Loading...
HomeMy WebLinkAbout2018-131BCONTRACT DOCUMENTS AND SPECIFICATIONS FOR CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE BID NO. 2018009 PROJECT NO. IRC -1305 FM NO: 433068-1-54-01 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS tlttlitif:ir1 . J N INDIAN RIVER COUNTY, FLORIDA £ s . err QNO 3233•.'. PETER D.-O'BRYAN, CHAIRMAN g�"`� BOB SOLARI, VICE CHAIRMAN = -7� 0q -10I g; �= COMMISSIONER SUSAN ADAMS STATE of =�; COMMISSIONER TIM ZORC RrE �T `41 �''•�'��•'.L o R 1�P ��_�� COMMISSIONER JOSEPH E. FLESCHER: i�'S' -;` ORVQ 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 WILLIAM JOHNSON, P.E., ROADWAY PRODUCTION ENGINEER 00001 - Project Title Page - REV 04-07 00001-1 F:1Public Works'ENGINEERING DIVISION PROJECTSM05-CR 512 Resurt (SCOP)_Myrde St to 125th SAAdrdmlbid documentsWaster CoNreG OoamnentsUMI - Project We 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 00200 00300 00310 00430 00452 00454 00456 00458 Advertisement for Bids Instructions to Bidders Bid Package Contents Bid Form & Itemized Bid Schedule Bid Bond Sworn Statement under Section 105.08, Disclosure of Relationships Indian River County Code, on Sworn Statement under the Florida Trench Safety Act Qualifications Questionnaire List of Subcontractors CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond . 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Nlaster Contract Documents\00010 - Table of Contents - REV 04-07.doc DIVISION 1 - GENERAL REQUIREMENTS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION APPENDIX B - FERTILIZER ORDINANCES APPENDIX C - PERMITS + + END OF TABLE OF CONTENTS + + 00010-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf {SCOP} Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00010 - Table of Contents - REV 04-07.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801271 Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday. June 27, 2018. 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 "CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE and Bid No. 2018009". 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 accepted or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -1305 INDIAN RIVER COUNTY BID NO. 2018009 PROJECT DESCRIPTION: This project will be performed for resurfacing of CR 512 from Myrtle Street to 125' Avenue. The proposed improvements will include milling of existing pavement, installation of superpave asphaltic concrete, installation of signal mast arms & associated controllers with video detection, widening paved shoulders, sodding and installation of thermoplastic pavement markings, replacement of sidewalk curb returns for ADA compliance and other ancillary construction work. This is a F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 433068-1-54-01. 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(cD-ircaov.com. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasing (a-)-ircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a 00100 - Advertisement for Bids REV 04-07 00100-1 f:\Public Works\ENGINEERING DNISION PROJECTS\1305-CR 512 Resurf(SCOP) Myrtle St to 125th WAdmimtbid documents\Master Contract Documents\00100 - Advenisement for Bids REV 04-07.doc qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent 5% of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Tuesday. June 12. 2018 at 2:00 P.M., in the first -floor 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. No bidder arriving after the meeting has begun will be allowed to sign in. INDIAN RIVER COUNTY By: Jennifer Hyde Purchasing Manager For Publication in the Indian River Press Journal Date: May 21. 2018 and May 28, 2018 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 * * END OF�SECTION * * 00100 -Advertisement for Bids REV 04-07 00100-2 F:\Public Warks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Admim\bid documentsWlaster Contract Documents\00100 - Advertisement for Bids REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Paste ARTICLE I - DEFINED TERMS ............................................................... 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 ................................................................................ 6 ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS ........................................................ 6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS .......................................6 ARTICLE 13 - PREPARATION OF BID .................................................................................. 6 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS .......................................................... 7 ARTICLE 15 - SUBMITTAL OF BID ........................................................................................ 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID ................................................8 ARTICLE 17 - OPENING OF BIDS ......................................................................................... 9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE ........................................... 9 ARTICLE 19 - AWARD OF CONTRACT ................................................................................ 