # 28,242.77 980WRS 0978 2009 FORD riso XL RC IFTRF12W89KB81492 PALMETTO FORD-TRUCK SALES 03/17/09 # 20,847.57 598XKF 0979 2009 FORD F350 XL RC IFrRF12W)(9KB81493 PALMETTO FORD TRUCK SALES 03/17/09 # 20,847.57 599XKF 0984 2009 FORD EDGE 2FMDK36C49BA79775 PALMETTO FORD TRUCK SALES 04102/09 # 28,339.65 355XKF 0986 2009 FORD F1S0XL RC IFTRF12W69KB81491 PALMETTO FORD TRUCK SALES 04/16/09 $ 20,847.57 067XKH 0991 2009 FORD Fl50XLCC IF MWI259FA76300 PALMETTO FORD TRUCK SALES 06/02/09 $ 28,144.61 S78XKI 0992 2009 FORD F250 XL SC IFTSX21539EA97916 PALMETTO FORD TRUCK SALES 06/02/09 $ 32,604.03 S77XKI 0996 2010 FORD F350 XL RC 4X4 MECH IFDWF3HR9AEA44995 PALMETTO FORD TRUCK SALES 10/09/09 $ 43,071.80 439XZI 0997 2010 FORD F250 XL RC IFMF2ASBAEA72319 PALMETTO FORD TRUCK SALES 11/05/09 $ 26,140.81 875)(QA 0998 2010 FORD F150 XL RC IFTMFlCW4AKA65400 PALMETTO FORD TRUCK SALES 11/24/09 $ 20,952.51 832XZL I004 1998 98 VOLVO A25C 04 ART HAU 5350V68140 RITCHIE BROS.AUCTIONEERS 09/29103 $ 44,561.14 1005 2005 05 X>IN DEERE 250D ART TR BE250DT2111114 NORTRAX EQUIPMENT CO. 05/31/05 $ 248,374.08 I006 2005 05 JOHN DEERE 250D ART TR 8E2SOD7201132 NORTRAX EQUIPMENT CO. 05/31/05 $ 248,374.08 1007 2005 05 JOHN DEERE 250D ART TR RE250DT201072 NORTRAX EQUIPMENT CO. 05/31/05 $ 248,374.08 1008 2006 06 ID2500 ARTICULATED DT DW250DT604790 NORTRAX EQUIPMENT CO. 10/23/09 $ 118,770.00 1009 2006 06 30250D ARTICILATFD DT DW250DT604828 NORTRAX EQUIPMENT CO. 10/23/09 $ 118,770.00 1010 2006 06 ID 300D ARTICULATED DT DW300DT602221 NORTRAX EQUIPMENT CO. 10/23/09 $ 133,080.00 1011 2006 06 JD300D ARTICULATED DT DW300DT606096 NORTRAX EQUIPMENT CO. 10/23/09 $ 132,00.00 1031 1989 89 CAT 613C SCRAPER 92X01820 KELLY TRACTOR CC) 04/19/91 $ 127,200.00 X 1106 1989 89/02 MACK DM690 4000 GA IM28I97C6KM0059B1 UNITED TRUCK&EQUIPMENT 1/14/2002 $ 18,729.00 N9556T 1107 1986 B6 CAT 6130 WATER WAGON 92X010148 NORTRAX EQUIPMENT CO. 7/21/2003 $ 65,770.00 1109 1993 93/04 PBILT 357 4000 GA W IXPALAOX6PN332812 UNITED TRUCK&EQUIPMENT 01/12/04 $ 18,928.00 N6727K 1110 1993 93/04 PBILT 3S7 4000 GA W IXPALAC)(SPD326926 05/12/04 $ 40,00020 W1935L 1112 1989 1989/06 VOLVO A25 WATER T 5563 06126/91 $ 142,263.00 1113 2000 00108 MACK DM690S WATER T IM2B209CHYM27396 (13/26100 $ 17,029.19 N4460P 1114 1989 $9108 VOLVO SK GAL.WATE 5357 DOLPHIN TANKER SYSTEMS 07121/08 $ 101,936.67 ills 1999 99109 MAOVMETRO BODY WA lM2B2D9C7XM024231 NEXTRAN TRUCK PARTS 09/23/99 $ 40,161.17 N5460V 1116 1999 99/09 MACK/METRO BODY WAT IM2B209C7XM025671 NEXTRAN TRUCK PARTS 09/01/99 $ 40,161.17 N8614T 1117 1999 99/2009 MAO(/METRO BODY W lM2B209C7XM024777 NEXTRAN TRUCK PARTS 09P3199 $ 56,321.16 N861ST 1152 1995 95/06 PBILT/DOLPHIN WATER lXPALAOX7SN382773 11/09/06 $ 43,920.60 N7924L 1202 2005 05 BOKAG PLATE COMPACTOR 101690361414 05106/05 $ 5,000.00 OHL Community Asphalt "Equipment List" P2 1i I N GO M INUM 1205 1999 WACKER PLATE COMPACTOR 5101745 KELLY TRACTOR CO 09130/99 $ 500.00 1206 1999 WACKER PLATE COMPACTOR 5101746 KELLY TRACTOR CO 9/3011999 $ 500.00 1207 2000 WACKER PLATE COMPACTOR 5141971 KELLY TRACTOR CO 04/12/00 $ 500.00 1209 2000 WACKER PLATE COMPACTOR 5151425 KELLY TRACTOR CO 05/05/00 $ 500.00 12101 88 WACKER PLATE COMPACTOR SM1347632 06106/88 $ S00.00 1211 1:2 1992 WACKER SPU334SA 66780122S $ 500.00 1220 18"WACKER PLATE COMPACTO 757603543 KELLY TRACTOR CO 05/03/01 $ 500.00 1221 WACKER WPISSOAW VIBRATORY 5257825 KELLY TRACTOR CO 07130/01 $ 500.00 1222 2001 WACKER WP1550AW VIBRATORY 5217119 KELLY TRACTOR CO 07/30/01 $ 500.00 1223 2001 WACKER WPI550AW PLATE DOM 5280791 KELLY TRACTOR DO 11/21/01 $ 500.00 1225 2002 02 WACKER WPISSDAW PLATE 5292574 KELLY TRACTOR 00 07/01102 $ SDD.GD 1226 2002 02 WACKER WPISSOAW PLATE 5292575 KELLY TRACTOR 00 7/1/2002 $ SDO.00 1227 1993 WACKER 12"PLATE COMPACTR 651201070 3OBSITE RENTAL CO. 511/1993 $ 500.00 1228 2002 02 WACKER WPISSOAW PLATE 5327646 KELLY TRACTOR DO 7JIA002 $ 500.00 1230 2004 STONE 538A PLATE COMPrR 32.2003241 TRI COUNTY EQUIPMENT 03112/04 $ 1,000.00 1239 2003 WACKER WPISSOAW PLATE TAM 5360263 KELLY TRACTOR 00 02/14/03 $ 500.00 1242 2003 WACKER WPISSOAW PLATE TAM 536755I KELLY TRACTOR 00 02114/03 $ S00,00 1256 1997 WACKER BPU2440A PLATE DOM 715001944 KELLY TRACTOR CO 08/23/01 $ 500.OD 2257 2002 WACKER WPISSGA PLATE COMP 5307304 WEST MIAMI DISCOUNT 10/11/02 1,000.00 1258 2003 WACKER WP15SOAW PLAT CMTR 5400287 KELLY TRACTOR 00 08/14/03 1,000.00 1260 2003 WACKER BPU2440A COMPACTA 1372710 KELLY TRACTOR CO 08/14/03 1,000.00 1261 2003 WACKER VP113SAW PLATE CPT 6520113 KELLY TRACTOR CO 08/14/03 $ 1,000.00 1262 2004 WACKER WP15SOAW PLATE 5454416 KELLY TRACTOR CO 07108/04 $ 1,000,00 1263 2004 WACKER WPISSOAW PLATE CTR 5477766 KELLY TRACTOR CO 08/30/04 $ 1,000.00 1265 2005 WACKER WP1550AW VIS PLATE SS94831 KELLY TRACTOR CO 09/30/05 $ 1,000.00 1266 2006 06 BOMAG BPR 30/38 PLATE 101680361569 NORTRAX EQUIPMENT CO. 02/28/06 $ 3,00020 1267 2006 06 BOMAG BPR 4S/SSD PLATE 1012031016 NORTRAX EQUIPMENT CO. 02/28/06 $ soo&oo 1268 2007 07 WACKER PLATE COMPACTOR 1762681 UNITED RENTALS 05110/07 $ 5,000.00 1269 2007 07 WACKER PLATE TAMPER 6599408 KELLY TRACTOR CO 07/26/07 $ 11000.00 1270 2007 07 STONE FEP4000 24IN,PL 30200709 NATIONAL TOOL SUPPLY,INC 10/19/07 $ 1,000.00 1271 2008 08 WACKER BPU3545A PLATE 1825394 KELLY TRACTOR CO 05/010 $ 5,000.00 1272 2008 08 WACKER BPU30SOA PLATE 1825386 KELLY TRACTOR CO 05/01108 $ 4,000.00 1273 2008 08 WACKER 8PU2S40A PLATE 1880853 KELLY TRACTOR CO 05101/08 $ 3,000.00 1274 2008 08 WACKER WPIS50AW PLATE 6656712 KELLY TRACTOR CO 06113/08 $ 1,810.50 1275 2009 09 WACKER DPUSD45H REV.PL 1932651 KELLY TRACTOR CO 03/11/09 $ 11,371.86 1276 2011 11 BOMAG 12/40 PLATE ODMP 101230011231 MAYA ENTERPRISE 05/04/11 $ 1,876.57 1277 2011 11 BOMAG SVP1945 PLATE CO $61834043421 MAYA ENTERPRISE 05104/11 $ 1,706.65 1278 WACKER WP-1550AW PLATE CO 6664094 $ 1,200.00 1279 2012 2012 WACKER WPISSO AW PLA 30005301 KELLY TRACTOR CO $ 2,021.42 1280 2013 2013 WACKER WP1S50 AW PLA 30052714 KELLY TRACTOR CO 02/03/14 $ 1,981.64 1301 2007 07 BOMAG BW190AD-4 VIB RO ID192OD61023 NORTRAX EQUIPMENT CO. 02/21/07 t 102,867.88 1302 2007 07 BOMAG BW190AD4 VIB R 101920061024 NORTRAX EQUIPMENT CO. $ 102,867.88 1303 2008 08 BOMAG BW151AD-4 ROLLER 101920011205 NORTRAX EQUIPMENT CO. 04/09/08 $ 93,809.13 1304 2008 08 BOMAG BW190AD-4 VIELRO I01920061038 NORTRAX EQUIPMENT CO. 06113/08 $ 110,212.53 1305 2006 06 DOMAG BW21ID-3 SID ROL 901580861569 NORTRAX EQUIPMENT CO. 11/14/07 $ 64,220.65 1306 2011 2011 BOMAG BW161AD-4 ROLL 101920091304 NORTRAX EQUIPMENT CO. 03/05/15 $ 60,216.68 1307 1999 99 BOMAG BW90AD VIS ROLLE 0090521117 NORTRAX EQUIPMENT CO. 07/29/99 $ 25,995.00 1308 2008 08 BOMAG BWISIAD4 VIELRO 101920081018 NORTRAX EQUIPMENT CO. 07/02/08 98,434.35 1309 2006 06 BOMAG ROLLER E1W177D-3 901581531260 NORTRAX EQUIPMENT CO. 10124/06 67,388.43 1310 2006 06 BOMAG BW213D4 VIS ROL 101582501394 NORTRAX EQUIPMENT CO. 10/24/06 93,327.88 1311 2008 08 HYPAC CS30H TRAFIC ROL 91IA22211004 NORTRAX EQUIPMENT M 06/13/08 65,536.78 1312 2007 07 SOMAG 190AD4 VIB ROLL 1011920061026 NORTRAX EQUIPMENT CO, 02/21/07 102,867.88 1313 2009 09 BOMAG BWSAS ROLLER 901815811002 NORTRAX EQUIPMENT CO, 01113/09 $ 53,422.64 1314 2004 D4 BOMAG BW120 ADA VIBA 1011880021092 NORTRAX EQUIPMENT CO. 05/26/08 $ 28,816.56 1315 2007 07 BOMAG BW21ID-3 ROLLER 901583251122 NORTRAX EQUIPMENT CO. 02/22/07 $ 78,89807 1316 2008 DO BOMAG BW161AD4 VIB.R 101920021548 NORTRAX EQUIPMENT 00, 05/21/08 $ 103,198.03 1317 2007 07 BOMAG BW151AD-4 VIB RO 101920011025 NORTRAX EQUIPMENT CO. 02/21/07 85,571.84 1318 2007 07 BOMAG BW161AD-4 VIB RO 101920041005 NORTRAX EQUIPMENT CO. 02/21/07 85,571.84 1319 2009 09 BOMAG BWSAS ROLLER 901815811005 NORTRAX EQUIPMENT CO. OL/13/09 $ 53,422.65 1320 2007 07 BOMAG BW 190AD-4 ROLLE 10192006LO25 NORTRAX EQUIPMENT CO. 01/21/07 $ 102,867.88 1321 2007 07 BOMAG BWISIAD-A VIB RO 101920011112 NORTRAX EQUIPMENT CO. 03/14/07 $ 89,281.06 1322 2007 07 BOMAG OW190AD4 VIS AS 101920061028 NORTRAX EQUIPMENT CO. 03/14107 $ 102,867.86 1323 2009 09 BOMAG BWSAS ROOLER 90I815803919 NORTRAX EQUIPMENT CO. 01113/09 $ 53,422.65 1324 2008 08 BOMAG 13W161AD-4HF ROLL 101920041032 NORTRAX EQUIPMENT CO. 04109/08 $ 102,337.88 1325 2008 D8 BOMAG OW161AD-4 ROLLER 101920041034 NORTRAX EQUIPMENT CO. 04/09/08 $ 102,337.88 1326 2007 07 BOMAG BW11RH TRAFIC RO 901A22202396 NORTRAX EQUIPMENT CO. 08/07/07 $ 63,156.94 1327 2007 07 BOMAG RWI90AD4 ROLLER 10:1920061031 NORTRAX EQUIPMENT 00 02/19/08 $ 103,478.90 1328 1990 90 FERGUSON 1005 RT ROLLE 10436 10/000 $ 6,890.00 OHL 4 Community Asphalt "Equipment UsV" V-14,21 *14" Ow-MRS-0- 1330 2005 OS BOMAG BW21ID3 VIBJZOLL 901580861376 RITCHIE BROS.AUCTIONEERS 02/16199 13 45,058.03 1331 2007 07 BOMAG I5IAD-4 VIB ASPH 101920011144 NORTRAX EQUIPMENT CO. 06/22/07 88,685.98 1332 2007 07 BOWMAG BW190AD4 VIB A 101920061030 NORTRAX EQUIPMENT CO. 03114107 $ 102,867.88 1333 1991 91 HYSTEIR PAD DRUM ROLLER N/A 05/21/91 $ 5,500L00 1334 2015 2015 HAMM HUN ROCK ROLL H2100356 LINDER INDUSTRIAL 10/21/15 $ 105,49128 1335 2003 03 DYNAPAC C5141 STA.ROL 21720306 12/03/09 $ 25,000.00 1337 2007 07 BOMAG BWI5IAD4 VIE RO 101920011115 NORTRAX EQUIPMENT CO. 03/29107 $ 69,281.05 1339 2007 07 BOMAG BW190-4 ROLLER 101920051033 NORTRAX EQUIPMENT CO. 02/19/08 $ 103,478.91 1340 2007 07 BOMAG BW 2120-3 ROLLER 901583251121 NORTRAX EQUIPMENT CO. 02/28108 $ 78,888.07 1341 2008 08 WACKER RD16-90 ROLLER 5771306 KELLY TRACTOR CO 02/26/08 $ 23,900.00 1342 2007 07 BOMAG RW19DAD-4 VIS RO 101920061029 NORTRAX EQUIPMENT 00. 03/28/07 $ 102,867.88 1343 2008 08 SOMAG BW11RH TRAFFIC R 90LA222022400 FRYE'S TOOL RENTAL 08/11/11 $ 50,930.00 1344 2009 09 BOMAG BW90D-2 VIE.ROL 1016405411003 NORTRAX EQUIPMENT CO. 03125/09 $ 25,487.88 1345 2007 07 BOMAG BW190AD-4 VIB RO 101920061032 NORTRAX EQUIPMENT CO. 03/29/07 $ 102,867.88 1346 2006 D6 BOMAG BW211 SNGL.DRUM 9DISS0861574 NORTRAX EQUIPMENT CO. 10/28/09 $ 45,524.00 1347 2009 09 BOMAG BW151AD-4 VIBAO 101920081056 NORTRAX EQUIPMENT CO. 11/13/09 $ 103,294.00 1348 2010 10 BOMAG SWISLAD VIB TAND 101920081069 NORTRAX EQUIPMENT CO. 01/21/10 $ 103,294.00 1349 2007 07 DOMAG BWIIRH TRAFIC RO 901A22202362 NORTRAX EQUIPMENT CO. 02/01108 $ 44,167-23 1350 2007 07 BOMAG BW 211D-3 ROLLER 901580861832 NORTRAX EQUIPMENT 00. 02/28/08 $ 78,888.06 1351 2007 07 BOMAG BW120AD VIB.TAND 101880024969 NORTRAX EQUIPMENT CO. 10/28/09 $ 32,857.00 1352 2007 07 BOMAG BW21ID-3 SDV ROL 901580861768 NORTRAX EQUIPMENT CO. 01/10/08 $ 74,804.08 1355 2015 2015 HAMM HI1b(ROCK ROLL H2100595 UNDER INDUSTRIAL 10/21/15 $ 105,491.38 1356 2007 07 BOMAG BW21ID-3 ROLLER 901580861934 NOK AX EQUIPMENT CO. 02/28/08 $ 78,888.07 1363 2012 12 BOMAG BW11RH TRAFFIC R 9OW2221096 NORTRAX EQUIPMENT CO. 06/01/12 $ 69,689.20 1365 2000 00 DYNAPAC CS141 ROLLER 21720208 BORING AND ASSOCIATES 01117/02 $ 51,680.00 1369 2002 02 HYPAC CS30AH RT ROLLER 9A22201847 FLAGUR CONSTRUCTION 05/03/02 $ 50,987.50 1370 2007 07 BOMAG BW211-3 ROLLER 901580861835 NORTRAX EQUIPMENT CO. 01/10/08 $ 74,804.07 1372 2007 2007 HAMM DHI 10 VIBRATORY H1810402 OBRASOON,HUARTE, $ 40,089.00 1374 2003 M HYPAC C3308 3-5 ROLLER 9815803754 FLAGLER CONSTRUCTION 01/10/03 $ 40,132.30 1375 2003 03 HYPAC CS30AH RT ROLLER 9A22201932 FLACLER CONSTRUCTION 01/10103 $ 48,638.02 1377 2007 2007 HAMM OHI 10 VIBRATORY H1811140 OBRASCON,HUARTE, $ 40,089.00 1378 2002 02 BOMAG BW21ID-3 VIS ROL 101580371815 NORTRAX EQUIPMENT 00. 07/21/03 $ 65,770.00 1379 2000 00 HYPAC C530AH RT ROLLER 109A22201672 RITCHIE BROS.AUCTIONEERS 09/29/03 $ 30,768.40 1380 2002 02 BOMAG BW211D-3 VIE ROL 101580371817 NORTRAX EQUIPMENT CO. 12/11/03 $ 63,195.16 1385 2003 03 CAT CB214D VIS ROLLER ITZ00926 KELLY TRACTOR CO 02/24104 $ 27,525.20 1386 2000 00 BOMAG BW213D-3 VIB ROL 101580291115 NORTRAX EQUIPMENT CO. 03/04/04 $ 49,920.00 1387 2004 04 SOMAG 8WI20AD-3 VIB RO 101170518952 NORTRAX EQUIPMENT CO. 08M/04 $ 33,408.00 1388 2005 05 SOMAG BW21ID-3 ROLLER 201580851577 NORTRAX EQUIPMENT 00. 12/19/05 $ 87,815.88 1389 2015 2015 KAMM HIlix ROCK ROLL H21OD649 UNDER INDUSTRIAL 10/21/15 $ 105,491.38 1390 2000 00 BOMAG 8WI42D VIB ROLL E 136510121081 RITCHIE BROS.AUCTIONEERS 02/21/06 $ 37,896.41 1393 2006 05 BWG BW21ID-3 ROLLER 101580851576 NORTRAX EQUIPMENT CO. 11112/06 $ 42,912.41 1394 2006 06 BOMAG BW190-4 ROLLER 101920061013 NORTRAX EQUIPMENT 00. 02105/07 $ 99,249.62 1395 2006 06 BOMAG 8W190-4 ROLLRE 101920061022 NORTRAX EQUIPMENT CO. 02/OS/07 $ 101,552.70 1396 2007 07 BOMAG BW5AS ROLLER 901515803891 NORTRAX EQUIPMENT CO. 02/21/07 $ 45,461.52 1397 2007 07 BOMAG BWSAS ROLLRE 9013I56803895 NORTRAX EQUIPMENT CO. 02/21/07 $ 45,461.51 1398 2006 06 BOMAG BW11RH TRAVIC RO 9OW2202246 NORTRAX EQUIPMENT 00. 05115/07 $ 55,710.97 1399 2007 07 BMMAG BW11RH TRAFIC R 9OW2202355 NORTRAX EQUIPMENT 00. 07/20/07 $ 63,156.94 1401 1982 82 FORD 2600 BROOM TRACT 0675058/893286 GROWERS EQUIPMENT 00. 01/11/82 $ 20,376.70 1402 1995 9S FORD 3930 BROOM TRACTO BD10886 RITCHIE BROS.AUCTIONEERS 11/04/99 $ 18,683.40 1405 1988 88 FORD 4600 BROOM TRACT CS67377 RITCHIE BROS.AUCTIONEERS 03/13/88 $ 18,554.46 1407 1995 95 FORD 3930 BROOM TRACTO 0057865 SERVICE TRACTOR&EQUIPME 10/27195 $ 22,72&S2 1408 2000 00 J-D 5105 BROOM TRACTOR SMITH EQUIPMENT&SUPPLY 09/20/00 $ 33,410.46 1409 1989 89 FORD 2810 BROOM TRACT 8848768/CH893285 12/01/89 $ 19,076.82 1411 1980 ED 3-0,2150 BROOM TRACTOR L021SOG587801 RIT011E BROS.AUCTIONEERS 12/14/92 $ 12,155.55 1419 1997 97 VACfALL EIDBOT SWEEPER 1GDM7C138V)50891S $ 27,580.03 N4479P 1422 1998 98 FORD 3930 BROOM TRACTO 1095390 $ 13,266.66 1423 1998 98 FORD 3930 BROOM TRACTO 1115778 $ 13,266.67 1424 1998 98 FORD 3930 BROOM TRACTO 1117448 $ 13,266.67 1426 2001 01 J-D 5105 BROOM TRACTOR LV510SC310184 SMITH EQUIPMENT&SUPPLY 12/03/01 $ 26,236.61 1427 2002 02 J-D SIOS BROOM TRACTOR 01-02-413 SMITH EQUIPMENT&SUPPLY 04/25/02 $ 26,694.60 1426 2003 M IDSIOS BROOM TRACTOR 02-03-493 SMITH EQUIPMENT&SUPPLY 11/27/02 $ 26,494.43 1429 2003 .03 BROCE RI350 BROOM TRA 403281 IRON PLANET 10121/04 $ 20,506.79 1430 2002 02 BROCE 87350 BROOM TRAC 402353 IRON PLANET 10121/04 $ 18,844.08 1434 1986 86 FORD BROOM TRACTOR C756S48 IRON PLANET 05103/07 $ 7,912.65 1435 2009 09 CHALLENGER MT2855 SRO IRB43804 KELLY TRACTOR 00 03/12/09 $ 35,984.00 1436 2009 09 CHALLENGER MT2858 BROO IRS44302 KELLY TRACTOR DO 03112/09 $ 35,984.00 1438 2011 11 ELGIN BROOM BEAR SWEEP 1FVAC)(B53BDAY9598 ENVIRONMENTAL PRODUCTS OF 08109/11 $ 229,010.00 N41945- 1439 2011 11 ELGIN BROOM BEAR SWEEP 1'VA08558DAY9599 ENVIRONMENTAL PRODUCTS OF 08/09/11 $ 229,010.00 N4195S OHL community Asphalt "Equipment List" M RIC` 1440 2011 11 MASSEY FER.MF2615 BRO FUS11965 KELLY TRACTOR CO 09/21/I1 $ 4S,100.00 1441 2013 2013 ELGIN BROOM BEAR IFVAOCBSIDHFD2323 ENVIRONMENTAL PRODUCTS OF 05/17/13 $ 230,600.00 N5152T 1442 2013 2013 ELGIN BROOM BEAR IFVACXBSSDHF0232S ENVIRONMENTAL PRODUCTS OF 05/20(13 $ 23D,60D.00 N51M 1443 2014 2014 ELGIN BROOM BEAR SW IFVACXCY6EHFWI339 ENVIRONMENTAL PRODUCTS OF 01/13/14 $ 233,859.50 N5844S 1444 2014 2014 ELGIN BROOM BEAR SW 1FVACXCY2EHFW1340 ENVIRONMENTAL PRODUCTS OF 01/13/14 $ 233,BS9.50 N5845S 1445 2015 2015 KUBOTA MX5200F BROOM 10202 FLORIDA COAST EQUIPMENT 05/11/15 $ 33,115.46 1446 2015 2015 KUBOTA MX5200F BROOM 10206 FLORIDA MAST EQUIPMENT 05/11/15 $ 33,115.46 1447 2015 2015 KUBOTA M520OF BROOM 10427 FLORIDA COAST EQUIPMENT 08/18/15 $ 33,4B136 1448 2015 2015 KUBOTA MX5200F BROOM 10447 FLORIDA COAST EQUIPMENT 08/18/15 $ 33,481.35 1449 2015 2015 KUBOTA MX5200F TRACT 10265 FLORIDA COAST EQUIPMENT 12/133/1S $ 33,115.46 1450 2015 2015 KUBOTA MX52DOF TRACT 10277 FLORIDA COAST EQUIPMENT 12/03/15 $ 33,115.46 1501 1900 KOMATSU PC400 ROCK BUCKET ALEX LYON&SON 02/08/95 $ 1,861.43 1503 2015 2015 JOHN DEERE FORK FOR 526424 NORTRAX EQUIPMENT CO. 02/20/15 $ 11,775.94 1505 1997 97 ROCKRAM HYDRAULIC HAMR YODER&FREY AUCTIONEERS 02/12/97 $ 15,970.35 1506 1992 BIG OXEN GRADING BLADE 2949 $ S00.00 1510 1999 LOADER BUCKET 11-007-84 $ 2,000.00 I512 1998 STANLEY HYDRAULIC HAMMER UNDER INDUSTRIAL 10114/98 $ 500.00 1513 1999 BARRIER LIFTER KENCO CORPORATION 03/04/" $ 500.00 1514 2015 2015 BOMAG ASPHALT CUTTER 101920061613 NORTRAX EQUIPMENT CO. 02/24/15 $ 12,767.98 LSD HENDRIX 8 CY DRAGUNE BUC 46387 RITCHIE OROS.AUCTIONEERS 02/21/01 $ 5,000.00 1528 HENDRIX 8 YARD MODEL"MHS 48482 HAROLD HOWELL CONSTRUCTIO 04/02/01 $ 5,000.00 1529 20D2 TRAMAC 140 HYDRAULIC HAMM 135759 UNDER INDUSTRIAL 12/06/01 $ 19,391.14 1530 2001 GEITH CONCRETE PULVERIZER GS EQUIPMENT,INC. 12/21/01 $ 21,597.50 1532 2002 02 TRAMAC 140 HYDRLC HAMR UNDER INDUSTRIAL I2/17102 $ Sow.00 1533 203 03 SURVEY INSTRUMENT 12/17/02 $ 7,272.67 1534 2003 03 EVANS HYDRAULIC THUMB RITCHIE BROS.AUCTIONEERS 10/09/03 $ 2,104.10 ISIS TIGERTOOTH UNIVSAL THUMB RITCHIE BROS.AUCTIONEERS 10/09/03 $ 636.00 1536 2004 04 PC 400 LONG REACH ATTA 08118/04 $ 38,74040 1538 2004 04 PAVESMART GRADE CONTRO PAVE SMART oz/woS $ 21,5110.00 1539 2004 04 PAVESMART GRADE CONTRO PAVE SMART 02/12/05 $ 21,500.00 1540 2005 05 BUCKET 54 IN FOR CAT 2 02/24105 $ 5,000.00 1541 2004 .04 MPS-350 ATTENUATOR TRINITY INDUSTRIES,INC. 08/23104 $ 5,000.00 1542 2005 12.5 FT CUTTER AND HOUSIN BRIGGS EQUIPMENT 07/28/05 $ 288,814.14 1543 2005 &CUTTER ASSEMBLY EXTENS BRIGGS EQUIPMENT 07/28/05 $ 20,000.00 Iw 1991 SEVERE SER ASPHALT CUTTER 190SM90 02/19/91 $ 1,950o0 1545 2005 1O'CUTTER ASSEMBLY ERTEN BRIGGS EQUIPMENT 07/28/05 $ 20,000.00 1546 2013 2013 JOHN DEERE 24'COLD P 1TUY24CHC0000052 NORTRAX EQUIPMENT CO. 07/18/13 $ 24,427.88 1547 2013 2013 TOPCON P-32 GRADE& KELLY TRACTOR CO 10103/13 $ 15,950.00 1548 1987 ROTO-CUT ASPHALT CUTTER N/A 08/19/87 $ 500.00 1549 2014 2014 ASS KBF70 84IN BOX B 06086 GROWERS FORD TRACTOR CO. 10/16/14 $ 2,251.44 Isso ESOO 60"EXCAVATOR BUCKET H98086 BAYSIDE MACHINERY OO.,INC 06/01/15 $ 6,940.00 1551 2015 2015 MORA SYS.11 GRADE A 4471-055-055/4770-055-055/4 ROACTEC 09/23/15 $ 29,441.45 1552 ESCO,60*PC4D0 BUCKER FRWS TOOL RENTAL 08/10/15 $ 49,998.58 1563 1988 BUCKET MOUNT ASPHT CUTTER IBOBM-29 10114/88 500.00 I564 LOT OF MISC SIDEWALK FORM SMITH&CO.,Lu: 09/23/05 S 4,500.00 1565 TMA MPS-350 ATTENUATOR TRINITY INDUSTRIES,INC. 01/23/06 5,000.00 1566 2005 05 CAT 330CL 6DIN BUCKET RITCHIE BROS.AUCTIONEERS 02/21106 4,500.00 1567 70'BUCKET FRANCISCO CORDERO 03/20/06 SODO.00 1568 2006 HONDA NGK4300H GENSET 4.3 H0018741 DISCOUNT RENTAL 11118/05 $ 500.00 1569 2006 HONDA NGK 43110H GENERATOR H0018743 DISCOUNT RENTAL 11/18/05 $ 500.00 1570 2006 200 41X10 FT STRT FORM 591702030-5 SYMONS 06/28106 $ 5,000.00 1571 2004 CAT ROCK BUCKET N/A KELLY TRACTOR DO 12/07/06 $ 51000.00 1572 2004 CAT G/P BUCKET N/A KELLY TRACTOR DO 12/07/06 $ 5A00.00 1573 GRADALL 35.S INCH GP SUCK 04/18/07 $ 1,2DD.00 1574 2002 02 GRAD ALL GRADING BLADE 04/26/07 $ 1,200.00 1575 2006 07 FORKS 72 INCH 197887 UNDER INDUSTRIAL 04/30/07 $ 5,000.00 I576 2007 07 WIRTGOM 12FT DRUM ASSE BRIGGS EQUIPMENT 09/07/07 $ 150,000.00 1577 2007 07 SGL TRACKER SYSSOR GR LENGEMANN OF FLORIDA 09/27/07 $ 20,028.70 1578 2007 07 TMA ARTINUATOR 8292 N/A GULF INDUSTRIES 06/29/07 $ 10,000.00 1579 2007 07 TMA 8292 ARTINUATOR N/A GULF INDUSTRIES 06/29/07 $ 10,000.00 1580 2008 08 NIVELTRONICS GRAD&SLOP C13716X13717 UNDER INDUSTRIAL 07/31/08 $ 25,000.00 1581 2006 06 JRB LOADER FORKS N/A 09/22/08 $ 4,200.00 1582 2008 07 MCCLOSKEY 80FT.COW. 13192 10/07/08 $ 66,262.50 1583 2008 08 361n LEMAC GP BUCKET FLAGLER CONSTRUCTION 11/04/08 $ 4,24040 1584 2009 09 ARROWHEAD HYD.HAMMER 60060818 NORTRAX EQUIPMENT CO. 02/19/09 $ $1000.00 1 1585 2007 07 PEMPERTON QC LOADER F M04560HO490 02/19/09 $ 4,200.00 I586 2006 06 IRS WHELL LOADER RAKE 0406-187385-1/6 TRON PLANET 02/18/09 $ 51000.00 1587 2006 06 FORKS 7400KGPR6001204 NORTRAX EQUIPMENT CO. 07123/09 $ 2,500.110 OHL A3 Community -N, Asphalt "Equipment List" I P.2men[rM6Ae1�1 1120 "'IPM4 POMPEII= IR 1508 2009 09 SOKKIA TOTAL STATION S 167538 SURVEY SUPPLIES,INC 07130/09 S 7,47930 1589 CARLSON EXPLORER 2 SURVEY HH279311 SURVEY SUPPLIES,INC 07/30/09 $ 1,070.00 1590 2009 09 ARC HYD.HAMMER 540010909 NORTRAX EQUIPMENT M 08/11109 $ 3,000.00 1592 2011 2011 ROADTEC VCS 4,3,2 D CHSOO-VCS-103 ROACTEC 03/21/11 $ 150,104.84 1593 2001 01 ALITEC MC12LFA SKID S1 9KI400155 07120/11 $ 4,000.00 1595 2011 11 114DEM HP1000 BRACKER 26277 NORTRAX EQUIPMENT CO. 07/30/11 $ 10,647.88 1596 2011 11 SWEEPSTER VRS PICK UP NORTRAX EQUIPMENT CO. 09/22111 $ 5'882.86 1597 2011 It BUSH HOG 84-BOX BLAD NIA GROWERS EQUIPMENT CO. 12111/11 j 1,372.70 1598 2012 12 CAT PC206 24"COLD PLA DDG01292 KELLY TRACTOR CO 03/02/12 $ 18,706.00 1599 TAG EXCAVATOR BUCKET JD 3 8316-02 FRYES TOOL RENTAL 07/26/12 $ 6,473.50 1701 2009 09 DIAMON 14"STREET SAW 1305838 NATIONAL TOOL SUPPLY,INC 08124/09 $ 2,134.65 1702 2004 TARGET MC18 CONCRETE SAW 403935 NATIONAL TOOL SUPPLY,INC 06/04/04 $ 500.00 1703 2012 12 MAKRA EK 7301 HAND OU 201112427057 NATIONAL TOOL SUPPLY,INC 02/14/12 $ 941.55 1705 2012 12 MAKITA EK 7301 HAND al 201111427058 NATIONAL TOOL SUPPLY,INC 02/14/12 $ 941.55 1706 1900 EDOO,14"WALK BEHING SAW 07/24/96 $ 500.00 1707 2015 2015 NORTON WALK BEHIND S 15051164 NATIONAL TOOL SUPPLY,INC 08/25/15 $ 2,013.95 1708 12 STIHL HAND SAW 172613222 NATIONAL TOOL SUPPLY,INC 02/14/13 $ 909.45 1709 2008 08 DIAMOND 14 In.STREET 1393398 NATIONAL TOOL SUPPLY,INC 03/17/08 $ 1,000.00 1710 2011 It WORLLAWN WY36 MOWER 201004-POO2092 07122/11 $ 2,348.65 1711 2013 13 5MHL CUTOFF SAW 175272904 NATIONAL TOOL SUPPLY,INC 02/01113 $ 1,266.70 1712 2011 11 SILVER EDGE 72'TOW DE 0128110005 THOMPSON TRACTOR,00. 08/03/11 $ 2,236.50 1713 2013 13 SnHL CUT OFF SAW 175272970 NATIONAL TOOL SUPPLY,INC 02/01/13 $ 1,266.70 1714 2013 13 STIHL CUT SAW 176343793 DISCOUNT RENTAL 02114/13 $ 1,218.99 1715 2012 MAKITA BC/301 HAND CUT SA 201111427044 NATIONAL 70M SUPPLY,INC 03/08/12 $ 941.55 1725 2007 07 TARGET 1813H WALK BEHI 4080395 NATIONAL TOOL SUPPLY,INC 10/19/07 $ 1,000.00 1726 2DOB 08 MIKrTA 141n.HAND SAW 0701148188 NATIONAL TOOL SUPPLY,INC 03/17108 $ 500.00 1728 2008 08 MAKITA 14in.HAND SAW 0701148276 NATIONAL TOOL SUPPLY,INC 03/17/08 $ 500.00 1733 2007 07 ISIN.PRO-CUT,CUTOFF 70184600915 SUNBELT RENTALS INC. 05/17/07 $ 1,00100 1734 2007 07 181N.PRD-CUTCUT OFF 606202013 SUNBELT RENTALS INC. 05/17/07 $ 1,000.00 1735 2008 08 HUSQ.141n FS400 STREET 6071 NATIONAL TOM SUPPLY,INC 08/27/08 $ 1.000.00 1737 2008 08 HUSQ 141n FS400 STREET 6073 NATIONAL TOOL SUPPLY,INC 09/05/08 $ 1,000.00 1745 2002 TARGET MC5111 STREET SAW 358492 WEST MIAMI DISCOUNT 01/16102 $ 500.00 1746 2002 TARGET MMI1 STREET SAW 351728 WEST MIAMI DISCOUNT 01118/02 $ S00.00 1753 2012 12 STIHL 88420 BACKPACK B 363132487 NATIONAL TOOL SUPPLY,INC 07/18/12 $ 427.95 1754 2003 STIHL 14"GAS CUT OFF SAW 45770503 NE FF RENTAL 02/14/03 $ 1,022.90 1761 2012 2012 HUSQVARNA CUT-OFF SA 20120400123 CONSTRUCTION DIAMOND 03/27/12 $ 900.00 1770 2003 HONDA 18"WALK BEHIND SAW 1274471 NATIONAL TOM SUPPLY,INC 06/14/03 $ 500.00 1771 2005 MAKDPC7301 14*CONC SAW 00975570 NATIONAL TOOL SUPPLY,INC 01/31105 $ 500.00 1773 2012 2012 HUSQVARNA CUT-OFF SA 20120400130 CONSTRUCTION DIAMOND 03/19/12 $ 900.00 1774 2012 12 HUSQVARNA 14-HAND SAW 20121800601 CONSTRUCTION DIAMOND 1/8/2013 $ 609.90 1798 STIHL TS760 14'PWR SAW 360086804 CONSTRUCTION DIAMOND 01/15/04 $ 500.00 1799 STIHL 7576014'PWR SAW 345766912 CONSTRUCTION DIAMOND 01/15/04 $ 500.00 1801 3000 PSI PRESSURE WASHER $ 500.00 1804 1999 HONDA WATER PUMP(ON 2014) 06779 WEST MIAMI DISCOUNT 11/22199 $ 500.00 1805 1999 WACKER PT3A 3"TRASH PUMP 5055373 KELLY TRACTOR CO 09/30/99 $ 500.00 1806 1999 CHAMPION GAS RIG(ON 2004) R-15 143216 COMP-AIR SERVICE 00 11/18/99 $ 500.00 1808 2000 WACKER PT3A TRASH PUMP 5099831 KELLY TRACTOR CO 04/20/00 $ 500.00 1810 2000 WACKER 3'TRASH PUMP 5124110 UNITED RENTALS 03/30/00 $ 500.00 1811 2001 SULLArR 18SHDPQ AIR COMPR 137118 KELLY TRACTOR CO 11127/01 $ 3,DOO.OD 1812 2005 DS SULLAIR 195 COMPRESSOR SMITH&CO.,LLC 09123/05 $ 5,000.OD 1813 2004 04 SULLAIR 185HDPQ-CA COM 004142285 KELLY TRACTOR CO 02124104 $ 5,000.00 568WNR 1814 2004 04 SULLAIR 185HDPQ-CA COM 004142284 KELLY TRACTOR CO 02124/04 $ 5,000.00 569WNR 1815 1993 QUINCY 12HP GAS COMP 1046010747 09/17/93 $ S00.00 1819 1994 HOMELITE TRASH PUMP DTP31 YODER&FREY AUCTIONEERS 02/16/94 $ 500.00 1820 1994 THOMPSON 6"TRASH PUMP 6HT396 YODER&FREY AUCTIONEERS 02116194 $ 500.00 SNES47 1835 1990 M&W KTO06 HYDROFLOW PUMP 6610190 10/31/90 $ 500.00 X370QU 1838 1987 SULLAIR PORT.COMPRESSOR 00492549 KELLY TRACTOR CO 02/10/87 $ 500.00 P092HF 1841 1991 ACME WELL POINT PUMP SYS. 02/06191 $ 500.00 1842 2006 TITAN 3"TRASH PUMP 202056 SCOTT J.FRYBARGER 05/30/06 $ 500.00 1846 2009 09 SULLAIR AIR COMP.195 200902100025 UNITED RENTALS 02/13/09 $ 10,000.00 CZAP81 1848 2009 09 TSURUMI 21n.TRASH PUPM 011336 ERICS INDUSTRIAL SUPPLIE 04129/08 $ 995.05 1849 2009 09 HONDA 3"TRASH PUMP WABJ-1131227 NATIONAL T=SUPPLY,INC 06112/09 $ 1,000m 1851 2010 10 SULLAIR 225 AIR COMP 200810200038 KELLY TRACTOR CO 02/25/10 $ 14,466.00 1878 2006 5500 W DIESEL GENERATOR 198925 SCOTTJ.FRYBARGER 05/30106 $ 2,000.OD 1901 20I2 2012 MULTIQUIP 3600 WATT 5531836 SUNBELT RENTALS INC. 02(14/12 $ 639.00 1902 2013 2013 MILLER TRAIL BLAZER MD220371R MATHESON TAI-GAS 06/12/13 $ 10,509.27 1904 1995 95 LINCOLN SAE40WK1278 U195D406199 RITCHIE BROS.AUCTIONEERS 10/17/00 $ 1,000.00 1905 1989 ALLMAND LIGHT PLANT 077823 YODER&FREY AUCTIONEERS 02/01/89 $ 500.00 Ittg! OHL Community Asphalt "EquipmentList" PrZ.11- N�- IMAMMMV 1906 1988 REGENCY ALUMINUM WELDER 33437661 11/16/88 $ 500.00 1907 1994 1994 COLEMAN 15KW GENERAT 890828 KELLY TRACTOR CO 05/27/99 $ 3,000.00 180YPJ 1908 1996 CRAFTSMAN 2500W GENERATOR 1855749 $ 423.99 1911 2015 2015 MILLER BOBCAT WELDER 907500001 MATHESON TRI-GAS 09/11(15 $ 4,173.00 1913 1989 LINCOLN K1313-1 WELDER A1138457 MATHESON TRI-GAS 02128/89 $ 1,000.00 1920 1989 WINCO LS6,MH LIGHT TOWER 35480 KELLY TRACTOR CO 09/12189 $ 3,000.00 1922 1990 LINCOLN SAE400 WELDER A8623SO RITCHIE BROS.AUCTIONEERS 03/16/90 $ 2,000.00 1923 1999 1999 HOMELITE GENERATOR HT3141036 WEST MIAMI DISCOUNT 06/14199 $ 500.00 1924 1994 WANCO 36)(72"ARROW BOARD )0000( WANCO,INC. 02/14/94 $ 1,000.00 1925 1999 1999 LINCOLN 300AMP WELDE U1990319866 AIRGAS 06/29/99 $ 2,000.00 1927 2012 12 MILLER GOLD STAR 302 W MC270046C 10/30/12 $ 3,619.81 1928 2000 COLEMAN 40 KW LIGHT TOWER RD1121 RITCHIE BROS.AUCTIONEERS 02121/01 $ 3,000.00 1929 2000 COLEMAN PORTABLE ARROWBOA 2645838 RITCHIE BROS.AUCTIONEERS 02121/01 $ 1,590.00 1930 2000 LINCOLN COMMANDER 400AMP U1980306580 RITCHIE BROS.AUCTIONEERS 02/21/01 $ 3,000.00 1931 1996 MILLER BIG BLUE 400D WELD KG100527 CONDO ELECTRIC MOTOR 02/12101 $ 3,000.00 1932 2000 GA2SH 2.5 KIN GENERATOR 5341682 UNITED RENTALS 04/I7/01 $ 500.00 1933 2001 WACKER G3.7 PORTABLE GENE 5097307 KELLY TRACTOR CO 08/01101 $ 500.00 1934 M DETROIT DIESEL 20KW POWER 2AB0087 05103/93 $ 3,600.00 1936 2001 COLEMAN LIGHT TOWER MH 40 RL-SW KELLY TRACTOR CO 11127101 $ 3,000.00 1938 2001 COLEMAN LIGHT TOWER MH400 RL-5836 KELLY TRACTOR 00 11127/01 $ 3,000.00 1939 2015 2015 MILLER BOBCAT 250 AM MF430122R MATHESON TRI-GAS 11/17/15 $ 4,170.04 1940 1999 COLEMAN LIGHT TOWER MH400 RL2748 KELLY TRACTOR CO 02/26102 $ 3,000.00 1941 1999 COLEMAN LIGHT TOWER MH400 RL3164 KELLY TRACTOR CO 02/26/02 $ 3,000.00 1942 2015 2015 MILLER BIG BLUE 40DA MFI80041E MATHESON TRI-GAS 09/17/15 $ 13,108.30 1943 2002 WACKER GENERATOR 5269840 BRIGGS EQUIPMENT 04/02/02 $ 500.00 1945 2004 04 MILLER 400 WELDER LE 283669 MATHESON TRI-GAS 11/30/04 $ 3,000.00 1951 1999 99 COLEMAN LIGHT PLANT KELLY TRACTOR CO 12119/02 $ 3,D00.0D 1952 1999 99 COLEMAN LIGHT PLANT RL-3163 KELLY TRACTOR CO 12/19102 $ 3,000.00 510YAI 1954 1999 99 COLEMAN LIGHT PLANT KELLY TRACTOR CO 12/19/02 $ 3,000.00 1955 1999 99 COLEMAN LIGHT PLANT KELLY TRACTOR CO 12119102 $ 3,000.00 1957 1999 99 COLEMAN LIGHT PLANT RL3171 RITCHIE BROS.AUCTIONEERS 05/14/03 $ 3,000.00 915YPD 1959 00 LINCOLN COMMANDER 300 1001004194 ALEX LYON&SON 02/03/04 $ 2,500.00 1960 98 LINCOLN 400 TRIA KID W 414380 ALEX LYON&SON 02103/04 $ 2'500.00 1961 WACKER GSS.S GENERATOR NATIONAL TOOL SUPPLY,INC 03/26/04 $ S00.00 1962 MILLER 250 GAS WELDER $ 1,000.00 1963 MILLER 225 GAS WELDER $ 1,000.00 1964 MILLER 225NT GAS WELDER $ 1,000.00 1965 LINCOLN 2R-8 GAS WELDER $ I'000.00 1966 MILLER 225NT GAS WELDER $ 1,000.00 1967 MILLER 22SNT GAS WELDER $ 1,000.00 1972 2004 04 WACKER LTC4C TIGHT TOW UL1034/S503696 KELLY TRACTOR CO 03113/06 $ 4,500.00 1973 2004 04 WACKER LTC4C LIGHT TOW UL106Zt5521435 KELLY TRACTOR CO 93/13/06 $ 4,500.00 1974 2004 04 WACKER LTC4C LIGHT TOW UL1007/S474378 KELLY TRACTOR CO 03113/06 $ 4,500.00 1975 2004 04 WACKER LTC4C LIGHT TOW ULI005/S474386 KELLY TRACTOR CO 03/13/06 $ 4,500.00 1977 2006 5500 W DIESEL GENERATOR 208041 SCOTT J.FRYBARGER 05/30f06 $ 2,000.00 1978 2006 S500 W DIESEL GENERATOR 196925 SCOTT J.FRYBARGER 05/30/06 $ 2,000.00 1979 2001 01 WACKER GENERATOR I55KW 5266630 KELLY TRACTOR CO 08/31106 $ 20,000.00 1980 2006 06 LINOON WELDER 400 5738570119UW12787 MATHESON TRI-GAS 01/29/06 $ 10,000.00 1981 2004 04 WACKER LIGHT TOWER IT 5503701 KELLY TRACTOR CO 04120/07 $ 4,500.00 1982 2004 04 WACKER LIGHT TOWER LTC 5485418 KELLY TRACTOR CO D4120/07 $ 4,500.00 1983 2006 06 POWER 180K DIE.GENERA 1045 IRON PLANET 0510/07 $ 25,000.00 1984 2004 04 WACKER LIGHT TOWER 5474381 KELLY TRACTOR CO 07131/07 $ 4,500.00 1985 2004 04 WACKER LIGHT TOWER 5474380 KELLY TRACTOR CO 07/31/07 $ 4,500.00 1987 2004 04 WACKER LIGHT TOWER 5441100 KELLY TRACTOR CO 07130107 $ 4,00.00 1988 2007 07 64KW SOUNDPROOF GENARA 0707065 IRON PLANET 08/23/07 $ 10,000.00 1989 2008 08 MILLER BC250 WELDER 13012415H MATHESON TRI-GAS 06/25/08 $ 3,000.00 1991 2008 08 INTELLISSTROBE SIGNAL WIAGRO600036B 01/18/07 $ 10,000.00 K338WK 1992 2006 D6 I/R G80-A GENERATOR 4FVGNBBB96LI372130 07120/11 $ 8,000.00 1993 2011 11 GENERAC 30KW STANDBY 2109635 1994 2008 08 WACKER LTC4C LIGHT TOW SF13DI41981004000 KELLY TRACTOR CO 08116/12 $ 4,500.00 BEU177 1995 2008 08 WACKER LTC4C LIGHT TOW SF13D141881003999 KELLY TRACTOR'00 08116/12 $ 4,500.00 BEU173 1996 2008 08 WACKER LTC4C SF13D141681004004 KELLY TRACTOR CO DS/16/12 $ 4,500.00 BELJ175 1997 2009 08 WACKER LTC4C LIGHT TOW SF13D141181004007 KELLY TRACTOR CO 06116/12 $ 4,500.00 SEU176 1999 2010 08 WACKER LTC4C LIGHT TOW SXFtNOSIXAN000894 KELLY TRACTOR CO 08116/12 $ 4,000.00 BEU178 2000 1995 GENERALINVENTORY 2008 1991 91 ISUZU NRR(2003)WELDIN IALMIU9M3000285 PALMETTO FORD TRUCK SALES 01/28/95 $ 16,988.18 P498VY 2010 1998 98 FL 80 FL1B4WE1E TRUCK IFVX13CB4WH9607S7 FREIGHTLINERTRUCKS OF 12/11/97 $ 25,188.80 N6086L 2011 1995 95 ISUZU NPR WELD TRK JALC4BIK9S7005Z97 NE)(TRAN TRUCK PARTS I1/11/98 $ 5,000.00 DINN95 OHL Community Asphalt "Equipment List" !quIp rof 114 0117 V OW — V N 2012 2003 03 STERLING M2 TIRE TRK 2FZACFCP63AM00177 03/09/04 $ 36,127.64 X048GB 2013 1993 93 FORD F700(PIPE CREW) IFDNK74C3PVA00998 PALMETTO FORD TRUCK SALES 04101/99 $ 16,970.18 N1299W 2014 2000 00 FL80 T/A CREW/DUMP TRK IFVXIXB7YHG70552 FREIGHTLINER TRUCKS OF 08123/99 $ 73,646.16 N130OW 2018 2000 00 FORD F750 CREW/SVCS 3FEXX7SH4YMA00438 PALMETTO FORD TRUCK SALES 07/17/00 $ 45,870.76 N926BU 2019 2000 00 PBILT 330 WBE/FUEL TR 2NPNLD9X2YM542521 PALM PETERBILT TRUCK CENT 08124/00 $ 11,978.54 N5434S 2022 1997 97 FORD FBDO PRESS WASH T IFDNF80C)(VVA325D6 PALMETTO FORD TRUCK SALES 09/20100 $ 34,690.43 N5219W 2024 2006 06 GMC W4500 MOT TRUCK IBDC4816067007013 06/28/05 $ 32,798.60 DDKH73 2025 1995 95/00 FORD F800 FUEL TRK IFDYFOGEOSVA49986 PALMETTO FORD TRUCK SALES 03/16/01 48,739.18 N1917J 2026 2000 00 FORD F650 E/C CREW/SVC 3FDNX656SYMA04602 PALMETTO FORD TRUCK SALES 03/16/01 f 38,539.48 N8621T 2027 1988 88102 POILT T/A 4000 GA F IXPALAOX8JN268926 PALM PETERBILT TRUCK CENT 08/15/88 32,355.00 N6265L 2028 1995 95/02 MACK CH613 T/A FUEL lMlAA12YBSWO43107 RITCHIE BROS.AUCTIONEERS 02/19/02 $ 50,375.51 N3769U 2032 2003 03 FORD P650 CREW/SVC TRK 3FDNWSSY53MB02266 PALMETTO FORD TRUCK SALES 07101/02 $ 39,618.23 N6S77G 2035 2003 03 FORD F650 CREW/SVC TRK 3FDNW6SY33MB07918 PALMETTO FORD TRUCK SALES 01110/03 $ 44,846.22 N6S6SG 2036 2000 00 FORD F750 FUEL/LUBE TR 3FDXF75MMA03007 12131/02 $ 22,438.18 N6266L 2040 2001 01 GMC C65 PIPE CREW TRUC IGDJ7HIC413503903 PALMETTO FORD TRUCK SALES 06123/04 $ 28,S99,18, DINN96 2049 2005 05 FUEL/LUBE SVCE TRUCK INPALTU65NS44024 F&J EQUIPMENT,INC. 08/17/05 $ 189,670.60 N8427S 2050 2006 06 GMC W4500 Mar TRUCK 38DC4B16567010SOO PALM PETERBILT TRUCK CENT 09/15/05 $ 32,798.60 OCHM45 2051 2006 06 FORD F750 CREW/SVCE TR 3FRXW75F96V324988 PALMETTO FORD TRUCK SALES 11/23/05 $ 47,233.98 N9557T 2052 2006 06 GMC W4SO42 SERV TRK 38DC4B16167010860 PALM PETERBILT TRUCK CENT 02113/06 $ 32,798.60 VS30AT 2053 2006 06 FORD LCF WELDINGTRUCK 3FRLL4SM6V395387 PALMETTO FORD TRUCK SALES 05/23/06 $ 116,367.15 DCKC96 2054 2006 FORD F750 CREW TRUCK 3FRXW75FO6V361394 PALMETTO FORD TRUCK SALES 618/2006 $ 49,345.95 N73615 2055 1999 99 PETERBILT 385 FUEL SER 1XPGDU9XOXN460488 RITCHIE BROS.AUCTIONEERS 02/21/06 $ 22,737.84 N2419T 2056 2007 07 STERLING CE040 MOT TRU JLSBBD1SX7K004I68 PALMETTO FORD TRUCK SALES 09/11/06 ¢ 40,094.88 795HKX 2057 2006 06 ISUZU NPR MCrr TRUCK JALB4BI6967016040 TR14MNTY TRUCK&EQUIP 10/27106 30,909.44 BEMLJ36 2058 2007 07 FORD F75D CREW TRUCK 3FRXW75F77V4868I5 PALMETTO FORD TRUCK SALES 11/17106 $ 51,467.89 N4541U 2060 2007 07 STERLING 360 Mar TRUCK JLS8BD1S4700292O PALMETTO FORD TRUCK SALES 07/10/07 $ 37,856.42 162HLH 2061 2007 07 STERLING CE040(360)M ILSBBDIS57KO11688 PALMETTO FORD TRUCK SALES 01/08108 $ 32,118.64 S58JLF 2062 2007 07 STERLING 360 MOT TRUCK AS8BG1S47K002SO1 PALMETTO FORD TRUCK SALES 02/04/08 $ 38,91748 DINE09 2064 2008 08 FORD F750 XL CREW TRUC 3FRNW7S538V64IS30 PALMETTO FORD TRUCK SALES 07/09/08 $ 69,361.85 ASQDIB 2065 2007 07 MITSU.FUSO FE140 RD R 3L6BBD1547KO129S8 TRI COUNTY EQUIPMENT 07/21/08 $ 67,055.44 E2299D 2066 2004 04 MITSUBISHI FUSO ROAD R JL688CIH84KO08213 PALMETTO FORD TRUCK SALES 09115108 $ 24,856.12 164VMV 2067 2009 09 FORD F750 CREW TRUCK 3FRNW7SA49VI23998 PALMETTO FORD TRUCK SALES 09/17/08 $ 69,183.46 163VMV 2068 2009 09 STERLING ACTERPA TN DU 2FZFICHDT99AAL7441 PALMETTO FORD TRUCK SALES 1/6/2009 $ 91,058.33 N7609S 2069 2009 09 STERLING 360 MOT XSAADIS09K000423 PALMETTO FORD TRUCK SALES 1/3/2009 $ 35,144.48 579WRR 2070 2009 09 STERLING 360 MOT 7LSAADISS9K000434 PALMETTO FORD TRUCK SALES =009 $ 35,144.48 35SWRR 2071 2000 00 FL112 5000G FUEL TRCK IFVXTEE83YHG69674 FREIGHTLINER TRUCKS OF I2/13/99 $ 19,081.04 N7617S 2072 2008 08 STERLING BULLET CREW T 3FSM68AOBG350033 PALMETTO FORD TRUCK SALES 09/14/09 $ 199,786.50 949XQA 2073 2004 04 STERLING ACTERRA(PIPE 2FZACGCS44AMS4136 PALMETTO FORD TRUCK SALES 09124/0 $ 27,294.12 N9464N 2074 2008 00 FORD F650 EXT CAB TOW 3FRNX65B38V643544 PALMETTO FORD TRUCK SALES 10120/09 $ 69,366.48 E0235D 2075 2008 08 STERLING 360 MOT TRUCK 3LSAADIS98KC20281 PALMETTO FORD TRUCK SALES 12/16/09 $ 34,645.42 232XZM 2076 2007 07 FORD F650 EXTCAB FLAT 3FRNX65F87V456253 PALMETTO FORD TRUCK SALES 07/27/10 $ 49,188.18 E2300D 2077 2006 06 FORD F450 WELDING TRUC IFDXF46P46EC23979 PALMETTO FORD TRUCK SALES 01/13111 $ 23,692.18 $99TPX 2078 2008 08 FORD F45OHD PIPE CREW IFDXF46R88EBIIIDB PALMETTO FORD TRUCK SALES 03118/11 $ 26,9SS.83 AQFH30 2094 2007 07 STERLING 360 MOT TRUCK ILSBOD1597KOLS369 PALMETTO FORD TRUCK SALES 01109/13 $ 22,879.06 104XBE 2085 2007 07 GMC W4500 MOT TRUCK IBDC4BI6277000582 PALMETTO FORD TRUCK SALES 02118/13 $ 23,560.83 BYSL85 2096 2007 2007 CHEV W4500 MOT TRUCK JBBC4816577008247 RITCHIE BROS.AUCTIONEERS 10/24/13 $ 16,451.25 MZT03 2087 2007 2007 CHEVROLET W4S00 MOT 38BC4BI6977016125 RITCHIE BROS.AUCTIONEERS 10/24/13 $ 14,277.75 CIDZT02 2088 2005 2005 FORD F650 ROAD RANGE 3FRNX65F35VI63518 ANCHOR TOWING INC. 04115114 f 27,00.00 D1462C 2089 2010 2010 MITSUBISHI FUSD ROAD IL69BDISSAK009722 ANCHOR TOWING INC. 04/15/14 f 3%000.00 D1463C 2090 2014 2014 FORD F450 TOW TRUCK 1FDUF4GT5EEB13830 PALMETTO FORD TRUCK SALES 06/03/14 $ 76,259.43 E5169D 2091 2015 2015 FORD F650 S/C FLAT 3FRNX6FC2FV545061 PALMETTO FORD TRUCK SALES 06/23/14 $ 91,354.89 E5180D 2092 2010 2010 GMC W4500 BOX TRUCK J8DCPW161A000031 TRUCK MAX INC 09/09/15 $ 31,874.67 ETIAIS 2093 2010 2010 GMC W4500 BOX TRUCK IBDCFW16SA7000081 TRUCK MAX INC 09/09/15 $ 31,874.67 ETLA14 2094 2010 2010 GMC W4500 BOX TRUCK IBDCFW16IA70DO126 TRUCK MAX INC 09/09/15 $ 31,074.67 ETLA13 2095 2010 2010 GMC W4500 BOX TRUCK J8DCPW168A7ODO141 TRUCK MAX INC. 09/09/15 $ 31,874.67 ETLA16 2096 2015 201S ISUZU NPR MOT TRUCK JALC4WI64F7OD4400 TRUCK MAX INC. $ 56,142.27 2097 2015 2015 ISUZU NPR MOT TRUCK 3ALC4W169F7001962 TRUCK MAX INC- $ 56,142.27 2098 20I5 2015 ISUZU NPR MOT TRUCK IALC4WI66F7001773 PALM PETERBILT TRUCK CENT 10/21/15 $ 54,973.90 2099 2015 2015 ISUZU NPR MOTTRUCK 3A1-C4W165F7001831 PALM PETERBILT TRUCK CENT 10/21/15 $ 54,973.90 2101 2000 00 IHC 4900 SAND TRUCK 1HTSDAAN9YH290669 PALMETTO FORD TRUCK SALES 04/21/05 $ 25,902.01 N1301W 2105 2000 00 STERLING USOO/ETKYRE 2FZHAIAA1YAG63631 UNDER INDUSTRIAL 11/01/99 $ 21,134.92 N4479P 2106 2000 00 STERLING L7500/ETNYRE 2FZKAIAA7YAH15232 UNDER INDUSTRIAL 02129/00 $ 17,029.19 N7816R 2112 2002 02 STERLING L7SO0jETNYRE 2FZAASAK92AK27744 UNDER INDUSTRIAL 04/17/02 $ 106,025.00 N3762W 2116 2003 03 STERLING L7500 ETNYRE 2FZAASAK93AK84849 UNDER INDUSTRIAL 2/6/2003 $ 108,120.00 N6753K 2117 2003 04 STERLING 7500/ETNYRE D 2FZAASAK94RW2155 LINDER INDUSTRIAL 10/01/03 $ 108,120.00 N74SSS 2118 2007 07 STIVETNYRE 2000 GAL DI 2FZAASDC87AY10978 UNDER INDUSTRIAL 08/09/06 $ 120,890.00 N5471S 2119 2007 07 SMEMYRE DISTRIBUTOR 2FZAASDC77AX84650 UNDER INDUSTRIAL 08109/06 $ 120,890.00 N8616T 2120 2006 06 FORD F750 BEAR CAT DIS 3FR)(F75FX6V3&4987 PALMETTO FORD TRUCK SAI 08125/06 $ 51,114.54 N4837L OHL Community Asphalt at "Equipment List" jI - RE~A Mae5=W�odwWW0, , , 1 2121 2004 04 FORD F750 SIA SAND TRU 3FRXF7S814V652064 PALMETTO FORD TRUCK SALES OV25106 $ 38,586.59 M9614Y 2122 2007 07 FORD F750 BEAR CAT DI 3FRX75S97V521528 PALMETTO FORD TRUCK SALES 05121/09 $ 60,818.48 N74595 2123 2011 2011 FORD F750 ETNYRE 200 3FRXF7FJSBV364434 RITCHIE BROS.AUCTIONEERS 09/20/12 $ 103,455.28 BGPW09 2201 2000 DO ETNYRE TR6 AC TANKER 1E9T44783IM07016 UNDER INDUSTRIAL 07/25/00 $ 39,448.96 T810EK 2208 1996 96 ETNYRE ACTANKFR IE9T4S209M07D46 12/01/95 $ 10,000.00 T970MB 2221 1993 9310000 GAL RSI TANK $ 3,382.60 2222 2015 20I5 E.D.ETNYRE A/C TANK 3E9T78792FE007ZGZ ED.ETNYRE&CO. 05127/15 $ 76,319.00 8661CQ 2223 2016 2016 E.D.ETNYRE AC TANKE 1EM0198GE007035 E.D.ETNYRE&CO. 09/29/15 $ 76,319.00 EPRP34 2240 1994 94 ETNYRE AC TANKER IE9T44202RE007005 12JI5/93 $ 13,475.80 DINN99 2309 1988 88 El-K RW1D0 RGADWIDENER RWI001001020 ADAMS-DE WIND MACHINERY 06/29/88 $ 132,287.80 2317 1991 91 ETNYRE CHIP SPREADER K4938 10/11/91 $ 58,300.00 2325 1986 86 SLAW KNOX RWIOO ROADW 100DS-IS 01/15104 $ 39,937.50 2326 2005 05 CAT AP-10008 PAVER AGP00165 KELLY TRACTOR 00 01/17/05 $ 265,753.94 2329 2006 D6 CAT AP 10000 ASPH.PAY EADD0169 KELLY TRACTOR CO 10/24/06 $ 306,315.80 2331 2005 OS VOGELE 880WS ASPHALT P 30643 BRIGGS EQUIPMENT 02/20/07 $ 190,850.00 2332 2007 07 VOGELE 2219T ASPHALT P 30719 BRIGGS EQUIPMENT 63/20/07 $ 312,220.00 2333 2007 07 VOGELE 600 ASPHALT PAV 07900203 BRIGGS EQUIPMENT 07/03/07 $ 105,418.00 2334 2005 05 CAT APIDOOB ASPHALT PA AGPD0187 IRON PLANET 10104/07 $ 137,762.50 2335 2008 08 VOGELE 5203-2 ASPHALT 7750027 UNDER INDUSTRIAL 2/8/2008 $ 317,278,00 2336 2008 08 CAT AP1000D ASPHALT PA EAD00244 KELLY TRACTOR CO 04/21/08 $ 314,234.00 2337 2003 08 CAT APIODOD ASPHALT PA EAD00234 KELLY TRACTOR CO 04/23/08 $ 314,234.00 2338 2008 08 CAT APIODOD ASPHALT PA AED00297 KELLY TRACTOR CO 09126/08 $ 329,074.00 2339 1993 93 ROADTEC 582500 SHUTTLE 219 YODER&FREY AUCTIONEERS 05/05/09 $ 168,552.84 2340 2009 09 ROADTEC RP-170 BFT.A PR-17OX118 ROADTEC 01/29110 $ 269,424.20 2341 2008 08 ROADTEC SB2500D MTV 1034 ROADTEC 02/21111 $ 360,450.OD 2342 2011 11 ROACTEC RP-190 ASPHALT RP-190-397 ROAOTEC 07/19/11 $ 346,140.60 2343 2011 11 ROADTEC PR-190 ASPHALT RP190X401 RJDADTEC 09/06/11 $ 335,869.20 2344 2012 12 CAT APIDODE ASPHALT 10 TIF00119 KELLY TRACTOR CO 01/12/12 $ 336,070.00 2345 1997 97 ROADTEC SB2500 MTV 34S RITCHIE BROS.AUCTIONEERS 09120tI2 $ 245,439.64 2346 2010 2010 ROADTEC SB-250DD SHU 1106 ROADTEC 05/20/13 $ 281,075.00 2347 2014 2014 CAT APIODOE ASPHALT AP103PTIF00259 KELLY TRACTOR CO 04/25/14 $ 352,987.60 2348 2015 2015 CAT AP1000 ASPHALT P AC400119 KELLY TRACTOR CO I0/28115 $ 278,367.16 2401 1997 97 PBILT 385 T/A TRACTOR IXPGDT9)(2WN443409 06110/97 $ 14,270.57 B91KCU 2402 1995 95 PBILT 378 T/A TRACTOR IXPFDA9)(85N383713 PALM TRUCK CENTERS,INC al/04/95 $ 12,812.60 6903MU 2403 1997 97 PBILT 385 T/A TRACTOR IXPGDT9)(SWN444019 SAFEOO CREDIT COMPANY INC 06/10/97 $ 14,275.89 DDKH42 2404 2000 OD FLI 12 T/A TRACTOR 1FUYrWE53YHG07056 FREIGHTUNER TRUCKS OF 03/31/00 $ 7,665.09 824KKY 2405 1997 97 PBILT 378 TR/A TRACTOR IXPFPBE)(SWN443410 SAFECO CREDIT COMPANY INC 06/10/97 $ 17,407.33 DINF97 2406 2000 DO FL112 T/A TRACTOR(AC) IFUYTEDBIYHG21713 FREIGHTLINER TRUCKS OF 05110/99 $ 14,567.15 574IXU 2407 2006 06 MACK CHN613 TWA TRACT 1MIA307Y96N003911 NEXTRAN TRUCK PARTS 06/23/05 $ 97,852.70 P718HY 2408 2003 03 MACK CH613 TR/A TRACTO IMIAAI8Y43W151250 11/26/02 $ 93,388.96 575DQJ 2411 2001 01 FLI 12 T/A TRACTOR(AC) IFWBGASBIHH90668 FREIGHTLINER TRUCKS OF 07/14/00 $ 11,978.54 461DCr 2412 2003 03 MACK CH613 T/A TRACTOR IM1AA14Y93WI51122 02/12/03 $ 75,201.20 576D(U 2414 2000 00 MACK CH613C T/A TRACTO IMlAA18YXYWI28062 08/02/00 $ 18,786.52 BNED25 2415 2000 00 MACK CH613 T/A TRACTOR IMIPA13Y9YW119604 RITCHIE BROS.AUCTIONEERS 11/08/01 $ 48,760.06 W267KG 2416 1996 96 MACK CH613 T/A TRACTOR IMLAA12Y9TW065005 RITCHIE BROS.AUCTIONEERS 11/08/01 $ 21,200.00 AVZY31 2418 2004 04 MACK CH613 T/A TRACTOR IMIAAlSY64N156487 RITCHIE BROS.AUCTIONEERS 06/23/05 $ 53,279.95 P278UI 2421 2000 00 SMILING A9500 S/A TRA 2FWWIWDB2YAB30404 PALMETTO FORD TRUCK SALES 06/23/04 $ 32,930.18 DINF65 2423 2000 00 STERLING A9500 S/A TRA 2FWWHECBSYAF62924 PALMETTO FORD TRUCK SALES 06/23/04 $ 38,813.18 DINF63 2446 1996 96 PBILT 378 TR/A TRACTOR IXPFPBEX4TN4030S5 PALM PETERBILT TRUCK CENT 07112/95 $ 16,835.00 CZ8812 2450 2002 02 MACK CH612 S/A TRACTOR IMIAA09Y82W025531 NEXTRAN TRUCK PARTS 03/22/02 $ 59,983.50 S7BD(U 2454 2004 04 STERLING AT9500 TIA TR 2FWJA3BD71AH73284 PALMETTO FORD TRUCK SALES 03/09/05 $ 31,793.18 T981US 2455 2008 08 STERLING TR AX AT 9500 2FWJA3CV18AZ79859 PALMETTO FORD TRUCK SALES 01/08/08 $ 110,785.78 895ILO 2456 2009 09 STERLING AT9S00 TRACTO 2FWJA3CV09AAG8I63 PALMETTO FORD TRUCK SALES 09/01/08 $ 104,849.97 354VAG 2457 2008 08 PETERBILT 388 TRI-AXLE IXPWDBMS0758091 PALM PETERBILT TRUCK CENT 11/19/10 $ 119,863.47 419TID 2458 2015 2015 PETERBILT S79 TRACTO LXPBD9XlFD306985 PALM PETERBILT TRUCK CENT 05/19115 $ 127,527.37 2459 2015 2015 PETERBUILT TRACTOR 1XPBDP9X3FD306986 PALM PETERBILT TRUCK CENT $ 126,842.16 2502 1995 95 TRAILKING SORG TRAILER ITK504526SM017500 TRAIL KING INDUSTRIES 01/20/95 $ 10,00.00 DJQW02 2503 1997 97 CENTERVILLE 8 TN SMA F 1C9BT2226UII93663 CENTREVILLE TRAILERS 03/20/97 $ 2,000.00 )(36SQU 2504 1984 84 TK 35-MN TRAILER ITK104722EM074726 08/24/84 $ 5,000.00 DJRA01 2505 2005 06 FONTAINE 50 TN TR/A TR 4LFE4830853527929 RITCHIE BROS.AUCTIONEERS 06/23/05 $ 30,000.00 C28MW 2506 1986 86 CENTRVILLE SIN TRAILER 100513600 08/26186 $ 2,000.00 572WNR 2507 2011 11 C.A.C.HMDE TRAIGHT ED NOVIND20092913S 09/30/11 $ 1,500.00 ATJY17 2509 1997 97 CENTERVILLE 5 TN TRAIL IC9BU02)(IJ1193216 CENTREVILLE TRAILERS 03/20/97 $ 2,000.OD 206YA3 2510 1997 97 CENTERVILLE 8 TN TRAIL 1C9BT2021UII932I7 CENTREVILLE TRAILERS 03/20/97 $ 2,000.00 8131XW 2511 1989 89 CENTERVILEE 5 TN TRAIL lC9Bn02XK1193200 01/18/89 $ 2,000.00 207YA3 2512 1989 89 CENTERVILLE 5 TN TRAIL IC9BT202XKII93201 01/18/89 $ 2,000.00 DKNX25 2513 1997 97 TORINO BOAT TRAILER(DU 121BG1414WM003976 -TORINO TRAILER SERVICE 09/02/97 $ 40040 AKPB16 2515 1989 89 CMI 503DFP TRAILER 184LS335SK1116099 06/23/89 $ 10,000.00 DIRA02 OHL Community is Asphalt "Equipment List" I Pe 1=0 1"101 N IF44W 1=21M ReWd� 2517 197 97 LOADKING 3S TN TRAILER IB4L47231V112I751 KELLY TRACTOR CO 09/01/97 $ 10,000.00 S791(U 2518 1997 97 CENTREVILLE TRAILER lC9ET302XV1193138 CENTREVILLE TRAILERS 12/15/97 $ 3,000.00 caGoi 2519 1989 98 TORINO TRAILER 12IDPI221XM006131 $ 2,000.00 468KKZ 2524 2000 00 FRUEHAUF AL DUMP TRAIL LIJU292FXYS679249 FRUEHAUF TRAILERS 11/17/" $ 12,000.00 C1038L 2526 2000 00 TRAILKING TK70RG-48 TR 1TKSO482X1B084607 TRAX INC. 06/20/00 $ 30,000.00 2405CD 2527 2001 00 TORINO FLATBM TRAILER 121FT16321M009456 TORINO TRAILER SERVICE 09/20/00 $ 2,000,00 V894YK 2528 1990 90 CMt 503DFP TRAILER IB4LS03S9LI116783 8/8/1990 $ 15,000.00 T814EK 2529 2001 01 WI ZOO RG35 T/A TRAILE 1W&41ID2015000046 RITCHIE BROS.AUCTIONEERS 10/17/00 $ 10,000.00 CZBB24 2530 2001 01 TRAILKINGTK70RG48 TR ITKS049202B088309 TRAX INC. 06/18/01 $ 30,000.00 W275KG 2534 2000 00 STRAIGHT EDGE TRAILER NOVIN0200123852 $ 500.00 5593MU 2535 2003 03 LOAD KING MODEL SSM SLKL4935431024430 RITCHIE BROS.AUCTIONEERS 11114/02 $ 30,000.00 5801)(U 2536 1999 99 DACO FLATBED TRAILER IDDA48A22XI004857 PALMETTO FORD TRUCK SALES I2101/03 $ 10,000.00 ANFN22 2537 1999 99 DACO FLATBED TRAILER 1DOA40A24X1034858 PALMETTO FORD TRUCK SALES 12/01103 $ 10,000.00 658uz 2541 1995 95 PINEAS'SEMI TRAILER IPNV452SSKB63928 07/22/11 $ 500.00 29470 2546 1994 94 MONN.4S'SEMI TRAILE INNZA4526RM20507S 07122/11 $ 500.00 29520 2547 1995 95 OSTD.45'SEMI TRAILER 4MLT14S22S8909026 07/22/11 $ 500.00 29530 2548 2013 2013 NEWTON STRAIGHT EDGE NOVIN0201040879 NEWTON MACHINE&SUPPLY, 11/08/13 $ 1,177.00 CRSL92 2549 2014 2014 TORINO EQUIPMENT TRA 121EP163XEM16760 TORINO TRAILER SERVICE 11/12/14 $ 11,235.00 W274KG 2553 2015 2015 ENCLOSED TORINO TRAI 121KG2020FM016955 'TORINO TRAILER SERVICE 07/14/15 $ 5,992.00 BQR02 2563 1992 92 CENTREVILLE S IN TRAI IC9Bn52SNII93211 07/17/92 $ 2,000.00 21SYPK 2564 1992 92 CENTREVILLE 5 IN IRA[ IC95TIS23NI193210 07/17/92 $ 2,000.00 4631)(T 2566 1992 92 GARP DEMOLITION TRAILE 4DO2920BF033905 09/24192 $ 5,000.0 6591.2 2567 1992 92 GARP DEMOLITION TRAILE 4D02926BF021905 09124192 $ 5,000.00 S81IxU 2569 1997 97 CENTERVILLE 8 IN TRAIL 103-8-966300 CENTREVILLE TRAILERS 03/20/97 $ 2,000.00 VOOPRB 2572 2009 TRAILER(SMITH&CO) NOVIN0200843264 SMITH&CO.,U-C 09/23/05 $ 1,000.00 208YA3 2573 2006 06 CARRY-ON-TRAILER 4YMCL0S176G031499 NORTHERN TOOL& 06/09/06 $ 1,837.17 U637XI 2574 2006 06 6 TON EMERSON TRAILER IE9CH18286L252152 RAYSIDE TRUCK&TRAILER 10/06/06 $ 3,412.26 F274QW 2575 2006 06 6 TON EMERSON TRALER 11290i182)(61-252153 RAYSIDE TRUC K&TRAILER 09/19/06 $ 3,408.75 F272QW 2576 2006 06 6 TON EMERSON TRAILER 1E9CHI8216L2S21S4 RAYSIDE TRUCK&TRAILER 09/19/06 $ 3,725.16 512YA] 2577 2006 066 TON EMERSON TRAILER I.E90*82361-252155 RAYSIDE TRUCK&TRAILER 10/06/06 $ 3,412.26 956XBE 2579 2007 07 TRAIL KING LOWBOY TK7 1TKS04824SM82782 KELLY TRACTOR CO 08/10/07 $ 54,271.00 720KRT 2580 2008 08 TRAIL KING TKII0FG T/A ITKI=318MI23957 KELLY TRACTOR OD 01/04/08 $ 87,252.00 6083VH 2581 2008 08 NEWTON TRAIGHT EDGE TR NOVIN0200675286 NEWTON MACHINE&SUPPLY, 01/28/08 $ 956.88 DGFF04 2583 2008 07 NEWrONTRAIGFrr EDGE IRA MOVIN0200721021 NEWTON MACHINE&SUPPLY, 05/29/08 $ 802.50 160KKZ 2584 2009 09 IX70RG TRAIL KING TRAI 1TK5048229BO97637 KELLY TRACTOR CO 09/04/08 $ 61,292.00 671LTW 2585 2011 11 TRAIL KING TX140HDG 70 ITKHOS73ISM043329 KELLY TRACTOR CO 07/07/11 $ 135,792.63 ATIP82 2586 2011 11 TRAIL KINGTK80J 40 TO 1TKR02523BM043328 KELLY TRACTOR CO 07/07/11 $ 31,867.06 ATIP81 2587 2011 11 TRAIL KING BUSTER TRAI ITKR01418SM043330 KELLY TRACTOR CO 07/07/11 $ 50,869.27 ATIP79 2588 2011 11 TRAIL KING TKHB 1+1 FL ITKR00519BM043331 KELLY TRACTOR CO 07107111 $ 7,081.57 ATIP80 2608 1989 14 X 60 LAB TRL PLANT 911 P0807 03/21189 $ 500.00 2610 1995 6014 LAB TRAILER-RADE CC-G3886 WILLLAMS-SCOTSMAN 11/30/95 3,000.00 2611 1996 40'CII CRYSTAL ANN SHOP 10/09196 500.00 2612 1996 20 CTI 500.00 2613 6OX24 TRAILER(PRO]3990) CC-88888-988 WILLIAMS-SCOTSMAN 09/30/97 $ 3,000.00 2707 1999 99 WIRTGEN WR2500 RECLMR 1WR0119 SATELLITE EQUIPMENT CO. 417/2003 $ 180,000.00 2708 2002 02 CAT 248 COMBO MILLING 6LZ01515 KELLY TRACTOR CO 05/29/03 $ 37,04922 2710 2004 04 WIRTGEN W2200 MILLING 8210149 07/27/05 397,550.00 2712 2007 07 WIRTGEN W2000 MILLING 6.20.1085 BRIGGS EQUIPMENT 9/7/2000 4B2,070.00 2713 2008 08 WIKTGEN W2000 r-11LUNG 6201186 LINDER INDUSTRIAL 2/8/2008 486,590.00 2714 2009 09 ROARTEC RX-500-4 MILL RX500-4X205 ROADTEC 10/27/09 $ 445,075.82 2715 2011 11 CAT 2460-XPS COLD PLAN IAY05030 KELLY TRACTOR CO 12/13110 $ 54,004.00 2716 2011 11 CAT 246C-XPS COLD PLAN JAY05031 KELLY TRACTOR CO 12/13/10 54,004.00 2717 2012 12 ROADTEC RX-6DOE4 COLD 2002 RwTEC D4/12/12 487,859.18 2718 2014 2014 ROADTEC 600E MILLING. RX600E4-2099 ROADTEC D4/25/14 508,850.00 '2719 2015 2015 CAT 262D SKID STEER DTB03431 KELLY TRACTOR CO 06/29/15 $ 74,773.32 2720 2015 2015 CAT 272D SKID COLD P COkTO2272DPOL200203 KELLY TRACTOR CO 07I13/15 $ 79,843.88 2803 1996 96 HYSTER H80E FORKLIFT D00SOO1656D 07/03/96 $ 13,515.00 2804 2000 OD I-R 706G RT FORKLIFT 145584 Non=EQUIPMENT CO. 11/07/00 $ 21,013.00 2865 1991 91 HYSTER P960A TIT FORKIF A018D03471T YODER&FREY AUCTIONEERS 02/06/91 $ 8".14 2806 2002 02 TOYOTA 5F030 FORKLIFT 75236 06/11/03 $ 6,420.00 2808 2004 95 TOYOTA SFD30 FORKLIFT 75158 DADE LIFT SALES&RENTAL 01119/04 $ 6,420.00 2809 2004 95 TOYOTA SFD30 FORKLIFT 75335 DADE LIFT SALES&RENTAL 01/19/04 $ 6,420.00 2815 1990 90 GMC 8 IN BOOM TRUCK IGDM7HI15U605841 YODER&FREY AUCTIONEERS 02112/97 $ 32,155.05 N6852K 2820 1992 DROTT 8SRM2 CARRYDECK CRA 2203 $ 7_500.00 2823 1995 95 GROVE RTS28 29M RT CR 82716 RITCHIE BROS.AUCTIONEERS 02/19102 $ 66,250.00 2824 1996 96 P&H D851 8112 DK CRANE 60064 RITCHIE BROS.AUCTIONEERS 04/03/03 $ 14,733.90 2825 LORAIN LRT2750 27.5 CRANE 79900 RITCHIE BROS.AUCTIONEERS 04/03/03 $ 25,102.20 2827 1994 GROVE FMS-S RT CRANE 37856/44874822 HAROLD NOWELL OON97RUCTIO 06/08/94 $ 79,268.78 OHL _ 11-3 Community :c Asphalt ' "Equipment List" - EgWpmeiK el F.