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE ....................................................10 ARTICLE 21 - SIGNING OF AGREEMENT ............................................................................ 10 00200 - Instructions to Bidders REV 04-07 00200 - i FApublic WorkskENGINEERING DWISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 126th St\Admim\bid documentsWaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200~Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Awardof Contract ................... .................................................................................................. 19 Basis of Bk1'. Evaluation ofBids --.----------------------------..14 . - Bid Security --_-----------------------.-----.-------~^--8 Bids tmRemain Subject to Acceptance...................................................................................... 18 Contract Security and Insurance ............................................................................................... 20 ContractTimes ........................................................................................................................... 9 Copies of Bidding [}ocu[MeOts---------------------------'------. 2 Examination ofBidding Documents, Other Related Data, and Sita ---------------4 Interpretationsand Addenda ....................................................................................................... 7 Liquidated Damages .__..._._._..______....._—..--...—...----.—..—...—........--.....-.1O OpeningofBids ........................................................................................................................ 17 Pre -Bid Conference � ,.—...--.—.—...--.—.--..—...—.--.--...--..--..—.—...—.—...—....-5 PreparationofBid ...................................................................................................................... 13 Siteand Other Areas .................................................................................................................. 6 Substituteand Items ............................................................................................... 11 0020'Instructions mBidders REV 04-07 nO2V0'ii raum/"w"m"TwsmssmwaDIVISION pmuscna^um5-Cno,cRes"rfmoOpuwyrt/,mto`25momwm/mmmuocu"=mx\Mam=Contract o"cumu**o02DO' Instructions mBidders REV o4-07.mm SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder—The individual or entity who submits a Bid directly to OWNER. B. Issuing Office—The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2.02 Complete sets of Bidding Documents must be used in preparing Bids; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 ' OWNER and ENGINEER in making copies of Bidding Documents, available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200 - Instructions to Bidders REV 04-07 00200-1 FAPublic WorksTNGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th SMdmim\bid documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. 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 00200 - Instructions to Bidders REV 0407 00200-2 F:M-ub1ioWorks\ENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf(SCOP)_Myrtle St to 125th StAdrnWbiddocurnentsWaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4.06 of the General Conditions. 4.05 Upon a request directed to the Purchasing Division (gurchasinaa-ircgov.com or (772) 226-1416), 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 PURCHASING DIVISION (Purchasin-gWrcgov.com or (772) 226-1416) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (overhead, surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents, and safety precautions and programs incident thereto; F. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents; 00200 - Instructions to Bidders REV 04-07 00200-3 F:1Public WorkskENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP) Myrtle St to 125th SMdmirnWd documentsWaster Contract Documentsk002DO - Instructions to Bidders REV 04-07.doc Rev. 05/01 G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; 1. 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 is 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 CONE OF SILENCE. Potential bidders and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. 00200 - Instructions to Bidders REV 04-07 00200-4 FApublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasina(a-)ircaov.corn 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. 7.03 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8.01 Each Bid must be accompanied by Bid Security made payable to OWNER in the amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashiers 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 fumish 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. 00200 - Instructions to Bidders REV 04-07 00200-5 F:%Public WorkskENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St%Admim\bid documents\Master Contract Docurnentsk00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 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 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 00200 - Instructions to Bidders REV 0407 00200-6 FAPublic Works%ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StMmirn%id documents\Master Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 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. 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 Bidders 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. Bidders 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. 13.13 In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. All permit, impact, or inspection fees payable -to Indian River County in connection With the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Bidder shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in the bid. 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. 00200 - Instructions to Bidders REV 04-07 00200-7 FAPubfio WorkskENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Docurnentsk00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 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: A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. Sworn Statement under the Florida Trench Safety Act. C. Qualifications Questionnaire. D. List of Subcontractors. 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an. opaque sealed envelope plainly marked'with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, Florida, 32960. 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. 00200 - Instructions to Bidders REV 04-07 00200-8 FVublicWorksENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf (SCOP)_Myrtle St to 125th ShAdmimAbid docurrentsWaster Contract DocumentsX00200 - instructions to Bidders REV 04-07.doc Rev. 05/01 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. F-113 I Mue 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation,toBid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, Tany, will be made available to Bidders after the opening of Bids. ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18.01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but OWNER may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. - ARTICLE 19 - AWARD OF CONTRACT 19.01 OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non -responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept aftemates,(if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or 00200 - Instructions to Bidders REV 04-07 00200-9 F:MPublic WorksNENGiNEERING DIVISION PROJECTSkI305-CR 512 Resurl (SCOP)_MyrUe St to 125th StkAdmWbid documentsXMaster Contract DocumentsN00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 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 by such Bond, unless the Bond has been waived due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages -incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 0407 00200-10 F3Pub1icWorWENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf (SCOP) Myrtle St to 125th SNAdrnWbid docurnentsWasterContract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Bid Bond Sworn Statement on Disclosure of Relationships Sworn Statement Under the Florida Trench Safety Act Qualifications Questionnaire List of Subcontractors SECTION NUMBER 00310 00430 00452 00454 00456 00458 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07 003001 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOPLmyrue st to 125th S0Adrnm\bid documents\Master Contract Documents\00300 -83d Package Contents - REV 04-07.doc SECTION 00310 - Bid Form PROJECT IDENTIFICATION: Project Name: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE County Project Number: IRC -1305 Bid Number: 2018009 Project Address: County Road 512 from Myrtle Street to 12511 Avenue, Fellsmere, FL 32948 Project Description: This project will be performed for resurfacing of CR 512 from Myrtle Street to 1251h Avenue. The proposed improvements will include milling of existing pavement, installation of superpave asphaltic concrete, installation of signal mast arms & associated controllers with video detection, widening paved shoulders, sodding and installation of thermoplastic pavement markings, replacement of sidewalk, curb returns for ADA compliance and other ancillary construction work. This is a F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 433068-1-54-01. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 27 1h 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 June 13, 2018 1 00310 - Bid Form REV 04-07 00310-1 FAPubIicWorWENGINEERING DIVISION PROJECTS\ 1305 -CR 512 Resurf(SCOP)_Myrtle St to 125th St\Admim\bid dommentsWaster Contract Documents100310 -Bid Form REV 04-07.doc Rev. 05116/01 B. Bidder has visited the Site and become familiar with and is satisfied as to the gamensi 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 Lovvo and Regulations that may affect cost, progress and performance of the Work. D. Bidder has carefully studied all: (1) reports Of explorations and tests of subsurface conditions otorcontiguous tothe Site and all drawings of physicalconditions inorrelating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) vvhidl have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and /2\ reports and drawings of o Hazardous Environmental Condition, if any, vvh\oh have been identified in the Supplementary Conditions asprovided inparagraph 4.0Gofthe General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibilityfor having done so) all additional orsupplementary examinations, investigations, exp|onsdoma, tests, studies and data concerning conditions (surfoCe. 