�, •„,� AM IMPOSE r4u Pondieiess�R°.°0 grl;ICPjI:eNumtiv MIX-1--; I 3'p`esa' �.. rnr�t'Seriil'Numbe73 =�;�.:3 n., c. �5= t: Value .�. r'.a:•,�-r.7"`- '�. :�!��� ��:i��=:��v-+-rxi ;��'#' _-4':-�t��� �-+a^g?3����a��ah��'i'^,.�� ��assa � 2829 2006 06 GENIE S60 MAN LIFT 560-14083 RING POWER 02/06/08 $ 63,616.67 _ 2830 2006 06 GENIE S60 MAN LIFT 56014096 RING POWER 02/02/08 $ 63,616.67 2831 2006 06 GENIE S60 MAN LIFT 560-14429 RING POWER 02/06/08 $ 63,616.66 2834 1998 98 FORD F800 45'BUCKET T 1FDXF80C1MVA055SB 06/23/11 $ 15,OD0.00 N8402S 2837 2006 06 TOYOTA 426 FGU25 FORKL 65757 07/20/11 $ 12,000.00 , 2838 2006 06 CAT CSD00 FORKLIFT AT900-RM OHL USA,INC. 10/19/12 $ 5,500.00 2839 1991 91 JIG ELECTRIC SEISSOR L 200031907 OHL USA,INC. 10/29/12 $ 1,000.00 , 2840 2009 2009 JIG 1250 MANLIFT 300137123 01/16/14 $ 80,000.00 _ 2841 2015 2015 LINK BELT LS-218HHSL N6K54830 KELLY TRACTOR CO 10/22/15 $ 825,973.70 2842 2015 2015 LINK BELT LS-248HSL R9K64882 KELLY TRACTOR 00 1082/15 $ 1,509,754.68 2843 2014 GROVE RT890E4 ROUGH TERRA 235139 RING POWER 1084/15 $ 763,435.50 2903 1900 96 MILLER CURSMAKER 2729K 11/20/96 $ 500.00 , 2904 1997 97 DUSKY 14FTBOAT DU5143038797 09/01/97 $ 500.00 FL5551KA 2907 1998 98 HYDRAULIC RING SAW 121UP0814XM006469 ACE CONTRACTORS EQUIPMENT 01/08/99 $ 1,000.00 576WNR 2908 1992 92 QUALiCO AIR CURTAIN 81/ 10111 $ 1,000.00 2911 1992 TRUCK BED RINSING PAD $ 1,000.00 2912 1996 CAMERA SYSTEM GLOBAL SECURITY.INC. 12/18/96 $ 1,000.00 , 1913 1993 SECURITY LIGHTING WPB•900 $ 1,000.00 2914 2002 20'HYDRAULIC SAW/TRAILER 121UP08183M011359 MAINTENANCE PRODUCTS 10/14/2002 $ 5,000.00 010097 YODER&FREY AUCTIONEERS 0 18/03 25 000.00 2915 2003 SWfTCHMA5TER 10000 TRACKM 2/ $ , 2917 LINCOLN WELDER $ 3,000.00 2918 2014 C.H.C.X91 GNSS GFS RECEI 946837 SURVEY SUPPLIES,INC 07/30/14 $ 1207.32 2919 2014 C.H.C.X91 GNSS GPS RECEI 946838 SURVEY SUPPLIES,INC 07/30/14 $ 12,887.32 2923 1993 EFFICIENCY TRENCH 00X 853106 RITCHIE BROS.AUCTIONEERS 09/09/93 $ .500.00 2924 2004 04 MABEY TRENCH BOX MABEY BRIDGE&SHORE,INC 0284/05 $ 10,00.00 , 2925 2000 00 POWER CURBER 57006 0020228 SMITH&CO.,LLC 0983/05 $ 30,000.00 2926 EXTRUDED CURB MACHINE SMITH&CO.,LLC 09/23/05 $ 1,000.00 2927 2005 05 HONGDU DLC2B GOLF CART HDGOSIIO0746 RITCHIE BROS.AUCTIONEERS 0281106 $ 1,000.00 2929 2006 06 BORTECH 3D6P BORING MA 262280/061311301 05/12/06 $ 34,431.41 29302006 06 RINGER 300X GPS SURVEY SS20AII653 ALLEN PRECISION EQUIPMENT 0584106 $ 30,000.00 2931 2005 05 VERMEER B0000XL CHIPP IVRY1119651005448 FRYES TOOL RENTAL 0286/10 $ 23,370.00 BTPM46 2932 1991 91 FORD F800 DRILL TRUCK 1FDXK84ASMVA2S717 0683/11 $ 16,00.00 N8400S 2935 2004 04 REEVES ROOF TAR KETTLE REV0002 07/07/11 $ 500.00 ATIP86 ` 2936 QGOGOLFCART 2263262 0780/11 $ 800.00 2937 2011 11 TOPCON GR-5 GPS SURVEY 0788111 $ 36,302.00 2938 2011 11 TOPCON FC-2SO POCKET 3 L14959 08/02/11 $ 5,827.00 2939 2011 11 TOPCON FC-250 POCKET 3 L13146 08/02/11 $ 4,119.50 2940 2012 2012 SOKKIA SETS30R3 TOTA 137350 SURVEY SUPPLIES,INC 03/08/12 $ 5,344.65 NA 2941 2006 06 CLUBCAR GOLF CART 706222 NEFF RENTAL 08/03/12 $ 2,000.00 2942 2014 2014 KUBOTA 4X4 CAB TRACT 76110 FLORIDA COAST EQUIPMENT 01/09/15 $ 53,228.02 2943 2014 2014 LAND PRIDE RC5615 901716 FLORIDA COAST EQUIPMENT 01/09/15 $ 16,502.08 2944 2014 2014 KUBOTA ZERO TURN MOW 41110 FLORIDA COAST EQUIPMENT 01/09/15 $ 13,133.63 2945 2014 2014 KUBOTA RTV 900 22374 FLORIDA COAST EQUIPMENT 01/09/15 $ 13,349.10 2946 2015 2015 EDCO ASPHALT BIN PLA 150210137 UNITED RENTALS 02/11/15 $ 3,743.35 2947 EPOCK SPECTRA SURVEYING E 5325400048 $ 25,000.00 2948 2015 NIKON NIVO M+SERIES TOTA A320436 KING PRODUCTS AND EQUIPME 06/10/15 $ 5,082.50, 2949 2035 NIKON NNO TOTAL STATION 1TT1030332 KING PRODUCTS AND EZUIPME 09/O1AS $ 4,999.68 2950 2014 CHC DATA COLLECTOR SURVEY LT3025492908 SURVEY SUPPLIES,INC $ 1,750.00 2951 2015 GPS-GNSS RECEIVER 1122.11318 SURVEY SUPPLIES,INC $ 5,000.00 2952 2015 GPS-GIS DATA COLLECTOR Z56479 SURVEY SUPPLIES,INC $ 1,700.00 2953 2009 REFLECIORLESS TOTAL STATI 543533 SURVEY SUPPLIES,INC $ 1,995.00 2954 2005 REFLECTORLESS TOTAL STATI R $ 2,600.00 i 2955 2015 GPS/GIS DATA COLLECTOR Z56480 LENGE ANN OF FLORIDA $ 3,080.00 2956 2004 TOTAL STATION D21828/12281 SURVEY SUPPLIES,INC $ 11890.00 ,I 2957 2011 DIGITAL LEVEL 11855 LENGEMINN OF FLORIDA $ 1,980.00 2958 2006 GPS-GNSS RECEIVER T652256 ALLEN PRECISION EQUIPMENT $ 2,500.00 2959 2006 GPS/GIS RECEIVER ROVER 251-2152 ALLEN PRECISION EQUIPMENT $ 2,500.00 2960 2003 TOTAL STATION T61093 ALLEN PRECISION EQUIPMENT $ 1,500.00 2961 2006 GPS-GNSS RECEIVER 2351387 ALLEN PRECISION EQUIPMENT $ 2,500.00 2962 2006 GPS-GIS RECEIVER ROVER 251-1387 ALLEN PRECISION EQUIPMENT $ 2,500.00 2963 2006 DATA COLLECTOR ALLEN PRECISION EQUIPMENT $ 1,000.00 2964 2003 TOTAL STATION 271-557 ALLEN PRECISION EQUIPMENT $ 3,4DO.00 2965 2004 GPS-GNSS RECEIVER T654108 ALLEN PRECISION EQUIPMENT $ 2,51X1.00 2966 2004 LIPS-GLASS RECEIVER 2SI.0817 ALLEN PRECISION EQUIPMENT $ 2,500.00 � 2967 2003 GPS-GLASS RECEIVER OCC33049 ALLEN PRECISION EQUIPMENT $ 1,000.00 ' 2968 2003 GPS-GNSS RECEIVER T60081 ALLEN PRECISION EQUIPMENT $ 1,500.00 2969 2015 2015 KUBOTA ZD326P-60 ZEt 44247 FLORIDA COAST EQUIPMENT 0985/15 $ 13,133.63 2970 2015 2015 A.P.E.150 VIBRATORY AMERICAN PILEDRIVING 10/22115 $ 292,730.45 OHL v I Community I Asphalt "Equipment List" 1 P-98,0ieeilt=. IF NNW V- 2971 2015 2015 A.P.E.030-52 DIESEL AMERICAN PILEDRIVING 10/22115 $ 1,39,040.72 2972 2015 2015 A.P.E.D46-52 DIESEL AMERICAN PILEDRIVING IMIS $ 165,402.93 3000 COLD MIX BAGGING UNIT 3001 REEL CONTAINER 20%8 $ 11000.00 3002 19X9 SCREW CONVEYOR $ 2,00040 3003 JEM MODEL JM600 019662 $ 2,000.00 3004 1995 VERTROD MODEL UNIT V66442 VERTROD SOUTH 08/16/95 $ 2,ODO.DO 3005 ROLLER CONVEYOR $ 300.00 3006 ELECTRIC BELT CONVEYOR $ 1,000.00 3007 (2)HP EIEC AIR COMPRESSOR $ 300.00 3008 TOOLBOX 1X4 $ 100.00 3101 1999 SMA FIBER METERING DEVICE 031 HI-TECH ASPHALT SOLUTIONS 04/22/99 $ 20,000.00 3103 2001 BOHRINGER 1O0-VGF IMPACT FLORIDA PROCESSING MACHIN 03/26/01 $ 300,000.00 3104 2006 06 METSO LTIIIO ROCK CRUS 72783 09/25/06 $ 300,000.00 3105 2007 07 MCCLOSKEY S130 SCREENE M066303 10/07/08 $ 150,000D0 3106 2008 08 B-TEK CENTURION 100T T TS-04083998 SCALE-RITE,INC. 03/01/08 $ 50,000.00 3107 2011 KRENDL FIBER MACHINE 9000-127 KRENDL MACHINE OO.,INC. 04JOS/11 $ 67,000.00 3108 1999 KRENDL FIBER MACHINE 033 $ 20,000.00 3109 2008 08 ASTEC RAP PROCESSING S I0/27/11 $ 200,000.00 3135 1994 EXTEC 60005 SCREEN 3289 POWERSCREEN OF FLORIDA 05/20/94 $ 10,000.00 3162 2015 2015 KRENDL 9000 FIBER MA 145 KRENDL MACHINE OOjNC. 10/21/15 $ 73,000.00 4000 1991 HOSHIZAKI ICE CUBE MAKER K12207/A01175 06/19/91 $ 500.00 4001 PEDISTAL FAN $ 500.00 4002 35"PEDISTAL FAN $ 500.00 4004 1992 HaTSY 990 PRESSURE WASHER H22195392 HOTSY OF SOUTH FLORIDA 04/06/92 $ 500.00 4005 1992 525 AMERMAC TIRE BALANCE LP1234 05/12/92 $ 500.00 4010 1996 HEPR-36 PORTABLE PATCHER 15262 AEROIL PRODUCT CO.,IRC. 06/14/96 $ 00.00 016 1989 LINCOLN 93717 TRANS]ACK 09/16/89 $ S00.00 4022 1994 DELLO PRESURE WASHER ALEX LYON&SON 02/11/94 $ 500.00 4023 1984 GASBOY FUEL PUMP(WPB) SOLARES FLORIDA CORP 11/01/84 $ 500.00 4024 1989 SHOP BUILDING-DADE 12/13/89 $ 25,000.00 4025 1994 SULLAIR 90LB)ACK HAMMER JOBSIVE RENTAL CO. 04/14194 $ 500.00 4026 1994 E-Z FILTER CRUSHER EMERSON MANUFACTURING INC 04/20/94 $ 500.00 4032 1986 WEATHERHFAO HOSE MACHINE 11065981C GLOBAL INDUSTRIAL PRODUCT 01/28/86 $ 500.00 4034 199D RPC1 EQUIP WASH SYSTEM 09/01/90 $ 5,000.00 4067 1989 INVETECH 100 TON PRESS 0812POO29 APPLIED INDUST.TECH 01/09/89 $ S00.00 4068 1988 MrTM 2004 PRESSURE WASHER 3630 3&I CHEMICAL CO 11128/88 $ 500.00 4069 1995 QUONSET SHELTER 40X40XI9 XXX POLY-STEEL SHELTERS 09/18/95 $ 500.00 4070 1995 WEATHER BLOCK SHELTER XXX POLY-STEEL SHELTERS 09/27/95 $ S00.00 4072 1996 WEATHER BLOCK SHELTER POLY-STEEL SHELTERS 01/26196 $ SOO.DO 4073 1997 SHELTER FOR WASH13AY POLY-STEEL SHELTERS 04/02/97 $ 3,000.00 4502 1982 UTILITY BOX 11/30/82 $ I,000.00 4503 1991 RAINHART COMPATOR ASSY 12/04/91 $ 1,000.00 4505 1996 BOSCH ROTO-HAMMER 11/2' BFT11227E TOOL WAREHOUSE,INC 07/25/96 $ 531.44 4511 1996 TOPCDM GTS-3C TOT-STATION ENGINEERING SUPPLY COMPAN $ 2,000.0D 4512 1999 SOCK COMPRESSION MACHINE 99187 A&S DISTRIBUTORS 12/22/99 $ 5,000.00 4513 2004 04 TORINO TRAILER/CORING 121UP08104MO12OS4 TORINO TRAILER SERVICE 02.126/04 $ 2,500.00 X63EAS 4518 1989 DUAL SONIC TRACKER 07117/89 $ 1,000.00 4520 04 HEPR36 3X3 INFRARED HE D&G EQUIPMENT,INC. 03/02/04 $ 3,220.00 4521 1990 LASERPLANE CONTROL SYSTEM 01126/90 $ 1,000.00 4522 04 HEPR 30 INFRARED HEAT D&G EQUIPMENT,INC. 03/02/04 $ 3,220.00 4531 1990 NIKON SURVEY EQUIPMENT 08/22/90 $ 2,000.00 4532 2001 NIKON SURVEY EQUIPMENT 010814 AMERICAN-SWISS SURVEYING 09107/01 $ 2,000.00 4533 2004 04 ISFT CLINE ROLLING STR 122004 VAN SULLIVAN 12/23/04 $ 2,500.00 4534 2004 04 ISFT 01NE ROLLING STR 121904 VAN SULLIVAN I2/23/04 $ 2,500.00 4535 SOKKIA SET63OR SURVEY EQ 29046/325582 IVAN REYES 01/04/06 $ 2,000.00 4553 1991 HEPR36 HAND PORT.PATCHER 04/29/91 $ 1,000.00 4554 1991 STOW CM6 CONCRETE MIXER 8807820 04/24/91 $ 2,101.00 4556 1991 AD CORE DRILL RIG 119348123MMF21764 MOM $ 2,000.00 P20ONL 4558 2003 CORING RIG MACHINE(CTI) 121VP08103MO11520 ROAD BUILDERS SUPPLY 02/05103 $ 1,803.36 W985KK 4559 TORINO 4X8 12"CORING RIG 121UP08153MO11643 TORINO TRAILER SERVICE 06110/03 $ 2,403.53 W68KAV 4561 1988 SURVEY EDM/THEODOUTE INT 276583 AMERICAN-SWISS SURVEYING 09/01/88 $ 1,000.00 4564 1988 JET ROCK DRILL 18987 P.H.N.EQUIPMENT INC 09/22/88 $ 1,000.00 4568 (5)20 X 5 X 10 MATS SOUTHERN MAT MANUFAC11URIN ID/09/97 $ 1,000.00 4570 2006 15 FT.ROLLING STRAIGHTER 786 VAN SULLIVAN 07111/06 $ 2,500.00 4571 2006 15 FT ROLLING STAIGHT EDG N/A NEWTON MACHINE&SUPPLY, 09/26106 $ 3,745.00 4573 2007 07 3X3 WALK BEHIND ASPHAL NONE D&G EQUIPMENT,INC. 09/13J07 $ 2,500.00 4576 2008 08 NEWTON MACHASft ROU-1 N/A NEWTON MACHINE&SUPPLY, 05/29/08 $ 2,500.00 OHL ,li Community Asphalt "Equipment List" In 0 is M-W-5,&RWAIRI 11-3,01, WIN 4577 2010 10 NEWTON MACH.I5fL ROL N/A NEWTON MACHINE&SUPPLY, 11/19/10 $ 3,477.50 4578 2011 11 HEPR-36 INFRARED HEATE 3OHN M WARREN INC 03/04/11 $ 4,562.00 4579 2011 11 NEWTON MACH.17ft.ROL NEWTON MACHINE&SUPPLY, 11108/11 $ 3,718.25 4580 2012 12 NEWTON MACHINE ISFT RD NA NEWTON MACHINE&SUPPLY, 02/27/12 $ 3,459.00 4581 2013 2013 NEWTON 19 STRAIGHT NEWTON MACHINE&SUPPLY, I1/08/13 $ 3,852.00 4582 2014 2014 NEWTON ROLLING STRAI NEWTON MACHINE&SUPPLY, DB/15/14 $ 3,477.50 4935 GILBERT SOUTHERN-H]APRON Rental EQ 6920 2015 2015 KOMATSU D61PX-23 DOZ 30945 UNDER INDUSTRIAL 06/04/15 $ 6,429.08 6921 2012 MIDLAND SPD-8 ROAD WIDENE 469 UNDER INDUSTRIAL 06/15/15 $ 5,783.36 6928 2007 2000 GAL.WATER TRUCK 3FRNF65E67V518369 NEFF RENTAL 07/13/15 $ 2,432.70 6932 2015 2015 GRADALL X13300 3300000767 GS EQUIPMENT,INC. 08/10/15 $ 7,364.00 6935 2015 2015 KOMATSU D39PX-23 DOZ 90870 UNDER INDUSTRIAL 08117/15 $ 3,819.90 6937 2015 JOHN DEERE 624K WHEEL LOA IDW624KZPFF668299 NORTRAX EQUIPMENT CO. 08/17/15 $ 6,347.99 6939 2015 VOLVO EC38DEL EXCAVATOR EC380EL-310265 FLAGLER CONSTRUCTION 08/18/15 $ 8,848.00 6949 2013 2013 VOLVO A25F HOULER A25F80201 FLAGLER CONSTRUCTION 09/15115 $ 9,378.00 6950 2014 VOLVO L90G WHEEL LOADER L90G617503 FLAGLER CONSTRUCTION 09118/15 $ 5,721.00 6953 2015 2015 VOLVO E080EL EXCAVA EC380EL31054 FLAGLER CONSTRUCTION 10/13/15 $ 9,113.00 6954 2015 CAT OTT DOZER HTZ002S7 KELLY TRACTOR CO 10115/15 $ 9,595,00 6956 2015 BOMAG BW2110-50 ROCK ROLL 101585401187 NORTRAX EQUIPMENT CO. 10/19/15 $ 2,996.00 6957 2015 2015 VOLVO A25G OFF ROAD A25G740161 FLAGLER CONSTRUCTION 10119/15 $ 9,378.00 6958 2015 JOHN DEERE 3SG MINI EXCAV 1FFD35GXIF274267 NORTRAX EQUIPMENT CO. I0/22115 $ 1,461.00 6960 MWI 800D HYDRAULIC WATER 9023 MWI CORPORATION 10/23/15 $ 1,516.75 6961 JIG 60 FEET MANUFT 300179204 SUNBELT RENTALS INC. 10/29/15 $ 2,247.05 6962 2012 FREIGHTUNFR M2 4000 GAL IFVHCYBS6CHBS9428 UNITED RENTALS I1/04/15 $ 4,877.60 6963 CAT M316 WHEEL EXCAVATOR DBWOI112 KELLY TRACTOR CO II/05/15 6966 2011 3000 GAL.WATER TRUCK IHTWPAZT28136D024 UNITED RENTALS 11/20/15 $ 4,010.47 6967 20I5 VOLVO L90 WHEEL LOADER L90H623D08 FLAGLER CONSTRUCTION 11/30/15 $ 5,721.00 6968 2015 CAT D6NLGP DOZER PBA03124 KELLY TRACTOR CO 11/30/15 $ 7,682.00 6969 JOHN DEERE 624K WHEEL LOA IDW624KZPFF668268 NORTRAX EQUIPMENT CO. 12/07/15 OHL COMMUNITY ASPHALT CORP. �f ;' CominiunitFrom 2011 to 2015 y ai Asphalt Contracts Completed Within The Past Five Years Fiscal Yr. Project No.Description Contract Owner/Prime0W!A03 FDOT#241221-2-52-01 CR-516 Fm Minton Road to RJ Conlan 201456 439`664:27: FDOT Boulevard,Brevard Contract#T5212 FDOT#249856-4-52-01; Reconstruction of SR-5(US-1)South From MP 356 to 6000 2011 FDOT $ - 103 e1!8659O6Y SW 344 Street Contract#E6E39 FDOT#406870-1-52-01 6020 2013 From A pt S of PGA Blvd to A pt S 2013 FDOT $6 of Donald Ross Road M Contract#T4190 Q FDOT#228168-1-52-01 SR-20;From A pt W of Presidential 6 i 02 2009 FDOT .,M Circle to Hollywood Canal Contract#T4146 'i-WNTV"�ON SR-9 ...... WO FDOT#406870-2-52-01 Frc (1-95)From A PT.S.of Donald f,5 2013 FDOT Ross Road to Indian Town Road Contract#T4187 FDOT#405506-8-52-01 2014 FDOT 1-95 DesignBuild .. ... . .. .... ,I 61=4 mg kgrw,igw -JS Project#200800125 2014 City of Port St. Lucie -4 5:21 • Asphaltic Concrete Paving fi bul low'! 2014 Miami-Dade; Project.#NC9004; Orange $� 2;621452861 !V Design Build 2013 RFP-09-05 Miami Dade Expressway Authorities SR-924, SR-874&SR-878 Miami-Dade FDOT#406094-4-52-01 SR-91 (Turnpike Mainline)From Peters 2011 FDOT —3W�7617 Road to Sunrise Boulevard Contract#E8J55 v MIC-Earlington Hieghts,Connector 2014 Odebrecht-Tower-Community Earthwork,MOT and Asphalt Pavement 6 2z W22Z 4 2011 Monroe-Drive Utility Improvements Cha Equipment 160 Wick ffi,7 g - 729 2011 ham Road at NASA Boulevard& Palm Beach Grading IN.7,65VVZ Ellis Avenue FDOT#426248-1-52-01 Nfi 6255 . 2011 20th Street From Oslo Road to SR-60 FDOT Contract#T4249A Revised 3/30/16(se) � 1 I i I f OHL COMMUNITY ASPHALT CORP. Community From 2011 to 2015 1- AspMllt Contracts Completed Within The Past Five Years I FDOT#423553-1-52-01Y FDOT#423553-2-52-01 FDOT#416853-1-52-01 '-6265 2011' FDOT $t'� 2,1r27`892y09> SR-5(Overseas Hwy) ' = From Hwy MM.97 to.MM100 Contract#T6169 W-111,15, FDOT#427560-1-52-01FDOT#427561-1=72-01 �.6275 2011; FDOT $ ,r' ,r446�036:01 I ftM,_Lj_ ; Spot Asphalt Repair Primary Interstate,l Contract#E4K94=2 ' FAU Innovations Apartments American Engineering r ` 62ti4 2011' $ :x,, X322 623.44^ Boca Raton Development , , -1-52-01FDOT#419653 SIR-A1A(Ocean Drive)From Martin n 6295 ` 2012 FDOT ` I s r � County Line to MP 5.0804 $, 4297.895�81' Contract#T4261 IMNEA WIN 710 2014 2011 Annual Milling&Resurfacing Town of Palm Beach AN '2E651�356:t64? FDOT#416905-1-52-01 <, SR-706(Indian Town Road)From E of ,h6305` rK 2011FDOTt r z � Chasewood Plaza o G=' t E of Old Dixie Hwy. •� ,f�� ,� ,,ter: Contract#T4262 `. FDOT#419854-1-52-01 >yIK ' ' Contract#T6216 Fm A Pt. N of 37 ° , pw 45 ' fi ;'6310 ? 2014 FDOT $ 5`61:2367}3U Street to A Pt. N of Cocoplum Driverrf SR-5(Overseas Hwy) Monroe ` x� ` ` FDOT#418095/422616/7-1-52-01/2 SR-934(Normandy)From Rue Notre .. > .N k6330 4 2012 FDOT � " X694.931 X725' I r Dane to Bay Drive Contract#T6187 f FDOT#419825-1-52-01/02 sa SR-934(71st Street)From Bay Drive { 6335 2012 East to S FDOT `$: L 1 1;65`1x78 371 R-A1A Collins Avenue ; ' 3 Contract#T6241 2011 33rd Street and Poinsetta'Avenue Utility =,�, ' �• Foster Marine r' s Improvements $ . 136;26 63;r Palm Beach County/Annual fi340 2014 Annual Asphalt Milling&Resurfacing Asphalt k$•= rr 2,,19,7�UQ765ii , M , FDOT#41456-1-52-01 { f, s" ' v„ Contract#E41<87 2014 6345: > � FDOT �� �� 1x2;85.9;460.55 v Design-Builder Miramar Parkway InterchangeNEW- w ' r P6C-Piggy Back'2011 6358 2014' Village of Wellington 7+:6;826:74'= Various Streets,Wellington,33414 v a• "" R � Roadway Repair and Resurfacing,at "� ' , ?s 6360 ; 2011 The Village of Golf $; 51'0`.979 85 z , fij various street locations .�G�9x ' I Revised 3/30/16(se) i i I OHL COMMUNITY ASPHALT CORP. Community From 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years The Cove 1632AN 2011 West Construction Inc. 15th Avenue, Deerfield Beach FDOT#412795-3-52-01 SR-5/US-1 From Datran Drive to SW ®R Mr. FDOT hK 2012 1 .1 67th Avenue Contract#E6G 15 rte.SR MSLeisure Services&Public Works6'378? 2013, Area Paving&Excavating, Inc. Compound I-VWN ;6379 Y 2011 Commerce Center of Coconut Creek Miami-Dade County 2115!mt Belvedere Road&Pike Road Palm Beach County Board of 8380 2011 Improvements Project#2006102 County North Lennard Road(MSBU) '�40 St. Lucie County 2014 Guettler Brothers Construction S05� IMA MINN. T6vl W"W911 AS 2013 Florida Turnpike Service Plazas Project Stride Contractor Inc. �11 i M"A 1 2 92MMd O : P, W1. -1004) R Carriage Hills Drive(11 ffiffiswl 2011 Atlanttic Southern Paving Palm Beach County 0�E 1A 2014 Palm Beach County, Lyons Road Rosso Paving&Drain; Lyons 4636, _4 4.6N M Road N 56A 5 INS ON R M 9 0 2013, Annual Asphalt Paving and Resurfacing Indian River County 18 FDOT#406095-8-52-01 FDOT#406095-5-52-2 'Q3 2011 Turnpike Main Milling&Resurfacing, FDOT w2 Miramar Parkway&Griffing Road `;k- Contract#E81<51 JPalm Beach County Contractors Aunurn Ave Improvements aSqt P 5, 2013 Foster Marine C ME � I , Milling&Resurfacing 040111. 2013 City of West Palm Beach R' Parker Avenue and Georgia Avenue RON 2012 Old Dixie Highway and Hidden Valley Road Rosso Paving&Drainage, Inc. 6403 2011 Sugar Mills 2011 Various Locations H&R of Belle 1Gla 11 am.11 Glade, Inc. 19 -7(NW 7th Avenue) "U0 {�oll 2014 S R Arazoza Brothers No ' 'x469,924^78' , Contract#T6246 Palm Springs-Piggyback 2013 Village of Palm Springs _9455'71- Project#20111051 ,r W-P -0.1 Project#2004608; Northlake Bouleavard PBC Board of County1.0201411 WS NINE "I A Bridge over Loxahatches Slough Comissioners OHL COMMUNITY ASPHALT CORP. CommOnity From 2011 to 2015 :t' Asphalt Contracts Completed Within The Past Five Years 707 Roadway Improvements 6411 2013 (Jensen Beach) CR 707(Dixie Hwy)& Palm Beach Grading NE Ric Pine Lane, Martin County SR-70(Okeechobee Road) ,eb� -3`-. -j 2014 from SR713(Kings Hwy)to Crossroads Gibbs&Register, Inc Parkway,St Lucie County Pan American West NW 25th Street, 'X6414 2011 Trans Florida '6 132nd Place&137th Avenue &gz 6 Forest Hill Boulevard, Section 3 a MAI A .- 88',581V 05,2�? 2011 i �1' Wl�R il H&J Contracting �M8W8 -,§6'5' - ffl @5 ROA, Wellington 'RXR�14R RA. IN, g'�j N INN 53rd Street(PH 2)&LIS-1 .1 ' 2011 Ryan Golf Corporation a 44V,398�,26'. it Vero Beach/Gifford I, '--' 2: z Forest Hill Boulevard, Section 2 v-'116420- 2011 ' H&J Contracting Wellington ziupport Service 6.422, 2012 Vero Beach 53rd Street and 66th Timothy Rose Contracting i M4-7- Avenue -N Walton Road Widening from Village '141642: 3 2011 Green Drive to Leonard Road, St Lucie Sheltra&Son Construction Duda Farms-2011 ' 4b4z 2013, Duda RDCR-800, Belle Glade, 33430 A. Duda&Sons, Inc. gVV, "05 Palm Beach County o MAI FDOT#423204-1-52-01 ld- -10 FDOT#423202-3-52-01 6430-"t, 2012 FDOT 060.45: i * SR-91 Between MP 1.148 to MP 3.310 t,rl-'z0R No! Contract#E8K80 V- 4 i5� FDOT#421659-2-52-01 Contract#T4302 -820; Hollywood Boulevard, Fm A Pt ffiffi k SR v! 64. 3 5�0-- 2014 FDOT 'i834 -1 1 - g. E of SR-7(US-441)to 44th Avenue, Broward 114 0111,111 FDOT#426843-2-52-01 SR -9(1-95) From Linton Blvd.to 2012X6440 = FDOT Boynton Beach Blvd. f ter' Contract#T4295 jWindsor Park North 1400 ..M 1 " if 2013 Indian Creek Pkwy Ryan Golf Corp Plam Beach County "I'll 'M r. FDOT#421682-1-52-01 SR-786(PGA Blvd.)From Turnpike W 2012 FDOT S Entrance(Fairway Drive) Contract# T4299 1417040A rX, 5 51st Court(VB) 0 201 Ryan and Golf Corporation . 1 Between 49th Street-55th Street EFV 41.11"q_I Revised 3130116(se) i f OHL COMMUNITY ASPHALT CORP. :'• Community From 2011 to 2015 ! Asphalt Contracts Completed Within The Past Five Years ' FDOT#423351-1-52-01 -< SR-5(US-1)From SR-404 Ramps to , 6455 2012 ' FDOT $ ,� 3,168=987:01 d -T" Oyster Place ..4 e 'f Contract#T5378 i I FDOT#423115-1-52-011; 6460 2012 ` SR-5(US-1)Port St. Lucie Blvd. FDOT ��• 'c Contract#T4298 FDOT#421659-1-52-01 j SR-820(Pines Blvd.)From Douglas ' _64 5 2013 FDOT 3{0'S5f964 20 ' . ,;? Road to 64th Way(Pembroke Pines) . I f Contract#T4312 s ,. SR-874 Killian Parkway Interchange 6466 2012 ' Asphalt Group MDX Project#87404 �J,z SR-826(Palmetto Expressway)Section 2013 The Demo a Group Bird Road/Miller Drive Interchanges 8173,u 4:36i88� �" �'•g � } ' �t. x `. Compartment B Build Out a 68= 2012 US-27 at MP 55 C.W. Roberts Contracting, Inc. 596,50: 16469 2012 FPL Riveria Beach Combined Recycle Zachry Industrial ? y rr �' FDOT#422953-1-52-01 SR 76(Kanner Hwy.) From Mayaca to � 2012 FDOT W of SR-710 $ s xJ ' Contract#T4300 " - �'��� SR-80 Turnpike Toll Plaza Dedicated 2012 xfi.6471' Russel Engineering $;'3A. 24'8;23130? ,1 SunPass Lane Conversion Port of Palm Beach Slip#3 472 2012 Rosso Paving&Drainage Inc. $ '" ' 12Y1�83y1:8Q ' Riviera Beach ��� Pine Creek Sporting Club 6T4y7;8: t 2012 (Okeechobee)Phase 2 Guettler Construction $3"• MR,:7199dfod) yi. P rid � j �y��„n� •.i��.R` :gI(.i;-� � 23721 NE 48th Avenue r,' 3 ' Harmony Heights Stormwater Imp. PH 1 0924:2013 � South Section,Fort Pierce, Florida, Guettler Construction St. Lucie County ^r FDOT#422988-1-52-01 SR-809(Military Trail From.N of SR-708 6480 2012 (Blue Heron Boulevard)to S of SR-786 FDOTs$ 2 fi51996397: ; (PGA Boulevard) Contract#T4297 Project#11-12-107 ,' 648,1 2014 Annual Contract;City-Wide RoadwayThe Ci of West Palm Beach `1;503;896568<, Resurfacing and Concrete Work X6`483 2014 Traditions Medical Center Guettler Brothers Construction ?"_30, 07 y I I I t i i Revised 3/30/16(se) 1 1 I t I I � OHL COMMUNITY ASPHALT CORP. Community From 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years wnr n FDOT#422964-1-52-01 Contrxct#T4307 SR-5(US-1)&AlA Fm A Pt N of Parker 645 2014 FDOT 004 Br.To A Fit. S of SR-706 (Indiantown Rd)and Frm A Pt. S of Burnt Br,to SR-5(US-1) Vista Vera Phase 1 Florida Engineering&Developing 2012 NW 213rd Street&NW 20th Lane&NW 03.209 8&q i Corp 37th Avenue Okeelanta 2012 1#111 WES, 2013 Bella Glade, Florida H&R of Belle Glade Inc 5- .- Palm Beach County ,�$6490-,, 2014 SR-70(Okeechobee Road) Guettler Brothers Construction7A 74,' SR-7&C51 Canal Bridge Widening, ft 64 1 1 W-4.2i, 2014 Southern Boulevard&SR-7,West Palm Russell Engineering, Inc. 5731 Beach County FDOT#421681-1-52-01 Contract#T4310 2014 SR-714(Marting Downs)Fm Turnpike FDOT 89980e47 Entracnce to Mapp Road "I NR6'-y FDOT#424659-1-52-01 '6498k�zz 2014 Contrcat#E4N05; SR-717 frm SR- FDOT polio 265 36: 880/Mlk Jr. Blvd to SR-80/Main St Tfu"' AN Our Lady of Lourdes Academy !W9 2012 Central Florida Equipment 5525 SW 84th Street 'FDOT#424656-1-52-01; Contract#T4336;SR-15 Fm 5th Street V502­05 2014 (W martin Luther King Jr. Blvd)(MP FDOT 10.307)to SR-700(Conners Hwy)(MP 14.265)Palm Beach County Limestone Creek Derainage PH IIC- 03, 2013 Asphalt, Mitchel Road Jupiter Florida, AKA Services, Inc FEE West Palm Beach 2 -1-52-01 FDOT#422956 Ir A 011-11 Contract#T4303;SR-70(Okeechobeeax ffl 2.4111 0 2014 Road)to SIR(LIS11)From A Pt. E of CR- FDOT 962 �4.. wr 5' y 611B(Jenkins Rd)to SIR 5(US1)St M, Lucie Daideland Mall West Wing Expasion, Central Florida Equipment 9506 A I 2013 Dadeland Mall Rentals, Inc. Miami-Dade County Design Build for NW 42nd Avenue 1164511 F601,114, 2012 Bridge Replacement City of Miami Gardens Miami-Dade County CDBG Roadway Resurfacing Project Floral Park Area NW 58 Street to 62 2013 Miami Dade Count Public Works Street&NW 17 Avenue to 21 Avenue y Pub N U. t Miami-Dade County .'0. Revised 3130/16(se) OHL� COMMUNITY ASPHALT CORP. CommunityFrom 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years SR-91(TPK)Ramp Bridge Replacement :I' 5 I U 3 " 2014 Condotte America,Inc. @ PGA Boulevard Palm Beach Gardens M is 2015 Palm Avenue Turn lane Expansion Sunbeam Properties, Inc. $ 7 x546;19727. _l r154141,0111' Asphalt Paving&Resurfacing IMF SR 2013' Indian River County 1000 36th Street,Vero Beach 32960 IN` v US M FDOT#42987-1-52-01 1,RUM SR-80(US-98) From Paker Avenue to R IN 2012 FDOT • Washington Road Contract#T4314 SRI` 3?; Bristol Lakes at Aberdeen N Bristol Lakes Homeowner's L Kkr�', f 6522 2013 Boynton Beach, Florida ---9wuVWVV-1 Association, Inc. M,V West Palm Beach NW 21st Terrace, 1610 NW 21st Street 323� 201 Cemex Terra Miami, FL 33142 RAI` 'g-,Via' W- wg, FDOT#427147-1-52-01 "p% -91 Contract#E8M32;SIR FDOT -VA -VI 768,453i,38, R 102.473 o 103.774 24 2014 N R Turnpike Mainline Between Mile Posts raya "g OEM X., Summerlin Commons Boulevard `1�&02 2013 5200 to 5237 Summerlin Commons Stevens&Layton, Inc. 428:+30': Boulevard Fort Myers Heron's Landing 5 -Jet Asphalt Repair Service, ff Xr�24 AM 201 942 S.W. 11 3th Terrace Broward County Inc Ii P�,Vm"10,10015 SR-Al A-Section B '630 2013 Riviera Beach, Florida H&J Contracting ��01, 1,wS 15 Palm Beach County 2014 Terry Street Turn Lane Addition City of Bonita Springs Public Old US-41, Bonita Springs Works `` ti38953`50 00 SR-AlA-Section C OWN 536 2013 Riviera Beach, Florida H J Contracting 5i, Gfo Palm Beach County ",MI Publix-Harbor Point Brewer Paving &Development, 65362013 Vero Beach LIS-1 &53rd Street Inc Indian River County M4 Indian Rive Boulevard, Resurfacing 41 st 2014 Indian River County $,Street to 53rd Street,Vero Beach Revised 3130116(se) OHL COMMUNITY ASPHALT CORP. From 2011 to 2015 CommOnity Asphalt Contracts Completed Within The Past Five Years SR-AIA-Section D 840, 2013 - Riviera Beach, Florida H&J Contracting �r, Palm Beach CouAty Heritage Trail 654, 2313 MM 52 to MM 11 Charley Toppino&Sons Monroe County FDOT#425647-1-52 SR-989 From SW 240th St&SW 248th '6545 2012 , FDOT b, 67129LL ' St to N of SW 246 Stip: Contract#E6G54 NO MIN®R- Gateway Community 6548:K2013; Gateway Services Dev. District 3T!62,", Lee County . ....... ..... A SR-AlA Repairs 2013 Johnson Brothers109;34185 I Broward County 4 s m FDOT#406150-5-52-01; Contract# �. M 6 'T E81-59;SR-91 Florida's Turnpike 2014 FDOT Mainline, From Atlantic Boulevard to the Palm Beach County Line wli 10 Er6 VA 2013 A"I A Asphalt Paving Services Repair South ir '6551r AMEC 9Runway 5 IF., M On WA 2014 -1�Q,977TA 4 ..../,6353 SR-60 Valve Adjustments, Indian River Indian River County -0w.09 T W'.. W 2012 South Country Water Service ER PBC Water Utilities Dept. -39: Replacement Z013 Asphalt Paving Services Repair South Southbay Builders LLC South Runway, Indian River 0 2015 Immokalee Road Paved Shoulders Collier County Purchasing Improvements, Naples Department Jt Countess Drive Hoemle Park 2012 Palm Beach Grading, Inc. §1033 NW Spanish Rio Project#10-11-034; NW 9th St Roadway im Tr '_rttil 2014 City of Miami -W Improvements Asphalt Paving Service AMEC Environmental& 657 2013 Runway 11-29 Patrick Airforce Base Infrastructure Revised 3/30/16(se) OHL COMMUNITY ASPHALT CORP. Cor11munity From 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years FDOT#229833-6-52-01; 65.75e 2014 Contract#E4M59 FDOT .463'� Varios Locations, Push Button Contract FDOT#409095-7-52-01HOMO, Y Lake Okeechobee Scenic Trail''00 � OR 550 2013 Along Herbert Hoove Dike From Apt.of FDOT i Y,4�31-; 7 A Canal Road to Apt. of SR-78 Contract#T1483 M i g 14-7f, FDOT#427926-1-52-01 586 SR 848(Stirling Road)SR -848 From A 2013 8 36 8 ;tj; FDOT Pt N of NW 68 Avenue to A Pt E of NW 67 Avenue,Contract#T4329 FDOT#425599-1-52-01 SR-5(US1)(Overseas Highway)From 659 2013 MP 16.313 to MP 17.042 FDOT .......... Monroe County Contract#T6280 FDOT#425600-7-52-01 SR-5(Overseas Highway)Mile Marker 111,Mail)151 2013 14.616 To Mike Marker 15.261 In FDOT %4.0 Z Saddlebunch Key Contract#E6G53 Resurfacing 2011 {F11030) 66010�i�tffi 2013 Various St locations Sanibel City of Sanibel gnt% Florida Lee County Heron Glen Pavement Restoration fl- 610011',' 2012 Herons Glen Homes 2250 Avenida Del Vera Roadway Improvementsa' nd Lee County Procurement �'3 q- 6 2011 Resurfacing at Various Locations 5 44,_- 3.1 Z."-1- 1 - ��­�. I Management Conuntrywide 2307 Sandoval Boulevard 2012 NEI WQNR'' Bonita Bay Group X 05 Cape Coral 1 00 Williams Road Resurfacing 62 2 35-y"' 013 Glades County BOCC 6 y3k84;d0; Glades County Pusahbutton Contract Various i��_6 2015 Locations, Roadway Construction and FDOT $z X294219 47= -; 4 Intersection Improvements Congree Avenue, Lantana Rd to South ,C61460 2013 H&J Contracting of Mela Leuca Lane Palm Beach County 7%11 FDOT#425211-2-52-01 FDOT#425211-1-52-01 2013 SR-25 Okeechobee Road FDOT 94 From A.Pt W of NW 118 Ave to Miami Dade County Line Contract#T6263 j . R Sanitary Sewer Repairs F 6655 2012 SR-80(Southern Blvd.) City of West Palm Beach R4 R . . ` � � ! ! � l . ' | ` | � . . / | ' , . . ' . COMMUNITY ASPHALT CORP. OHL From 201.1 to 2015 Commdnity Contracts Completed Within The Past Five Years Asphalt � | . | | / . . 6r 2013 City of Boca Raton Year 2011-2012,Various Areas � Runway 1OL-28R Rehabilitation Palm Beach Department � West Palm Beach of Airports | | ' 1 i . Contract#T627414utsl )2 2014 SR-826(Palmetto Expressway)SR-7 FDOT . ! � (US-441)and SR-9 Fm NW 13th Avenue,to Turnpike 1-95 Connector 66th Avenue Roadway Improvemetns PH2 fm 4th Street to 16th Street,Vero Guettler Brothers Construction 2014 8.61,90 Beach ! / | � / . . | . � . . . � � WIN | . ! / / | . . . | / | � / | / / | / | / | | / ` ! Marlympla Way to A.Pt W of Copley Drive, Charlotte 054 Forest Hill Boulevard/Stribling Lane 0,01 2013 Village of Wellington J' WiiiOM�'W Improvements,Wellington '%nr� 2015 Palm Bay Parkway The City Of Palm Bay 2015 Asphaltic Concrete Paving 10-199 Tons City of Port Sant Lucie zr 31711' 2014 SR-860/NW 186th/Miami Gardens Drive FDOT U M%luo Fm SR-9311-75 to WeM of NW 87th Avenue, Miami-Dade ON gy Contrat#T1 523 SR-78 fm A Pt.W of Santa Barbara Blvd.to A Pt.W of Del Prado Blvd. Lee Lake Washington Road 5 6- 2013 Guettler&Sons Construction Brevard County ON YA 10 RYE 2014 PW13-06rrM Turn Lane Improvements City of Cape Coral ' | | RevAoed 3/30116(se) / / | / | � i I 1 l 1 ". OHL COMMUNITY ASPHALT CORP. 'A Community From 2011 to 2015 "= Asphalt Contracts Completed Within The Past Five Years I 1 1 , x FDOT#427010-1-52-01 ENO, Contract#T4354 f 6728r 2014 SR-7(US 441) Fm A Pt. S.of FDOT $ 1:;4=14,'-7..62.09: { Holmberg/Johnson Road to Plam Beach ``' ' >* Co. LineMIMI ,•� .�e{,.+��; �'F. , 8 2014. 2013 Street Resurfacing Project City of Sanibel $ 589}2244; 1 CR-78 Corridor-Kell Mill Boulevard to 2014 Hendry County $ 0' 9, 2, Nobles Road I "�. FDOT#431281-1=52-01 l� • � _ �09 f t Contract#E8M05 s '-sem i << � ani � �z:;;�•; SR-869 Sawgrass Expressway/SR-869 �r' �z' '-.: I ^6735 ; 2015 FDOT $ 405.;1x311512%89 t to an All Electronic Tolling(AET)Facility fm Interstate 75 the Florida's Turnpike Mainline/SR-91u4 1 FDOT#249614-8-52-01 MERI Contract#T6302 t Y ll 2014 SR-997(Krome Avenue)Fm A Pt. S of FDOT '$ �'r1;839;8,7f129 Mii SW 122 St.to A Pr.S of-SR-94(Kendall :�•,:, �>:. �,s',�� MIA- Drive)Miami-Dade �. FDOT#431079-1-52-01 �tRN ' fF56, a.`x.d.arg. 1 } Contract#E8M79rs':-k,��•�. �'.i j;6737 2015 Turnpike Mainline(SR-91)fm Galdes FDOT $� y6;68U92074, ` Road to South of Atlantic Avenue A Interchange FDOT#428486-1-52-01 a,6738�� 2015 Contract#T6296 FDOT2�435;763'M SR-856(William Lehman Causeway) ' FDOT#427022-1-52-01 i 'n 11s,Contract#T4355 �.TsM++� M�62014 SR-510(Wabasso Road)Fm A Pt.W of FDOT �$��,�: :}649;044:32; y SR-5 US-1 To Intercoastal Waterway Br. No. 880052, Indian River ` . ` I 1674 2015 Runway 12-30PavementRehabilitation Miami-Dade Aviation Department 44 -OOU 00 FDOT#424671-1-52-01 1 = Xa= 672 2015 Contract#T4359 FDOT $�; 4;U4s1 "88612w; SR-811 Dixie Highway) FDOT#427513-1-52-01 � Contract#T6308 FDOT $ ,f3;968;54811 20158 j12i ' SR-972(Coral Way)SW 22nd StreetUM s NI 8746 2015 Adjustments/Relocation of City Utilities City of Miami Beach r$ 1i,1w160 Me r NIM 6-ff 2015 Grande Palms Guttler Brothers Construction ��;$h 253¢745:85 1 � � Walmart Homestead 30401 S. r�r i 2014 Dade Contracting ?�$'�•''�4- 228;781`.1:0: , Federal Highway,Miami-Dade 67tH. 2015 College Avenue Roadway Improvements Bergeron Land Development, Inc. 1 I 1 ' 1 I i I I ' i 1 I i 1 t t { I ONL COMMUNITY ASPHALT CORP. 3 Community From 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years I S7 2015 ` Lantana Road Zep Construction, Inc. r ;81°4 624' {.� 67605 2015 Oslo Roasway Improvements PH-111 Tim Rose Contracting $ r .90 ; ` Julia Turtle _ Y { Halley Engineering k... :6763 2013 Causeway Ramps a�$;� ,�`•20,1�672�10F � w Construction Inc. ; _ Miami-Dade County F South County Water Replacement ,• 3 - ' Palm Beach County Utilities 00: 2015 , Project Phase II-Asphalt Mill& `3U537557 1Resurface Department µK s Pavement Resurfacing Program Fiscal 6768, 2015 City of Boca Raton $ '999,248'24- { Year 2012-2013,Various Areas yscs Q J• x I 0 ::�r,a Local Road Paving ' .0 t.67.7,0.x., 2015 City of Cape Coral r$ Yi:' ,.777i 4:77131 I x F.. South Cape Coral,2013 ,• ���; • ; �'� `�� Palm Beach Count Department R NO N. :. i 677,_8 2014 F45 Taxiway D and H Extensions of Airports $ <' 7;742:43: ._:� ,.. B-130480 2015 Count Wide Resurfacing Lee County Board of County1506;990:01: Commissioners Road/Improvements FY 13 Contract 3 t , FDOT#430858-1-52-01 �x����• " x�5<°3 Contract#T1571 a=:67 CK' 2014 FDOT = =aSR-82 MLK at Veronica Shoemaker s= { s! Lee County Palm Springs Gravity Sewer ' I F�6790; iPhasek's w ct on, I AKA Services, Inc. I1. 2014 Reconstruction, t j Palm Springs s Contract#E6H89 y .679:1i 2015 FDOT $ 1;642,337.15.; cf �Y �y SR-825/SW 137th Avenue RF9#2014-2662 Martin County Board of Countyu `�„�� t�•:: N�� r= 6794 2014 Dixie Highway ResurfacingCom ssionersEZW $� 1!;323;9.7895F Of 2015 Immokalee Airport Runway Construction Owen-Ames-Kimbal Company $ 2s~3848Erilv 094' 1 - r Marco Island Airport Runway lMEMO, I-. 679 2015 Construction Owen-Ames-Kimbal Company $ F: 963? Countywide Resurfacing f�3 Fl�t; y.i )•• •7 ,:etc. 4 ,7•3.� ! v>6Bo0v 2014 Contract 1 FY 2014 Lee Lee CountyB.O.C.0 1,1;39;6312; a ' County ; w�a-r 6603`', 2015 12th Street&27th Avenue Tim Rose Contracting 255;985?98: .�-r.',''��0ON ' Palm Springs Gravity Sewer a 04 2014 Reconstruction,Phase 3 AKA Services, Inc. 1� Palm Springs ' 96 • NW 14th Street NW 14th St from NW Florida Engineering& g 801 2015 `a$ 254 184;3 Ei j � ; . 17th Avenue to NW 7th Avenue Development Corp. ' Slid, 2015 Delray Place, Delray Florida Florida Engineering& }1F7� 544''=� �s Development Corp =��:� ! Revised 3130/16(se) ! I 1 t OHL ! COMMUNITY ASPHALT CORP. . : Community From 2011 to 2015 Asphalt Contracts Completed Within The Past Five Years i FDOT#429143-1-52-01 764-1-11 2015 Contract#E6106 FDOT $. .� 5A'1i 39109 SR-5 US-1 Overseas Highway 91 Ep MMEN3�:��ass 2015 Sawgrass Lakes Guttler Brother's Construction ENb�Rrl _ si.GF.r�A'3YV 'n'fl.DyeiJ.YC I i Six Mile Cypress at Colonial Boulevard Lee County Board of County r; ; � 6811 2015 $ 2W- 745204Dual Right Turn Lanes Commissioners , +- �� s I Ortona Road Resurfacing Glades County Board Board of 6818 2015 $ . 870;361x18: I Glades County County Commissioners t 681:9 - 2015, CR-836 Repaving 2014 Hendry County ;$,i;• , - ;708;3 V.47' FDOT#429135-1-52-01 �� sf6822 20151 Contract#T6288 FDOT r,$3H X3;942=1 4:1• SR-826 Palmetto Expressway) I 2 2015 Cascade at Tradition PH3 Triple R. Paving, Inc. Y198( 902>4t FDOT#429184-1-52-01 2015 Contract#T6353 FDOT ` � SR-9 NW 27th Ave } es, Inc.817 ° Palm Springs GravitySewer 1R77x ti62015 AKA Servic308Is ;1,4 Reconstruction-Phase 2 �? ts� 6832:` 2015 Ash Monofill and Compost Facility Thalle Constuction Company r$E � 889t958: '68- 2015 Suncoast Estates-Phase 2 Clay's Site Work&Development $ ,267 FDOT#4333966-1-52-01a�*a R1,32 ;52{1`:3b0: 2015 Contract#E4P41 FDOT ggi'r � II Okeelanta Airstrip, South BaINNER- Y SIX37 ? 2015 y H&R of Belle Glade $ 291 2? '{ Palm Beach Coun !YM,£, ¢ 6�8yg9y 2015 Raw Water Main-Section B Ric-Man Construction Florida, Inc. r1 ��' 129 13.44 6840r ', 2015 SR-5(US-1)Overseas Highway Charley Toppino&Sons, Inc. �$ t. X434;652:30: �"c+l.A2. L`. �'QJxY[��?k��"=:^•re<'.!4NP1.1i:YY.YIe ' E`ryy%,68%'i'` 2Hendry County 015, Miscellaneous Paving 2014, Labelle OWN 2 79 8 3 U5j +' '�+c'FC ?i• bra` c . ?�Y ' 6853 2015 Oriole Road Extension Clary's Site Work&Development '$ : 383`4'Agy Hatton Highway Bridge Over PWCD I 6855a 2015 H &R of Belle Glade Inc Canal No.2 . r µ r; Atex- X6858 ,7 2015 Cepe Coral U.E.P. Contract 2 E&N Construction, Inc. >:$1"� r569�58750`. MDuda Farms 2014 ' ' °'- ' ',K1159-',!,' 2014 ' 6000 Duda Road Belle Glades Duda Farms Fresh Foods71 $ 160�83OF �, ::4a fits tse61 .> _ 2015 Century Village West Atlantic Southern Sealcoating ;$ 1;1.6,202 00 fid''M. 1 .,`w``.R'} •`•'r-yl'2; y1"`�", I :&'. ���� TOPB Ejector Station Mill&Resurfacing 6863• 2014 Rosso Site Development F,$. ' �1150;1aU120 Palm Beach County 6871- 2015 30Atlantic Southern Paving& g$ 5; 1;455ry Villaga West 2 - , Sealcoating S87 2015 Wal-Mart#2396 H&G Construction $ 2T111 I , I � ' i . - ' ! i | / ! / | | ` `. ! / / / | | / , / / , | ` | . / / / { ' � | | ! | � / ! . ` OHL COMMUNITY ASPHALT CORP. From 2011 to 2015 Community Contracts Completed Within The Past Five Years Asphalt AN 2015 Orchid Isles Estates Knight, McGuire&Associates mu mgg 2015 Old Dixie Highway Resurfacing. Timothy Rose Contracting 1 MM,t�MN809 S -1.MIR W. 55' Countywide Resurfacing Roadway Lee County Board of County ra '. 2015 12 02i961 Improvements FYI 5 Contract I Commissioners '0 Countywide Resurfacing Roadway Lee County Board of County 12015 Improvements FYI 5 Contract 2 Commissioners ng 4§05 2015 Mast Arm Conversion Group I Miramar 112�9 Horsepower Electric, Inc I A Parkway and Douglas Road(INT 3277) NIT 01 Mast Arm Conversion Group I Cypress 0 2015 Horsepower Electric, Inc 4t Creek Road&Andres Ave. (ITN 1029) A6tn' 2015 Cape Coral U.E.P.Contract 2.1 Ric-Man Construction Florida, Inc. kt@41 2015 Paving FY 2015-Phase I City of Cape Coral %r_'1qgt' 2015 La Paloma Park, Boynton Beach, FL La Paloma Group, Inc. 2015 Flemming Street&Main, Sebastian, FL Timothy Rose Contracting 2015 Harvest Cove Guettler Brothers Construction ..... '6 9 3 6 2015 Six Mile Crossing-Phase I Haskins, Inc. X 4 015 Duda-2015 Duda Farm Fresh Foods, Inc. -1 11101 IrANe i 2015 Sanibel 2015 Street Resurfacing City of Sanibel g 41 5 2015 2016 Sugar Mills H&R of Belle Glade MINE' pA .#;,-Q!_k§'41 2015 Acme Dairy Road Wynn&Sons ffll4 & 9 2015 Administration Complex Guettler&Sons Construction Lincoln Park Timothy Rose Contracting . Revised 3/30/16(se) / / / ' | . . � BOARD OF COUNTY COMMISSIONERS �4 VER A � l *F�ORI�P February 21, 2017 via Email Community Asphalt,Corp. Attn: Ms.Jennifer Bickford 2975 Industrial Boulevard Vero Beach, FL 32967 NOTICE OF AWARD Reference: Indian River County Bid No.2017017 Round Island Riverside Park Pavement Resurfacing Dear Ms. Bickford: It is my pleasure to inform you that on February 21, 2017, the Board of County Commissioners awarded the above-referenced project to your company.The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Public Construction Bond (unrecorded) in the amount of 100%of the contract amount($233,504.70). 2. Two Signed Copies of Enclosed Agreement. 3. Certificate of Insurance indicating coverage required by Article 5 of the General Conditions (section 00700 of the bid documents) and Supplemental Conditions (Section 00800 of the bid documents). Certificate(s)must name Indian River County as additional insured and must provide for a 30 day Notice of Cancellation. 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,March 8, 2017. 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, ,e nifdf Hyde Purchasing Manager Office of Management and Budget •Purchasing Division 180027 th Street,Vero Beach,Florida 32960•(772)226-1416•Fax:(772)770-5140 E-mail:purchasing@irc�ov.com@irc�ov.com I SECTION 00520 -Agreement (Public Works) TABLE OF CONTENTS Title Paqe ARTICLE1 -WORK.................................................................................................................................2 ARTICLE2-THE PROJECT..................................................................................................................2 ARTICLE3—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 06-14 00520-1 F\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc SECTION 00520 -Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Community pCorp.Asphalt Cor (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Milling and resurfacing of the existing roads and parking areas in Round Island Park. Full depth reclamation of the asphalt area of the boat launching ramp and regrading of the existing swa/e. Pavement markings, signage, a small section of new sidewalk and sodding will also be included in this project. 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: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING County Project Number: 1619 Bid Number: 2017017 Project Address: 2200 South A1A, Vero Beach, Florida 32963 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. B. The Contractor may only close the park entrance and associated facilities for (14) calendar days. All resurfacing activities requiring closure or detouring of the internal park roadways or the main entrance off of U.S. -Al shall be completed within this timeframe. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment 00520-Agreement(Public Works)REV 06-14 00520-2 F:\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc A. The Work will be substantially completed on or before the 45th calendar 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 75th calendar day after the date when the Contract Times commence to run. ************************************************************************************************************ 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $958.00 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 $958.00 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 5.01.13, 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: $ 233,504.70 Written Amount: ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. 00520-Agreement(Public Works)REV 06-14 00520-3 F:\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc Il 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. 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 00520-Agreement(Public Works)REV 06-14 00520-4 F-\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc 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 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. 00520-Agreement(Public Works)REV 06-14 00520-5 F\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc 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 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to 00700-45, inclusive); 7. Supplementary Conditions (pages 00800-i 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 7, inclusive, with each sheet bearing the following general title: Round Island Riverside Park Pavement Resurfacing; 10. Addenda (numbers to , inclusive); 11. Appendices to this Agreement (enumerated as follows): Appendix A— IRC Fertilizer Ordinances 12. CONTRACTOR'S BID (pages 00310-1 to 00310-7, inclusive); 13. Bid Bond (page 00430-1); 14. Qualifications Questionnaire (page 00456-1 to 00456-4, inclusive); 15. List of Subcontractors (page 00458-1); 00520-Agreement(Public Works)REV 06-14 ; 00520-6 F,\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc 16. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 17. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 18. 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); 19. Contractor's Final Certification of the Work (page 00632-1 to 00632-2 of the Specifications). ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue 00520-Agreement(Public Works)REV 06-14 00520-7 F-\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.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 required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time 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 for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecordsAircgov.com Indian River County Office of the County Attorney 1801 271' Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 00520-Agreement(Public Works)REV 06-14 00520-8 F\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on February 21 , 2017 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY COMM TY ASPHALT CORP. . ••Y MY•YY ru ph E. Fles er hairman (Contra lbr)C Manuel Agu ar, Cofpoxafte.-Vice President% 1p �t o (C pAPO S j) ' 44 Br wn, County X&Ministrator ••;LO�y'• ........��� Attest i r Andrea Trelles,Asst-"S'e ,re'ta)7y,,� APPROVED AS TO FORM AL SUFF E Y. Y� Dylan Reingold, County Attorney Address for giving notices: Jeffrey R. Smith, Clerk of Court and Comptroller fi� eNR" l�6140 License No. Attest. � .6��1 (Where applicable) Deputy Clerk (SEAL) Agent for service of process: Designated Representative: Name: James W. Ennis, P.E., PMP Designated Representative: Title: County Engineer Name: 1801 27th Street Title: Vero Beach, Florida 32960 Address: (772)226-1221 Facsimile: (772) 778-9391 Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) ** END OF SECTION ** 00520-Agreement(Public Works)REV 06-14 00520-9 F:\Purchasing\Bids\2016-2017 FY(2017000)\2017017 Round Island Riverside Park Pavement\00520-Agreement(Public Works)REV 06-14.doc SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING. IRC Project No: 1619 IRC Bid No. 2017017 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 45 calendar days for Substantial Completion of this project and 75 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) ; (TITLE) 00550-Notice to Proceed REV 1-4-11 00550-1 F'\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round!Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00550-Notice to Proceed REV 1-4-11.doc Rev.05/01 3120170013762 RECORDED IN THE RECORDS OF JEFFREY R.SMITH,CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3008 PG: 52,3115/2017 2:42 PM Public Work RS.Chapter 255.05(1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION ZSS.OS OR SECTION 713.23 FLORIDA STATUTES,AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2)OR SECTION 713.23 FLORIDA STATUTES. BOND NO: 015052921 CONTRACTOR NAME: Community Asphalt-Corp. CONTRACTOR ADDRESS: 2975 Industrial Boulevard Vero Beach,Florida 32967 CONTRACTOR PHONE NO. 772.316-1761 SURETY COMPANY NAME. Liberty Mutual Insurance Company SURETY PRINCIPAL 175 Berkeley Street BUSINESS ADDRESS: Boston,MA 02116 SURETY PHONE NO. 617-357-9500 OWNER NAME: Indian River County OWNER ADDRESS: 1600 27th Street Vero Beach,Florida 32960 OWNER PHONE NO: 772-226.1416 OBLIGEE NAME: (if contracting entity is different from the owner,the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $233,504.70 CONTRACT NO: County Project Number.1619 ((f applicablel DESCRIPTION OF WORK: Round Island Riverside Park Pavement Resurfacing PROJECT LOCATION: 2200 South AIA Vero Beach,Florida 32963 LEGAL DESCRIPTION: (If applicable) FROW PAGE , AU other bund page(&)are demes aubtepamt to tbb page regardless utany page mmtwr(,)feat cry be parted d- 00610-2 bereon00610-2 00610-Public Construction Bond F:V ub1,,;Works%FNGINEERING DIVISION PROJECTS11619 Round Island Facility Paving\1,Adminlb)d documents%%ster Contract , Docunants100610-Public Construction Bond.doc A TRUE COPY CERTIRCATION ON LAST PAGE J.R.SMITH.CLERK ; 8K: 3008 PG: 53 PUBLIC CONSTRUCTION BOND Bond No. 015052921 (enter bond number) BY THIS BOND,We Community Asphalt Corp. ,as Principal and Liberty Mutual Insurance Company ,a corporation,as Surety,are bound to Indian River County herein called Owner,in the sum of$233,504.70 , for payment of which we bind ourselves,our heirs,personal representatives,successors,and assigns,jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated February 21 2017 between Principal and Owner for Construction of Round Island Riverside Park Pavement Resurfacing , the contract being made a part of this bond by reference,at the times and in the manner prescribed in the contract;and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,supplying Principal with labor,materials,or supplies,used directly or indirectly by Principal in the prosecution of the work provided for in the contract;and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings,that Owner sustains because of a default by Principal under the contract;and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract,then this bond is void;otherwise it remains in full fol'ce. Any action instituted by a claimant under this bond for payment must be in q..* Ronce vt--., `..,. with the notice and time limitation provisions in Section 255.05(2),Florida Statif. 'a��•� .;,,;; Any changes in or under the contract documents and compliance or with any formalities connected with the contract or the changes does nottdT$ s'•r :; obligation under this bond. 4 ' ,•��., r:. C munity Asphalt Corp: DATED ON March 2,2017 By �- Manui��J el Name of Princi ' a;; ;'•�°:�GeI?n^,=;-. By. ` As Affodas&in a I;lme n Aa@toj; Liberty Mutual Insurance Com ° �, " ; ' Name of Surat '�•'`''��''•• •' ^'. 00610-9 00610-Public Construction Bond F:WubIic WorksIENGINEERING DIVISION PROJECTS\1619 Round Island Facifity Pavtng11-Adrrinldd documentsWaster Contract Doouments100610-Public Construction Sond.doe A TRUE COPY CERTIRCATION ON LAST PAGE J.R.SMITH,CLERK BK: 3008 PG: 54 THIS POWER OF ATTORNEY IS NOT VAUD UNLESS IT IS PRINTED ON RED BACKGROUND. I*POMsr of Attorney Raft the aeb of tlaoss named hardn,and Indy hm no aWlodty to bind the Compamr oxcapt In the manner and to the extent herds stated. • Certificate No.73MM American Firs and Casualty Company Uberty M4uN IDsura nce Company The 0hIo Casually Insaxance Company West American Nsuralce Company POWER OF ATTORNEY IWOWN ALL PERSONS BY THESE PRESENTS-ThatAmedcan Fore&Casualty Company and The Ohio Casualty lnsurerce Company are corporations duty orger&W under the laws of the State ofNewtlaarpshlre,Nat Liberty Mutual Insurance Compary Is a coaporagon dutyergan$ed under Me laws of to State of Massachusetts,and WntAmaaiean ihsaranee Company is acorporation*4orgarhhadunder the lawsdaceState dIndianatEtaemincooecttaglycaledthis•Compaaies�, mualtttoandbyeughatyherolnaadtath,Eoeshereby name.corstilute endappolnt, Camale M.Cruz.tiaGdette Alexadei—� Jaot 7e rrte:iSrdwHampton :_ >.;... andfle of Miami slseacrI`L. -.:''eadiiii9viB if two be its to make execute,seal a dY z:. _ ualy coma@ aftamey-he=tatt. �acknowledge and defvar for and on Its b"as surety eda.as.fs al'"deed,'ali'Aad of tmdedakings,bdWs,lleooyMiarioes and dhersumty abTgatiora;tn.'pprsaanee dthese Firearms ted and '.. be asbinding upon SaeCompaniesasIibeyYaevsbeaiadialy'slgned*hQ President and attested ths,se6rdarry of the 0xif'ipierlin;In their oyq#.4W persons. IN WITNESS WHEREOF,this Power ofAnw iihas Oasis su d.by a t euthaized oihcer or¢Rase of Gan pejgk,,lied the co e:s s d fine Compan es leave been affaed himtomis t7m dyd May - totsMifiCim N1D=•lS'p `YY INS( 1NSd' INSUq Fire and Cwu,fty C,,,,,y S "�� Y7,* a^�� �"P• 3¢� The Ohio Casualty Insurance Company 2 1906 o i i9ts 1912 1991 n v e�o ��� Liberty y 10Wet Company e STATE OF PENNSYLVANIA as David M. Assiamnt Secretary s W COUNTY OF MONTGOMERY c On this t71h day of Mar 20�sbefore no person*appeared Dodd M.Carey,who adotaMedged hktlselt ro be the Assistant Secretary d American Fire and �H Oe Ceslatly Company,LRaty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American fnsuraroe Company.and that he,as such,being authorized so to do, m N p w execute fore begoli g irstrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. E $` IN WITNESS WHEREOF,I have hereunto subscribed In name and affixed my notarial sed at Plymouth Meefing,Pennsylvania,on the day and year firsnt above written. Q +'nl 6APA COMMONWEALTH OF PENNSYLVANIA m9 y� oxa•arPf NoNow"Seel tC0 IA oto s i Toren Peatg4, aary nK By: Nom ' O 8 My dE ?B.2Dt7 Teresa Pasteea,Notary Pubic �@ O0 Mombe,PemvfrWa Amodaaan of Nftdw .9 This Powadbna Ateyisntadeand exeadedpay suadtoan aMaitydtoA tleawingBylawsaradAufrodzatiasdAnlericatFxand ap O♦a Company,Liberty Mutual tmurance C«rpmy,and WeatAmaical Insurance Comparhy which resolutions are raw In full face and effect readmg as follows; MIR m im 1! ARTICLE IV-OFFICERS-Saxdaoni2 Pow ofkt may.AnyolficeyoroMaoffcialoftheCorporationauOtaCedfafstpurposeinwrb*bytheChairmaord*President,andsu*ct e $ in mach fnAatloo as the Chairman or the President may prescribe,shag appoint such as may be necessary to ad In behalf of gore Corporation to maw execrate,seal, k o E 5 a*m owledge and dellwas study any and a at undartldgs r .bonds,meogrhanees and other suretyobligations,Such eaaaaeys-bin-fact.subject to the fn'fatiomset tooth in their respective •p pawns of attomay,shall have full power to bid the Corporation by fsir sIpstare and execution of any such Instruments and to attach thereto the seal dere Corporation.When so —a! p Lo executed,such iseumass shat be as binding as if signed by the Prealderd and attested to by the Secretary Any power or authority granted W any representative or afomeydnfaax under >o ,a ghat provision of ft aide may be revoked at any time by the Board,the Chapman,ire President or by the officer or officers granting such pow"or aufxady. t a C ARIIICLE XIf-Execution of Controls-SECTION 5.Surety Bads and Undertakings.Any officer of the Company authorized for that purpose in writing by the ftme n or the presdent, go? andbject suto aaxh it,tefau as the chakman or ft president may presabe,shall appoint such ettaneysdndai as maybe necessary toad in behaf d the Camparly to malas,execute, cC4 p seal,admowlealge and dellva as surety cry and of dak undeigs,bonds,moognizances end other surety obligations. Such atomeys4i-fad subject to the intendant sit forth in Nei C o? Z 0 powers dattarncy,shat haze full power to bind the Company by their signstae and execution day such indnrmw is and to attach fhereto the seal dike Carp"..Where co 36 executed eucth Instruments shat be esLin6rhg as f agned by thepresdaM e d atpsted OYthe secretary. 01 CaracatedMsigmton-ThePza oftheCarpariy,adkiggfFslieiattothe'BylaiivaofJlie:Compan'y,.ori(faaizesDerldM:Ceieq;3,C stilt.SeaetayroappaidsarchatoMaya•in- ~' fad as may be necessary to ad on beinoljAtghe Caxnpaiy to molcetexpdiia,seal,ac mavdefgeaad deNrer.as suretyarry and an underta hangs Maids,recoplyahoes end aNgr.sady 0190—. AuUaodtalion-Byunanirtaaasconsantatthe; 6B6ardd`Ulre�tas,thatortpalrcoa�9itE0ndfecsiinile«medicerairanYaeProduoetl6iAn?luregani aM.a9cf4W7d)aiB ---.Y Cmpaar,wtherever eppeafeg upon a oarafiedicapy oEaiiy{iovrar etetto hey issued by t,e cnrtipBny'en oauheaia,witlisAty bonds.snag tid-i'MQ�rhe b rig capon,aT`e io�tp,y�Y�, the same faoe and etfed as though manually:affixed: v * ;' I,OregayW.Davenport the axdaaigned,Assi;nor°f;Seaetsy,offt an'FieadCasuafy� w'vcry,TheDhloCaWafty* rmmConpmn,�Y. ,. kh WestAnerican Insaxahce Company do Hereby ceitC'Bhat the alginal poei iofaI may b Aicb the faeg6hy13 a lull;tro4aodcprtad caAYcT Ore PaNar d 6a_(d•.- Companies,is in fig faros and dW and has not timlWaked. tit TESTIMONY WHEREOF,I have hereunto set my hand and aitored Ne seats d ser d Companies QhU day of Q�L%� i _• c 7:r' ��0��4 _3YINSp Jn�INSDgtyC Q,IJ"uuoq,� .�;= ��•�C1'%•:.� r� C � � S f 1906 s o tat9 n i 1912 u 1991 i BY� �i��.Z'�J••��f.9 Th�'�� '�� �.� �p �) !e �e Gregory W.Daven �,4,,,� �♦ ! �1 ♦ 1•� ♦ ♦ 433 of SOO LwIS_12973_121013 STATE OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY THAT THIS IS ATRUE AND CORRECT COPY OF THE ORIGINAL' FILE IN THIS OFFICE.THIS ORIGINAL MAY HAVE RE CTED INFORMATION AS STATED IN FLORIDA STAT 11 .Ol �r ATE / 'nom CERTIFICATE OF LIABILITY INSURANCE DATE03M /DOD'/YYYY) 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 have ADDITIONAL INSURED provisions or 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 () C Aon Risk Services Northeast, inc. NAME:PH NE New York NY Office (AIC.No.Ext): 0866) 283-7122 FAX No.; 800-363-0105 `y 199 Water Street E-MAIL O New York NY 10038-3551 USA ADDRESS. _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA. Illinois National Insurance Co 23817 Community Asphalt Corp. INSURER B: The Insurance Co of the State of PA 19429 9675 N.W. 117th Avenue Suite 108 INSURER C: Miami FL 33178 USA INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: 570065632474 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.INSR AUDL SUER P0, Limits shown are as requested LTR TYPE OF INSURANCE ICY EFF POLICY ExP INSD WVD POLICY NUMBER MMIDDIYYYY MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $2,000,000 DAMAGE TO CLAIMS-MADE X❑OCCUR PREMISES Ea occurrence $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 t GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $4,000,000 N POLICY �JET ❑X LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: p 0 AI` AUTOMOBILE LIABILITY 3194530 12/31/2016 12/31/2017 COMBINED SINGLE LIMIT $1,750,000 U1SIR applies per policy tors & condi ions Ea accident X ANYAUTO BODILY INJURY(Per person) O OWNED SCHEDAUTOS ONLY AUTOS BODILY BODILY INJURY(Per accident) y HIRED AUTOS NON-OWNEDPROPERTY DAMAGE V ONLY AUTOS ONLY Per accident t d UMBRELLALIAB HOCCUR EACH OCCURRENCE U EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION B WORKERS COMPENSATION AND 14629414 —1273 1-72 0-16 12 3-172 0-17 X I PER STATUTE I OTH- EMPLOYERS'LIABILITY YIN ER ANY PROPRIETOR/PARTNER/EXECUTIVE N E.L.EACH ACCIDENT $1,000,000' OFFICER/MEMBER EXCLUDED? ❑ N I A (Mandatory in NH) E.L DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000— DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE. CAC#7085; Round Island Riverside Park Pavement Resurfacing, County Project. 1619, Bid No. 2017017, Project Address. 2200 South AlA, Vero Beach, FL 32963. Indian River County is included as Additional Insured in accordance with the policy rJ provisions of the General Liability policy. �i CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1 - 800 27tt h Street Ver county AUTHORIZED REPRESENTATIVE 1800 2 Vero Beach FL 32960 USA CXl4yd i%��6fiLfCQeD���✓fdQ ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 00610 - PUBLIC CONSTRUCTION BOND INSTRUCTION FOR PUBLIC CONSTRUCTION BOND The front or cover page to the required public construction payment and performance bond shall contain the information required by Fla. Stat. 255.05(1)(a), and be substantially in the format shown on the first page following this instruction. The Public Construction Bond shall be in the form suggested by Fla. Stat. 255.05(3) as shown on the second page following this instruction. A Power of Attorney from a surety insurer authorized to do business in Florida, authorizing the signature of the Attorney in Fact who executes the Public Construction Bond shall accompany that Bond. 00610-1 00610-Public Construction Bond F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc Public Work F.S. Chapter 255.05 (1)(a) Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2)OR SECTION 713.23 FLORIDA STATUTES. BOND NO: CONTRACTOR NAME: CONTRACTOR ADDRESS: CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: (If contracting entity is different from the owner,the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(s)are deemed subsequent to this page regardless of any page number(s)that may be printed thereon. 00610-2 00610-Public Construction Bond F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc PUBLIC CONSTRUCTION BOND Bond No. (enter bond number) ; BY THIS BOND, We , as Principal and a corporation, as Surety, are bound to herein called Owner, in the sum of$ , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated between Principal and Owner for construction of , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON , (Name of Principal) By (As Attorney in Fact) (Name of Surety) 00610-3 00610-Public Construction Bond F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00610-Public Construction Bond.doc SECTION 00620 -Sample Certificate of Liability Insurance CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE INSURED COMPANY A- COMPANY B- COMPANY C- COMPANY D- COMPANY E- COVERAGES 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 ACCORDED 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. POLICY INSR POLICY EFFECTIVE POLICY EXPIRATION LM TYPE OF INSURANCE NUMBER DATE MM/DD DATE MM/D/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A ❑COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any One Fire $ 50,000 ❑CLAIMS MADE-❑OCCUR MED.EXP.(Any One Person $ 5,000 ❑ PERSONAL&ADV INJURY $ 1,000,000 ❑ GENERAL AGGREGATE $ 1,000,000 ❑ PRODUCTS—COMP/OP AGG. $ 1,000,000 ❑ $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A ❑ANY AUTO (Ea.Occurrence) $ 1,000,000 ❑ALL OWNED AUTOS _ BODILY INJURY __ _ ❑SCHEDULED AUTOS (Person) $ er P ❑HIRED AUTOS BODILY INJURY $ [INON-OWNEDAUTOS (Per Accident) ❑ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY—EA ACCIDENT $ ❑ OTHER THAN EA ACC $ ❑ AUTO ONLY AGG $ A EXCESS LIABILITY EACH OCCURRENCE ❑ ❑CLAIMS MADE ❑DEDUCTIBLE AGGREGATE $ ❑RETENTION$ $ $ WORKER'S COMPENSATION AND A EMPLOYER'S LIABILITY ❑WC STATUTORY LIMITS E.L.EACH ACCIDENT $ 100,000 THE E.L.DISEASE—EA $ 500,000 PROPRIETOR/PARTNERS/ ❑INCL EXECUTIVE OFFICERS ARE: ❑EXCL E.L.DISEASE-POLICY LIMIT $ 100,000. OTHER: FULL REPLACEMENT COST BUILDER'S RISK OF THE WORK DESCRIPTION OF OPERATIONS/LOCATIONS VEHICLES/SPECIAL ITEMS CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ADDITIONAL INSURED: INDIAN RIVER COUNTY 1801 27TM STREET VERO BEACH FL 32960-3388 00620-Sample Certificate of Liability Insurance REV 04-07 00620-1 F•\Public WorksIENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00620-Sample Certificate of Liability Insurance REV 04-07.doc Rev 05/01 SECTION 00622 - Contractor's Application for Payment ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2017017 Project No.: 1619 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or-): $ 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5. Retainage (per Agreement): % of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION 6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622-Contractor's Application for Payment-03-10 rev 00622-1 F'\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00622-Contractor's Application for Payment-03-10 rev.doc Rev 05/01 Page 2 of 5 2. Updated Construction Schedule per Specification Section 01310, and Dated By: (CONTRACTOR— must be signed by an Officer of the Corporation) Print Name and Title STATE OF FLORIDA COUNTY OF INDIAN RIVER 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 —120 is personally known to me or has produced as identification. NOTARY PUBLIC: (SEAL) Printed name: Commission No.: Commission Expiration: Please remit payment to: Contractor's Name: Address: [The remainder of this page was left blank intentionally] 00622-Contractor's Application for Payment-03-10 re'v 00622-2 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00622-Contractor's Application for Payment-03-10 rev.doc Rev.05101 I 1 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: l ; 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 Business Address BY: - - - Print Name: Title: (Affix Corporate SEAL) STATE OF (FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared, to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for, and that he/she has been authorized by it to approve payment, by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of; 20 ' Notary,Public, State of My Commission Expires: [The remainder of this page was left blank intentionally] 00622-Contractor's Application for Payment-03-10 rev 00622-3 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00622-Contractors Application for Payment-03-10 rev.doc Rev 05/01 i 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: 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] i Page 5of5 00622-Contractor's Application for Payment-03-10 rev; 00622-4 F'\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00622-Contractors Application for Payment-03-10 rev.doc Rev 05/01 i ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622-Contractor's Application for Payment-03-10 rev 00622-5 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\l-Admin\bid documents\Master Contract Documents\00622-Contractors Application for Payment-03-10 rev.doc Rev 05/01 PROJECT NAME: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING Project No. 1619 Payment Application No.Fl,!z 1 : PREVIOUS BALANCE TO SCHEDULED VALUE APPLICATION THIS PERIOD TOTAL COMPLETED % MATERIALS FINISH item I No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL ..,vn -_. -`-'E$ ',-+«vny . '-.� M9 �e,�`_%��.�.i.�>`a� _ ts- _ -fit�i.�.= �` - _ _ 101- �� -= _ _ �''�.Itv,�y�._ -��?T ate-`"�' ��� 4�." _ -.-s:�� -r-� -__ _ +'�' -- - " ,e�.'�.�e �`§.,`;._ _...,_F .,: - `. �.. „�'"_ �_1 `le f''&� - t.:;;a,:s” ��.1u" st ..� - = s •� .a�P b�-?'t t...; a�=1..,-„o.:,.„�, �..k»s%,�-�.°�+:., `'...s,.3 .,x ns:�-�2.x ..�-•' ��=- H i SUBTOTAL SUBTOTAL 0.00 0.00 0.00 0.00 0.00 0.00 FORCE ACCOUNT 1 LS .#. _ �.. `c-c - .:sE -•',i ,r _'.F'4U�:C _.,��}�, ... -..: a..t. 14.'.' {::�"� ��. •...3= K:' �5 :�:� �- .�::.'?i'��._�0:.3.-F.-'-�'.. ..�+aa�az.z 2q,..315..;�n'�,',�"�.Y�._.a��,_�. ''�:'' �;.kv'. �'�`.-�r�`_-r�.�.�`.'i`snt s',� ,.��'_'•'_.-�'�_` �;v ;'�i�..Y.- � � 127,'u GRAND TOTAL TOTAL 0.00 AMOUNT COMPLETED TO DATE $0.00 MATERIALS STORED TO DATE $0.00 SUB-TOTAL MATERIALS STORED AND COMPLETED TO D DATE $0.00 G) RETAINAGE AT 10% $0.00 TOTAL COMPLETED AND STORED LESS RETAINAGE $0.00 N LESS PREVIOUS PAYMENT $0.00 AMOUNT DUE CONTRACTOR $0.00 F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc SECTION 00630 - Certificate of Substantial Completion Date of Issuance: 20 OWNER: Indian River County CONTRACTOR- Project No.: 1619 Project Description: Milling and resurfacing of the existing roads and parking areas in Round Island Park. Full depth reclamation of the asphalt area of the boat launching ramp and regrading of the existing Swale. Pavement markings, signage, a small section of new sidewalk and sodding will also be included in this proiect. OWNER's Bid No. 2017017 CONTRACT FOR: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING. 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 30 calendar days of the above date of Substantial Completion. 00630-Certificate of Substantial Completion REV 04-07 00630-1 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00630-Certificate of Substantial Completion REV 04-07.doc 1 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.] I This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: (Date). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION 00630-Certificate of Substantial Completion REV 04-07 00630-2 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\Master Contract Documents\00630-Certificate of ' Substantial Completion REV 04-07.doc SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING IRC PROJECT NO: 1619 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 y t is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of 120 , 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00632-Contractor's Final Certification REV 04-07.doc 5. The Work is complete and ready for final acceptance by the OWNER. 6. CONTRACTOR hereby certifies that it has no claims against the OWNER. (Corporate Seal) (Contractor) By: Subscribed and sworn to before me this_day of , 20 Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00632-Contractor's Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING INDIAN RIVER COUNTY PROJECT# 1619 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 isted-below--[Attach additional sheets as necessary] (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: ; Telephone Number: 00634-Professional Surveyor and Mapper's Cert 00634-1 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00634-Professional Surveyor and Mapper's Cert.doc Rev.06/01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS ; AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright©1996 National Society of Professional Engineers 1420 King Street, Alexandria,VA 22314 American Consulting Engineers Council 1015 15th Street N W.,Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.................................... ............................. ..... ... .................. .. . 5 1.01 Defined Terms.............................. ...................................................................... ...... ................. ....5 1.02 Terminology....... .... .. ... . .............................. ..... ........... ................................. ........................... ..7 ARTICLE 2-PRELIMINARY MATTERS.............. ....... .................................. ........... ..................... .. ...................... 8 2.01 Delivery of Bonds...................... ..................................... .... ......................................................... ..8 2.02 Copies of Documents.............................. ....... ....... ........ .................. .... .................................... .8 2.03 Commencement of Contract Times;Notice to Proceed................ . ................................................8 2.04 Starting the Work.................. . . .. . ....................................... .................................... .............. ....8 2.05 Before Starting Construction......... ......................................... ...... . . ............. ........... ....................8 2.06 Preconstruction Conference.. . .... .......... ............. ............ . ....... . ................. .............................9 2.07 Initial Acceptance of Schedules............................... .......................................................................9 ARTICLE 3-CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE...... ........ ......................... ......................9 3.01 Intent................................. ..... ................................................................. ... ... .............................9 3.02 Reference Standards.......... .. .................................................................... . . . ...........................10 3.03 Reporting and Resolving Discrepancies.................................. ................... .. . . .. .........................10 3.04 Amending and Supplementing Contract Documents............ ........................ ...... . ............... .....10 3.05 Reuse of Documents......... .................................................... .. ...................... . ................. .. .10 ARTICLE 4-AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS........................................................ ..... . ... ............................ ....... .........................................11 4 01 Availability of Lands....... .. .. . ...................... .......... .......................... ........................................11 4.02 Subsurface and Physical Conditions. .......... .......................... .... ..................... .........................11 4 03 Differing Subsurface or Physical Conditions............................ ... .. ...... .............. ..........................11 4.04 Underground Facilities. .................. ... ..... ........ ...... ............ ... . ...................................................12 4.05 Reference Points............ . . ........................................ .......... . . ........................................ ......... .13 4 06 Hazardous Environmental Condition at Site.. .. . ..... .. ...................................................................13 ARTICLE 5-BONDS AND INSURANCE....... .......... . . . ... ... . .. ..... ............ ..... ............................................... ..14 5 01 Performance, Payment, and Other Bonds. ......... ...... ............. ....... ............... ................. .. ... ..14 5.02 Licensed Sureties and Insurers......................... . ........ ............ ......................... ................ ...........15 5.03 Certificates of Insurance . . .................. ........ . . . ........ ....................... ............................. ......... ..15 5.04 CONTRACTOR's Liability Insurance.......................................... .....................................................15 5.05 OWNER's Liability Insurance............................................................................................................16 5 06 Property Insurance........... .................................. ................................. ..........................................16 5.07 Waiver of Rights...... ........................................................................................... ................... ........17 5 08 Receipt and Application of Insurance Proceeds... ...... ............................. .. ................................18 5.09 Acceptance of Bonds and Insurance;Option to Replace........... ....................... ...... ............. ........18 5.10 Partial Utilization, Acknowledgment of Property Insurer..................................... ...........................18 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES......................................... ............................ . ......................18 6 01 Supervision and Superintendence............... .... .. ...................................... .... ................................18 6.02 Labor; Working Hours............................................................................................................... .......19 6.03 Services, Materials, and Equipment ........................................................................ ......................19 6.04 Progress Schedule......... . ........................................................................... ....................................19 6.05 Substitutes and"Or-Equals"........................................ . ............ ...................... . . ..........................19 6 06 Concerning Subcontractors, Suppliers, and Others ........................................................................21 00700-General Conditions REV 5-10-13 00700-2 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\I-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc 6.07 Patent Fees and Royalties. . ............ ............................................ .... ............................ ..... .........22 6.08 Permits. . ........................................... .... ... . ... .. . ........ ..............................................................22 6 09 Laws and Regulations............ .......... ..... ... . . . .............................. .... ....................................... .22 6.10 Taxes... ........ .. ......................................................................... .......................................................22 6.11 Use of Site and Other Areas..... ....... ....... ... ... ...... ... .................. ..... .......... .............................22 6.12 Record Documents... ............................................................. . ........ . ......................................... ..23 6.13 Safety and Protection......................... ........................ ..................................... .. . .........................23 6.14 Safety Representative .......... .. ......... .... ......... ...... .................................. ........................... .........24 6.15 Hazard Communication Programs... .............. ........... ........... .................. .. .............. ....................24 6.16 Emergencies....... . . ..................... .... .... ....... .............................. ................................................24 6.17 Shop Drawings and Samples.... ... .. ... ............ ................ ........................ ....................................24 6.18 Continuing the Work.. . .. .......... . ..... .. ........................ ........... .. ... ...........................................25 6.19 CONTRACTOR's General Warranty and Guarantee........................... ................................ ..........25 6.20 Indemnification.................... ............ .... ... . ... . ................................ ........... .............. . .............26 ARTICLE7-OTHER WORK............ ................................................................... .................................. ....................26 7.01 Related Work at Site. .... .......... ........ ............. ...... .................... ............. .............................. . ....26 7.02 Coordination............... .................. . ... ..... ...... ...... .. ....................................................... ..... ....27 ARTICLE 8-OWNER'S RESPONSIBILITIES.......... ............................................ ... .................................................27 8.01 Communications to Contractor............................................................................. ................... . ... .27 8.02 Replacement of ENGINEER............ ...... .. ........ ................................. ................................ . .......27 8.03 Furnish Data.. ................................. . .. . .. . ......... ........................... ... .... . ...................... ............27 - --- - - ---- -8.-04-Pay-Promptly-When Due. :.-..:... . .................................................. : .-.-....::................27--- -- - . . .. . 8.05 Lands and Easements;Reports and Tests .. . ..................................................... ... .... ............27 8 06 Insurance.. .. .. ............................ ..... .... .... . .. ............................................................ .. ............28 8.07 Change Orders ..... ............................ ....... .. ...... ........................................................ ..................28 8.08 Inspections, Tests, and Approvals................................... ...... .. ....................... .................. . .....28 8 09 Limitations on OWNER's Responsibilities............................... ... ............. .... .. .................. . . .....28 8.10 Undisclosed Hazardous Environmental Condition............... . .. . ................. . ... . ............. . . .. ..28 8.11 Evidence of Financial Arrangements.... ........... ........ ......... . . . .................. .......................... . .....28 ARTICLE 9- ENGINEER'S STATUS DURING CONSTRUCTION.................. ........................................ ....... ........28 9 01 OWNER'S Representative. ... ......... .. . .............................. ......... ................... .... .......... . . ..28 9 02 Visits to Site......................... ...................................... ........................................................... .........28 9.03 Project Representative........ .............................. ....... ..... ......................... .................. .................28 9.04 Clarifications and Interpretations.... .. ... ................ ....................... ....... ......................................29 9.05 Authorized Variations in Work...................................................................... ....................................29 9.06 Rejecting Defective Work.. .............................................................................................................29 9.07 Shop Drawings, Change Orders and Payments..... ........................................................................29 9 08 Determination for Unit Price Work.... ... .... ....................................................................................29 9 09 Decisions on Requirements of Contract Documents and Acceptability of Work................... .........29 9.10 Limitations on ENGINEER's Authority and Responsibilities.............................................................30 ARTICLE 10-CHANGES IN THE WORK; CLAIMS... ........ ..................................... ................. ... .. .....................30 10.01 Authorized Changes in the Work.......................................................................... . .......................30 10 02 Unauthorized Changes in the Work........ ....................................................... . .............. ............ .30 10.03 Execution of Change Orders......... ......................................................................... . .....................30 10.04 Notification to Surety.................................................................. .............................. . ......... ........31 10.05 Claims and Disputes......... ..................... ..... ....... .. ..... ...............................................................31 00700-General Conditions REV 5-10-13 00700-3 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\l-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc ARTICLE 11 -COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK.. ....... ...................................32 11.01 Cost of the Work......... . .................................... .. ...... ............... ............ ...................................32 11.02 Cash Allowances...... . ........ . ..... ....... ... ...................... . . .. ......... .......................... .......34 11.03 Unit Price Work............. . .......... ....... ......... . .. ...... . .................... . ....... ... .............. ............... 34 ARTICLE 12-CHANGE OF CONTRACT PRICE, CHANGE OF CONTRACT TIMES..............................................34 12.01 Change of Contract Price................................. ......................................... ..... .. .. ... ....................34 12.02 Change of Contract Times . .... . ............. . .......................................... ....................................35 12.03 Delays Beyond CONTRACTOR's Control.............. ....... ..............................................................35 12.04 Delays Within CONTRACTOR's Control.. ... . ... ...........................................................................35 12.05 Delays Beyond OWNER'S and Contractor's Control...... .......... .................................................. 35 12.06 Delay Damages.................................................. . . ........................ .... .....................................36 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK.................................................................. .... ........................... ..... .. .....................36 13.01 Notice of Defects ...... . .......... ....... ....... ..... ............ .... .................... ............. ................... ..36 13.02 Access to Work.................................................. ................. ............................ ............................36 13.03 Tests and Inspections....... ................................ ............ ........................... ........ .. . .....................36 13.04 Uncovering Work...................... ....................................... ............ .................................................37 13.05 OWNER May Stop the Work................................... ......................................................................37 13.06 Correction or Removal of Defective Work....................... . ............................................................37 13.07 Correction Period.............................................................. .............................................................37 13.08 Acceptance of Defective Work......................... ....... ...................................... ...............................38 13.09 OWNER May Correct Defective Work........... ...... .............................. ........ . . . ........................ ..38 ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION ................ ......................................................39 14 01 Schedule of Values . .............. .... . . .. .. ... . ........................ ......................................... .........39 14.02 Progress Payments................................................. .... ........... ....................... . ... .... .............. ...39 14 03 CONTRACTOR's Warranty of Title. ...... . .. ..... . . . ............ ........................ ........................ ...40 14.04 Substantial Completion.................................. ....... ... . .................. ....................... .......................41 14.05 Partial Utilization. ........ . ......... . ...... .. . . .... ..... ... .................................. .............................. ..41 14.06 Final Inspection........................... .... .................................... .........................................................42 14.07 Final Payment.......................................... ............ ............. . ....... .. ................................ ...........42 14.08 Final Completion Delayed................ ............................................................................42 14.09 Waiver of Claims... ..... ... . .... .... .... ... ........... ............. ........................................................ ..43 ARTICLE 15-SUSPENSION OF WORK AND TERMINATION....................................... .................................... ..43 15.01 OWNER May Suspend Work .... ......................... ................................................................. ....43 15.02 OWNER May Terminate for Cause.......--...-..............................................................................43 15.03 OWNER May Terminate For Convenience.. .. ...... .............. .......................................................44 15.04 CONTRACTOR May Stop Work or Terminate..... ................................................................... ...44 ARTICLE 16-DISPUTE RESOLUTION ....................................................................... ..............................................44 16.01 Methods and Procedures.......... .................... ............. ..... .......................... ..............................44 ARTICLE 17-MISCELLANEOUS... ....................... . .. .............................................................................................44 17.01 Giving Notice............... . ............ ............ ............................................................. .......................44 17.02 Computation of Times..... .... ...... ..... .............................................................. ...... .....................44 17.03 Cumulative Remedies......... . ................ .. .....................................................................................44 17.04 Survival of Obligations...... .................. ...........................................................................................45 17.05 Controlling Law.... . ............ ............................... ............................................................................45 00700-General Conditions REV 5-10-13 00700-4 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\I-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10-13.doc GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10. Claim--A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other 1.01 Defined Terms relief with respect to the terms of the Contract. A demand for money or services by a third party is not a A. Wherever used in the Contract Documents Claim. and printed with initial or all capital letters, the terms listed below will have the meanings indicated which 11 Contract--The entire and integrated are applicable to both the singular and plural thereof written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract 1. Addenda—Written or graphic instruments supersedes prior negotiations, representations, or issued prior to the opening of Bids which clarify, agreements,whether written or oral. correct, or change the Bidding Requirements or the Contract Documents. 12. Contract Documents—The Contract Documents establish the rights and obligations of the 2. Agreement--The written instrument which parties and include the Agreement, Addenda (which is evidence of the agreement between OWNER and pertain to the Contract Documents), CONTRACTOR's CONTRACTOR covering the Work. Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the 3. Application for Payment—The form Notice of Award) when attached as an exhibit to the acceptable to ENGINEER which is to be used by Agreement, the Notice to Proceed, the Bonds, these CONTRACTOR during the course of the Work in General Conditions, the Supplementary Conditions, requesting progress or final payments and which is to the Specifications and the Drawings as the same are be accompanied by such supporting documentation more specifically identified in the Agreement, together _as.is_.requir_ed_by_the_Contract_Documents.._._____ .-_ _ __.._with_all_Written Amendments,__Change_Orders,Work...__ Change Directives, Field Orders, and ENGINEER's 4. Asbestos—Any material .that contains written interpretations and clarifications issued on or more than one percent asbestos and is friable or is after the Effective Date of the Agreement. Approved releasing asbestos fibers into the air above current Shop Drawings and the reports and drawings of action levels established by the United States Occupa- subsurface and physical conditions are not Contract tional Safety and Health Administration. Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files 5. Bid—The offer or proposal of a bidder in electronic media format of text, data, graphics, and submitted on the prescribed form setting forth the the like that may be furnished by OWNER to prices for the Work to be performed. I CONTRACTOR are not Contract Documents. 6. Bidding Documents—The Bidding 13. Contract Price—The moneys payable by Requirements and the proposed Contract Documents OWNER to CONTRACTOR for completion of the (including all Addenda issued prior to receipt of Bids). Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of 7. Bidding Requirements—The paragraph 11 03 in the case of Unit Price Work) Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form 14. Contract Times—The number of days or with any supplements. the dates stated in the Agreement to: (i) achieve Substantial Completion, and (ii) complete the Work so 8 Bonds--Performance and payment bonds that it is ready for final payment as evidenced by and other instruments of security. ENGINEER's written recommendation of final pay- ment. 9. Change Order—A document recommend- ed by ENGINEER which is signed by CONTRACTOR 15. CONTRACTOR—The individual or entity and OWNER and authorizes an addition, deletion, or with whom OWNER has entered into the Agreement. revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the 16. Cost of the Work—See paragraph 11.01.A Effective Date of the Agreement. for definition. 00700-General Conditions REV 5-10-13 00700-5 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\l-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10-13.doc i 17. Drawings-That part of the Contract 27 Milestone-A principal event specified in Documents prepared or approved by ENGINEER the Contract Documents relating to an intermediate which graphically shows the scope, extent, and completion date or time prior to Substantial Comple- character of -the Work to be performed by tion of all the Work. CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so 28 Notice of Award-The written notice by defined. OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful 18. Effective Date of the Agreement--The bidder with the conditions precedent listed therein, date indicated in the Agreement on which it becomes OWNER will sign and deliver the Agreement. effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered 29 Notice to Proceed-A written notice given by the last of the two parties to sign and deliver. by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and 19. ENGINEER-The individual or entity on which CONTRACTOR shall start to perform the named as such in the Agreement. Work under the Contract Documents. 2-0. _F=A1GIAL9E-R!s GePRfdf;;Pt--An ;ndividuaI GF 30 OWNER--The individual, entity, public eRtity having-a-n-Aantrar-1 IA.f*tl�.' ENG'INEER'*to furnish body, or authority with whom CONTRACTOR has seRAGes as ENGINEER's independent professional entered into the Agreement and for whom the Work is to be performed. who is Iden ified as SUGh- in the Supp4ementaFy Senditiens. 31. Partial Utilization-Use by OWNER of a' substantially completed part of the Work for the pur- 21. Field Order-A written order issued by pose for which it is intended (or a related purpose) ENGINEER which requires minor changes in the prior to Substantial Completion of all the Work. _ ----Work but which doe_s not involve a change in the Contract Price or the Contract Times. 32. PCBs-Polychlorinated biphenyls. 22. General Requirements-Sections of 33. Petroleum-Petroleum, including crude oil Division 1 of the Specifications. The General or any fraction thereof which is liquid at standard Requirements pertain to all sections of the Specifica- conditions of temperature and pressure (60 degrees tions. Fahrenheit and 147 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil 23. Hazardous Environmental Condition--The refuse, gasoline, kerosene, and oil mixed with other presence at the Site of Asbestos, PCBs, Petroleum, non-Hazardous Waste and crude oils. Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a 34 Project-The total construction of which substantial danger to persons or property exposed the Work to be performed under the Contract thereto in connection with the Work. Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 24. Hazardous Waste--The term Hazardous Waste shall have the meaning provided in Section 35. Project Manual-The bound documentary 1004 of the Solid Waste Disposal Act (42 USC information prepared for bidding and constructing the Section 6903)as amended from time to time. Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is 25. Laws and Regulations; Laws or Regulat- contained in the table(s)of contents. ions-Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- 36. Radioactive Material--Source, special mental bodies, agencies, authorities, and courts nuclear, or byproduct _material as defined by the having jurisdiction. Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 26. Liens-Charges, security interests, or encumbrances upon Project funds, real property, or 37. Resident Project Representative-The personal property. authorized representative of ENGINEER who may be assigned to the Site or any part thereof 00700-General Conditions REV 5-10-13 00700-6 F\Public Works\ENGINEERING DIVISION PROJECTS11619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc 38. Samples—Physical examples of steam, liquid petroleum products, telephone or other materials, equipment, or workmanship that are communications, cable television, water, wastewater, representative of some portion of the Work and which storm water, other liquids or chemicals, or traffic or establish the standards by which such portion of the other control systems. Work will be judged. 47. Unit Price Work—Work to be paid for on 39. Shop Drawings—All drawings, diagrams, the basis of unit prices. illustrations, schedules, and other data or information which are specifically prepared or assembled by or for 48. Work—The entire completed construction CONTRACTOR and submitted by CONTRACTOR to or the various separately identifiable parts thereof re- illustrate some portion of the Work. quired to be provided under the Contract Documents. Work includes and is the result of performing or 40. Site—Lands or areas indicated in the providing all labor, services, and documentation Contract Documents as being furnished by OWNER necessary to produce such construction, and upon which the Work is to be performed, including furnishing, installing, and incorporating all materials rights-of-way and easements for access thereto, and and equipment into such construction, all as required such other lands furnished by OWNER which are by the Contract Documents. designated for the use of CONTRACTOR. 49. Work Change Directive--A written 41. Specifications—That part of the Contract statement to CONTRACTOR issued on or after the Documents consisting of written technical descriptions Effective Date of the Agreement and signed by of materials, equipment, systems, standards, and OWNER and recommended by ENGINEER ordering workmanship as applied to the Work and certain an addition, deletion, or revision in the Work, or administrative details applicable thereto. responding to differing or unforeseen subsurface or physical conditions under which the Work is to be 42. Subcontractor—An individual or entity performed or to emergencies. A Work Change having a direct contract with CONTRACTOR or with Directive will not change_ the Contract Price or the any other Subcontractor for the performance of a part Contract Times but is evidence that the parties expect of the Work at the Site. that the change ordered or documented by a Work Change Directive will be incorporated in a subse- 43. Substantial Completion—The time at quently issued Change Order following negotiations by which the Work (or a specified part thereof) has the parties as to its effect, if any, on the Contract Price progressed to the point where, in the opinion of or Contract Times. ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract 50. Written Amendment--A written statement Documents, so that the Work (or a specified part modifying the Contract Documents, signed by thereof) can be utilized for the purposes for which it is OWNER and CONTRACTOR on or after the Effective intended. The terms "substantially complete" and Date of the Agreement and normally dealing with the "substantially completed"as applied to all or part of the nonengineering or nontechnical rather than strictly Work refer to Substantial Completion thereof construction-related aspects of the Contract Docu- ments. 44. Supplementary Conditions—That part of the Contract Documents which amends or 1.02 Terminology supplements these General Conditions. A. Intent of Certain Terms or Adjectives 45. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a 1. Whenever in the Contract Documents the direct contract with CONTRACTOR or with any terms "as allowed," "as approved," or terms of like Subcontractor to furnish materials or equipment to be effect or import are used, or the adjectives incorporated in the Work by CONTRACTOR or any "reasonable," "suitable," "acceptable," "proper," Subcontractor. "satisfactory," or adjectives of like effect or import are used to describe an action or determination of 46. Underground Facilities—All underground ENGINEER as to the Work, it is intended that such pipelines, conduits, ducts, cables, wires, manholes, action or determination will be solely to evaluate, in vaults, tanks, tunnels, or other such facilities or general, the completed Work for compliance with attachments, and any encasements containing such the requirements of and information in the Contract facilities, including those that convey electricity, gases, Documents and conformance with the design 00700-General Conditions REV 5-10-13 00700-7 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc concept of the completed Project as a functioning 4. When "furnish," "install, "perform," or whole as shown or indicated in the Contract "provide" is not used in connection with services, Documents (unless there is a specific statement materials, or equipment in a context clearly indicating otherwise) The use of any such term or requiring an obligation of CONTRACTOR, adjective shall not be effective to assign to ENGI- "provide" is implied. NEER any duty or authority to supervise or direct the performance of the Work or any duty or E. Unless stated otherwise in the Contract Docu- authority to undertake responsibility contrary to the ments, words or phrases which have a well-known provisions of paragraph 9.10 or any other provision technical or construction industry or trade meaning are of the Contract Documents. used in the Contract Documents in accordance with such recognized meaning. B. Day 1. The word "day" shall constitute a ARTICLE 2 - PRELIMINARY MATTERS calendar day of 24 hours measured from midnight to the next midnight. 2.01 Delivery of Bonds C. Defective A. When CONTRACTOR delivers the executed 1. The word "defective,"when modifying Agreements to OWNER, CONTRACTOR shall also the word "Work," refers to Work that is deliver to OWNER such Bonds as CONTRACTOR unsatisfactory, faulty, or deficient in that it does may be required to furnish. not conform to the Contract Documents or does not meet the requirements of any inspection, 2.02 Copies of Documents reference standard, test, or approval referred to in the Contract Documents, or has been A. OWNER shall furnish to CONTRACTOR up damaged prior to ENGINEER's recom- to ten copies of the Contract Documents. Additional mendation of final payment (unless responsi- copies will be furnished upon request at the cost of bility for the protection thereof has been reproduction. assumed by OWNER at Substantial Completion in accordance with paragraph 2.03 Commencement of Contract Times;Notice 14.04 or 14.05). to Proceed D Furnish, Install, Perform, Provide A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- 1. The weld "furnish," when—:sed—;,; ment or, if a Notice to Proceed is given, on the day senneetien with sewises, materials, or indicated in the Notice to Proceed A Notice to Pro- it, shall mean to supply and delive may be given at any time within 30 days after the said servises,materials, e I .I eat to the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the use i^s+,"a+;^^ ^^a usable 9F operablee ninetieth day after the day of Bid opening or the seaditiert thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2. The wereinstall," when used in seAneGtien with—seFViGes, rnate,F;als, or 2.04 Starting the Work in final position said—seFviGes, materials—Or A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- tse. mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to 3. The words " run. when used iFl Gen„est',ORwith—SefVi^v^��r materials, t, c"^” FReaR +^ f Rich 2.05 Before Starting Construction ^'s„l—Baia—serrises, mateFials, er it GGIMplete and ready fGF A. CONTRACTOR's Review of Contract Docu- use. ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700-General Conditions REV 5-10-13 00700-8 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc Contract Documents and check and verify pertinent L;eFkinr. URderstandin^ amens the parties a to the figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or and other discrepancy which CONTRACTOR may discover and Payment and maintaining ren,tired reGC)Fds shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected 2.07 Initial Acceptance of Schedules thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any A. Unless otherwise provided in the Contract conflict, error, ambiguity, or discrepancy in the Documents, at least ten days before submission of the Contract Documents unless CONTRACTOR knew or first Application for Payment a conference attended by reasonably should have known thereof. CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- B. Preliminary Schedules: Within ten days after NEER as provided below the schedules submitted in the Effective Date of the Agreement(unless otherwise accordance with paragraph 2.05.6. CONTRACTOR specified in the General Requirements), CONTRAC- shall have an additional ten days to make corrections TOR shall submit to ENGINEER for its timely review: and adjustments and to complete and resubmit the schedules. No progress payment shall be made to 1. a preliminary progress schedule CONTRACTOR until acceptable schedules are indicating the times (numbers of days or dates) submitted to ENGINEER. for starting and completing the various stages of the Work, including any Milestones specified 1. The progress schedule will be in the Contract Documents; acceptable to ENGINEER if it provides an orderly progression of the Work to completion 2. a preliminary schedule of Shop within any specified Milestones and the Drawing and Sample submittals which will list Contract Times. Such acceptance will not each required submittal and the_times for sub- impose on ENGINEER responsibility for the mitting, reviewing, and processing such progress schedule, for sequencing, scheduling, submittal; and or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's 3. a preliminary schedule of values for full responsibility therefor. all of the Work which includes quantities and prices of items which when added together 2. CONTRACTOR's schedule of Shop equal the Contract Price and subdivides the Drawing and Sample submittals will be Work into component parts in sufficient detail to acceptable to ENGINEER if it provides a serve as the basis for progress payments workable arrangement for reviewing and during performance of the Work. Such prices processing the required submittals. will include an appropriate amount of overhead and profit applicable to each item of Work. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable the Site as stafted, GONTIR-A.GTOR -and- OWNER shall allocation of the Contract Price to component parts of the Work. additional insured- ut-It-I *P the Supplernenta ARTICLE 3-CONTRACT DOCUMENTS: INTENT, evidencegf reuranne whish either of themOF an AMENDING, REUSE GONT d1CTOR and OWNER respectively—afe 3.01 Intent A#asle 5. A. The Contract Documents are comple- 2.06 Preconstruction Conference mentary; what is called for by one is as binding as if called for by all. A Within 22days after the Gentrant Times Jta�i: +e Fun, but hefaFe any 1 oRk a+ the Site is started, a B. It is the intent of the Contract Documents to GOnferenGe attended by GONTRACT-OR, ENGINEER, describe a functionally complete Project(or part there- of) to be constructed in accordance with the Contract 00700-General Conditions REV 5-10-13 00700-9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc Documents. Any labor, documentation, services, CONTRACTOR shall report it to ENGINEER in materials, or equipment that may reasonably be writing at once. CONTRACTOR shall not inferred from the Contract Documents or from proceed with the Work affected thereby(except prevailing custom or trade usage as being required to in an emergency as required by paragraph produce the intended result will be provided whether 6 16.A) until an amendment or supplement to or not specifically called for at no additional cost to the Contract Documents has been issued by OWNER. one of the methods indicated in paragraph 3 04; provided, however, that CONTRACTOR C. Clarifications and interpretations of the shall not be liable to OWNER or ENGINEER for Contract Documents shall be issued by ENGINEER failure to report any such conflict, error, as provided in Article 9. ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have 3.02 Reference Standards known thereof. A. Standards, Specifications, Codes, Laws, and B. Resolving Discrepancies Regulations 1. Except as may be otherwise 1. Reference to standards, specifica- specifically stated in the Contract Documents, tions, manuals, or codes of any technical the provisions of the Contract Documents shall society, organization, or association, or to Laws take precedence in resolving any conflict, error, or Regulations, whether such reference be ambiguity, or discrepancy between the specific or by implication, shall mean the stan- provisions of the Contract Documents and: dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of a. the provisions of any standard, Bidsor on the Effective Date of the Agreement specification, ( gmanual, code, or instruction if there were no Bids), except as may be (whether or not specifically incorporated by otherwise specifically stated in the Contract reference in the Contract Documents); ocmor Duents. - - — --- ----- -- -- b. the provisions of any Laws or 2. No provision of any such standard, Regulations applicable to the performance specification, manual or code, or any instruction of the Work(unless such an interpretation of of a Supplier shall be effective to change the the provisions of the Contract Documents duties or responsibilities of OWNER, would result in violation of such Law or CONTRACTOR, or ENGINEER, or any of their Regulation). subcontractors, consultants, agents, or employ- ees from those set forth in the Contract 3.Q4 Amending and Supplementing Contract Documents, nor shall any such provision or Documents instruction be effective to assign to OWNER, ENGINEER, or any , of ENGINEER's A. The Contract Documents may be amended to Consultants, agents, or employees any duty or provide for additions, deletions, and revisions in the authority to supervise or direct the performance Work or to modify the terms and conditions thereof in of the Work or any duty or authority to one or more of the following ways: (i) a Written undertake responsibility inconsistent with the Amendment; (ii) a Change Order; or (iii) a Work provisions of the Contract Documents. Change Directive. 3.03 Reporting and Resolving Discrepancies B. The requirements of the Contract Documents may be supplemented, and minor variations and A. Reporting Discrepancies deviations in the Work may be authorized, by one or more of the following ways. (i) a Field Order; (ii) 1. If, during the performance of the ENGINEER's approval of a Shop Drawing or Sample; Work, CONTRACTOR discovers any conflict, or (iii) ENGINEER's written interpretation or clarifi- error, ambiguity, or discrepancy within the Con- cation. tract Documents or between the Contract Documents and any provision of any Law or 3.05 Reuse of Documents Regulation applicable to the performance of the Work or of any standard, specification, manual A. CONTRACTOR and any Subcontractor or ' or code, or of any instruction of any Supplier, Supplier or other individual or entity performing or 00700-General Conditions REV 5-10-13 00700-10 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- , 13.doc Il furnishing any of the Work under a direct or indirect A. Reports and Drawings: The Supplementary contract with OWNER: (i) shall not have or acquire Conditions identify- any dentifyany title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any 1. those reports of explorations and thereof) prepared by or bearing the seal of tests of subsurface conditions at or contiguous ENGINEER or ENGINEER's Consultant, including to the Site that ENGINEER has used in electronic media editions; and (ii) shall not reuse any preparing the Contract Documents; and of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any 2. those drawings of physical other project without written consent of OWNER and conditions in or relating to existing surface or ENGINEER and specific written verification or subsurface structures at or contiguous to the p 9 adaption by ENGINEER. This prohibition will survive Site (except Underground Facilities) that ENGI- final payment, completion, and acceptance of the NEER has used inre arin the Contract P P 9 Work, or termination or completion of the Contract. Documents. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record B. Limited Reliance by CONTRACTOR on purposes. Technical Data Authorized. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such ARTICLE 4-AVAILABILITY OF LANDS; reports and drawings are not Contract Documents. SUBSURFACE AND PHYSICAL CONDITIONS; Such "technical data" is identified in the Supplementa- REFERENCE POINTS ry Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any 4.01 Availability of Lands of ENGINEER's Consultants with respect to: A. OWNER shall furnish the Site. OWNER shall 1. the completeness of such reports_ notify CONTRACTOR of any encumbrances or and drawings for CONTRACTOR's purposes, restrictions not of general application but specifically including, but not limited to, any aspects of the related to use of the Site with which CONTRACTOR means, methods, techniques, sequences, and must comply in performing the Work. OWNER will procedures of construction to be employed by obtain in a timely manner and pay for easements for CONTRACTOR, and safety precautions and permanent structures or permanent changes in programs incident thereto, or existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or 2. other data, interpretations, opinions, extent, if any, of any adjustment in the Contract Price and information contained in such reports or or Contract Times, or both, as a result of any delay in shown or indicated in such drawings; or OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 3. any CONTRACTOR interpretation of 10.05. or conclusion drawn from any "technical data" or any such other data, interpretations, B. Upon reasonable written request, OWNER opinions, or information. shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands 4.03 Differing Subsurface or Physical Conditions upon which the Work is to be performed and OWNER's interest therein as necessary for giving A. Notice: If CONTRACTOR believes that any notice of or filing a mechanic's or construction lien subsurface or physical condition at or contiguous to against such lands in accordance with applicable the Site that is uncovered or revealed either: Laws and Regulations. 1. is of such a nature as to establish C. CONTRACTOR shall provide for all additional that any "technical data" on which CONTRAC- lands and access thereto that may be required for TOR is entitled to rely as provided in paragraph temporary construction facilities or storage of 4.02 is materially inaccurate, or materials and equipment. 2. is of such a nature as to require a 4.02 Subsurface and Physical Conditions change in the Contract Documents; or 00700-General Conditions REV 5-10-13 00700-11 FAPublic Works\ENGINEERING DIVISION PROJECTS11619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc 3. differs materially from that shown or or becoming bound under a negotiated indicated in the Contract Documents; or contract; or 4. is of an unusual nature, and differs b. the existence of such condition could materially from , conditions ordinarily reasonably have been discovered or encountered and generally recognized as inher- revealed as a result of any examination, ent in work of the character provided for in the investigation, exploration, test, or study of Contract Documents; the Site and contiguous areas required by the Bidding Requirements or Contract then CONTRACTOR shall, promptly after becoming Documents to be conducted by or for CON- aware thereof and before further disturbing the TRACTOR prior to CONTRACTOR's subsurface or physical conditions or performing any making such final commitment; or Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and c. CONTRACTOR failed to give the ENGINEER in writing about such condition. written notice within the time and as re- CONTRACTOR shall not further disturb such quired by paragraph 4.03.A. condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do 3. If OWNER and CONTRACTOR are so. unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in B. ENGINEER's Review.- After receipt of written the Contract Price or Contract Times, or both, a notice as required by paragraph 4.03.A, ENGINEER Claim may be made therefor as provided in will promptly review the pertinent condition, determine paragraph 10.05. However, OWNER, the necessity of OWNER's obtaining additional ENGINEER, and ENGINEER's Consultants exploration or tests with respect thereto, and advise shall not be liable to CONTRACTOR for any OWNER in writing (with a copy to CONTRACTOR) of claims, costs, losses, or damages (including ---"ENGINEER's findings and conclusions. _ - _ but not limited to all fees and charges of , a engineers, architectsttorn -other eys, and other C. Possible Price and Times Adjustments professionals and all court or arbitration or other dispute resolution costs) sustained by 1. The Contract Price or the Contract CONTRACTOR on or in connection with any Times, or both, will be equitably adjusted to the other project or anticipated project. extent that the existence of such differing subsurface or physical condition causes an in- 4.04 Underground Facilities crease or decrease in CONTRACTOR's cost of, or time required for, performance of the A. Shown or Indicated.The information and data Work; subject, however, to the following: shown or indicated in the Contract Documents with respect to existing Underground Facilities at or a. such condition must meet any one or contiguous to the Site is based on information and more of the categories described in para- data furnished to OWNER or ENGINEER by the graph 4.03.A; and owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise b. with respect to Work that is paid for expressly provided in the Supplementary Conditions: on a Unit Price Basis, any adjustment in Contract Price will be subject to the 1. OWNER and ENGINEER shall not provisions of paragraphs 9.08 and 11 03. be responsible for the accuracy or com- pleteness of any such information or data; and 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or 2. the cost of all of the following will be Contract Times if: included in the Contract Price, and CONTRAC- TOR shall have full responsibility for- a. ora. CONTRACTOR knew of the existence of such conditions at the time a. reviewing and checking all such CONTRACTOR made a final commitment information and data, to OWNER in respect of Contract Price and Contract Times by the submission of a Bid 00700-General Conditions REV 5-10-13 00700-12 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Masler Contract Documents\00700-General Conditions REV 5-10- 13.doc i b. locating all Underground Facilities 4.05 Reference Points shown or indicated in the Contract Documents, A. OWNER shall provide engineering surveys to establish reference points for construction which in c. coordination of the Work with the ENGINEER's judgment are necessary to enable owners of such Underground Facilities, CONTRACTOR to proceed with the Work. CON- including OWNER, during construction, and TRACTOR shall be responsible for laying out the Work, shall protect and preserve the established d. the safety and protection of all such reference points and property monuments, and shall Underground Facilities and repairing any make no changes or relocations without the prior damage thereto resulting from the Work. written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or B. Not Shown or Indicated property monument is lost or destroyed or requires r' relocation because of necessary changes in grades or 1. If an Underground Facility is locations, and shall be responsible for the accurate uncovered or revealed at or contiguous to the replacement or relocation of such reference points or Site which was not shown or indicated, or not property monuments by professionally qualified shown or indicated with reasonable accuracy in personnel. the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and 4.06 Hazardous Environmental Condition at Site before further disturbing conditions affected thereby or performing any Work in connection A. Reports and Drawings: Reference is made to therewith (except in an emergency as required the Supplementary Conditions for the identification of by paragraph 6.16.A), identify the owner of those reports and drawings relating to a Hazardous such Underground Facility and give written Environmental Condition identified at the Site, if any, notice to that owner and to OWNER and ENGI- that have been utilized by the ENGINEER in the _ NEER. ENGINEER will promptly review the _ preparation of the Contract Documents, Underground Facility and determine the extent, if any, to which a change is required in the B. Limited Reliance by CONTRACTOR on Contract Documents to reflect and document Technical Data Authorized. CONTRACTOR may rely the consequences of the existence or location upon the general accuracy of the "technical data" of the Underground Facility. During such time, contained in such reports and drawings, but such CONTRACTOR shall be responsible for the reports and drawings are not Contract Documents. safety and protection of such Underground Such "technical data" is identified in the Facility. Supplementary Conditions. Except for such reliance on such"technical data," CONTRACTOR may not rely 2. If ENGINEER concludes that a upon or make any Claim against OWNER, change in the Contract Documents is required, ENGINEER or any of ENGINEER's Consultants with a Work Change Directive or a Change Order respect to: will be issued to reflect and document such consequences. An equitable adjustment shall 1. the completeness of such reports be made in the Contract Price or Contract and drawings for CONTRACTOR's purposes, Times, or both, to the extent that they are including, but not limited to, any aspects of the attributable to the existence or location of any means, methods, techniques, sequences and Underground Facility that was not shown or procedures of construction to be employed by indicated or not shown or indicated with CONTRACTOR and safety precautions and reasonable accuracy in the Contract programs incident thereto; or Documents and that CONTRACTOR did not know of and could not reasonably have been 2. other data, interpretations, opinions expected to be aware of or to have anticipated. and information contained in such reports or If OWNER and CONTRACTOR are unable to shown or indicated in such drawings; or agree on entitlement to or on the amount or extent, if any, of any such adjustment in 3. any CONTRACTOR interpretation of Contract Price or Contract Times, OWNER or or conclusion drawn from any "technical data" CONTRACTOR may make a Claim therefor as or any such other data, interpretations, opinions provided in paragraph 10.05. or information. 00700-General Conditions REV 5-10-13 00700-13 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc C. CONTRACTOR shall not be responsible for performed by OWNER's own forces or others in any Hazardous Environmental Condition uncovered or accordance with Article 7. revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the G. To the fullest extent permitted by Laws and Contract Documents to be within the scope of the Regulations, OWNER shall indemnify and hold Work. CONTRACTOR shall be responsible for a harmless CONTRACTOR, Subcontractors, ENGI- Hazardous Environmental Condition created with any NEER, ENGINEER's Consultants and the officers, materials brought to the Site by CONTRACTOR, directors, partners, employees, agents, other Subcontractors, Suppliers, or anyone else for whom consultants, and subcontractors of each and any of CONTRACTOR is responsible. them from and against all claims, costs, losses, and damages (including but not limited to all fees and D. If CONTRACTOR encounters a Hazardous charges of engineers, architects, attorneys, and other Environmental Condition or if CONTRACTOR or professionals and all court or arbitration or other anyone for whom CONTRACTOR is responsible dispute resolution costs) arising out of or relating to a creates a Hazardous Environmental Condition, Hazardous Environmental Condition, provided that CONTRACTOR shall immediately: (i) secure or such Hazardous Environmental Condition: (i)was not otherwise isolate such condition; (ii) stop all Work in shown or indicated in the Drawings or Specifications connection with such condition and in any area or identified in the Contract Documents to be included affected thereby (except in an emergency as required within the scope of the Work, and (ii) was not created by paragraph 6.16); and (iii) notify OWNER and ENGI- by CONTRACTOR or by anyone for whom NEER (and promptly thereafter confirm such notice in CONTRACTOR is responsible. Nothing in this para- writing). OWNER shall promptly consult with graph 4.06.E shall obligate OWNER to indemnify any ENGINEER concerning the necessity for OWNER to individual or entity from and against the consequences retain a qualified expert to evaluate such condition or of that individual's or entity's own negligence. take corrective action, if any. H. To the fullest extent permitted by Laws and E. CONTRACTOR shall not be required to Regulations, CONTRACTOR shall indemnify and hold _ resume Work in connection with such condition or in harmless OWNER ENGINEER, ENGINEER's any affected area until after OWNER has obtained any Consultants, and the officers, directors, partners, required permits related thereto and delivered to employees, agents, other consultants, and CONTRACTOR written notice: (i) specifying that such subcontractors of each and any of them from and condition and any affected area is or has been against all claims, costs, losses, and damages rendered safe for the resumption of Work; or (ii) (including but not limited to all fees and charges of specifying any special conditions under which such engineers, architects, attorneys, and other Work may be resumed safely. If OWNER and professionals and all court or arbitration or other CONTRACTOR cannot agree as to entitlement to or dispute resolution costs) arising out of or relating to a on the amount or extent, if any, of any adjustment in Hazardous Environmental Condition created by Contract Price or Contract Times, or both, as a result CONTRACTOR or by anyone for whom of such Work stoppage or such special conditions CONTRACTOR is responsible. Nothing in this ' under which Work is agreed to be resumed by paragraph 406.F shall obligate CONTRACTOR to CONTRACTOR, either party may make a Claim indemnify any individual or entity from and against the therefor as provided in paragraph 10.05. consequences of that individual's or entity's own negli- gence F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work I. The provisions of paragraphs 4.02, 4.03, and based on a reasonable belief it is unsafe, or does not 4.04 are not intended to apply to a Hazardous agree to resume such Work under such special condi- Environmental Condition uncovered or revealed at the tions, then OWNER may order the portion of the Work Site. 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 ARTICLE 5- BONDS AND INSURANCE 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 5.01 Performance, Payment, and Other Bonds Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work Bends,and paymeRt 00700-General Conditions REV 5-10-13 00700-14 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Pavingll-Admin\bid documentswaster Contract Documents\00700-General Conditions REV 5-10- 13.doc FnanGe and payment of all CONTRACTOR's TOR 9F any etheF additional inswed) whirh OWNER Bonds shall Fernain on effeGt at least until one year afterthe—date—when final payment bti--.,,--� 504 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain also fumish SUGh other Bends as are mquiFed by the 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 B. All Bonds shall be in the form prescribed by out of or result from CONTRACTOR's performance of the Contract Documents except as provided otherwise the Work and CONTRACTOR's other obligations by Laws or Regulations, and shall be executed by under the Contract Documents, whether it is to be per- such sureties as are named in the current list of"Com- formed by CONTRACTOR, any Subcontractor or panies Holding Certificates of Authority as Acceptable Supplier, or by anyone directly or indirectly employed Sureties on Federal Bonds and as Acceptable by any of them to perform any of the Work, or by Reinsuring Companies" as published in Circular 570 anyone for whose acts any of them may be liable: (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the 1. claims under workers' compensation, Treasury. All Bonds signed by an agent must be disability benefits, and other similar employee accompanied by a certified copy of such agent's benefit acts; authority to act. 2. claims for damages because of C. If the surety on any Bond furnished by CON- bodily injury, occupational sickness or disease, TRACTOR is declared bankrupt or becomes insolvent or death of CONTRACTOR's employees; or its right to do business is terminated in any state _ where_any part_of the Project is located or it ceases to _ 3. claims for damages because of _ meet the requirements of paragraph 5.01.6, bodily injury, sickness or disease, or death of CONTRACTOR shall within 20 days thereafter any person other than CONTRACTOR's substitute another Bond and surety, both of which employees, shall comply with the requirements of paragraphs 5.01.6 and 5 02. 4. claims for damages insured by reasonably available personal injury liability 5.02 Licensed Sureties and Insurers coverage which are sustained: (i) by any person as a result of an offense directly or indirectly A. All Bonds and insurance required by the related to the employment of such person by Contract Documents to be purchased and maintained CONTRACTOR, or (ii) by any other person for by OWNER or CONTRACTOR shall be obtained from any other reason; surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is 5. claims for damages, other than to the located to issue Bonds or insurance policies for the Work itself, because of injury to or destruction limits and coverages so required. Such surety and of tangible property wherever located, including insurance companies shall also meet such additional loss of use resulting therefrom, and requirements and qualifications as may be provided in the Supplementary Conditions. 6 claims for damages because of bodily injury or death of any person or property 5.03 Certificates of Insurance damage arising out of the ownership, mainte- nance or use of any motor vehicle. A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the B. The policies of insurance so required by this Supplementary Conditions, certificates of insurance paragraph 5.04 to be purchased and maintained shall: (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- 1. with respect to insurance required by TRACTOR is required to purchase and maintain. paragraphs 5.04.A.3 through 5.04.A.6 inclusive, OWNER shall deliver to CONTRACTOR, with Gapies include as additional insureds (subject to any to eaGh additional iR the Supple customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's 00700-General Conditions REV 5-10-13 00700-15 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc Consultants, and any other individuals or 5.05 OWNER's Liability Insurance entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional A. In addition to she insuFan^e rens sired to he insureds, and include coverage for the respec- , tive officers, directors, partners, employees, , may puFGhase agents, and other consultants and maintain at ni NER's expense n1n NER's ewn li-.hilifil subcontractors of each and any of all such insurar}Ge—as willpFeteGt OWNER against Glaims additional insureds, and the insurance afforded to these additional insureds shall provide Besanaer�ts primary coverage for all claims covered thereby; 5.06 Property Insurance 2. include at least the specific A. Unless othepvise—pfe4ided- OR the-Su;>e coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, in the arAount of the 4111 renlaGemen+ ones+ +here„f whichever is greater; 3. include completed operations by Laws and Regulations). ThisiRSUFaRGe shall: insurance; 1. iprhulp tlp -interests—vfOWNER, 4. 