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 nneona, rnothoda, teohniquea, 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 byBidder, 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 isaware ofthe general nature ofwork tobe performed bvOWNER and others ed 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 axanninaUona, invastigoUono, exp!orations, teate, atudiea, and data with the Bidding Documents. i Bidder has given ENGINEER written notice of all cunflkcts, errors, ambigudkes, o/ 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 in not submitted in conformity with any agreement or rules ofany 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 orover OWNER. [The remainder of page intentionally left blank] oomo'Bid Form REV n* -0r 00m10 -z p^PumicWorks\s GINEERING DIVISION PROJECTS\ 1305 -CR 512 Resurf(SCOP)_Myrtle St to 125th St\Adrnim\bid docurnentsMaster Contract ooc"m"m*" 310 am ITEMIZED BID SCHEDULE PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT NO: IRC -1305, BID NO. 2018009, FM NO: 433068-1-54-01 BIDDER'S NAME: Community Asphalt Corp Item No. D6s6ripiii6hit Unit Quantity Price Un ce Amiiount 101-1 MOBILIZATION LS 1 S140,059.50 5140,059.50 102-1 MAINTENANCE OF TRAFFIC LS 1 S84.693.09 S84.693.09 102-99 PORTABLE CHANGEABLE MESSAGE SIGN, TEMPORARY ED 388 S13.97 S5-420.36 104-1 ARTIFICAL COVERINGS/ROLLED EROSION CONTROL PRODUCTS LS 1 S5.822.76 S5,822.76 110-1-1 CLEARING & GRUBBING AC, 13.50 $2,025.21 S27,340.34 120-1 REGULAR EXCAVATION CY 678 $32.26 521,872.28 120-6 EMBANKMENT CY 298 S1.16 S345.68 160-4 TYPE B STABILIZATION SY, 9,037 S7.08 S63,981.96 285-701 OPTIONAL BASE, BASE GROUP 01 SY 5,424 S26.91 S145 959.84 285-706 OPTIONAL BASE, BASE GROUP 06 SY 331 S66.84 $22,124.04 327-70-6 MILLING EXIST ASPH PAVT, 1-1/2" AVG DEPTH SY, 38,841 S3.45 S134,001.45 337-7-81 ASPHALT CONCRETE FRICTION COURSE (TRAFFIC B, FC -12.5, PG 76-22) TN 3,658 S127.85 $467,675,30 430-174-112 PIPE CULVERT, ROUND, 12" SD (C.M.P. ) LF 28 S174,68 S4,891.04 520-1-10 CONCRETE CURB & GUTTER, TYPE F LF, 35 $5823 $2,038.05 522-2' CONCRETE SIDEWALK AND DRIVEWAYS, 6" THICK SY 542 S9g.99 S53,652.58 527-2 DETECTABLE WARNINGS SF 611 S25.00 $15,275.00 570-1-2 PERFORMANCE TURF, SOD (BAHIA) SY, 9,710 S4.06 $39,422.60 630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH LF 143 S6JI 5873.73 630-2-12 CONDUIT, FURNISH & INSTALL, DIRECTIONAL BORE LF 813 S20,38 $1 68.24 632-7-1 SIGNAL CABLE -NEW OR RECONSTRUCTED INTERSECTION, FURNISH & INSTALL PI 3 S4,080.01 512,240.03 633-2-31 FIBER OPTIC CONNECTION, INSTALL, SPLICE EA, 4 S33,77, S135.08 633-3-11 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE ENCLOSURE EA 1 I5756.96 1$756.96 00310-3 FAPubficWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512Resurf(SCOP)_MyrtieSt to 125thSt\Admim\bid documents\1305 Itemized Bid Schedule -20170815 ITEMIZED BID SCHEDULE PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT NO: IRC -1305, BID NO. 2018009, FM NO: 433068-1-54-01 BIDDER'S NAME: Community Asphalt Corp -item No. De'scrip I bon Unit Quantitv Unit Price Amount 633-3-12 FIBER OPTIC CONNECTION HARDWARE, F&I, SPLICE TRAY EA 1 558.23 $58.23 633-3-15 FIBER OPTIC CONNECTION HARDWARE, F&I, PRETERMINATED PATCH PANEL EA 1 $1,222.78 51,222.78 634-4-152 SPAN WIRE ASSEMBLY, F&I, TWO.POINT, DIAGONAL PI 2 S2,911.38 S5,822.76 635-2-11 PULL & SPLICE BOX, F&I, 13" x 24" COVER SIZE EA 22 5582.28 512,810.1_ 635-2-12 PULL & SPLICE BOX, F&I, 24" x 36" COVER SIZE EA, 5 S1,281.01 S6,405.05 639-1-122 ELECTRICAL POWER SERVICE, F&I, UNDERGROUND, METER PURCHASED BY CONTRACTOR AS 3 5I.921.51 S5,764.53 639-2-1 ELECTRICAL SERVICE WIRE, F&I LF 647 55.24 53,390.28 639-3-11 ELECTRICAL SERVICE DISCONNECT, F&I, POLE MOUNT EA, 3 SI,222 .78 S3,668.34 641-2-11 PRESTRESSED CONCRETE POLE, F&I, TYPE P-11 PEDESTAL EAJ 5 S1,106.32 S5,53 L60 641-2-14 PRESTRESSED CONCRETE POLE, F&I, TYPE P -IV EAJ 3 57,569.58 $22,708.74 641-2-70 PRESTRESSED CONCRETE POLE, SHALLOW POLE REMOVAL- POLE 30' AND GREATER EAJ 4 S2.445.56 S9 782.24 646-1-11 ALUMINUM SIGNALS POLE, PEDESTAL EA 4 51,339.23 55,356.92 646-1-60 ALUMINUM SIGNALS POLE, REMOVE EA 4 5145.57 $582.28 649-31-101 STEEL MAST ARM ASSEMBLY, F&I, 150 WITH SIGNAL BACKPLATES, 36' EA, 1 552,404.81 552,404.81 649-31-102 STEEL MAST ARM ASSEMBLY, F&I, 150 WITH SIGNAL BACKPLATES, 46' EAJ 3 554,733.92 5164,201.76 650-1-11 TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 1 SECTION, I WAY AS 16 5582.28 59,316.48 650-1-14 TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 3 SECTION, 1 WAY AS 4 S989.87 S3.959.48 650-1-19 TRAFFIC SIGNAL, FURNISH & INSTALL ALUMINUM, 5 SECTION CLUSTER, I WAY AS, 4 51,572.14 56,288.56 653-1-12 PEDESTRIAN SIGNAL, FURNISH & INSTALL LED COUNTDOWN, 2 WAY AS 4 51,106.32 $4,42528 660-4-11 VEHICLE DETECTION SYSTEM -VIDEO, FURNISH & INSTALL, CABINET EQUIPMENT EA 1 55,945.03 $5,945.03 660-4-12 VEHICLE DETECTION SYSTEM -VIDEO, FURNISH & INSTALL, ABOVE GROUND EQUIPMENT EA, 4 56. 