4. include contractual liability insurance , covering CONTRACTOR's indemnity €NGINEE-R's Ge^„saltants, and any etheF obligations under paragraphs 6.07, 6.11, and individuals er e.ntat0es identified in the 6.20; Supplementary Conditions, and the OffiGers, direstefs paFtReFs, eariplayees, ageRts and 5. contain_a_provision or endorsement that the coverage afforded will not be canceled, and any ef them, eaGh of whom is deemed to materially changed or renewal refused until at have an insurable i„terest and shall be lusted as least thirty days prior written notice has been an additoonal given to OWNER and CONTRACTOR and to each other additional insured identified in the 2. be written ens BuildeF s Risk"all,ask" Supplementary Conditions to whom a certificate of insurance has been issued (and the feFm that shall at least iRGlude insuraRGe for certificates of insurance furnished by the CONphysiGal loss or damage to the VVoFk, tempo - TRACTOR pursuant to paragraph 5.03 will so rary buildings, false work, and mateFials and provide); equipment in transit, and shall inGuFe agaiRst at least the following nerllc OF of In s• faro 6. remain in effect at least until final lightning, extended-Geverage, theft, Yandalism payment and at all times thereafter when CON- and maliGiOUS misohief, earthquake, G011apse, TRACTOR may be correcting, removing, or replacing defective Work in accordance with fOFGement of Laws and RegulatiGRG, water paragraph 13.07; and less as may be spenifiGally ern aired by—the 7. with respect to completed operations Supplementary GonditieRs; insurance, and any insurance coverage written on a claims-made basis, remain in effect for at 3. include expenses RGU ed in t least two years after final payment (and CONTRACTOR shall furnish OWNER and but not limited to fees and Gharges e each other additional insured identified in the a aFGhi+eGtS); Supplementary Conditions, to whom a certificate of insurance has been issued, 4. GaveF r P-1:*a1s and-- quipm evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). mateizials and equipmeRt have been iRlGluded in 00700-General Conditions REV 5-10-13 00700-16 F'\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc EEENGIN L1-.D,T<L-i�-r the Site, TOR whether Ar matZ... has been 5. allow for partial utolozatiOR of the Work p;:ee-. OWNER. by vrNENr 5.07 Waiver of Rights A. OWNER and CONTRACTOR iRteRd that all 7. be maintained OR effect until Final env_ moat is made unless otherwise agreed to in WillPFoteGt OWNER, NTRACTflp SubGontraGters, ENGINEER, €NGINEER's Ge ENGINEER with 30 days written natiae to each in ranee has been „ed tants, ,r,�vrcn-ry��cas�-crccrris�cr�. additional insureds (and the GffiGers, dire(GtGFE� the +nterests of OWNER, CONTRAGTOR ons to the effeGt that On the event of payment e SubsentraGteFs, ENGINEER, €NGINE€R's—Genst+l tants, and aRy E)theF individuals or eRtities identified FeG9veFy against any of the insureds ar additional the Supplementainy , insureds t;eFeuRder.^r.UNIFER and CONTRACTOR deemed to have insurable 'mere t d h II h o is against aGh other th accr�re�� urrv-ir,cer��r�nerorrarrve waive rights agar -tea -Barrer aF}d-�neF—r listed as an onsuFed 9F addatooRal respective—Officers, dire€t9Fs, partneFs, employees, agents, and other nonsultants and subGontFaGtGF6-Gf GAll the ne'lisies eF insurance (and the nertifi each and anv of them for all lasses and damages Ghased and maintained in aGGOrdanGe with paragraph perils OF Gauses Of IGISS GGYeFed by SUGh PG"Gies and 5.06 Will GGRtaiR a provision oF endorsement that the aRY ethei: pFoperty insuFanGe appliGable te the Work; GOveFage affoFded will not be GanGeled or materially and, on additiOR, waive all SUGh Fights agaiRS Ghanged Gr renewal Fefused URtil at least 30 days pFier SubGentraGters, ENGINEER, €NGIN€€R's written n9tiGe has been given to OWNER and GON- GonsultaRtS, and all other individuals 9F entities TRACTOR ant-1 to other additiGRal 'Mured te identified in the Supplementary Conditions to be listed eGtrors ppaFtners, employees, agents, and other pph 5.G7- D. OWNER shall not be responsible for purchasGaused. None of the above waRveFs shall e)den - ing and maintaining any property insurance specified the Fights that any party making 6UGh waivelF may4iave in this paragraph 5.06 to protect the interests of tot—the—pFGGeeds of insuFanGe held by nWNE a� CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are issued- identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be S. OWNER waives all Fights against borne by CONTRACTOR, Subcontractors, or others CONITR,ACToR, SubGontFaGtOFS, €NGINl€ER suffering any such loss, and if any of them wishes FENIGINIGGp's Gans,dtante and the officers directors property insurance coverage within the limits of such panneFs, employees,agents, and athell: GonsultaT,ts amounts, each may purchase and maintain it at the . purchaser's own expense. a. loss due to busiRess iRteFF PtiG„-loss E. if GQNTRAGTQR requests in writing that of use or other nonsequential loss evtendinn TOR by appropriate Change OFdeF nX lAfrottt9m 00700-General Conditions REV 5-10-13 00700-17 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc er�agge to ethe nnrrnplletDyA. if e;theF OWNER 9F GONTRAGTOR has an resulting from iFe other' iRsured peril GF sions of the Bends or insurance required to he erpart thereef by OWNER duFi^^ ^'r+i^' receipt of the Ge RReates (or other evidence 44.04, or afteF final payment PUFSuaRt tO requested) Fequired by Paragraph 2.05.G. QVVnl� paragFaph 44.07. G. Any insuranGe p0liGy FnaintaiRed by OWNER provided as the other may-reasonably request. if referred to in paragraph 5 07.13 shall sentaia PFGVis;ons to the effeGt that in the event of payment of any SUGh less, damage, OF Gonsequential less, the- party on writiRg of suGh fai!uFe tG puFGhase p�eF to the m nsurers will have nO Fights Of FeGoveFy agains staFt of the WE)Fk, OF Of SUGh fa*!uFe to maintain PFiGF tE) CONTRACTOR, SubGGntraGtl9FG, ENGINEER, e any—change in the required soverage. Wi+h�„gt CAI!`_IAICCD's Gens„ltants and the nffiners d4FeGt9n paFtneFS employees, ageRtS, and E)theF Gonsultants- may e!eGt tG obtain equivalent Bonds OF iRsuFanGe to and 'subGGRtFaGt9FS of eaGh and any of t pFetent s„nh other party's me sts at the expense of Nvva�. the party who was Fequired to provide SUGh GoveFage-, 5.08 Receipt and Application of Insurance and- a Ghange OrdeF shall be issued to acIjust the Proceeds A. AnTinsured I966 under t;e0lisies of 5.10 Partial Utilization, Acknowledgment of _ � - Property Insurer w. OWNER and made payable- + ll1 as o NER ^-- _------ - -- - --.-- — fidUGiary 4bF the iRsureds, as their interests ma A. If OWNER finds it necessary to occupy or use a portion or portion's of the Work prior to Substantial meFtgage Glause and of paFagraph 5.08.13. OWNER 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 agFeement as the Parties in interest-may FeaGh. If FIG pursuant to paragraph 5.06 have'acknowledged notice ether special agreement-is reaGhed, the-damaged thereof and in writing effected any changes in cover- Work shall be FepaiFed or replaGed, the meneys se age necessitated thereby. The insurers providing the reGeived applied an aGGGunt theFeaf, and the We* property insurance shall consent by endorsement on and the G06t thereof GoYeFed by an—a�, the policy or policies, but the property insurance shall GhaRge QFdeF 9F Written Amendment. not be canceled or permitted to lapse on account of any such partial use or occupancy B. OWNER as fidUGiaFy shall have power +n adjust and settle any less .with the insurers Unless one ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES daysafteFthe OGGurFenGe of less to OOWNER's exeFGise of this power. If SUGh objes+ien he Fnade OWNER as fiduGiaFy shall Fnake settlement with the 6.01 Supervision and Superintendence parties in interest may Feast. If no �h-agFeen ent A. CONTRACTOR shall supervise, inspect, and eng the parties i interest is aGhea OWNER as direct the Work competently and efficiently, devoting fldusiary shall ad}ast and—settlo—the '^\sr, with the such attention thereto and applying such skills and RSUFers anA if required ;n ri+inn by ^ paFt„ in expertise as may be necessary to perform the Work in OWNER 1 NER , ,as fidUGiaFy shall give hnnv-0 for the accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of 5.09 Acceptance of Bonds and Insurance; Option construction, but CONTRACTOR shall not be to Replace responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700-General Conditions REV 5-10-13 00700-18 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc means, method, technique, sequence, or procedure of satisfactory evidence (including reports of required construction which is shown or indicated in and tests) as to the source, kind, and quality of materials expressly required by the Contract Documents. CON- and equipment. All materials and equipment shall be TRACTOR shall be responsible to see that the stored, applied, installed, connected, erected, completed Work complies accurately with the Contract protected, used, cleaned, and conditioned in Documents. accordance with instructions of the applicable Supplier, except as otherwise may be provided in the B. At all times during the progress of the Work, Contract Documents. CONTRACTOR shall assign a competent resident superintendent thereto who shall not be replaced 6.04 Progress Schedule without written notice to OWNER and ENGINEER except under extraordinary circumstances. The A. CONTRACTOR shall adhere to the progress superintendent will be CONTRACTOR's schedule established in accordance with paragraph representative at the Site and shall have authority to 2.07 as it may be adjusted from time to time as act on behalf of CONTRACTOR. All communications provided below given to or received from the superintendent shall be binding on CONTRACTOR. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- 6.02 Labor, Working Hours cated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in A. CONTRACTOR shall provide competent, changing the Contract Times (or Milestones). suitably qualified personnel to survey, lay out, and Such adjustments will conform generally to the construct the Work as required by the Contract Docu- progress schedule then in effect and additional- ments. CONTRACTOR shall at all times maintain ly will comply with any provisions of the General good discipline and order at the Site. Requirements applicable thereto. B. Except as otherwise required for the safety or _ _ _ 2. Proposed adjustments_ in the protection of persons or the Work or property at the progress schedule that will change the Contract Site or adjacent thereto, and except as otherwise Times (or Milestones) shall be submitted in stated in the Contract Documents, all Work at the Site accordance with the requirements of Article 12. shall be performed during regular working hours, and Such adjustments may only be made by a CONTRACTOR will not permit overtime work or the Change Order or Written Amendment in accor- performance of Work on Saturday, Sunday, or any dance with Article 12. legal holiday without OWNER's written consent(which will not be unreasonably withheld) given after prior 605 Substitutes and"Or-Equals" written notice to ENGINEER. A. Whenever an item of material or equipment is specified or described in the Contract Documents by 6.03 Services, Materials, and Equipment using the name of a proprietary item or the name of a particular Supplier, the specification or description is A. Unless otherwise specified in the General Re- intended to establish the type, function, appearance, quirements, CONTRACTOR shall provide and and quality required. Unless the specification or assume full responsibility for all services, materials, description contains or is followed by words reading equipment, labor, transportation, construction that no like, equivalent, or "or-equal" item or no equipment and machinery, tools, appliances, fuel, substitution is permitted, other items of material or power, light, heat, telephone, water, sanitary facilities, equipment or material or equipment of other Suppliers temporary facilities, and all other facilities and may be submitted to ENGINEER for review under the incidentals necessary for the performance, testing, circumstances described below. start-up, and completion of the Work. 1. "Or-Equal" Items: If in ENGINEER's B. All materials and equipment incorporated into sole discretion an item of material or equipment the Work shall be as specified or, if not specified, shall proposed by CONTRACTOR is functionally be of good quality and new, except as otherwise equal to that named and sufficiently similar so provided in the Contract Documents. All warranties that no change in related Work will be required, and guarantees specifically called for by the Specifica- it may be considered by ENGINEER as an tions shall expressly run to the benefit of OWNER. If `or-equal" item, in which case review and required by ENGINEER, CONTRACTOR shall furnish approval of the proposed item may, in 00700-General Conditions REV 5-10-13 00700-19 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc ENGINEER's sole discretion, be accomplished perform adequately the functions and without compliance with some or all of the achieve the results called for by the general requirements for approval of proposed substi- design, be similar in substance to that tute items. For the purposes of this paragraph specified, and be suited to the same use as 6.05.A.1, a proposed item of material or that specified. The application will state the equipment will be considered functionally equal extent, if any, to which the use of the pro- to an item so named if: posed substitute item will prejudice CONTRACTOR's achievement of Substan- a. in the exercise of reasonable tial Completion on time, whether or not use judgment ENGINEER determines that: (i) it of the proposed substitute item in the Work is at least equal in quality, durability, will require a change in any of the Contract appearance, strength, and design Documents(or in the provisions of any other characteristics; (ii) it will reliably perform at direct contract with OWNER for work on the least equally well the function imposed by Project) to adapt the design to the proposed the design concept of the completed Project substitute item and whether or not as a functioning whole, and; incorporation or use of the proposed substi- tute item in connection with the Work is sub- b. CONTRACTOR certifies that: (i) ject to payment of any license fee or royalty. there is no increase in cost to the OWNER; All variations of the proposed substitute and (ii) it will conform substantially, even item from that specified will be identified in with deviations, to the detailed requirements the application, and available engineering, of the item named in the Contract sales, maintenance, repair, and Documents. replacement services will be indicated. The application will also contain an itemized esti- 2. Substitute Items mate of all costs or credits that will result directly or indirectly from use of such _ a. If in ENGINEER's sole_discretion an _ substitute item, including costs of redesign itemofmaterial or equipment proposed by and claims of other contractors affected by CONTRACTOR does not qualify as an any resulting change, all of which will be "or-equal" item under paragraph 6 05.A.1, it considered by ENGINEER in evaluating the will be considered a proposed substitute proposed substitute item. ENGINEER may item. require CONTRACTOR to furnish additional data about the proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow B. Substitute Construction Methods or Proce- ENGINEER to determine that the item of dures: If a specific means, method, technique, se- material or equipment proposed is quence, or procedure of construction is shown or essentially equivalent to that named and an indicated in and expressly required by the Contract acceptable substitute therefor. Requests for Documents, CONTRACTOR may furnish or utilize a review of proposed substitute items of substitute means, method, technique, sequence, or material or equipment will not be accepted procedure of construction approved by ENGINEER. by ENGINEER from anyone other than CONTRACTOR shall submit sufficient information to CONTRACTOR. allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to c. The procedure for review by ENGI- that expressly called for by the Contract Documents. NEER will be as set forth in paragraph The procedure for review by ENGINEER will be similar 6 05.A.2.d, as supplemented in the General to that provided in subparagraph 6.05.A.2. Requirements and as ENGINEER may decide is appropriate under the C Engineer's Evaluation: ENGINEER will be circumstances. allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- d. CONTRACTOR shall first make graphs 6.05.A and 6.05.B. ENGINEER will be the written application to ENGINEER for review sole judge of acceptability. No"or-equal" or substitute of a proposed substitute item of material or will be ordered, installed or utilized until ENGINEER's equipment that CONTRACTOR seeks- to review is complete, which will be evidenced by either a furnish or use. The application shall certify Change Order for a substitute or an approved Shop that the proposed substitute item will Drawing for an "or equal." ENGINEER will advise 00700-General Conditions REV 510-13 00700-20 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Pavingll-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 510- 13.doc CONTRACTOR in writing of any negative difference in the cost occasioned by such determination. replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance D Special Guarantee: OWNER may require by OWNER of any such Subcontractor, Supplier, or CONTRACTOR to furnish at CONTRACTOR's ex- other individual or entity, whether initially or as a pense a special performance guarantee or other replacement, shall constitute a waiver of any right of surety with respect to any substitute. OWNER or ENGINEER to reject defective Work. E. ENGINEER's Cost Reimbursement: C. CONTRACTOR shall be fully responsible to ENGINEER will record time required by ENGINEER OWNER and ENGINEER for all acts and omissions of and ENGINEER's Consultants in evaluating substitute the Subcontractors, Suppliers, and other individuals or proposed or submitted by CONTRACTOR pursuant to entities performing or furnishing any of the Work just paragraphs 6 05.A.2 and 6.05.6 and in making as CONTRACTOR is responsible for changes in the Contract Documents (or in the CONTRACTOR's own acts and omissions. Nothing in provisions of any other direct contract with OWNER the Contract Documents shall create for the benefit of for work on the Project)occasioned thereby. Whether any such Subcontractor, Supplier, or other individual or not ENGINEER approves a substitute item so pro- or entity any contractual relationship between OWNER posed or submitted by CONTRACTOR, CON- or ENGINEER and any such Subcontractor, Supplier TRACTOR shall reimburse OWNER for the charges or other individual or entity, nor shall it create an 9 ty. Y of ENGINEER and ENGINEER's Consultants for obligation on the part of OWNER or ENGINEER to evaluating each such proposed substitute. pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or F. CONTRACTOR's Expense: CONTRACTOR entity except as may otherwise be required by Laws shall provide all data in support of any proposed and Regulations. substitute or"or-equal"at CONTRACTOR's expense. D. CONTRACTOR shall be solely responsible _6.06_ Concerning—_S_ub_c_o_n_tracto_r_s, Suppliers, for scheduling and coordinating the Work of S_ubcon- _ and Others tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a A. CONTRACTOR shall not employ any direct or indirect contract with CONTRACTOR. Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in E. CONTRACTOR shall require all Subcontrac- paragraph 6.06 B), whether initially or as a tors, Suppliers, and such other individuals or entities replacement, against whom OWNER may have performing or furnishing any of the Work to commu- reasonable objection. CONTRACTOR shall not be nicate with ENGINEER through CONTRACTOR. required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of F. The divisions and sections of the Specifica- the Work against whom CONTRACTOR has reason- tions and the identifications of any Drawings shall not able objection control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to B. If the Supplementary Conditions require the be performed by any specific trade. identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in G. All Work performed for CONTRACTOR by a advance for acceptance by OWNER by a specified Subcontractor or Supplier will be pursuant to an date prior to the Effective Date of the Agreement, and appropriate agreement between CONTRACTOR and if CONTRACTOR has submitted a list thereof in the Subcontractor or Supplier which specifically binds accordance with the Supplementary Conditions, the Subcontractor or Supplier to the applicable terms OWNER's acceptance (either in writing or by failing to and conditions of the Contract Documents for the make written objection thereto by the date indicated benefit of OWNER and ENGINEER. Whenever any for acceptance or objection in the Bidding Documents such agreement is with a Subcontractor or Supplier or the Contract Documents) of any such Subcon- who is listed as an additional insured on the property tractor, Supplier, or other individual or entity so insurance provided in paragraph 5.06, the agreement identified may be revoked on the basis of reasonable between the CONTRACTOR and the Subcontractor objection after due investigation. CONTRACTOR or Supplier will contain provisions whereby the shall submit an acceptable replacement for the Subcontractor or Supplier waives all rights against rejected Subcontractor, Supplier, or other individual or OWNER, CONTRACTOR, ENGINEER, ENGINEER's entity, and the Contract Price will be adjusted by the Consultants, and all other individuals or entities 00700-General Conditions REV 5-10-13 00700-21 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc identified in the Supplementary Conditions to be listed for capital costs related thereto, such as plant as insureds or additional insureds (and the officers, investment fees. directors, partners, employees, agents, and other consultants and subcontractors of each and any of 609 Laws and Regulations them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or A. CONTRACTOR shall give all notices and causes of loss covered by such policies and any other comply with all Laws and Regulations applicable to the property insurance applicable to the Work. If the performance of the Work. Except where otherwise insurers on any such policies require separate waiver expressly required by applicable Laws and forms to be signed by any Subcontractor or Supplier, Regulations, neither OWNER nor ENGINEER shall be CONTRACTOR will obtain the same. responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. 607 Patent Fees and Royalties B. If CONTRACTOR performs any Work know- A. CONTRACTOR shall pay all license fees and ing or having reason to know that it is contrary to Laws royalties and assume all costs incident to the use in or Regulations, CONTRACTOR shall bear all claims, the performance of the Work or the incorporation in costs, losses, and damages (including but not limited the Work of any invention, design, process, product, to all fees and charges of engineers, architects, or device which is the subject of patent rights or attorneys, and other professionals and all court or copyrights held by others. If a particular invention, arbitration or other dispute resolution costs) arising out design, process, product, or device is specified in the of or relating to such Work; however, it shall not be Contract Documents for use in the performance of the CONTRACTOR's primary responsibility to make Work and if to the actual knowledge of OWNER or certain that the Specifications and Drawings are in ENGINEER its use is subject to patent rights or accordance with Laws and Regulations, but this shall copyrights calling for the payment of any license fee or not relieve CONTRACTOR of CONTRACTOR's royalty to others, the existence of such rights shall be obligations under paragraph 3.03. _ disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, C. Changes in Laws or Regulations not known at CONTRACTOR shall indemnify and hold harmless the time of opening of Bids (or, on the Effective Date OWNER, ENGINEER, ENGINEER's Consultants, and of the Agreement if there were no Bids) having an the officers, directors, partners, employees or agents, effect on the cost or time of performance of the Work and other consultants of each and any of them from may be the subject of an adjustment in Contract Price and against all claims, costs, losses, and damages or Contract Times. If OWNER and CONTRACTOR (including but not limited to all fees and charges of are unable to agree on entitlement to or on the engineers, architects, attorneys, and other amount or extent, if any, of any such adjustment, a professionals and all court or arbitration or other Claim may be made therefor as provided in paragraph dispute resolution costs) arising out of or relating to 10.05. any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting 6.10 Taxes from the incorporation in the Work of any invention, design, process, product, or device not specified in the A. CONTRACTOR shall pay all sales, consum- Contract Documents. er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with 6.08 Permits the Laws and Regulations of the place of the Project which are applicable during the A. Unless otherwise provided in the Supple- performance of the Work. mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER B. OWNER qualifies for state and local sales tax shall assist CONTRACTOR, when necessary, in exemption in the purchase of all material and obtaining such permits and licenses. CONTRACTOR equipment. shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which 611 Use of Site and Other Areas are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the A. Limitation on Use of Site and Other Areas Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and 1 CONTRACTOR shall confine OWNER shall pay all charges of such utility owners construction equipment, the storage of 00700-General Conditions REV 5-10-13 00700-22 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving%1-Adminlbid documents\Master Contract Documents100700-General Conditions REV 5-10- 13.doc materials and equipment, and the operations of in any manner that will endanger the structure, nor workers to the Site and other areas permitted shall CONTRACTOR subject any part of the Work or by Laws and Regulations, and shall not adjacent property to stresses or pressures that will unreasonably encumber the Site and other endanger it. areas with construction equipment or other materials or equipment. CONTRACTOR shall 6.12 Record Documents assume full responsibility for any damage to any such land or area, or to the owner or A. CONTRACTOR shall maintain in a safe place occupant thereof, or of any adjacent land or at the Site one record copy of all Drawings, Specifica- areas resulting from the performance of the tions, Addenda, Written Amendments, Change Work. Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order 2. Should any claim be made by any and annotated to show changes made during such owner or occupant because of the construction. These record documents together with performance of the Work, CONTRACTOR shall all approved Samples and a counterpart of all promptly settle with such other party by approved Shop Drawings will be available to ENGI- negotiation or otherwise resolve the claim by NEER for reference. Upon completion of the Work, arbitration or other dispute resolution these record documents, Samples, and Shop proceeding or at law. Drawings will be delivered to ENGINEER for OWNER. 3. To the fullest extent permitted by 6.13 Safety and Protection Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, A. CONTRACTOR shall be solely responsible ENGINEER, ENGINEER's Consultant, and the for initiating, maintaining and supervising all safety officers, directors, partners, employees, agents, precautions and programs in connection with the and other consultants of each and any of them Work. CONTRACTOR shall take all necessary from and against all claims, costs, losses, and _ _precautions for the safety of, and shall provide the damages (including but not limited to all fees necessary protection to prevent damage, injury or loss and charges of engineers, architects, attorneys, to. and other professionals and all court or arbitration or other dispute resolution costs) 1 all persons on the Site or who may be arising out of or relating to any claim or action, affected by the Work; legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or 2. all the Work and materials and equip- any other party indemnified hereunder to the ment to be incorporated therein, whether in extent caused by or based upon storage on or off the Site; and CONTRACTOR's performance of the Work. 3. other property at the Site or adjacent B. Removal of Debris During Performance of the thereto, including trees, shrubs, lawns, walks, Work: During the progress of the Work CONTRAC- pavements, roadways, structures, utilities, and TOR shall keep the Site and other areas free from Underground Facilities not designated for accumulations of waste materials, rubbish, and other removal, relocation, or replacement in the debris. Removal and disposal of such waste materi- course of construction. als, rubbish, and other debris shall conform to applica- ble Laws and Regulations. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of C. Cleaning: Prior to Substantial Completion of persons or property, or to the protection of persons or the Work CONTRACTOR shall clean the Site and property from damage, injury, or loss; and shall erect make it ready for utilization by OWNER. At the com- and maintain all necessary safeguards for such safety pletion of the Work CONTRACTOR shall remove from and protection. CONTRACTOR shall notify owners of the Site all tools, appliances, construction equipment adjacent property and of Underground Facilities and and machinery, and surplus materials and shall other utility owners when prosecution of the Work may restore to original condition all property not designated affect them, and shall cooperate with them in the for alteration by the Contract Documents. protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any D. Loading Structures: CONTRACTOR shall not property referred to in paragraph 6.13.A.2 or 6.13.A.3 load nor permit any part of any structure to be loaded caused, directly or indirectly, in whole or in part, by 00700-General Conditions REV 5-10-13 00700-23 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed 6.17 Shop Drawings and Samples by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be A. CONTRACTOR shall submit Shop Drawings remedied by CONTRACTOR (except damage or loss to ENGINEER for review and approval in accordance attributable to the fault of Drawings or Specifications with the acceptable schedule of Shop Drawings and or to the acts or omissions of OWNER or ENGINEER Sample submittals. All submittals will be identified as or ENGINEER's Consultant, or anyone employed by ENGINEER may require and in the number of copies any of them, or anyone for whose acts any of them specified in the General Requirements. The data may be liable, and not attributable, directly or shown on the Shop Drawings will be complete with indirectly, in whole or in part, to the fault or negligence respect to quantities, dimensions, specified perfor- of CONTRACTOR or any Subcontractor, Supplier, or mance and design criteria, materials, and similar data other individual or entity directly or indirectly employed to show ENGINEER the services, materials, and by any of them). CONTRACTOR's duties and equipment CONTRACTOR proposes to provide and responsibilities for safety and for protection of the to enable ENGINEER to review the information for the Work shall continue until such time as all the Work is limited purposes required by paragraph 6.17.E. completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with B. CONTRACTOR shall also submit Samples to paragraph 14.07.6 that the Work is acceptable ENGINEER for review and approval in accordance (except as otherwise expressly provided in connection with the acceptable schedule of Shop Drawings and with Substantial Completion). Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as 6.14 Safety Representative catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- A. CONTRACTOR shall designate a qualified NEER to review the submittal for the limited purposes and experienced safety representative at the Site required by paragraph 6.17.E. The numbers of each whose duties and responsibilities shall be the _ Sample to be submitted will be as specified in the prevention of accidents and the maintaining and Specifications. supervising of safety precautions and programs. C. Where a Shop Drawing or Sample is required 6.15 Hazard Communication Programs by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- A. CONTRACTOR shall be responsible for NEER as required by paragraph 2.07, any related coordinating any exchange of material safety data Work performed prior to ENGINEER's review and sheets or other hazard communication information approval of the pertinent submittal will be at the sole required to be made available to or exchanged be- expense and responsibility of CONTRACTOR. tween or among employers at the Site in accordance with Laws or Regulations. D. Submittal Procedures 6.16 Emergencies 1. Beforel submitting each Shop Drawing or Sample, CONTRACTOR shall have A. In emergencies affecting the safety or protec- determined and verified: tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to a. all field measurements, quantities, prevent threatened damage, injury, or loss. dimensions, specified performance criteria, CONTRACTOR shall give ENGINEER prompt written installation requirements, materials, catalog notice if CONTRACTOR believes that any significant numbers, and similar information with changes in the Work or variations from the Contract respect thereto; Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a b. all materials with respect to intended change in the Contract Documents is required be- use, fabrication, shipping, handling, storage, cause of the action taken by CONTRACTOR in assembly, and installation pertaining to the response to such an emergency, a Work Change performance of the Work; Directive or Change Order will be issued. c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700-General Conditions REV 5-10-13 00700-24 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc precautions and programs incident thereto; 3. ENGINEER's review and approval of and Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any d. CONTRACTOR shall also have variation from the requirements of the Contract reviewed and coordinated each Shop Documents unless CONTRACTOR has in Drawing or Sample with other Shop writing called ENGINEER's attention to each Drawings and Samples and with the such variation at the time of each submittal as requirements of the Work and the Contract required by paragraph 6.17.D.3 and ENGI- Documents. NEER has given written approval of each such variation by specific written notation thereof 2. Each submittal shall bear a stamp or incorporated in or accompanying the Shop specific written indication that CONTRACTOR Drawing or Sample approval; nor will any has satisfied CONTRACTOR's obligations approval by ENGINEER relieve CON- under the Contract Documents with respect to TRACTOR from responsibility for complying CONTRACTOR's review and approval of that with the requirements of paragraph 6.17 D 1. submittal. F. Resubmittal Procedures 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific 1. CONTRACTOR shall make correc- written notice of such variations, if any, that the tions required by ENGINEER and shall return Shop Drawing or Sample submitted may have the required number of corrected copies of from the requirements of the Contract Shop Drawings and submit as required new Documents, such notice to be in a written com- Samples for review and approval. CON-, munication separate from the submittal; and, in TRACTOR shall direct specific attention in addition, shall cause a specific notation to be writing to revisions other than the corrections, made on each Shop Drawing and Sample sub- called for by ENGINEER on previous mitted to ENGINEER for review and approval of _ submittals. each such variation. 6.18 Continuing the Work E. ENGINEER's Review A. CONTRACTOR shall carry on the Work and 1. ENGINEER will timely review and adhere to the progress schedule during all disputes or, approve Shop Drawings and Samples in disagreements with OWNER. No Work shall be accordance with the schedule of Shop delayed or postponed pending resolution of any Drawings and Sample submittals acceptable to disputes or disagreements, except as permitted by ENGINEER. ENGINEER's review and paragraph 15.04 or as OWNER and CONTRACTOR approval will be only to determine if the items may otherwise agree in writing. covered by the submittals will, after installation or incorporation in the Work, conform to the 6.19 CONTRACTOR's General Warranty and information given in the Contract Documents Guarantee and be compatible with the design concept of the completed Project as a functioning whole as A. CONTRACTOR warrants and guarantees to' indicated by the Contract Documents. OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract 2. ENGINEER's review and approval Documents and will not be defective will not extend to means, methods, techniques, CONTRACTOR's warranty and guarantee hereunder sequences, or procedures of construction excludes defects or damage caused by: (except where a particular means, method, technique, sequence, or procedure of con- 1. abuse, modification, or improper struction is specifically and expressly called for maintenance or operation by persons other by the Contract Documents) or to safety than CONTRACTOR, Subcontractors, precautions or programs incident thereto. The Suppliers, or any other individual or entity for review and approval of a separate item as such whom CONTRACTOR is responsible; or will not indicate approval of the assembly in which the item functions. 2. normal wear and tear under normal usage. 00700-General Conditions REV 5-10-13 00700-25 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc B. CONTRACTOR's obligation to perform and 2. is caused in whole or in part by any complete the Work in accordance with the Contract negligent act or omission of CONTRACTOR, Documents shall be absolute. None of the following any Subcontractor, any Supplier, or any will constitute an acceptance of Work that is not in individual or entity directly or indirectly, accordance with the Contract Documents or a release employed by any of them to perform any of the of CONTRACTOR's obligation to perform the Work in Work or anyone for whose acts any of them accordance with the Contract Documents: may be liable, regardless of whether or not caused in part by any negligence or omission of 1 observations by ENGINEER; an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- 2. recommendation by ENGINEER or fied party by Laws and Regulations regardless payment by OWNER of any progress or final of the negligence of any such individual or payment; entity. 3. the issuance of a certificate of Sub- B. In any and all claims against OWNER or stantial Completion by ENGINEER or any ENGINEER or any of their respective consultants, payment related thereto by OWNER; agents, officers, directors, partners, or employees by any employee (or the survivor or personal 4. use or occupancy of the Work or any representative of such employee) of CONTRACTOR, part thereof by OWNER; any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to 5. any acceptance by OWNER or any perform any of the Work, or anyone for whose acts failure to do so; any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited 6. any review and approval of a Shop in any way by any limitation on the amount or type of Drawing or Sample submittal or the issuance of damages, compensation, or benefits payable by or for a notice of acceptability_by ENGINEER; _ _ CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen-; 7. any inspection, test, or approval by sation acts, disability benefit acts, or other employee others, or benefit acts. 8. any correction of defective Work by C. The indemnification obligations of CON- OWNER. TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's 6.20 Indemnification Consultants or to the officers, directors, partners,, employees, agents, and other consultants and A. To the fullest extent permitted by Laws and subcontractors of each and any of them arising out of: Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's 1. the preparation or approval of, or the Consultants, and the officers, directors, partners, failure to prepare or approve, maps, Drawings, employees, agents, and other consultants and opinions, reports, surveys, Change Orders, subcontractors of each and any of them from and designs, or Specifications; or against all claims, costs, losses, and damages (including but not limited to all fees and charges of 2. giving directions or instructions, or engineers, architects, attorneys, and other failing to give them, if that is the primary cause professionals and all court or arbitration or other of the injury or damage. dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: ARTICLE 7-OTHER WORK 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or 7.01 Related Work at Site destruction of tangible property (other than the Work itself), including the loss of use resulting A. OWNER may perform other work related to therefrom; and the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700-General Conditions REV 5-10-13 00700-26 F1Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc performed by utility owners. If such other work is not 7.02 Coordination noted in the Contract Documents, then: A. If OWNER intends to contract with others for 1. written notice thereof will be given to the performance of other work on the Project at the CONTRACTOR prior to starting any such other Site, the following will be set forth in Supplementary work; and Conditions: 2. if OWNER and CONTRACTOR are 1. the individual or entity who will have unable to agree on entitlement to or on the authority and responsibility for coordination of amount or extent, if any, of any adjustment in the activities among the various contractors will the Contract Price or Contract Times that be identified; should be allowed as a result of such other work, a Claim may be made therefor as 2. the specific matters to be covered by provided in paragraph 10 05. such authority and responsibility will be itemized; and B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and 3. the extent of such' authority and each utility owner (and OWNER, if OWNER is per- responsibilities will be provided. forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable B. Unless otherwise provided in the opportunity for the introduction and storage of Supplementary Conditions, OWNER shall have sole materials and equipment and the execution of such authority and responsibility for such coordination. other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, ARTICLE 8-OWNER'S RESPONSIBILITIES 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 8.01 Communications to Contractor other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise A. Except as otherwise provided in these altering their work and will only cut or alter their work General Conditions,.OWNER shall issue all communi- with the written consent of ENGINEER and the others cations to CONTRACTOR through ENGINEER. whose work will be affected. The duties and responsibilities of CONTRACTOR under this 8.02 Replacement of ENGINEER paragraph are for the benefit of such utility owners and other contractors to the extent that there are A. In case of termination of the employment of comparable provisions for the benefit of ENGINEER, OWNER shall appoint an engineer to CONTRACTOR in said direct contracts between whom CONTRACTOR makes no reasonable OWNER and such utility owners and other objection, whose status under the Contract contractors. Documents shall be that of the former ENGINEER. C. If the proper execution or results of any part of 8.03 Furnish Data CONTRACTOR's Work depends upon work per- formed by others under this Article 7, CONTRACTOR A. OWNER shall promptly furnish the data shall inspect such other work and promptly report to required of OWNER under the Contract Documents. ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or 804 Pay Promptly When Due unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to A. OWNER shall make payments to CONTRAC- so report will constitute an acceptance of such other TOR promptly when they are due as provided in work as fit and proper for integration with paragraphs 14.02.0 and 14.07.C. CONTRACTOR's Work except for latent defects and deficiencies in such other work. 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 510-13 00700-27 P%Public WorksIENGINEERING DIVISION PROJECTS11619 Round Island Facility Paving\t-Admin%bid documentsWaster Contract Documents\00700-General Conditions REV 510- 13.doc 4.01 and 4.05. Paragraph 4.02 refers to OWNER's ARTICLE 9-ENGINEER'S STATUS DURING identifying and making available to CONTRACTOR CONSTRUCTION copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or 9.01 OWNER'S Representative subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the A. ENGINEER will be OWNER's representative Contract Documents. during the construction period. The duties and responsibilities and the limitations of authority of 8.06 Insurance ENGINEER as OWNER's representative during construction are set forth in the Contract Documents A. OWNER's responsibilities, if any, in respect to and will not be changed without written consent of purchasing and maintaining liability and property insur- OWNER and ENGINEER. ance are set forth in Article 5. 9.02 Visits to Site 8.07 Change Orders A. ENGINEER will make visits to the Site at A. OWNER is obligated to execute Change intervals appropriate to the various stages of construc- Orders as indicated in paragraph 10 03. tion as ENGINEER deems necessary in order to observe as an experienced and qualified design 8.08 Inspections, Tests, and Approvals professional the progress that has been made and the quality of the various aspects of CONTRACTOR's A. OWNER's responsibility in respect to certain executed Work. Based on information obtained inspections, tests, and approvals is set forth in during such visits and observations, ENGINEER, for paragraph 13.03.B. the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- _8.0_9__Limitations on OWNER's Responsibilities-- tract Documents. ENGINEER will not be required to ---—- ---- —— ---- ---- — make exhaustive or continuous inspections on the Site A. The OWNER shall not supervise, direct, or to check the quality or quantity of the Work. have control or authority over, nor be responsible for, ENGINEER's efforts will be directed toward providing CONTRACTOR's means, methods, techniques, se- for OWNER a greater degree of confidence that the quences, or procedures of construction, or the safety completed Work will conform generally to the Contract precautions and programs incident thereto, or for any Documents. On the basis of such visits and failure of CONTRACTOR to comply with Laws and observations, ENGINEER will keep OWNER informed Regulations applicable to the performance of the of the progress of the Work and will endeavor to guard Work. OWNER will not be responsible for OWNER against defective Work. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority 8.10 Undisclosed Hazardous Environmental and responsibility set forth in paragraph 9.10, and Condition particularly, but without limitation, during or as a result of ENGINEER's visits or observations of A. OWNER's responsibility in respect to an CONTRACTOR's Work ENGINEER will not undisclosed Hazardous Environmental Condition is supervise, direct, control, or have authority over or be set forth in paragraph 4.06. responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, 8.11 Evidence of Financial Arrangements or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply A. If and to the extent OWNER has agreed to with Laws and Regulations applicable to the furnish CONTRACTOR reasonable evidence that performance of the Work. financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, 9.03 Project Representative OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700-General Conditions REV 5-10-13 00700-28 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving%1-Adminlbid documents\Master Contract Dowments100700-General Conditions REV 5-10- 13.doc authority and limitations thereon of any such Resident provided in paragraph 13.04, whether or not the Work Project Representative and assistants will be as is fabricated, installed, or completed. provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another represen- 907 Shop Drawings, Change Orders and tative or agent to represent OWNER at the Site who is Payments not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of A. In connection with ENGINEER's authority as such other individual or entity will be as provided in the to Shop Drawings and Samples, see paragraph 6.17. Supplementary Conditions. B. In connection with ENGINEER's authority as 9.04 Clarifications and Interpretations to Change Orders, see Articles 10, 11, and 12. A. ENGINEER will issue with reasonable C. In connection with ENGINEER's authority as promptness such written clarification's or interpreta- to Applications for Payment, see Article 14. tions of the requirements of the Contract Documents as ENGINEER may determine necessary, which shall 9.08 Determinations for Unit Price Work be consistent with the intent of and reasonably inferable from the Contract Documents. Such written A. ENGINEER will determine the actual quanti- clarifications and interpretations will be binding on ties and classifications of Unit Price Work performed OWNER and CONTRACTOR. If OWNER and CON- by CONTRACTOR. ENGINEER will review with TRACTOR are unable to agree on entitlement to or on CONTRACTOR the ENGINEER's preliminary the amount or extent, if any, of any adjustment in the determinations on such matters before rendering a Contract Price or Contract Times, or both, that should written decision thereon (by recommendation of an be allowed as a result of a written clarification or Application for Payment or otherwise). ENGINEER's interpretation, a Claim may be made therefor as written decision thereon will be final and binding provided in paragraph 10.05 (except as modified by ENGINEER to reflect changed _ factual conditions or more accurate data) upon _ ______905_ Authorized Variations in Work OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract 9.09 Decisions on Requirements of Contract Documents which do not involve an adjustment in the Documents and Acceptability of Work Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project A. ENGINEER will be the initial interpreter of the as a functioning whole as indicated by the Contract requirements of the Contract Documents and judge of Documents. These may be accomplished by a Field the acceptability of the Work thereunder. Claims, Order and will be binding on OWNER and also on disputes and other matters relating to the acceptability CONTRACTOR, who shall perform the Work involved of the Work, the quantities and classifications of Unit promptly If OWNER and CONTRACTOR are unable Price Work, the interpretation of the requirements of to agree on entitlement to or on the amount or extent, the Contract Documents pertaining to the if any, of any adjustment in the Contract Price or performance of the Work, and Claims seeking Contract Times, or both, as a result of a Field Order, changes in the Contract Price or Contract Times will a Claim may be made therefor as provided in be referred initially to ENGINEER in writing, in paragraph 10.05. accordance with the provisions of paragraph 10.05, with a request for a formal decision. 9.06 Rejecting Defective Work B. When functioning as interpreter and judge A. ENGINEER will have authority to disapprove under this paragraph .9.09, ENGINEER will not show or reject Work which ENGINEER believes to be partiality to OWNER or CONTRACTOR and will not defective, or that ENGINEER believes will not produce be liable in connection with any interpretation or a completed Project that conforms to the Contract decision rendered in good faith in such capacity. The Documents or that will prejudice the integrity of the rendering of a decision by ENGINEER pursuant to this design concept of the completed Project as a paragraph 9.09 with respect to any such Claim, functioning whole as indicated by the Contract dispute, or other matter (except any which have been Documents. ENGINEER will also have authority to waived by the making or acceptance of final payment require special inspection or testing of the Work as as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700-General Conditions REV 5-10.13 00700-29 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc CONTRACTOR of such rights or remedies as either ARTICLE 10-CHANGES IN THE WORK; CLAIMS may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 10.01 Authorized Changes in the Work 9.10 Limitations on ENGINEER's Authority and A. Without invalidating the Agreement and Responsibilities without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or A. Neither ENGINEER's authority or respon- revisions in the Work by a Written Amendment, a sibility under this Article 9 or under any other provision Change Order, or a Work Change Directive. Upon of the Contract Documents nor any decision made by receipt of any such document, CONTRACTOR shall ENGINEER in good faith either to exercise or not promptly proceed with the Work involved which will be exercise such authority or responsibility or the performed under the applicable conditions of the undertaking, exercise, or performance of any authority Contract Documents (except as otherwise specifically or responsibility by ENGINEER shall create, impose, provided). or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- B. If OWNER and CONTRACTOR are unable to tractor, any Supplier, any other individual or entity, or agree on entitlement to, or on the amount or extent, if to any surety for or employee or agent of any of them. any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a B. ENGINEER will not supervise, direct, control, Work Change Directive, a Claim may be made or have authority over or be responsible for therefor as provided in paragraph 10.05. CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety 10.02 Unauthorized Changes in the Work precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and A. CONTRACTOR shall not be entitled to an Regulations applicable to the performance of_the _increase in the Contract Price or an extension of the-- Wdrk. ENGINEER will not be responsible for Contract Times with respedt to any work performed CONTRACTOR's failure to perform the Work in that is not required by the Contract Documents as accordance with the Contract Documents. amended, modified, or supplemented as provided in paragraph 3 04, except in the case of an emergency C. ENGINEER will not be responsible for the as provided in paragraph 6.16 or in the case of acts or omissions of CONTRACTOR or of any uncovering Work as provided in paragraph 13.04.B. Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. 10 03 Execution of Change Orders D. ENGINEER's review of the final Application A. OWNER and CONTRACTOR shall execute for Payment and accompanying documentation and all appropriate Change Orders recommended by ENGI- maintenance and operating instructions, schedules, NEER(or Written Amendments)covering: guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to 1 changes in the Work which are. (i) be delivered by paragraph 14.07.A will only be to ordered by OWNER pursuant to paragraph determine generally that their content complies with 10.01.A, (ii) required because of acceptance of the requirements of, and in the case of certificates of defective Work under paragraph 13.08.A or inspections, tests, and approvals that the results OWNER's correction of defective Work under certified indicate compliance with, the Contract paragraph 13.09, or (iii) agreed to by the Documents. parties; E. The limitations upon authority and responsibil- 2. changes in the Contract Price or ity set forth in this paragraph 9.10 shall also apply to Contract Times which are agreed to by the ENGINEER's Consultants, Resident Project Repre- parties, including any undisputed sum or sentative, and assistants. amount of time for Work actually performed in accordance with a Work Change Directive;and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER 00700-General Conditions REV 5-10-13 00700-30 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 5-10- 13.doc pursuant to paragraph 10 05; provided that, in 10.05 Claims and Disputes lieu of executing any such Change Order, an appeal may be taken from any such decision in A. Notice: Written notice stating the general accordance with the provisions of the Contract nature of each Claim, dispute, or other matter shall be Documents and applicable Laws and Regula- delivered by the claimant to ENGINEER and the other tions, but during any such appeal, party to the Contract promptly (but in no event later CONTRACTOR shall carry on the Work and than 30 days) after the start of the event giving rise adhere to the progress schedule as provided in thereto. Notice of the amount or extent of the Claim, paragraph 6.18.A. dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the 10 04 Notification to Surety Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant A. If notice of any change affecting the general to submit additional or more accurate data in support scope of the Work or the provisions of the Contract of such Claim, dispute, or other matter). A Claim for Documents (including, but not limited to, Contract an adjustment in Contract Price shall be prepared in Price or Contract Times) is required by the provisions accordance with the provisions of paragraph 12.01.13. of any Bond to be given to a surety, the giving of any A Claim for an adjustment in Contract Time shall be such notice will be CONTRACTOR's responsibility. prepared in accordance with the provisions of The amount of each applicable Bond will be adjusted paragraph 12.02.B. Each Claim shall be accom- to reflect the effect of any such change. panied by claimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. 00700-General Conditions REV 5-10-13 00700-31 F1Public Works\ENGINEERING DIVISION PROJECTS11619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc C. If ENGINEER does not render a formal 2. Cost of all materials and equipment decision in writing within the time stated in paragraph furnished and incorporated in the Work, includ- 10.05.13, a decision denying the Claim in its entirety ing costs of transportation and storage thereof, shall be deemed to have been issued 31 days after and Suppliers' field services required in receipt of the last submittal of the claimant or the last connection therewith. All cash discounts shall submittal of the opposing party, if any. accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which D. No Claim for an adjustment in Contract Price to make payments, in which case the cash or Contract Times (or Milestones) will be valid if not discounts shall accrue to OWNER. All trade submitted in accordance with this paragraph 10.05. discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR ARTICLE 11 -COST OF THE WORK; CASH shall make provisions so that they may be ALLOWANCES; UNIT PRICE WORK obtained. 3 Payments made by CONTRACTOR 11.01 Cost of the Work to Subcontractors for Work performed by Subcontractors. If required by OWNER, LON- A. Costs Included: The term Cost of the Work TRACTOR shall obtain competitive bids from means the sum of all costs necessarily incurred and subcontractors acceptable to OWNER and paid by CONTRACTOR in the proper performance of CONTRACTOR and shall deliver such bids to the Work. When the value of any Work covered by a OWNER, who will then determine, with the Change Order or when a Claim for an adjustment in advice of ENGINEER, which bids, if any, will be Contract Price is determined on the basis of Cost of acceptable. If any subcontract provides that the the Work, the costs to be reimbursed to Subcontractor is to be paid on the basis of Cost CONTRACTOR will be only those additional or _ of the Work plus a fee, the Subcontractor's incremental costs required because of the change in Cost of the Work and fee shall be determined the Work or because of the event giving rise to the in the same manner as CONTRACTOR's Cost Claim. Except as otherwise may be agreed to in of the Work and fee as provided in this para- writing by OWNER, such costs shall be in amounts no graph 11.01. higher than those prevailing in the locality of the Project, shall include only the following items, and 4 Costs of special consultants shall not include any of the costs itemized in para- (including but not limited to engineers, graph 11 01.13. architects, testing laboratories, surveyors, attorneys, and accountants) employed for 1. Dwrnll GGStS for employees in +he services specifically related to the Work. d*reGt employ of GONTRAGTOR OR the perfbF 5. Supplemental costs including the following: without erintendeRtS, , a. The proportion of necessary trans- andother nersnnnel empin„ed full time at +ho portation, travel, and subsistence expenses of Site. PayFell Gests for employees not employed CONTRACTOR's employees incurred in dis- fl-111 ti.M.R_ GR the Work shall be apportioned GR of duties connected with the Work. tmebaSISo, thelrSpeR tit nn the VVGFk f�,� �m„e� Payr4qll GGStS shall ORGlude, but Rot be limited , b. Cost, including transportation and salaries and wages plus the GGSt Of fringe maintenance, of all materials, supplies, equip- benefits, whish shall i ^wwac lade Serial—seGUFity ment, machinery, appliances, office, and shall i Gentributiens, aaempleymeRt, exGise, aad temporary facilities at the Site, and hand tools paymil not owned by the workers,which are consumed ra anre+irement benefits bonuses, Bird. lei„e in the performance of the Work, and cost, less market value, of such items used but not con- The expenses of perfermino Work outside 9 sumed which remain the property of CON- TRACTOR. legal helidays, shall be *AGIuded in the above te the extent autherized by OWNER. 00700-General Conditions REV 5-10-13 00700-32 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc C. Rentals of all construction equip- changes in the Work or caused by the event ment and machinery, and the parts thereof giving rise to the Claim. whether rented from CONTRACTOR or others in accordance with rental agreements approved j.When all the Work is performed on the by OWNER with the advice of ENGINEER, and basis of cost-plus, the costs of premiums for all the costs of transportation, loading, unloading, Bonds and insurance CONTRACTOR is assembly, dismantling, and removal thereof. required by the Contract Documents to All such costs shall be in accordance with the purchase and maintain. terms of said rental agreements. The rental of any such equipment, machinery, or parts shall B. Costs Excluded., The term Cost of the Work cease when the use thereof is no longer shall not include any of the following items: necessary for the Work. 1. Payroll costs and other compensation d. Sales, consumer, use, and other of CONTRACTOR's officers, executives, princi- similar taxes related to the Work, and for which pals (of partnerships and sole proprietorships), CONTRACTOR is liable, imposed by Laws and general managers, engineers, architects, Regulations. estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, e. Deposits lost for causes other than timekeepers, clerks, and other personnel negligence of CONTRACTOR, any Sub- employed by CONTRACTOR, whether at the contractor, or anyone directly or indirectly Site or in CONTRACTOR's principal or branch employed by any of them or for whose acts any office for general administration of the Work of them may be liable, and royalty payments and not specifically included in the agreed upon and fees for permits and licenses. schedule of job classifications referred to in paragraph 11 01.A.1 or specifically covered by f. Losses and damages (and related paragraph 11.01.A.4, all of which are to be _ expenses) caused by damage to the Work_, not _ considered administrative costs covered by the compensated by insurance or otherwise, sus- CONTRACTOR's fee. tained by CONTRACTOR in connection with the performance of the Work (except losses 2. Expenses of CONTRACTOR's princi- and damages within the deductible amounts of pal and branch offices other than property insurance established in accordance CONTRACTOR's office at the Site. with paragraph 5.06.D), provided such losses and damages have resulted from causes other 3. Any part of CONTRACTOR's capital than the negligence of CONTRACTOR, any expenses, including interest on Subcontractor, or anyone directly or indirectly CONTRACTOR's capital employed for the employed by any of them or for whose acts any Work and charges against CONTRACTOR for of them may be liable. Such losses shall delinquent payments. include settlements made with the written consent and approval of OWNER. No such 4 Costs due to the negligence of CON- losses, damages, and expenses shall be TRACTOR, any Subcontractor, or anyone included in the Cost of the Work for the directly or indirectly employed by any of them or purpose of determining CONTRACTOR's fee. for whose acts any of them may be liable, including but not limited to, the correction of g. The cost of utilities, fuel,, and sanitary defective Work, disposal of materials or facilities at the Site. equipment wrongly supplied, and making good any damage to property h. Minor expenses such as telegrams, long distance telephone calls,telephone service 5. Other overhead or general expense at the Site, expressage, and similar petty cash costs of any kind and the costs of any item not items in connection with the Work. specifically and expressly included in paragraphs 11.01.A and 11.01.B. i. When the Cost of the Work is used to determine the value of a Change Order or of a C CONTRACTOR's Fee: When all the Work is Claim, the cost of premiums for additional performed on the basis of cost-plus, CONTRACTOR's Bonds and insurance required because of the fee shall be determined as set forth in the Agreement., When the value of any Work covered by a Change 00700-General Conditions REV 5-10-13 00700-33 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc Order or when a Claim for an adjustment in Contract Unit Price Work performed by CONTRACTOR will be Price is determined on the basis of Cost of the Work, made by ENGINEER subject to the provisions of CONTRACTOR's fee shall be determined as set forth paragraph 9.08 in paragraph 12.01.C. B. Each unit price will be deemed to include an D. Documentation: Whenever the Cost of the amount considered by CONTRACTOR to be ade- Work for any purpose is to be determined pursuant to quate to cover CONTRACTOR's overhead and profit paragraphs 11.01.A and 11 01.13, CONTRACTOR will for each separately identified item. establish and maintain records thereof in accordance with generally accepted accounting practices and C. OWNER or CONTRACTOR may make a submit in a form acceptable to ENGINEER an Claim for an adjustment in the Contract Price in accor- itemized cost breakdown together with supporting dance with paragraph 10.05 if: data. 1. the quantity of any item of Unit Price 11.02 Cash Allowances Work performed by CONTRACTOR differs materially and significantly from the estimated A. It is understood that CONTRACTOR has in- quantity of such item indicated in the cluded in the Contract Price all allowances so named Agreement; and in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be 2. there is no corresponding adjustment acceptable to OWNER and ENGINEER. with respect any other item of Work; and CONTRACTOR agrees that: 3 if CONTRACTOR believes that 1. the allowances include the cost to CONTRACTOR is entitled to an increase in CONTRACTOR (less any applicable trade Contract Price as a result of having incurred discounts) of materials and equipment required additional expense or OWNER believes that _____-by the allowances to be delivered at the Site, OWNER is entitled to a decrease in Contract and all applicable taxes, and Price and the parties are unable to agree as to -- --the amount of any such increase or decrease. 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses ARTICLE 12-CHANGE OF CONTRACT PRICE; contemplated for the allowances have been CHANGE OF CONTRACT TIMES included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will 12.01 Change of Contract Price be valid. A. The Contract Price may only be changed by a B. Prior to final payment, an appropriate Change Change Order or by a Written Amendment. Any Order will be issued as recommended by ENGINEER Claim for an adjustment in the Contract Price shall be to reflect actual amounts due CONTRACTOR on based on written notice submitted by the party making account of Work covered by allowances, and the Con- the Claim to the ENGINEER and the other party to the tract Price shall be correspondingly adjusted. Contract in accordance with the provisions of para- graph 10.05. 11.03 Unit Price Work B. The value of any Work covered by a Change A. Where the Contract Documents provide that Order or of any Claim for an adjustment in the all or part of the Work is to be Unit Price Work, initially Contract Price will be determined as follows: the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the 1. where the Work involved is covered unit price for each separately identified item of Unit by unit prices contained in the Contract Price Work times the estimated quantity of each item Documents, by application of such unit prices to as indicated in the Agreement. The estimated the quantities of the items involved (subject to quantities of items of Unit Price Work are not guaran- the provisions of paragraph 11.03), or teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- 2. where the Work involved is not cov- minations of the actual quantities and classifications of ered by unit prices contained in the Contract 00700-General Conditions REV 510-13 00700-34 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents100700-General Conditions REV 510- 13.doc Documents, by a mutually agreed lump sum (which may include an allowance for overhead f. when both additions and credits are and profit not necessarily in accordance with involved in any one change, the adjustment paragraph 12.01.C.2); or in CONTRACTOR's fee shall be computed on the basis of the net change in 3. where the Work involved is not cov- accordance with paragraphs 12.01.C.2.a ered by unit prices contained in the Contract through 12.01.C.2.e, inclusive. Documents and agreement to a lump sum is not reached under paragraph 12.01.8.2, on the 12.02 Change of Contract Times basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a A. The Contract Times (or Milestones) may only CONTRACTOR's fee for overhead and profit be changed by a Change Order or by a Written (determined as provided in paragraph 12.01.C) Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on C. CONTRACTOR's Fee: The written notice submitted by the party making the claim CONTRACTOR's fee for overhead and profit shall be to the ENGINEER and the other party to the Contract determined as follows: in accordance with the provisions of paragraph 10.05. 1. a mutually acceptable fixed fee; or B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any 2. if a fixed fee is not agreed upon, then Claim for an adjustment in the Contract Times (or a fee based on the following percentages of the Milestones) will be determined in accordance with the various portions of the Cost of the Work: provisions of this Article 12. a. for costs incurred under para- 12.03 Delays Beyond CONTRACTOR's Control graphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's fee.shall be 15 percent; A. Where CONTRACTOR is_prevented from completing any part of the Work within the Contract b. for costs incurred under paragraph Times (or Milestones) due to delay beyond the control 11.01.A.3, the CONTRACTOR's fee shall of CONTRACTOR, the Contract Times (or be five percent; Milestones)will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor c. where one or more tiers of subcon- as provided in paragraph 12.02.A. Delays beyond the tracts are on the basis of Cost of the Work control of CONTRACTOR shall include, but not be plus a fee and no fixed fee is agreed upon, limited to, acts or neglect by OWNER, acts or neglect the intent of paragraph 12.01 C.2.a is that of utility owners or other contractors performing other the Subcontractor who actually performs work as contemplated by Article 7, fires, floods, the Work, at whatever tier, will be paid a fee epidemics, abnormal weather conditions, or acts of of 15 percent of the costs incurred by such God. Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier 12.04 Delays Within CONTRACTOR's Control Subcontractor and CONTRACTOR will each be paid a fee of five percent of the A. The Contract Times(or Milestones)will not be amount paid to the next lower tier Subcon- extended due to delays within the control of tractor; CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be d. no fee shall be payable on the deemed to be delays within the control of CONTRAC- basis of costs itemized under paragraphs TOR. 11.01.A.4, 11.01.A.5, and 11 01.13; 12.05 Delays Beyond OWNER's and e. the amount of credit to be allowed CONTRACTOR's Control by CONTRACTOR to OWNER for any change which results in a net decrease in A. Where CONTRACTOR is prevented from cost will be the amount of the actual net completing any part of the Work within the Contract decrease in cost plus a deduction in Times (or Milestones) due to delay beyond the control CONTRACTOR's fee by an amount equal of both OWNER and CONTRACTOR, an extension of to five percent of such net decrease; and the Contract Times (or Milestones) in an amount 00700-General Conditions REV 5-10-13 00700-35 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such 13.03 Tests and Inspections delay A. CONTRACTOR shall give ENGINEER timely 12.06 Delay Damages notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate A. In no event shall OWNER or ENGINEER be with inspection and testing personnel to facilitate liable to CONTRACTOR, any Subcontractor, any required inspections or tests. Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for B. OWNER shall employ- and pay for the damages arising out of or resulting from: se.en,inee of an independent testing Iaberater fe perferm all (linspenfienc tests er approvals req Bred by 1. delays caused by or within the control the Centras+ er•uments eXlGenf: of CONTRACTOR; or 1 feF tests, or approv 2. delays beyond the control of both ?red by paFagraphs 13.03.G and 13.03.D OWNER and CONTRACTOR including but not below; limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or 2. that rVA-sts GenneGtion neglect by utility owners or other contractors teats eF *nspeGt*GRS endUGted puFsLiant to performing other work as contemplated by paragiaph 13.04.6 shall be paid as PFGvided in Article 7. said paFagFaph 13.04.13; aPA B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to the GentraGt DOGUments. compensate CONTRACTOR due to delay, interference, or----disruption directly attributable to _ C. If Laws or Regulations of any public body actions or inactions of OWNER or anyone for whom having jurisdiction require any Work (or part thereof) OWNER is responsible. specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for ARTICLE 13-TESTS AND INSPECTIONS; arranging and obtaining such inspections, tests, or CORRECTION, REMOVAL OR ACCEPTANCE OF approvals, pay all costs in connection therewith, and DEFECTIVE WORK furnish ENGINEER the required certificates of inspec- tion or approval. 13.01 Notice of Defects D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in A. Prompt notice of all defective Work of which connection with any inspections, tests, or approvals OWNER or ENGINEER has actual knowledge will be required for OWNER's and ENGINEER's acceptance given to CONTRACTOR. All defective Work may be of materials or equipment to be incorporated in the rejected, corrected, or accepted as provided in this Work; or acceptance of materials, mix designs, or Article 13. equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation 13.02 Access to Work in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to A. OWNER, ENGINEER, ENGINEER's Con- OWNER and ENGINEER. sultants, other representatives and personnel of OWNER, independent testing laboratories, and E. If any Work (or the work of others) that is to governmental agencies with jurisdictional interests will be inspected, tested, or approved is covered by CON- have access to the Site and the Work at reasonable TRACTOR without written concurrence of ENGI- times for their observation, inspecting, and testing. NEER, it must, if requested by ENGINEER, be uncov- CONTRACTOR shall provide them proper and safe ered for observation. conditions for such access and advise them of CONTRACTOR's Site safety procedures and F. Uncovering Work as provided in paragraph programs so that they may comply therewith as 13.03.E shall be at CONTRACTOR's expense unless applicable. CONTRACTOR has given ENGINEER timely notice 00700-General Conditions REV 510-13 00700-36 F\Public Works\ENGINEERING DIVISION PROJECTSX1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\00700-General Conditions REV 510- 13.doc of CONTRACTOR's intention to cover the same and or entityOF any surety for OF employee OF agent of ENGINEER has not acted with reasonable prompt- ness in response to such notice. 13.06 Correction or Removal of Defective Work 13 04 Uncovering Work A. CONTRACTOR shall correct all defective A. If any Work is covered contrary to the written Work, whether or not fabricated, installed, or request of ENGINEER, it must, if requested by ENGI- completed, or, if the Work has been rejected by ENGI- NEER, be uncovered for ENGINEER's observation NEER, remove it from the Project and replace it with and replaced at CONTRACTOR's expense. Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but B. If ENGINEER considers it necessary or not limited to all fees and charges of engineers, advisable that covered-Work be observed by ENGI- architects, attorneys, and other professionals and all NEER or inspected or tested by others, CONTRAC- court or arbitration or other dispute resolution costs) TOR, at ENGINEER's request, shall uncover, expose, arising out of or relating to such correction or removal or otherwise make available for observation, inspec- (including but not limited to all costs of repair or tion, or testing as ENGINEER may require, that replacement of work of others). portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that 13 07 Correction Period such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages(including but not A. limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or preGGFibed by Laws OF Regulations OF by the teFrAs 9 arbitration or other dispute resolution costs)arising out any applicable snenial guarantee required by the of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory ______ replacement or reconstruction (including_but_not defel3tive, limited to all costs of repair or replacement of work of !i - - -- others); and OWNER shall be entitled to an OWNER or permitted by Laws and Regulations as appropriate decrease in the Contract Price. If the GOnternplated in paragraph 6.11.A is fOURd to parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in to OWNER and on aGGGFdanGe with OWNER's written paragraph 10.05. If, however, such Work is not found R.Gbrur_,tiens� (i) repair SUGh defel3tive and or areas,-OF to be defective, CONTRACTOR shall be allowed an (ii)-serrest SUGh defeslive WeFk or, if the defeGtive increase in the Contract Price or an extension of the Work has beeR FejeGted by Ferneve it Contract Times (or Milestones), or both, directly the-RFejest-aad-Fepl, Ge it with WOFk that iso attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to vVerh of Others OF other land OF areas resulting there the amount or extent thereof, CONTRACTOR may €FeFF�.- If CONTRACTOR does not promptly comply make a Claim therefor as provided in paragraph with the terms of such instructions, or in an 10.05. emergency where delay would cause serious risk of loss or damage, OWNER may have the defective 1305 OWNER May Stop the Work Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, A. if the VVoFk is defel3tive, OF GONTRACTOR losses, and damages (including but not limited to all fails tesupply suf„Giegt-skilled woFkers ^rte:;-Able 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 the GontraGt DE)GUments, OWNER may order GON to such correction or repair or such removal and thereof,TRAGTOR to stop the WeFk, or any paFtien replacement (including but not limited to all costs of until the nai ise for S„nh Order has been efiminatede, repair or replacement of work of others)will be paid by howeveF, this Fight of OWNER to stop the WeFk shall CONTRACTOR. not give Fise to any duty OR the part of OWNER to exeFGmse this Fight f0F the benefit of GONTRACT-OR, B. any SubGOntraGtOF, any SupplieF, any OtheF individualitem of equipment is planedin nnntinins s seniine before Substantial Gempletion of all the WoFk, the 00700-General Conditions REV 5-10-13 00700-37 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc any other provision of the Contract Documents, OWNER may, after seven days written notice to 1A1.i1+on A,,,ondmeR CONTRACTOR, correct and remedy any such deficiency. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or B In exercising the rights and remedies under removed and replaced under this paragraph 13.07, this paragraph, OWNER shall proceed expeditiously. the correction period hereunder with respect to such In connection with such corrective and remedial Work will be extended for an additional period of one action, OWNER may exclude CONTRACTOR from all year after such correction or removal and replacement or part of the Site, take possession of all or part of the has been satisfactorily completed. Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, D. CONTRACTOR's obligations under this appliances, construction equipment and machinery at paragraph 13.07 are in addition to any other obligation the Site, and incorporate in the Work all materials and or warranty. The provisions of this paragraph 13.07 equipment stored at the Site or for which OWNER has shall not be construed as a substitute for or a waiver paid CONTRACTOR but which are stored elsewhere. of the provisions of any applicable statute of limitation CONTRACTOR shall allow OWNER, OWNER's or repose. representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's 13.08 Acceptance of Defective Work Consultants access to the Site to enable OWNER to exercise the rights and remedies under this A. If, instead of requiring correction or removal paragraph. and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- C. All Claims, costs, losses, and damages ment, ENGINEER) prefers to accept it, OWNER may (including but not limited to all fees and charges of do so CONTRACTOR shall, pay all Claims, costs, engineers, architects, attorneys, and other losses, and damages (including but not limited to all professionals and all court or arbitration or other fees and charges of engineers, architects, attorneys, dispute resolution costs) incurred or sustained by -_.- and other professionals and all court or arbitration or OWNER .in exercising the rights and remedies under other dispute resolution costs) attributable to this paragraph 13.09 will be charged against CON- OWNER's evaluation of and determination to accept TRACTOR, and a Change Order will be issued such defective Work (such costs to be approved by incorporating the necessary revisions in the Contract ENGINEER as to reasonableness) and the diminished Documents with respect to the Work; and OWNER value of the Work to the extent not otherwise paid by shall be entitled to an appropriate decrease in the CONTRACTOR pursuant to this sentence. If any Contract Price. If the parties are unable to agree as to such acceptance occurs prior to ENGINEER's recom- the amount of the adjustment, OWNER may make a mendation of final payment, a Change Order will be Claim therefor as provided in paragraph 10.05. Such issued incorporating the necessary revisions in the claims, costs, losses and damages will include but not Contract Documents with respect to the Work, and be limited to all costs of repair, or replacement of work OWNER shall be entitled to an appropriate decrease of others destroyed or damaged by correction, in the Contract Price, reflecting the diminished value of removal, or replacement of CONTRACTOR's Work so accepted. If the parties are unable to agree defective Work. as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10 05. If the D. CONTRACTOR shall not be allowed an acceptance occurs after such recommendation, an extension of the Contract Times (or Milestones) appropriate amount will be paid by CONTRACTOR to because of any delay in the performance of the Work OWNER. attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13 09. 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 1306.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with 00700-General Conditions REV 5-10-13 00700-38 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc ARTICLE 14- PAYMENTS TO CONTRACTOR AND B. Review of Applications COMPLETION 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either 14.01 Schedule of Values indicate in writing a recommendation of payment and present the Application to A. The schedule of values established as provid- OWNER or return the Application to ed in paragraph 2.07.A will serve as the basis for CONTRACTOR indicating in writing progress payments and will be incorporated into a ENGINEER's reasons for refusing to form of Application for Payment acceptable to ENGI- recommend payment. In the latter case, CON- NEER. Progress payments on account of Unit Price TRACTOR may make the necessary Work will be based on the number of units completed. corrections and resubmit the Application. 14 02 Progress Payments 2. ENGINEER's recommendation of any payment requested in an Application for A. Applications for Payments Payment will constitute a representation by ENGINEER to OWNER, based on 1. At least 20 days before the date ENGINEER's observations on the Site of the established for each progress payment(but not executed Work as an experienced and qualified more often than once a month), design professional and on ENGINEER's CONTRACTOR shall submit to ENGINEER for review of the Application for Payment and the review an Application for Payment filled out and accompanying data and schedules, that to the signed by CONTRACTOR covering the Work best of ENGINEER's knowledge, information completed as of the date of the Application and and belief: accompanied by such supporting documentation as is required by the Contract a. the Work has progressed to the point Documents. If payment is requested on the indicated; basis of materials and equipment not — - - - incorporated in the Work but delivered and b. the quality of the Work is generally in suitably stored at the Site or at another location accordance with the Contract Documents agreed to in writing, the Application for Payment (subject to an evaluation of the Work as a shall also be accompanied by a bill of sale, functioning whole prior to or upon invoice, or other documentation warranting that Substantial Completion, to the results of any OWNER has received the materials and equip- subsequent tests called for in the Contract ment free and clear of all Liens and evidence Documents, to a final determination of that the materials and equipment are covered quantities and classifications for Unit Price by appropriate property insurance or other Work under paragraph 9.08, and to any arrangements to protect OWNER's interest other qualifications stated in the therein, all of which must be satisfactory to recommendation); and OWNER. c. The conditions precedent to 2. Beginning with the second CONTRACTOR's being entitled to such Application for Payment, each Application shall payment appear to have been fulfilled in so include an affidavit of CONTRACTOR stating far as it is ENGINEER's responsibility to that all previous progress payments received observe the Work. on account of the Work have been applied on account to discharge CONTRACTOR's 3 By recommending any such legitimate obligations associated with prior payment ENGINEER will not thereby be Applications for Payment. deemed to have represented that: (i) inspec- tions made to check the quality or the quantity 3 The amount of retainage with respect of the Work as it has been performed have to progress payments will be as stipulated in been exhaustive, extended to every aspect of the Agreement. 