177.95 1 $24.711.80 665-1-11 PEDESTRIAN DETECTOR, FURNISH & INSTALL, STANDARD EAJ 8 I5192.15 I51,53720 00310-4 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125thSt\Admim\biddocuments\1305 Itemized Bid Schedule -20170815 ITEMIZED BID SCHEDULE PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT NO: IRC -1305, BID NO. 2018009, FM NO: 433068-1-54-01 BIDDER'S NAME:Communitv Asphalt Corp Item No. Description Un I it Quantity Unit Price Amount 670-4-1 INTERSECTION CONTROL BEACON CONTROLLER, ASSEMBLY, FURNISH & INSTALL AS 2 S2,911.38 55,822.76 670-5-111 TRAFFIC CONTROLLER ASSEMBLY, F&I, NEMA, 1 PREEMPTION AS 1 S30.860.61 S30.860.61 670-5-600 TRAFFIC CONTROLLER ASSEMBLY, REMOVE CONTROLLER WITH CABINET AS 1 S640.50 S640,50 682-1-113 ITS CCTV CAMERA, F&I, DOME PTZ ENCLOSURE - PRESSURIZED, IP, HIGH DEFINITION EA 2 S7,569.58 S15,139.16 682-1-600 ITS CCTV CAMERA, REMOVE & DISPOSAL EA, 1 5465.82 5465.82 684-1-4 MANAGED FIELD ETHERNET SWITCH, RELOCATE E-A 1 S698.73 5698.73 685-1-11 UNINTERRUPTIBLE POWER SUPPLY, FURNISH AND INSTALL, LINE INTERACTIVE EA 1 55,240.48 55,240.48 700-1-11 SINGLE POST SIGN, F&I ISM, < 12 SF AS 68 5465.82 S31,675.76 700-1-12 SINGLE POST SIGN, F&I GM, 12-20 SF AS, 12 S1,630.37 519,564.44 700-1-50 SINGLE POST SIGN (RELOCATE) AS 5 S349.37 SI,746.85 700-1-60 SINGLE POST SIGN (REMOVE) AS 3 575.95 529,11 700-5-22 INTERNALLY ILLUMINATED SIGN, FURNISH & INSTALL, OVERHEAD MOUNT, 12-18 SF EA 12 52,56101 S30,744.12 700-12-21 SIGN BEACON, F&I GROUND MOUNT- SOLAR POWERED, ONE BEACON AS 2 S11.002.68 S22.005.36 706-3 RETRO -REFLECTIVE PAVEMENT MARKER EA 683 53.49 52,38167 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12" FOR CROSSWALK OR ROUNDABOUT LF 1,785 5I.86 S3,320.10 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP LINES OR CROSSWALK LF 1 1,154 S4,08 S4,70832 I 711-11-141 THERMOPLASTIC, STANDARD, WHITE, 2-4 DOTTED GUIDELINE/6-10 GAP EXTENSION, 6" GM 0.06 $1,310.12 $78.61 711-11-160 THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL (SCHOOL) EA 2 5110.63 5221.26 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROWS EA 22 569.87 $1,537.14 711-11-224 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR CHEVRON LF 536 52.91 $11559.76 711-16-101 THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID, 6" GM 2.85 55,694.66 $16,229.78 711-16-201 THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW, SOLID, 6" GM, 1 67 S 5694.66T$20,899.4 0 00310-5 F:\PublicWorkskENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Admim\bid documents11305 Itemized Bid Schedule 20170815 ITEMIZED BID SCHEDULE PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT NO: IRC -1305, BID NO. 2018009, FM NO: 433068-1-54-01 BIDDER'S NAME: Community Asphalt Corp Item No. !)"drip6h Unic d6antliy Unit Price Amount THERMOPLASTIC, STANDARD -OTHER SURFACES, 711-16-202 YELLOW, SOLID, 8" GM 0.03 57,394.90 S221.85 THERMOPLASTIC, STANDARD -OTHER SURFACES, 711-16-231 YELLOW, SKIP, (10-30) 6" GM 0.14 S 1 A55.69 S203.80 RECORD DRAW I NGS/AS-BU ILTS (BY REGISTERED LAND I 999-1 SURVEYOR) LS 1 54,075.93 S4,075.93 CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE - SUB -TOTAL OF ROADWAY IMPROVEMENTS $1,841,176.46 FORCE ACCOUNT $75,000.00 TOTAL BID AMOUNT, (INCLUDING FORCE ACCOUNT) TOTAL $1,916,176.46 LS=LumpSum ED=EachDay AC=Acre CY=CubicYard SY=SquareYard TN=Ton LF=Linear Foot SF= Square Foot PI=Per Installation EA=Each AS=Assernbly GM=Gross Mile NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE, THE BID DOCUMENTS WILL GOVERN. TOTAL PROJECT BID AMOUNT IN WORDS One Million, Nine Hundred Sixteen Thousand, One Hundred Seventy -Six Dollars and Forty -Six Cents. 00310-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf {SCOP}_Myrtle St to 125th St\Admim\bid docume.nts\1305 Itemized Bid Schedule20170815 5.0Bidder shall complete the Work in accordance with the Contract Documents for the prkxa(o)ountained hnthe Bid Schedule: A. The Discrepancies between the multiplication ofunits ofWork and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated eurn of any column Of figures and the correct Surn 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 tnomit nradd tothe construction nf any portion orportions of the work heretofore enumerated or ahnvvn on the plans. Furthermore, the Owner nasenx*a the right to omit in its entirety any one or more itanno of the Contract without forfeiture of Contract Or C|a\rno for loss of anticipated profits or any o(oinns by the Contractor onaccount ofsuch 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 ufprofits shall accrue tnthe Contractor byreason thereof. D. Unit Phm*m have been computed in accordance with paragraph 11.03.13 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.13 of the General Conditions on or before the dates orwithin the number ofcalendar days indicated inthe 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 tinnoa specified' which shall be stated in the Agreement. 7.01 The following documents are attached toand made acondition nfthis Bid: A. Itemized Bid Schedule B. Required Bid security in the, form Of 5% C. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships; O. Sworn Statement Under the Florida Trench 8afatv/k�'. _~ E. Qualifications Questionnaire; ' F. 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. 8UB[N|TTEOon 2018. State Contractor License No. CGC 1521192 mm1o'Bid Form REV o4 -or uoa1o'7 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\ 1305 -CR 512 Resurf(SCOP)_ Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00310 oa If Bidder is: An Individual Name (typed or printed): By: (individual's signature) Doing business as: Business address: MRSTITZ"s A Partnership Partnership Name: FAX No.: By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: Email: FAX No.: A Corporation Corporation Name: Community Asphalt Corp. Stateof IncKPoration: Florida Type ,p(Gen en e, Professional, Service, Limited Liability):_ By: 1��ss (Signature;Iattach Vvidence of authority to sign) Name (typed or printed): Manuel Aguiar Title: Corporate Vice (Signature of Business address: 2975 Industrial Blvd Vero Beach, FL 32967 Phone No.: (786) 418-3561 FAX No.: (772) 770-3707 Email: Joel. Acevedora_,,Ohlna. com. Date of Qualification to do business is September 22. 1980 A Joint Venture Joint Venture Name: (SEAL) (SEAL) (SEAL) (CORPORATE SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) (SEAL) 00310 - Bid Form REV 04-07 00310-8 FAPubhc VVorks\ENGINEERING DIVISION PROJECTS\ I 305-C R 512 Resurf (SCOP) Myrtle St to 125th StlAdmtm\bid documentsWaster Contract Documents=310 -Bid Form REV 04-07 doc 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 00310-9 I`ApublicWorks\ENGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admimlbid documentsNMasterContract Documents\00310 -Bid Form REV 04-07.doc =•- =AIA Document A310T"" —2010 CONTRACTOR: (.Name, legal status and address) COMMUNITY ASPHALT CORP. 2975 Industrial Boulevard Vero Beach, FL 32967 SURETY: (frame, legal status and principal place of business) LIBERTY MUTUAL INSURANCE COMPANY 175 Berkeley Street Boston, MA 02116 OWNER: (.Name, legal status and address) INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS 1800 27th Street, Vero Beach, FL 32960 BOND AMOUNT: Five percent of amount bid. (5% percent Bid) PROJECT: (.Name, location or address, and Project number, if any) Indian River County Project No. IRC -1305 Indian River County Bid No. 2018009 CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: 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 furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specked in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in die bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been 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 provisions conforming to such statutory or other legal requirement shall be deemed incorporated he;ei-t. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed andSealed S 15th day of June, 2018 COMMUNITY A PHALT CORP. _ (Principal) (Se, z,) (Il' .ss) Cert �1a V� tum ✓ `. (Title) s LIBERTY MUTUAL INSURA ECO ANY ' , I (Surety) (Seal) (Witness) Andrea E. Gorbert (Title I Anne Potter, Attorney in Fact AIA Document A310TM — 2010. Copyright O 1963, 1970 and 2010 by The American Institute of Architects. All 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, 8064644 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation 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 West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein- set forth, does hereby name, constitute and appoint. Nancy Schnee; Andrea E. Gorbert; Jennifer L. Jakaitis; Anne Potter; Valorie Spates; Susan A. Welsh; Beverly A. Woolford all of the city of Garden City state of NY each individually if there be more than one named, its true and lawful attorney-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 surety obligations, in_pursuance of these presents and shall be as binding upon the Companies as if they have 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 the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April I 1 , 2018 STATE OF PENNSYLVANIA ss .COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company David M. Carey Assistant Secretary On this 17th day of April , 2018 , before me personally appeared David M. Carey. who acknowledged himself to be the Assistant Secretary of Libeny Pftutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF. I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. @¢ PAa COMMONWEALTH OF PENNSYLVANIA Votflri ;l SCa3 ler,r=sa Pastaaa, N,tary Puhi,c By. .--.- — ..__..__...-... ......._--------..... on Upper h„enenTvv,,_ rronrgomey Courcy Teresa Pastella, Notary Public My Cornnnissicn Exp, res Niter& 2 2021 10 This F!fsfir+Syll•,3'i.l ii5critl� U:lrt t:: r=:.::!rIG1 n r sn- This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company. and West American Insurance Company which resolutions are now in full force and effect reading as follows: 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 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, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective 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 executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under 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. 