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 510-13 00700-39 F1Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc parties that might entitle CONTRACTOR to be 1. Teff days after pFesen ati^^ of paid additionally by OWNER or entitle OWNER AppliGatiGR f9F Payment to OWNER with to withhold payment to CONTRACTOR. ENGINEER's ren-parn;,end'a+�—the—areoun 4. Neither ENGINEER's review of paragraph 14.02.D) beGE)Fne due, and when CONTRACTOR's Work for the purposes of due will be paid by OWNER to GONTRAGTOR. recommending payments nor ENGINEER's recommendation of any payment, including final D. Reduction in Payment payment, will impose responsibility on ENGINEER to supervise, direct, or control the 1. OWNER may refuse to make Work or for the means, methods, techniques, payment of the full amount recommended by sequences, or procedures of construction, or ENGINEER because. the safety precautions and programs incident thereto, or for CONTRACTOR's failure to a. claims have been made against comply with Laws and Regulations applicable to OWNER on account of CONTRACTOR's CONTRACTOR's performance of the Work. performance or furnishing of the Work; Additionally, said review or recommendation will not impose responsibility on ENGINEER to b. Liens have been filed in connection make any examination to ascertain how or for with the Work, except where what purposes CONTRACTOR has used the CONTRACTOR has delivered a specific moneys paid on account of the Contract Price, Bond satisfactory to OWNER to secure the or to determine that title to any of the Work, satisfaction and discharge of such Liens; materials, or equipment has passed to OWNER free and clear of any Liens. c. there are other items entitling OWN- ER to a set-off against the amount 5 ENGINEER may refuse to recom- recommended; or mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to d. OWNER has actual knowledge of the make the representations to OWNER referred occurrence of any of the events enumerated to in paragraph 14.02.B.2. ENGINEER may in paragraphs 14.02.B.5 a through also refuse to recommend any such payment 14 02.135.c or paragraph 15.02.A. or, because of subsequently discovered evidence or the results of subsequent 2. If OWNER refuses to make payment inspections or tests, revise or revoke any such of the full amount recommended by payment recommendation previously made, to ENGINEER, OWNER must give such extent as may be necessary in CONTRACTOR immediate written notice (with ENGINEER's opinion to protect OWNER from a copy to ENGINEER)'stating the reasons for loss because: such action and promptly pay CONTRACTOR any amount remaining after deduction of the a. the Work is defective, or completed amount so withheld. OWNER shall promptly Work has been damaged, requiring pay CONTRACTOR the amount so withheld, or correction or replacement; any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR b the Contract Price has been reduced corrects to OWNER's satisfaction the reasons by Written Amendment or Change Orders; for such action. c. OWNER has been required to correct 3. If it is subsequently determined that defective Work or complete Work in accor- OWNER's refusal of payment was not justified, dance with paragraph 13.09; or the amount wrongfully withheld shall be treated as an amount due as determined by paragraph a Fnlr-lnlGGQ has aGtu l kPlowledge „c 14.02.C.1. the OGGUFFenGe of any of the eveRts enumer- . 14.03 CONTRACTOR's Warranty of Title C. Payment Becomes Due A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated 00700-General Conditions REV 5-10-13 00700-40 FAPublic WorkMENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc in the Project or not,will pass to OWNER no later than B OWNER shall have the right to exclude the time of payment free and clear of all Liens. CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- 14 04 Substantial Completion TRACTOR reasonable access to complete or correct items on the tentative list. A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall 14.05 Partial Utilization notify OWNER and ENGINEER in writing that the entire Work is substantially complete(except for items A. Use by OWNER at OWNER's option of any specifically listed by CONTRACTOR as incomplete) substantially completed part of the Work which has and request that ENGINEER issue a certificate of specifically been identified in the Contract Documents, Substantial Completion. Promptly thereafter, or which OWNER, ENGINEER, and CONTRACTOR OWNER, CONTRACTOR, and ENGINEER shall agree constitutes a separately functioning and usable make an inspection of the Work to determine the part of the Work that can be used by OWNER for its status of completion. If ENGINEER does not consider intended purpose without significant interference with the Work substantially complete, ENGINEER will CONTRACTOR's performance of the remainder of notify CONTRACTOR in writing giving the reasons the Work, may be accomplished prior to Substantial therefore. if ENGINEER seRsideFs the—Work Completion of all the Work subject to the following substantially Gemplete, ENGINEER will prepare and conditions. GempletiOR whiGh shall fix the date of Sub6tantial 1. OWNER at any time may request GempletiOR. There shall be attaGhed to the GeFtifiGate CONTRACTOR in writing to permit OWNER to a teRtafive list of items to be GGIMpleted OF GOrreGted use any such part of the Work which OWNER before Final payment. OWNER shall have seven da„ believes to be ready for its intended use and substantially complete. If CONTRACTOR mare written—objeG+O„ e ENIG.IE€R as to aRY agrees that such part of the Work is list._ _, afte substa_ntially complete, CONTRACTORwill .. GGInsiderinci�oh nh;en+inns ENGINEER GGRGI des—-------- -- certify to OWNER and ENGINEER that_such that the—Werk not substantially—GOMplete, part of the Work is substantially complete and ENGINEER will within 14 clave after submissiGn of+he request ENGINEER to issue a certificate of Substantial Completion for that part of the in writing, +^+ism the—reasons�r;eti#er. If a#ter Work. CONTRACTOR at any time may notify GGIRsid ERS—objections, ENGINEER OWNER and ENGINEER in writing that Gensiders the Work substantially Gelplete CONTRACTOR considers any such part of the ENGINEER will within said-14—days execute arld Work ready for its intended use and substan- deliver to GWNER and CONTRACTOR a definitive complete and request ENGINEER to issue a certificate of Substantial Completion for that tentative list of items to be G moleted or norren+ed) part of the Work. Within a reasonable time ' after either such request, OWNER, as ENGINEER believes justified after r sirdera+ion of CONTRACTOR, and ENGINEER shall make any objeetiens frerrl OWNER. At the tome of delivery an inspection of that part of the Work to determine its status of completion. If ENGINEER wall deliver to rl.A.MICp and CONTRAG ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER respensibilities— peRding—final paymeRtr between will notify OWNER and CONTRACTOR in , writing giving the reasons therefor. If epeFat+on, sa",and pFotestOn of—the Wort, ENGINEER considers that part of the Work to maiRte;aRGe, heat, utilities^sur^^^e and w^rr infie be substantially complete, the provisions of and guarantees. QnlensI h I E R and paragraph 14.04 will apply with respect to GONTRAGTOR agree etherwise in wreting and Ce certification of Substantial Completion of that ;nform ENGINEER in , ,ri+in„ nrior +e ENGINEER's part of the Work and the division of responsibility in respect thereof and access +;en ENGINEER's aferesaid reGommenda+;en will be thereto. bindiR9 on OWNER and CONTRACTOR until final payment- 2. No occupancy or separate operation of part of the Work may occur prior to 00700-General Conditions REV 5-10-13 00700-41 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc compliance with the requirements of paragraph furnish such a release or receipt in full, CON- 5 10 regarding property insurance. TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify 14.06 Final Inspection OWNER against any Lien. A. Upon written notice from CONTRACTOR that B. Review of Application and Acceptance the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final 1. If, on the basis of ENGINEER's inspection with OWNER and CONTRACTOR and will observation of the Work during construction notify CONTRACTOR in writing of all particulars in and final inspection, and ENGINEER's review which this inspection reveals that the Work is of the final Application for Payment and incomplete or defective. CONTRACTOR shall accompanying documentation as required by immediately take such measures as are necessary to the Contract Documents, ENGINEER is complete such Work or remedy such deficiencies. satisfied that the Work has been completed and CONTRACTOR's other obligations under 14.07 Final Payment the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of A. Application for Payment the final Application for Payment, indicate in writing ENGINEER's recommendation of 1. After CONTRACTOR has, in the payment and present the Application for opinion of ENGINEER, satisfactorily completed Payment to OWNER for payment. At the same all corrections identified during the final time ENGINEER will also give written notice to inspection and has delivered, in accordance OWNER and CONTRACTOR that the Work is with the Contract Documents, all maintenance acceptable subject to the provisions of and operating instructions, schedules, guaran- paragraph 14.09. Otherwise, ENGINEER will tees, Bonds, certificates or other evidence of return the Application for Payment to insurance certificates of inspection, marked-up _ CONTRACTOR, indicating in writing the record documents (as provided in paragraph reasons for refusing to recommend final 6.12), and other documents, CONTRACTOR payment, in which case CONTRACTOR shall may make application for final payment follow- make the necessary corrections and resubmit ing the procedure for progress payments. the Application for Payment. 2. The final Application for Payment C. Payment Becomes Due shall be accompanied (except as previously delivered) by- (i) all documentation called for in 1. Thirty days after the nresentation o the Contract Documents, including but not OWNER of the AppliGation for Payment and limited to the evidence of insurance required by subparagraph 5 04 B.7; (ii) consent of the FIRGOmmended by ENGINEER will honnmo due surety, if any, to final payment; and (iii) and, when due, will be paid by OWNER to complete and legally effective releases or . waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection 14 08 Final Completion Delayed with the Work. A. If, through no fault of CONTRACTOR, final 3 In lieu of the releases or waivers of completion of the Work is significantly delayed, and if Liens specified in paragraph 14 07.A.2 and as ENGINEER so confirms, OWNER shall, upon receipt approved by OWNER, CONTRACTOR may of CONTRACTOR's final Application for Payment and furnish receipts or releases in full and an recommendation of ENGINEER, and without terminat- affidavit of CONTRACTOR that: (i)the releases ing the Agreement, make payment of the balance due and receipts include all labor, services, for that portion of the Work fully completed and material, and equipment for which a Lien could accepted. If the remaining balance to be held by be filed; and (ii) all payrolls, material and OWNER for Work not fully completed or corrected is equipment bills, and other indebtedness less than the retainage stipulated in the Agreement, connected with the Work for which OWNER or and if Bonds have been furnished as required in OWNER's property might in any way be paragraph 5.01, the written consent of the surety to responsible have been paid or otherwise satis- the payment of the balance due for that portion of the fied. If any Subcontractor or Supplier fails to Work fully completed and accepted shall be submitted 00700-General Conditions REV 5-10-13 00700-42 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc by CONTRACTOR to ENGINEER with the Application under paragraph 2.07 as adjusted from time to for such payment. Such payment shall be made time pursuant to paragraph 6.04); under the terms and conditions governing final payment, except that it shall not constitute a waiver of 2. CONTRACTOR's disregard of Laws Claims. or Regulations of any public body having jurisdiction; 14.09 Waiver of Claims 3. CONTRACTOR's disregard of the A. The making and acceptance of final payment authority of ENGINEER; or will constitute: 4. CONTRACTOR's violation in any 1 a waiver of all Claims by OWNER substantial way of any provisions of the against CONTRACTOR, except Claims arising Contract Documents. from unsettled Liens, from defective Work appearing after final inspection pursuant to B. If one or more of the events identified in paragraph 14.06, from failure to comply with the paragraph 15.02.A occur, OWNER may, after giving Contract Documents or the terms of any special CONTRACTOR (and the surety, ,if any) seven days guarantees specified therein, or from written notice, terminate the services of CONTRACTOR's continuing obligations under CONTRACTOR, exclude CONTRACTOR from the the Contract Documents; and Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction 2. a waiver of all Claims by CONTRAC- equipment, and machinery at the Site, and use the TOR against OWNER other than those same to the full extent they could be used by previously made in writing which are still CONTRACTOR(without liability to CONTRACTOR for unsettled. trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which ARTICLE 15-SUSPENSION OF WORK AND are stored elsewhere, and-fin is hthe Work—as--O W N__E R TERMINATION 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 15.01 OWNER May Suspend Work Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and A. At any time and without cause, OWNER may charges of engineers, architects, attorneys, and other suspend the Work or any portion thereof for a period professionals and all court or arbitration or other of not more than 90 consecutive days by notice in dispute resolution costs) sustained by OWNER arising writing to CONTRACTOR and ENGINEER which will out of or relating to completing the Work, such excess fix the date on which Work will be resumed. CON- will be paid to CONTRACTOR. If such claims, costs, TRACTOR shall resume the Work on the date so losses, and damages exceed such unpaid balance, fixed. GONTRACTOR shall be allowed an adjustmen CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by Tames, er beth,daFeGtly ;aWwh-iMhle to vrrySuvrt OWNER.will be reviewed by ENGINEER as to their reasonableness and, when so approved by as pmvided an paragraph 1 ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this 15.02 OWNER May Terminate for Cause paragraph OWNER shall not be required to obtain the lowest price for the Work performed. A. The occurrence of any one or more of the following events will justify termination for cause: C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not 1. CONTRACTOR's persistent failure affect any rights or remedies of OWNER against to perform the Work in accordance with the CONTRACTOR then existing or which may thereafter Contract Documents (including, but not limited accrue. Any retention or payment of moneys due to, failure to supply sufficient skilled workers or CONTRACTOR by OWNER will not release CON- suitable materials or equipment or failure to TRACTOR from liability. adhere to the progress schedule established 00700-General Conditions REV 5-10-13 00700-43 F1Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Ivlaster Contract Documents\00700-General Conditions REV 5-10- 13.doc 15.03 OWNER May Terminate For Convenience Application for Payment within 30 days after it is submitted, 9F OWNER has failed for 30 days te pay A. Upon seven days written notice to CON- GO NITRACTOR any surn fiRally deteanined to be due, TRACTOR and ENGINEER, OWNER may, without CONTRACTOR may, seven days after written notice cause and without prejudice to any other right or to OWNER and ENGINEER, stop the Work until remedy of OWNER, elect to terminate the Contract. payment is made of all such amounts due In such case, CONTRACTOR shall be paid (without CONTRACTOR, including interest thereon. The duplication of any items)- provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under 1. for completed and acceptable Work paragraph 10.05 for an adjustment in Contract Price executed in accordance with the Contract or Contract Times or otherwise for expenses or Documents prior to the effective date of damage directly attributable to CONTRACTOR's termination, including fair and reasonable sums stopping the Work as permitted by this paragraph. for overhead and profit on such Work; 2. for expenses sustained prior to the ARTICLE 16- DISPUTE RESOLUTION effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract 16.01 Methods and Procedures Documents in connection with uncompleted Work, plus fair and reasonable sums for A. Dispute resolution methods and procedures, if overhead and profit on such expenses; any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set 3. for all claims, costs, losses, and forth, and subject to the provisions of paragraphs 9.09 damages (including but not limited to all fees and 10.05, OWNER and CONTRACTOR may and charges of engineers, architects, attorneys, exercise such rights or remedies as either may and other professionals and all court or otherwise have under the Contract Documents or by arbitration or other dispute resolution costs) in- Laws or Regulations in respect of any dispute. curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and ARTICLE 17-MISCELLANEOUS 4. for reasonable expenses directly attributable to termination. 17 01 Giving Notice B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- A. Whenever any provision of the Contract nomic loss arising out of or resulting from such Documents requires the giving of written notice, it will termination. be deemed to have been validly given if delivered in person to the individual or to a member of the firm or 15.04 CONTRACTOR May Stop Work or to an officer of the corporation for whom it is intended, Terminate or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known A. If, through no act or fault of CONTRACTOR, to the giver of the notice. the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other 17.02 Computation of Times public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is A. When any period of time is referred to in the submitted, eF OWNER fails fbF 30 days to pay G Contract Documents by days, it will be computed to TRAGTQR aRY SUM finally deteFFnined to be due-, then exclude the first and include the last day of such CONTRACTOR may, upon seven days written notice period. If the last day of any such period falls on a to OWNER and ENGINEER, and provided OWNER Saturday or Sunday or on a day made a legal holiday or ENGINEER do not remedy such suspension or by the law of the applicable jurisdiction, such day will failure within that time, terminate the Contract and be omitted from the computation. recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the 17.03 Cumulative Remedies Contract and without prejudice to any other right or A. The duties and obligations imposed by these remedy, if ENGINEER has failed to act on an General Conditions and the rights and remedies avail- 00700-General Conditions REV 5-10-13 00700-44 F-Tublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc f able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17 04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700-General Conditions REV 5-10-13 00700-45 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00700-General Conditions REV 5-10- 13.doc SECTION 00800 -SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction SC — 1.00 Defined Terms SC— 1.01 Terminology SC— 1.02 Before Starting Construction SC—2.05 Preconstruction Conference SC—2.06 Coordination of Plans, Specifications, and Special Provisions SC—3.06 Subsurface and Physical Conditions SC—4.02 Performance, Payment and Other Bonds SC—5.01 Certificates of Insurance SC—5.03 CONTRACTOR'S Liability Insurance SC—5.04 OWNER's Liability Insurance SC—5.05 Property Insurance SC—5.06 Waiver of Rights SC —5.07 Receipt and Application of Insurance Proceeds SC—5.08 Acceptance of Bonds and Insurance; Option to Replace SC— 5.09 Labor; Working Hours SC—6.02 Concerning Subcontractors, Suppliers and Others SC—6.06 Permits SC—6.08 Cost of the Work SC— 11.01 Test and Inspections SC— 13.03 OWNER May Stop the Work SC— 13.05 Correction Period SC — 13.07 Progress Payments SC— 14.02 Substantial Completion SC— 14.04 00800-i 00800-Supplementary Conditions 05-13 rev 00800 iF\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc Final Payment SC— 14.07 OWNER May Suspend Work SC — 15.01 OWNER May Terminate for Cause SC— 15.02 OWNER May Stop Work or Terminate SC— 15.04 Mediation SC—16.02 Liens SC— 17.06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ i I ' 00800-ii 00800-Supplementary Conditions 05-13 rev PP rY 00800 iiF\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Pavingll-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc E 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 00800-1 00800-Supplementary Conditions 05-13 rev 00800 1 F-\Public Works\ENGINEERING DIVISION PROJECTS\1819 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc the work and to discuss schedules referred to in paragraph 2.05.B, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel 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 — — --- — ---Actual— Holidays, -- - -- — -- a Ica-nsurance --- --- - - ---- --- �---� - --- ctua---- Holida s, Sick&Vacation Benefits Actual Retirement Benefits Actual Rates based on the National Council on Compensation Insurance basic rates tables Workers Compensation adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage(such as, but not limited to, Umbrella Coverage,Automobile Insurance,etc.). SC-3.06 Coordination of Plans, Specifications, and Special Provisions SC-3.06 Add the following new paragraphs immediately after paragraph GC-3.05: SC-3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. ' General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. 00800-2 00800-Supplementary Conditions 05-13 rev 00800 2F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplemenlary Conditions 05-13 rev.doc B. Written/computed dimensions shall govern over scaled dimensions. SC-4.02 Subsurface and Physical Conditions SC-4.02 Add the following new paragraphs immediately after paragraph GC-4.02.8: 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: NONE 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. SECTION NOT APPLICABLE SC-5.01 Performance, Payment and Other Bonds SC-5.01.A. Delete paragraph GC-5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount --- 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC-5.03 Certificates of Insurance SC-5.03 Delete the second sentence of paragraph GC-5.03 in its entirety. SC-5.04 CONTRACTOR's Liability Insurance SC-5.04 Add the following new paragraphs immediately after paragraph GC-5.04.8: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include 00800-3 - 00800-Supplementary Conditions 05-13 rev 00800 3F\Public Works\ENGINEERING DIVISION PROJECTSM19 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 2. Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations b. Products/Completed Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of$1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage This shall include coverage for: a. Owned Autos b. Hired Autos C. Non-Owned Autos. 4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his-expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work. --- -- ----- -----------------–— -------- --------- - - - -- -- -- - pecla- equlremen s: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. C. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of A-VII or better. D. Additional Insureds: 1. In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. NONE 00800-4 00800-Supplementary Conditions 05-13 rev 00800 4F1Publ,c Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\Master 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 amage;-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: 00800-5 00800-Supplementary Conditions 05-13 rev 00800 5F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a Indian River County, Florida SC-5.07 Waiver of Rights SC-5.07 Delete GC-5.07(paragraphs A, B, and C) in its entirety. SC-5.08 Receipt and Application of Insurance Proceeds SC-5.08 Delete GC-5.08 (paragraphs A and B) in its entirety. SC-5.09 Acceptance of Bonds and Insurance; Option to Replace SC-5.09 Delete GC-5.09(paragraph A)in its entirety. SC-6.02 Labor; Working Hours SC-6.02.B. Add the following paragraphs immediately after paragraph GC-6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working-oh-the–se-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 h 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. Y 00800-6 00800-Supplementary Conditions 05-13 rev 00800 6F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc i SC-6.08 Permits SC-6.08 Add the following paragraphs immediately after paragraph GC-6.08.A: 1. The OWNER has obtained the following permits: 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. j 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-2.06.13) 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 spenton - — - 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 P rY P p performing Work outside of regular working hours on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC-13.03 Test and Inspections SC-13.03.13. Delete paragraph GC-13.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals .required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.13; 3. tests otherwise specifically provided in the Contract Documents. 00800-7 00800-Supplementary Conditions 05-13 rev 00800 7F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc SC-13.05 OWNER May Stop the Work SCA 3.05.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. SC-14.02 Progress Payments SC-14.02.6.5. Delete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC-14.02.B.5. Add the following sentences at the end of paragraph GC-14.02.B.5: e. OWNER has been required to pay ENGINEER additional compensation because 00800-8 00800-Supplementary Conditions 05-13 rev 00800 8FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Faclit Pavin \t-Admin\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc of CONTRACTOR delays or rejection of defective Work; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC-14.02.C.1. Delete paragraph GC-14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC-14.04 Substantial Completion SC-14.04A. After the third sentence in paragraph GC-14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this-Agreement (herein-the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC-14.0413 Add the following new paragraph immediately after paragraph GC 14.048: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees 00800-9 00800-Supplementary Conditions 05-13 rev 00800 9F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Pavmg\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc SC-14.07 Final Payment SC-14.07.C.1. Delete paragraph GC-14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the " Local Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq. SC-15.01 OWNER May Suspend Work SC-15.01.A Delete the last sentence in paragraph GC-15.01.A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension. SC-15.02 OWNER May Terminate For Cause SC-15.02.A.5 and SC-15.02.A.6 Add the following new paragraphs immediately after paragraph GC-15.02.A.4: - - 5 - CONTRACTOR's violation of-Section 02225'_"Erosion-Control and Treatment of - Dewatering Water From the Construction Site." 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. SC-15.04 CONTRACTOR May Stop Work or Terminate SC-15.04 Delete the following text from the first sentence of paragraph GC-15.04.A: eF OWNER fails foF 30 days to pay CONTRACTOR aRy sum finally deterMined tO be due, SC-15.04 Delete the following text from the second sentence of paragraph GC-15.04.A: eF OWNER has failed feF 30 days to pay GONTRAGTOR any surn finally deteffFlined t0 be d141-91 SCA6 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 00800-10 00800-Supplementary Conditions 05-13 rev 00800 10F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster Contract Documents\00800- Supplementary Conditions 05-13 rev.doc i 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 mediation 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. SCA7 Miscellaneous SC-17.06 Liens Add the following new paragraphs immediately after paragraph GC17.05: SC-17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter ------255 0 -the-Florida-Statutes.--This-paragraph shall-be- inserted in subcontract ry-sub- subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800-Supplementary Conditions 05-13 rev 00800 11 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00800- Supplementary Conditions 05-13 rev.doc i SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING OWNER's Project No. 1619 OWNER'S Bid No. 2017017 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. CHANGE IN CONTRACT TIMES Description Amount Description Time Original Contract Price $ Original Contract Time. (days or dates) - - --- - -- ---- -- ----------Substantial Completion--------- Final ompletion•-------- Final Completion Net Increase (Decrease) from $ Net change from previous Change previous Change Orders No. Orders No. to (days) to Substantial Completion. Final Completion: Contract Price prior to this $ Contract Time prior to this Change Change Order: Order (days or dates) Substantial Completion Final Completion. Net increase(decrease)of this $ Net increase (decrease)this Change Order Change Order: (days or dates) Substantial Completion. Final Completion. Contract Price with all approved $ Contract Time with all approved Change Orders: Change Orders. (days or dates) Substantial Completion: Final Completion: ACCEPTED: RECOMMENDED: APPROVED: By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: 00942-Change Order Form REV 04-07 00942-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\tvlaster Contract Documents\00942-Change Order Form REV 04-07.doc Rev 05/01 f SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING OWNER's Project No. 1619 OWNER'S Bid No. 2017017 , Field Activity Description. Reason for Change: Recommended Disposition: Field Operations Officer/ Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File * * END OF SECTION 00946-Field Order Form REV 04-07 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00946-Field Order Form REV 04-07.doc SECTION 00948 -Work Change Directive No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING OWNER's Project No. 1619 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 above-change has affected Contract Price-any- Claim riceany-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 Q Unit Prices ❑Contractor's Records II Lump Sum ❑Engineer's Records ] Other- II Other: II By Change Order ❑By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion. days, Ready for Final Completion days If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization authorization ACCEPTED: RECOMMENDED: APPROVED: By: By: By: CONTRACTOR(Signature) ENGINEER (Signature) OWNER (Signature) Date: Date: Date: * * END OF SECTION F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\00948-Work Change Directive Rev 06-2013 doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO. SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND-TEMPORARY--- - CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS, PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 ; TRANSPORTATION AND HANDLING OF MATERIALS 01610 ; AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 POST FINAL INSPECTION 01820 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentskMaster 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 C0NTRACTOR'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\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\I-Admin\bid documents\Master Contract Documents\01024-Force Account.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross-sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents. Immediately notify the ENGINEER upon discovery of any errors, inaccuracies or omissions in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions. r ' 1050-1 01050 Field Engineering F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\t-Admin\bid documents\Master Contract Documents\01050-Field Engineering.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 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.__AII survey work for Record Drawings shall be performed by a Florida_Registered ; Surveyor and Mapper. I 1.3 STATION BOARDS A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. i 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\1619 Round Island Facility Paving\l-Admin\bid documents\fWaster 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\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster Contract Documents\01091- Reference Standards.doc SECTION 01091 I REFERENCE STANDARDS 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. I SSPC Steel Structures Painting Council I 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01091- i Reference Standards.doc i SECTION 01215 GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements,of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control" includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections --of-tests or to properly analyze or report results, shall relieve the - -- - CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre-qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying'with those standards. 1.4 PRODUCT DELIVERY-STORAGE-HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01215 General Quality.doc SECTION 01215 GENERAL QUALITY CONTROL 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 p � p ns 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER--- -- -- D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + 01220-1 01220 Progress Meetings FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01220- Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES i 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) 1 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01310-Construction Schedule.doc SECTION 01310 CONSTRUCTION SCHEDULES 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01310-Construction Schedule.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.1 SCOPE A. Submit shop drawings, product data and samples as required by or inferred by the Drawings and Specifications. Submittals shall conform to the requirements of Article 6.17 of the General Conditions, Section 00700, and as described in this Section. 1.2 SHOP DRAWINGS A. Shop drawings are original drawings, prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. Shop drawings are further defined in Article 6.17, Section 00700. B. Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings. 1.3 PRODUCT DATA A. Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, and other standard descriptive data. Product data are further defined in Article 6.17, Section 00700. B. Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C. Clearly mark catalog sheets, brochures, etc., to identify pertinent materials, products, or models. 1.4 SAMPLES Samples are physical examples to illustrate materials, equipment, or workmanship and to establish standards by which work is to be evaluated. Samples are further defined in Article 6.17, Section 00700. 01340-Submittal of Shop Drawings 01340-1 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, ; sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in-the-field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. 01340-Submittal of Shop Drawings 01340-2 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc I SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340-Submittal of Shop Drawings 01340-3 F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 Submittal of Shop Drawings.doc I SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re-Submittal c Project Name: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING Project No.: 1619 ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub-Contractor: Remarks: Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd - ❑ I R C Engineering Div. - ❑ I R C Utilities Services Remarks: IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File 01340-Submittal of Shop Drawings s 01340-4 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of four (4) copies of all submittals on 11-inch by 17-inch or smaller sheets (no less than 8 1/2-inch x 11-inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. Revise and Resubmit 4. Not Approved I. If a submittal is acceptable, it will be marked "Approved" or"Approved as Noted". Two (2) prints or copies of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or "Approved as Noted", 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 Noted" 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. 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" 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 01340-Submittal of Shop Drawings 01340-5 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin%id documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS acceptable. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. N. Work shall not be performed nor equipment installed without an "Approved" or"Approved as Noted" Shop Drawing. 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 SupplementaryConditions. If the CONTRACTOR requests ests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340-Submittal of Shop Drawings 01340-6 F*\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS M. Upon return of a submittal marked "Revise and Resubmit", make the corrections indicated and repeat the initial approval procedure. The "Not Approved" notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. N. Work shall not be performed nor equipment installed without an ' "Approved" or "Approved as Noted" Shop Drawing. O. Submit Shop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved. CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back-charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340-Submittal of Shop Drawings 01340-6 F,\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the-CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. ; 4. When temporary water service is no longer required, remove all temporary water lines. 01520-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01520-construction Facilities.doc i 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 i Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS i 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01520-Construction Facilities.doc i 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 b the CONTRACTOR, it shall be restored b the CONTRACTOR, at its Y Y expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS 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. 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. 01541-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01541-Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY B. Do not store or park materials or equipment within the drip line of trees that are to remain. 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. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all , sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or adja- cent to the limits of the Work. ; 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance 01541-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01541-Protection of Property.doc ; SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 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. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract 01541-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01541-Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 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. 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 01541-4 F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01541-Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 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 + + i 01541-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01541-Protection of Property.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. 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. 01550 Access Roads ; 01550-1 F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01550- Access Roads.doc SECTION 01550 ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS , , C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. , + + END OF SECTION + + E , 01550 Access Roads 01550-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid d ocu ments\M aster Contract Documents\01550- Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: ' 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. 01610-1 F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01610-Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT G. Immediately on delivery, the CONTRACTOR shall 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 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentswaster Contract Documents\01610-Transportation and Handling of Materials and Equipment.doc SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1.1 GENERAL A. Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications. B. Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials, construction equipment, and materials and equipment to be incorporated into the Work, so as not to injure any part of the Work or existing facilities, and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. Arrange storage in a manner to provide easy access for inspection. C. Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. ' D. Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme ` temperatures and moisture. E. Do not use lawns, grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or ' control of such premises. F. CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G. Do not open manufacturer's containers until time of installation unless recommended by the manufacturer or otherwise specified. H. When appropriate store materials on wood blocking so there is no contact with the ground. + + END OF SECTION + + 01611-1 01611—Storage of Material F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01611 -Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6.05, "Substitutes and Or-Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR' 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 3 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01630-Substitutions.doc SECTION 01630 SUBSTITUTIONS c. Samples, if appropriate. d. Name and address of similar projects on which product was used, and date of installation. 2. For construction methods (if specified): a. Detailed description of proposed method. b. Drawings illustrating method. 3. Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method , specified. C. In making Request for Substitution, CONTRACTOR represents that: 1. CONTRACTOR has investigated proposed substitution, and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified. 2. CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or ; method specified. 3. CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D. A proposed substitution will not be accepted if: 1. Acceptance will require changes in the design concept or a substantial revision of the Contract Documents. 2. It will delay completion of the Work, or the work of other contractors. 3. It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E. If the ENGINEER determines that a proposed substitute is not equal to that specified, furnish the product, manufacturer, or method specified at no additional cost to OWNER. F. Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents. G. The procedure for review by Engineer will include the following: 1. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. 2. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. 3. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. 01630-2 01630 Substitutions FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin%id documents\Master Contract Documents\01630-Substitutions.doc SECTION 01630 SUBSTITUTIONS 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01630-Substitutions.doc ; i I SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch-basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment, and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new- ' appearing condition. 01710 Site Cleanup 01710-1 F"\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01710- Site Cleanup.doc 1 G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. ; H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. I. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER 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 + + I 1 01710 Site Cleanup 01710-2 F.