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, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds: recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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 attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any 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. €, Renee C. Llewellyn, ,the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Prtutual 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 the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. t�i� � 1 t AE f IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of F L U 20 91 Renee C. Uewe. , ssistant Secretary 139 of 1000 '0� MUtUc11Liberty t SURETY LIBERTY MUTUAL INSURANCE COMPANY FIN?ANCIAL STATEMENT — DECEMBER 31, 2017 Assets Cash and Bank Deposits ......................................... $370,003,299 *Bonds —U.S Government ..................................... 1,331,664,975 *Other Bonds............................................................ 11,127,053,004 *Stocks..................................................................... 16,367,850;688 RealEstate.............................................................. 272,895,626 Agents' Balances or Uncollected Premiums........... 5,258,657,823 Accrued Interest and Rents ..................................... 100,341,596 Other Admitted Assets .............................................. 11.192.287.530 Total Admitted Assets .................................... S46.020.754.541 Liabilities Unearned Premiums ......................................'.......... $7,503,154,587 Reserve for Claims and Claims Expense ................ 19,658,731,454 Funds Held Under Reinsurance Treaties ................. 224,693,828 Reserve for Dividends to Policyholders .................. 967.520 Additional Statutory Reserve .................................. 52,491,027 Reserve for Commissions, Taxes and Other Liabilities ................................................ 4.049,392.852 Total................................................................. $31,489,431,268 Special Surplus Funds ................. $176,230,822 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 9.484,316,385 Unassigned Surplus ..................... 4,860,776,066 Surplus to Policyholders ............................... 14,531,323,273 Total Liabilities and Surplus ................................ 46 0 0 754 541 JP`1N S Uy _ �1 �LORPOI�T��,n * Bonds are stated at amortized or investment value; Stocks at Association Market Values. ' 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial m �9SSACH�`'t= statement filed with the state of Massachusetts Department of Insurance. 4 l 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, 2017, 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 16`h day of March, 2018. Assistant Secretary S-1262LMIGa 3/18 SECTION 00452 SWORN STATEMENT UNDER SECTION 105.08, INDIAN RIVER COUNTY CODE, ON DISCLOSURE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2018009 for CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th' AVENUE 1 This sworn statement is submitted by: Conu-nunity Asphalt Corp. (Name of entity submitting Statement) whose business address is: 2975 Industrial Blvd Vero Beach FL 32967 3. My name is' Manuel (Please print name of individual signing) and my relationship to the entity named above is Corporate Vice President 4. 1 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. 1 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 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents\00452 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 or entity 17 STATE OF Lmt>A�- COUNTY OF INCiNo av Name of County Commissioner or employee Relationship Manuel.A&gr ignature) Corporate Vice President 6/2-1 J Vb (Date) The foregoing instrument was acknowledged before me this 23 day of ::Su..j ri,, .1 20 by Manuel Aguiar who is personally known to me or who has produced as identification. NOTARY PUBLIC SIGN: PRINT: �Osv- L-bori Notary Public, State at large My Commission Expires: 11-4 /2-D27— (Seal) t 2 Jean Jose Lem NOTARY PUBLIC --STATE OF FLORIDA Comrn#GG172069 Expires 1/2/2022 00452-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid docurnentsWaster Contract Documents\00452 Disclosure of Relationships.doc SECTION 8O454 - 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, IhJTHE PRESENCE C]FANOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1�This Sworn Statement is submitted with Project No. IRC -1305 for CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125Lh l This Sworn Statement issubmitted by —Comm'unity Asphalt Corp. (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The 8|DDER'o address is 2975 Industrial Boulevard 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 Corporate 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 wAhin the Trench Safety Act, Section 553.60 et.seg. Florida Statutes d refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that itv4||comply with the applicable Trench Safety Standards. 6. The BIDDER hes allocated and included in its bid the total amount of 8400 . 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 bo.curnplyvvith said standards byinstituting the foUovvingepec{�onnethnd/m\ofconnp|ionCaonthis Project: __________ Trench Box 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, oonnp|ateneso, or any other purpose. The OWNER and ENGINEER shall have no responsibility to review nrcheck the B|OOEF|'e compliance with the Trench Safety Standards. 