\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\01710- Site Cleanup.doc i 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. I i 001820-Post Final Inspection rev 05-13 001820-1 F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\001820-Post Final Inspection rev 05-13.doc DIVISION 2 TECHNICAL. PROVISIONS SECTION NO. 00001 Technical Specifications SECTION NO. 00004 Scope of Work SECTION NO. 00101 Mobilization SECTION NO. 00102 Maintenance of Traffic SECTION NO. 00104 Prevention, Control, and Abatement of Erosion and Water Pollution SECTION NO. 00110 Clearing and Grubbing SECTION NO. 00120 Excavation and Embankment SECTION NO. 00285 Optional Base Course SECTION NO. 00327 Milling of Existing Asphalt Pavement SECTION NO 00334 Superpave Asphalt Concrete SECTION NO. 00522 Concrete Sidewalk and Driveways SECTION NO. 00570 Performance Turf SECTION NO. 00700 Highway Signing SECTION NO. 00711 Thermoplastic Pavement Markings F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc SECTION 1- Technical Specifications STANDARD SPECIFICATIONS A. All work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction, July 2016, and Supplemental Specification, Special Provisions and addenda thereto, except as modified and supplemented hereinafter. Reference to Article numbers herein-after apply to the FDOT Standard Specifications, and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative. Wherever the Specifications, Supplementals, etc. may refer to the "Owner", "Department", "State of Florida Department of Transportation", or words relating to offices of State Government, such words shall be taken as meaning Owner or Indian River County, Florida. Wherever the word "Owner's Engineer", "District Engineer", "Engineer", "Project Engineer", etc., appears, it shall be taken to mean the Registered Professional Project Engineer of the Indian River County Public Works Department, Engineering Division acting directly or through duly authorized representatives. Wherever the word "Resident Engineer" appears, it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County, assigned to observe the progress quantity and quality of the work. The work to be performed for utility work (if any) shall conform to the applicable technical specifications of Indian River County Department of Utility Services, Water, Wastewater, Utility Standards dated December 1, 2015 or the current version. The work to be performed per line items 700 through 711 shall conform to the Manual on Uniform Traffic Control Devices, the F.D.O.T Standard Specifications and the Indian River County Typical Drawings for Pavement Markings, Signing Geometrics Revised March, 2012. SECTION 4 - SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 101 - MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, 01025-1 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined in this section. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. ' 5. Label each document "RECORD DRAWING" in 2-inch high printed letters. 6. Keep record documents current at all times. ; 7. No work shall be permanently concealed until the required record data has been obtained. RECORD /AS-BUILT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the North American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer. E. The horizontal information provided on the Record Drawings shall be referenced to the State of Florida, State Plane Coordinate System, Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the 01025-2 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc Federal Geodetic Control Committee (FGCC) procedures. F. All Record/As-Built drawings shall be prepared in digital format(ACAD Civil 3D 2013) and shall utilize the digital design drawings as prepared by the Project Engineer as a base for the Record/As-Built drawings. It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As-Built drawing set. G. ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As-Built drawings submitted to the County: DRAINAGE: 1. Right-of-way Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves —All inverts, pipe size, stations and offsets. 3. Outfalls — All pipe inverts, pipe size, elevations and station offsets, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Roadway/Off Site Drainage — All inverts, elevations and station offsets; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as-built of typical cross section as shown on design plan. ROADWAY: 1. Stations and offsets related to controlling baseline and elevations of all structures, side street and major driveway radius returns (edge of pavement), bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. 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 01025-3 Technical Specifications F'\Public Works\ENGI'NEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stub- outs. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one-hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell-tales) at each of the one- hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2-inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As-Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center-to-center and horizontal location by baseline station and offset. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub-outs. 5. Show which services have twenty (20) foot length of DIP at water main ' crossings. 6. Show station and offset location of sanitary services' at property line. > Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where services are not perpendicular to wye. 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serial number(s)of the pump(s). 01025-4 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\Technical Specifications.doc 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 poi nt(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 ACAD Civil 3D 2013 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. 01025-5 Technical Specifications F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specification s.doc ! COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. [The remainder of this page was left blank intentionally] 01025-6 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc Board of Professional Surveyors and Mappers Record As-Built Survey Checklist Lic. Name Date: Project Name: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING Project No.- 1619 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 Control Survey Boundary Survey Hydrographic Survey Condominium Survey Mean High Water Line Survey Construction Layout Survey Quantity Survey 01025-7 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc Record Survey Survey Specific or Special Purpose Topographic Survey ❑ (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ❑ (e) Name and license number of the surveyor and mapper in responsible charge. ❑ (f) Name, license number, and street and mailing address of a surveyor and mapper practicing independent of any business entity on the map and report. ❑ (g) Survey date (date of data acquisition.) ❑ (h) Revision date for any graphic revisions (when survey date does not change.) ❑ (i) Map and report statement "Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper." ❑ 0) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (1) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report ❑ (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. (u) Map Accuracy. 01025-8 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc (1) Vertical Feature Accuracy: ❑ (a) Vertical Control: Field-measured control for elevation information shown upon survey maps or reports shall be based on a level loop or closure to a second benchmark. ❑ (b) Closure in feet must be accurate to a standard of plus or minus .05 ft. times the square root of the distance in miles. ❑ (c) All surveys and maps or reports with elevation data shall indicate the datum and a description of the benchmark(s) upon which the survey is based. ❑ (d) Minor elevation data may be obtained on an assumed datum provided the base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control: All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based. ❑ (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: Commercial/High Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; Rural: Linear: 1 foot in 5,000 feet; ❑ (d) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level, should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C. ❑ (e) Intended Display Scale: All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 1/ or smaller". 61G17-6.004 Specific Survey, Map, and Report Requirements (1) As-Built/Record Survey: ❑ (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. 01025-9 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.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. I [The remainder of this page was left blank intentionally] 01025-10 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract i Documents\Technical Specifications.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 101-1 - Mobilization — Per 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, with the following modifications. A. GENERAL PROVISIONS-DESCRIPTION: The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre-construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan, alternate proposals will be considered when they are found,to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. The cost of all work included in the Maintenance of Traffic Plan shall be included in the ; pay item for Maintenance of Traffic. 01025-11 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.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. Item of Payment Payment for the work specified in this item shall be made under: , Bid Item No. 102-1 - Maintenance of Traffic— Per Lump Sum 01025-12 Technical Specifications F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc SECTION 1.04 - PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION The work specified in this item shall conform to Section 104 of the Florida Department of ' Transportation Standard Specifications for Road and Bridge Construction with the following modifications. PART 1 — GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release — separate and independent discharges are required. C. Pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual and other references as may be applicable or required by regulatory permits. D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's Work as a result of failure to comply with this Section, the Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control"and Chapter 5—"Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's 01025-13 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid docu ments\M aster Contract Documents\Technical Specifications.doc Manual. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. F. Submit to SJRWMD a "Notice to District of Dewatering Activity" (SJRWMD Form No. 40C-2.900(12)) prior to commencement of dewatering in accordance with F.A.C. 40C- 2.042(9). Provide a copy of the Notice to Indian River County. 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.13 of the EJCDC Standard General Conditions of the Construction Contract(General Conditions). Per paragraph 6.08.0 of the General Conditions, apply for and obtain all other required federal, state, and local permits, licenses, sampling, and tests. B. Provide copies of all approved permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications or requirements between permits, the more stringent specification or requirement shall govern. C. Pay for all required water quality sampling and laboratory tests. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans, permits, and these Y pp p , p , Specifications; and the installed system has been examined by the OWNER for compliance. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut-down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans, specifications, contract documents, and permits. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of 01025-14 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc i the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. Immediately report all water quality violations to the OWNER. Immediately report the discharge of any hazardous substance to the State Warning Point at 800-320-0519 or 850-4.13-9911. E. Discharge shall not violate State or local water quality standards in receiving waters, nor cause injury to the public health or to public or private property, nor to the Work ' completed or in progress. The receiving point for water from construction operations shall be approved by the applicable owner, regulatory agency, and the ENGINEER. The receiving point shall be shown on the Project SWPPP. F. Promptly repair all damage at no cost to the OWNER. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 1340. B. Approved Stormwater Pollution Prevention Plan. C. "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. , Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. Maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County, Florida Department of Environmental Protection (FDEP) and other applicable regulatory agencies for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County, FDEP, and all applicable regulatory agencies. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion 01025-15 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWlaster Contract Documents\Technical Specifications.doc i Control and Treatment of Dewatering Water and Stormwater From Construction Activities" (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 1.6.13, 1.6.C, and 1.6.131, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human-induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly_Into an Existing Water Body An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric turbidity units(NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62-302.530] Exception: When the discharge is directly into or through an outfall discharging into"Outstanding Florida Waters,"designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as by overland flow. If the discharge water's TSS and turbidity measurements exceed pre-construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge is defined to be polluted. D. When Pollution Always Occurs The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.13, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 01025-16 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specification s.doc 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER may report the violations to Indian River County Stormwater Enforcement, SJRWMD, FDEP, Indian River Farms Water Control District(or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2 - MATERIALS AND INSTALLATION 2.1 GENERAL A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion and cover it with hay, jute, or mulch. PAM may also be used in water bodies to remove turbidity. In all cases, use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, a contact is Applied Polymer Systems, Inc., (678) 494-5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6-inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, install in accordance with FDOT Index No. 102. 3. Product: All material shall be new and unused. Use FDOT Types III through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal)or steeper, or as directed by the ENGINEER; otherwise use FDOT Type II silt fence. C. Turbidity Barriers: 1. General: Use turbidoty barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations and per FDOT Index No. 103 unless directed otherwise by the ENGINEER. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. Use staked turbidity barriers in water less than one-foot deep. Use floating turbidity barriers in water one-foot or deeper. 01025-17 Technical Specifications FAIDublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags: 1. Filter bags shall be manufactured using a polypropylene non-woven geotextile and sewn by a double-needle machine, using a high strength nylon thread. The bag shall have a fill spout 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—use non-calcareous rock. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1-800-448-3636). b. "DANDY DEWATERING BAG"supplied by Dandy Products, Inc. (1-800- 591-2284). C. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2-feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double-needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have ' the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800- 448-3636). 01025-18 Technical Specifications F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc 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). Locate the site egress driveways a minimum of 25 feet from all drainage inlets or pipes. Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site orwork area. Provide wash-down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT#4 non-calcareous aggregate,washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. PART 3 - EXECUTION A. Design, construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities. B. Apply polyacrylamide in strict accordance with the polyacrylamide manufacturer/supplier's recommendations and specifications. C. REPAIR ALL EROSION DAMAGE — At no additional cost to the OWNER and regardless of the state of completion of the Work, immediately clean all dirt and debris from all pipes and drainage structures; and repair all flooding, washouts, and all other erosion damage to the Work. This responsibility shall not end until Final Acceptance of the Work by the OWNER. Included is damage caused by erosion of any kind (e.g. wind, waves, stormwater runoff, hurricanes, etc.) including Acts of God. Restore all erosion damaged areas to design grades and elevations. Also, refer to General Conditions 6.13.13. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104-1 — Erosion and Water Pollution Control - Per Lump Sum 01025-19 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc 1 CONTRACTOR'S AFFIDAVIT REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM CONSTRUCTION ACTIVITIES This sworn statement is submitted to Indian River County for the following project: ROUND ISLAND RIVERSIDE PARK PAVEMENT RESURFACING, VERO BEACH FLORIDA 32963 STATE OF COUNTY OF 1 Personally before me the undersigned authority, appeared , who upon oath duly administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, whose business address is - and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the i entity named above is 3. CONTRACTOR understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (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. 01025-20 Technical Specifications F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc 4. CONTRACTOR understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: ". . . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human- induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. CONTRACTOR understands and agrees that in addition to the definition set forth in Item 4 above, "pollution" is also defined by Florida Administrative Code 62-302.530 and as may be further defined in the Indian River County permit(s). 6. CONTRACTOR understands that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times UNTIL Final Acceptance of the Project by the OWNER. 7. CONTRACTOR understands that there are civil and criminal penalties for pollution listed in Florida Statutes Ch. 403.141 and Ch. 403.161 and that there are other penalties listed in Indian River County's permits, including but not limited to, Indian River County issuing a Cease and Desist Order for the project. CONTRACTOR understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Permittee shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Permittee shall provide the name, mailing address, and telephone ' number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Permittee must provide (1) the information required in Item 8(a); (2) a written statement from the proposed transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Permittee's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Permittee is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of$30.00 per sign. 01025-21 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc I Under penalty of perjury, CONTRACTOR declares that it has read the foregoing affidavit and the facts stated in it are true. FURTHER AFFIANT SAYETH NAUGHT CONTRACTOR: Authorized Signature: Printed Name: Date: Work Telephone: Mobile Telephone: The foregoing instrument was subscribed and sworn to before me this day of 20_ by , who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 01025-22 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Nlaster Contract Documents\Technical Specifications.doc SECTION 110 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction 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\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Any culverts, structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. H. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. I. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item 110-1-1 - Clearing & Grubbing — Per Lump Sum SECTION 120 - EXCAVATION AND EMBANKMENT The work specified in this item shall conform to Section 120 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction with the following modifications. A. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the FDOT Standard Specifications for Road and Bridge Construction. Such price and payment shall specifically include all cost of any roadway, lateral ditch or canal, and final dressing operations. B. Earthwork quantities shall be considered as in-place material with no shrinkage or q p g expansion factors. C. Subsoil Excavation-Any excavation below the proposed bottom elevation of the select fill, isolated swale bottom locations, isolated locations for pipe installations and .as 01025-24 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc t D. Embankment- General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: Roadway Design Standard Index No. 505, Embankment Utilization Details is modified I 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. Item of Payment: Payment for the work specified in this item shall be made under: Bid Item No. 120-MAINT— Excavation & Embankment (Regrading of existing swale) — Per Linear Foot Bid Item No. 120-1 — Excavation of Existing Asphalt and Base— Per Square Yard SECTION 285 - OPTIONAL BASE COURSE The work specified in this item shall conform to Section 285 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction with the following modifications. A. Sub Article 285-4 is modified by the addition of the following: Base material, thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used. No additional payment will be made for base thickness in excess of the specified thickness Item of Payment: Payment for the work specified in this item shall be made under: Bid Item No. 285-706 — Optional Base, Group 06 (8" Limerock) LBR 100 - Per Square Yard 01025-25 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\Technical Specifications.doc t i SECTION 327 - MILLING OF EXISTING ASPHALT PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 327-70-19 — Milling Exist Asph Pavt, 3/4"Avg Depth — Per Square Yard SECTION 334 - SUPERPAVE ASPHALT CONCRETE The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction with the following modifications. 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 of Payment Payment for the work specified in this item shall be made under: Bid Item No. 334-1-13 — Superpave Asphaltic Conc, Traffic C (SP 12.5, 2" Thick) — Per Square Yard Bid Item No. 334-1-13A— Superpave Asphaltic Conc, Traffic C (SP 9.5, 1.5" Thick) — Per Square Yard Bid Item No. 334-1-13B — Superpave Asphaltic Conc, Traffic C (SP 12.5, 4" Thick) — Per Square Yard SECTION 522 —CONCRETE SIDEWALK AND DRIVEWAYS The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The concrete bumper guards shall be constructed per the Florida Department of Transportation Index 300, Sheet 2 of 2. , Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 522-2 —Concrete Sidewalk and Driveways, 6" Thick— Per Square Yard Bid Item No. 0000-200-1 Concrete Bumper Guard - Per Each 01025-26 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documentsWaster Contract Documents\Technical Specifications.doc 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 with the following modifications. A. Description: Sod for the project shall be of the variety that is common to the area and of a variety approved by the Engineer. This work shall also include mowing, to be mowed at maximum 6" height with a mulching mower. B. Work Included: Scope of Work: The work specified in this section consists of the establishing of a stand of grass, within the project, right-of-way, easements, and other areas indicated on the Drawings, by furnishing and placing grass sod. Also included are fertilizing, watering and maintenance as required to assure a healthy stand of grass. Two applications of fertilizer will be required with the initial application being fertilizer and the second application being "weed and feed". C. Guarantee: All sodded areas shall be guaranteed for one year after date of final acceptance. Replacement of Defective Sod: Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications, shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months.All replacement shall meet original specifications. The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received. At the end of the guarantee period, all sod that is dead or in unsatisfactory growth shall be replaced within two weeks. D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix A). E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-3.6. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6.0 - 7.0. Contractor shall apply two(2) applications. The initial shall be fertilizer and the second application shall be "weed and feed". The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of 01025-27 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-AdmiMbid documents\Master Contract Documents\Technical Specifications.doc uniformly distributing the material at the specified rate. Contractor shall apply applications as per manufacturer's specification. All tickets from bags shall be handed over to the County Inspector. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches. H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools. Where sodding is used in drainage ditches, the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas, the offsets of individual strips shall not exceed 6 inches. In order to prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1Y2" 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 is added: The contract unit price for performance turf shall include the costs of sod, fertilizer(2 applications), sidewalk sweeping after mowing, mowing,ng, pegging disposal of clippings, water, tools, equipment, labor and all other incidentals necessary. 01025-28 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specification s.doc I I Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 570-1-2 — Performance Turf, Sod (Bahia) - Per Square Yard ' SECTION 700 — HIGHWAY SIGNING The work specified in this item shall conform to Section 700 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction with the following modifications. A. Signing for traffic control shall conform to the requirements of the Manual on Uniform Traffic Control Devices, the F.D.O.T. Standard Specifications and the Indian River Typical Drawings for Pavement Markings, Signing and Geometrics Revised March 2012 and manufacturer's specifications. ; B. Traffic Signs: All existing signs which are the property of the Owner shall be; transported to the Indian River County Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits. Care shall be exercised by the Contractor during removal, storage and relocation so as not to damage the signs. If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no' compensation. Item of Payment Payment shall be made under: Bid Item No. 700-1-11 — Single Post Sign, F&I Ground Mount, Up to 12 SF (Handicap Parking) — Per Assembly SECTION 711 — THERMOPLASTIC PAVEMENT MARKINGS ' The work specified in this item shall conform to Section 711 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 711-11-123 —Thermoplastic, Standard, White, Solid, 12"for Crosswalk and Roundabout— Per Linear Foot Bid Item No. 711-11-125 — Thermoplastic, Standard, White, Solid, 24" for Stop Line and Crosswalk— Per Linear Foot Bid Item No. 711-11-160—Thermoplastic, Standard, White, Message or Symbol—Per Each Bid Item No. 711-11-170 —Thermoplastic, Standard, White, Arrow— Per Each 01025-29 Technical Specifications F•\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc Bid Item No. 711-11-421 —Thermoplastic, Standard, Blue, Solid, 6"—Per Linear Foot Bid Item No. 711-16-101 —Thermoplastic, Standard, White, Solid, 6"—Per Linear Foot Bid Item No. 711-16-201 —Thermoplastic, Standard, Yellow, Solid, 6" — Per Linear Foot + + END OF SECTION + + 01025-30 Technical Specifications F\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\Technical Specifications.doc I 1 I APPENDIX A Indian River County I I Fertilizer Ordinances I Appendix B I F-\Public Works\ENGINEERING DIVISION PROJECTS\1619 Round Island Facility Paving\1-Admin\bid documents\Master Contract Documents\APPENDIX A-FERTILIZER ORDINANCES(title sheet).doc ORDINANCE NO.2013- ni AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 316, ENTITLED "FERTILIZER AND LANDSCAPE MANAGEMENT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA-FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MODIFICATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY WEBSITE, AND AN EFFECTIVE DATE. WHEREAS,as a result of impairment to.Indian River County's surface waters caused by excessive nutrients, or, as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board of County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on surface and/or ground water; and WHEREAS, in order to address this risk, the Board of County Commissioners has determined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida-Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science-based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements;establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer-free zones,low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer,will help improve and maintain water and habitat quality, F.'IAttornrydC4ekKrP+t'F1tAf.Vt+ofed+o-adOr�.mnmw�er�fiGari31r1dF.rtOa�Ortfm+nor-1013(FinalJ(Angut10,l6xx Page 1 of ORDINANCE NO.2013- 012 NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY,FLORIDA,THAT: Section 1. Enactment Auth2Eij 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 Chanter 316 of the Code of Indian River Countv(the"Cod--`, Chapter 316 of the Code is hereby adopted,as follows(new language is indicated by underline Section 316.1. Title. This chanter shall be known as the "Indian River County Fertilizer and Landscape Manaizement Ordinance." Section 316.2. Definitions. For the purposes of this chapter.the following terms shall have the following meaning "Administrator" shall mean the County Administrator,or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter "Application" or"app shall mean the actual physical deppsit of'fertilizer to turf or landscape plants.. "A licator" shall mean any Person who applies fertilizer on turf and/or landscape plants in Indian River County. "Board" shall mean the Indian River County Board of County Commissioners "Best Manazement Practices" shall mean turf and landscape practices or combination of practices based on research, field-testing, and expert review, determined to be the most effective Page 2 of ORDINANCE NO.2013- and practicable on4ocation 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 Rivcr 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 py person who applies fertilizer for payment or other consideration to property not owned by the person or fpm applying�the fertilizer or the employer of the applicator. "Code"shall mean The Code of Indian River Co". "Environmental Control Officer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 343 (Part 1) of this Code,and his or her desi ees. "Fertilize," "fertilizin," or "fertilization" shall mean the act of agpl_)nU fertilizer to tort specialized turf,or landscape plants. "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity or provides other soil enrichment,or provides other corrective measures to the soil. "Heavy rain"shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fertilizer Applicator"shall mean any person, other than a private non-commercial applicator ora Commercial Fertilizer Applicator (unless such definitions also apply under the circumstances),that applies fertilizer for the purpose of maintaining turf and/or landscape plants Institutional Fertilizer Applicators shall include, but shall not be limited to owners managers or employees of public lands, schools, parks, religious institutions, utilities, industrial or business sites and any residential properties maintained in condominium and/or common ownership "Landscape plant"shall mean any native or exotic tree,shrub,or Mundcover(excluding tuft ",Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization watering, mowing, etc. "Person" shall mean any natural person, business, corporation, limited liability company partnership limited partnership association club organization, and/or any group of people acting as an organized entity. Fw,rrauc,�,�r. a a e ate«.,;�oa�.,ur ,r.Kmu.A -zap� ort. � Page 3 of 9 ORDINANCE NO.2013- 012 "Restricted Season"shall mean June l through September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not require flow. For the purposes of this chapter, soils shall be considered saturated if standing water is present or the pressure of a person standing on the soil causes the release of free water. "Slow Release Nitrogen" shall mean nitrogen in a form which delays its availability for plant uptake and use after application, or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf;" "sod," or "lawn" shall mean a piece of brass-covered soil held together by the roots of the grass. "Urban landscape" shall mean pervious areas on residential,commercial,industrial,institutional highway rihtgh s-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 aunlieation. 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 Warningis in effect for any portion of Indian River County issued by the National Weather Service, or if heavy rain is likely. Section 31.6.4. Fertillizer-free zones. Fertilizer shall not be applied within ten feet of any pond, stream watercourse lake canal or wetland as defined by the Florida. Department of Environmental Protection Chapter 62-340 Florida Administrative Code)or from the top of a seawall.If more stringent Indian River County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants may be fertilized in this zone only for a 60-day period beginning thirty days after planting if needed to allow the plants to become well established. Caution shall be used to prevent nutrients from being directly deposited into the water. Section 316.5. 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 8dMent Indian River County Code regulations apply, this provision Page 4 of9 ORDINANCE NO.2013-012 does not relieve the requirement to adhere to the more stringent regulations.Notwithstanding the voluntary nature of the above sentences no mowed or cut vegetative material may be deposited or left remaining in this zone or deposited in the water. Care should be taken to prevent the over- spray of aquatic weed products in this zone. Section 316.6. Fertilizer content and application rates. (a) No fertilizer containing phosphorous shall be applied to turf or landscape plants in Indian River County unless a soil or plant tissue deficiency is verified by a University of Florida, Institute of Food and Agriculture Sciences, approved testing methodology. In the case that a deficiency has been verified, the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida asrop vided by Rule 5E-1.003_(2)Florida Administrative Code, Deficiency verification shall be no more than-2-years old. _However, recent application of compost, manure, or top soil shall warrant more recent testing to venfv current deficiencies. Lb) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50%slow release nitrogen ver 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 accoinpaning the delivery of bulk fertilizer products as provided by Rule 5E-1.003(2), Florida Administrative Code Labeling Requirements For Urban Tur{Fertilizers All packaged and bulk fertilizer products sold in Indian River County shall be sold in packages with labels or tags or, if sold in bulk be accompanied by printed information which complies with the requirements of Rule 5E-1.003(2),Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding a site, and shall not be applied for the first 30 days after seeding or sodding„ except when hydro- seeding_for temporary or permanent erosion control in an emer enc�ituation(wildfire etc) or in accordance with the Stonnwater Pollution Prevention Plan for that site. Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing via rotaa (broadcast) spreaders Deflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces,fertilizer-free zones and water bodies,including wetlands. (b) Fertilizer shall not be applied, spilled,or otherwise depositedon any impervious surfaces (c) Any fertilizer applied spilled, or deposited, either intentionally or accidentally on any impervious surface shall be immediately and completely removed to the greatest extent practicable. R'Eteao�q'WM X3PfQAdLINe»LWm.�A.AmroiG+11Pa.cw�Fnd&asWle�7A++RlmO�mre-7013(fiYa�(AyvY3Ql.dia Page S of 9 , 1 ORDINANCE NO.2013- 012 fd) Fertilizer released on an impervious surface must be immediately contained and either legally replied to turf or any other legal site or returned to the original or other appropriate container. (e) In no case shall fertilizer be washed swept, or blown off impervious surfaces into stormwater drains,ditches,convey ces,or water bodies. Section 316.8. Management of grass clippings and vegetative materials. In no case shall gass 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. ExemRtions. The provisions set forth above in this chapter shall not applyto: (a) bona fide fann 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 gLaz injz livestock; (c) any lands used for bona fide scientific research including but not limited to research on the effects of fertilizer use on urban stormwater water quality,agronomics or horticulture,; (d) golf courses when landscaping is performed within the provisions of the Florida Department of Environmental Protection document, "Best Management Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when applying fertilizer to golf course practice and play areas; (e) athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs while maintaining the health and function of their specialized turf areas: (f) vegetable gardens owned by individual property owners or a community, and trees mr wn 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. 6G��FnG&xrOM.aic.-t077fDfdX0.� Page 6of9 r ORDINANCE NO,2013- Management Practices for Protection of Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection throud the University of Florida Extension "Florida-Friendly Landscapes"program,or an approved equivalent. (b) Private, non-commercial applicators are encouraged to follow the recommendations of the University of Florida Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a program to inform the general public of the requirements of this chapter, which program shall include among other thins informative postings on the County website,printing:_and distributing informative brochures and other print materials, and speaking engagements at community associations civic organizations etc The pro -Main shall also include, to the extent practicable, use of any materials from the Be Floridian program and coordination and collaboration with Univers� of Florida Institute of Food and Agriculture Sciences educational activities. Any claimed or alleged deficiency in the County's general education program shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section 316.12. Licensing of commercial fertilizer applicators. (a) No later than December 31 2013 all Commercial Fertilizer Applicators within Indian River County, shall abide by and successfully complete training and continuing_education requirements in the "Florida-friendly Best Management Practices for Protection of Water .Resources by the Green Industri " offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida-friendly Landscapes' program, or an approved equivalent program, prior to obtaining an Indian River Coumty Local Business Tax Certificate for any category of occupation which may apply any fertilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shallrhe proof of completion of the progam_to the Indian River County Tax Collector's Office within 180 da s of the effective date of this ordinance. (b) After December 31,2013,all Commercial Fertilizer Applicators within Indian River County , shall have and carry in their possession at all times when applying fertilizer, evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicator per Rule 5E-14.117(18),Florida Administrative Code. (c) All businesses applying fertilizer to turf and/or landscape plants (including but not limited to residential lawns, golf courses, commercial properties and multi-family and condominium properties) 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 FMtromryVade'lifXFFAUF.relgemahOwoariOrdPn,w+W+tlGaMle&tFe ORerOrvDnoea•10tl F'.mJ{Asgut l8}dea 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 31.6.1.3. Enforcement. This chapter mg!y be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertaining to this Chapter, pursuant to Chapter 162 Florida Statutes and &103.07 of this Code. In addition this chapter may be enforced by the Environmental Control Officer pursuant to Chapter 85-427, Special Acts Laws of Florida and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in§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 chanter, 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 repulations,as amended from time to time. Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County,unless such applicator is specifically exempted• provided however, that this chapter shall not apply within the limits of My municipality which has adopted an ordinance regulating the same subject matter. This chapter shall be prospective only.and shall not impair any existing contracts. Section 4. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re-lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. Page 8 of 9 r ORDINANCE NO.2013- 012 Section 6.Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of the filing of this ordinance with the Florida Department of State. Section 7. Effective Date. This ordinance shall become effective 45 days after the filing of the ordinance with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 8th day of July, 2013, for a public hearing to be held on the l Wh day of July,2013,and on the 10th day of August,2013 for an additional public hearing to be held on the 2e 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 _.-A)TE Commissioner Tina Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 201` day of August, 2013. c�:lid'cft; 41 z�;•'' BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY,FLORIDA ' ,�.,�.,•,�� seph 19.Flescher,Chairman ATTEST: Jeffrey K Smith,Clerl ,� � �V Approved as to form and legal sufficiency: d p roller Deplu-fy Clerk Dy eingold,County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of 22013. F-,.M..yw.&ZEAMUZkR.aWk,.A .. .,�., _�,,, � m, Page 9 of 9 I 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 THE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR TI4E 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, 20 1 1;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 V111, §1 of(lie Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the Purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. ;. _ � �.,;r.VlJtIL,?,,•aw,..,,.e1--•nram;:nc�.r,,.k.•.»:t Page 1 of ORDINANCE NO. 2013 -.014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chanter 316 (Indian River Countv Fertilizer and Landscape Management Ordinance) of the Code of Indian River Countv(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: I 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 2538% slow release nitrogen per guaranteed analysis label. As of June L 2014. the nitro gn 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 (Applicabili(y) of Chapter 316 (Indian River- County Fertilizer and Landscape Monazement Ordinance) of the Code of Indian River Countv (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; provided, heweveF, !hat this ehapter—shall net ap nester. 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 afTected 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 I 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. Page 2 of3 ORDINANCE NO. 201.3- 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 ?St_ day of October 2013, at which time it was moved for adoption by Commissioner Solari , seconded by Commissioner O'Bryan , and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S. Davis Aye Commissioner Peter D. O'Bryan Aye Commissioner Bob Solari Aye Commissioner Tim Zorc Aye The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October,2013. ;o 0N.1,01 ��.•.••...• `.Off,'^ `BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY,FLORIDA BY: � vz> eph E. Flescher,Chairman ATTEST: Jeffrey R. Smith,Clerk of Court ' Approved as to form and legal sufficiency: and Comptroller By. m:�, Dep Clerk 49flan Reingold,County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. I':GrvmnVlrrinSF.t F7CIl.V:eruG.ri.y.c�flr,/irvwrcr7..Jwnr.f nrh_.•r.,v.wrswun hnla-.r lhve.rarr rFrs Page 3 of 3