7. The BIDDER has allocated and included inits 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 nnethod(o)ofcompliance onthis Project: Sloping oo*o4'Florida Trench Safety Act ' REV n* -0r oo4s*- ` r^Puumw"**s s/wsER/msowmmwpnoECTems05-Cnmzpes" woopuwyrtlesm`u=*st\A*rnirn\mu*oc"rn°ntsW"*°Contract ooc"="*s\0m^54-Florida Trench Safety Act ' REV o4 -0r*= The determination nfthe appropriate 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 0|DDER's compliance with the Trench Safety Standards. 8. The BiOOER, in submitting this bid' represents that it has obtained and considered all available geotechnical inforrnatinn, has utilized said geotechnical information and that, based on such information and the B|[)DER'a own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure B|DOER's compliance with the applicable Trench Safety Standards in designing the 1nannh safety syntenn(n)for the Project. BIDDER: CQmmiinity Asvhalt Co By: Manuel Ag i r Position or fi0le: lorate Vice President Date: (.bazls STATE OF Personally appeared before the d uth ritv Manuel Aguiar who after first being sworn by me, affixed his/her signature in the space provided above on this JM J00 LOW NOTARY PUBLIC Notary Public, State at large STATE OF FLORIDA E*im 1=22 ^* END O�rSECTION °° 00454 - Florida Trench Safety Act - REV 04-07 no454'z p�Pub^"works\Ewa/wEER/woDIVISION pnoJEcTSno05-Cn512ves" (Scop)_mnv St to`25mst\A*"im\bu*ocum"mmw°*erContract ooc"m"ms\o0454 n"nd" III 11*111111rolilk NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NOW RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY. the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to cmnnpk/ with these requirements nl8ybeC0nmidered sufficient justification to disqualify Bidder. Attach additional sheets as Documentation Submitted with Project No: IRC -1 305 Project Name: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125Lh AVENUE 1. Bidder's Name / Address: Community Asphalt Corp. 2975 Industrial Boulevard Vero Beach. FL 32967 2. Bidder's Telephone & FAX Numbers: -,Ph: (786) 418-3561; Bax: (772)7T0-3707 3. Licensing and Corporate Status: o. IsContractor License current? Yes b. Bidder's Contractor License Nu:CGC1521192 [Attach acopy ofContractor'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: 38 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 nanne,[}vvner,ondthe{}vvner'ste|eohongnunnber for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated donlaoae? 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 Owners telephone number for each project invvhich|iquidoteddamnogeshavebeenasooGsad] 8.' Has the firm ever been charged by OSHA for violating any OSHA regulations? No- oo400'Qualifications ouesmonnai,e uo*na' / ,Alo"m=w"m"XEwsINscnINsDIVISION ppoJEcTSxz05-Cnmzpes" (Scop)_". °St*`zwam^"*wmuoctim°ntskM.*"Contract o="men*SX0ow56' Qualifications Quesfionnaire^doc [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm 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. 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. 14. Name of person who inspected the site of the proposed work for the firm: Name: Fernando Giro Date of Inspections: 6(13/2018 15 Name of on-site Project Foreman: Carmen Guriere Number of years of experience with similar projects as a Project Foreman: 29 years 16. Name of Project Manager: Jean Jose Leon Number of years of experience with similar projects as a Project Manager: 2 years 17. State your total bonding capacity: $3 Billion 18. State your bonding capacity per job: $300 Million 19. Please provide name, address, telephone number, and contact person of your bond in company: Ciberry Mutual insurance Company,•' 175 Berkeley Street- Boston- NAA 02116! Contact Priv-ka Gchlot i Phone 201-327-6930 [The remainder of this page was left blank intentionally] 00456 - Qualifications Questionnaire 00456-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_MyrOe St to 125th St\Admim\bid documents\Master Contract Documenis100456 - Qualifications Questionnaire.doc 19. Complete the following table for SIMILAR projects: Name of Project Date Completed Owner Contact Person: Name/ Email Address/Phone Original Contract Amount Final Contract Amount Please see attached list of projects completed. 00456 - Qualifications Questionnaire 00456-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00456 - Qualifcalions Questionnaire.doc ;-�A OHL V CommUnity Asphalt uR IS PIN 0Q., Fiscal Yr. *6b Project No. Description Contract Owner/Prime bjti� Edllr= EF I T2' FDOT#241221-2-52-01. 2014 Contract# T521 FDOT i;A CR -516 Fm Minton Road to RJ Conlan Boulevard, Brevard FDOT#406870-1-52-01 Contract# T4190 2013 PGA Blvd A S FDOT SR -9 From A pt S of to pt of Donald Ross Road FDOT#406870-2-52-01 67% 2013' Contract# T4187 FDOT - -95) From A PT.S. of Donald SR.9 (I Ross Road to Indian Town Road DESIGN -BUILD gw 2014 FDOT#405506-8-52-01 FDOT W, I .. I z Contract# E51(75 _74 ZR 1-95 Add Lanes and Reconstruct Pp'�S C1 0 z,, 2 014 Projectff 200800125 -JS City of Port St. Lucie Asphaltic Concrete Paving Connecto Miammi-Dade Coun ty 4� 2 014 Earlington Heights r U DESIGN -BUILD . . . . . . K 2013 RFP -09-05 Miami Dade Expressway SR -924, SR -874 & SR -878 Miami -Dade Authorities 0 2014 MIC7Earlington Hieghts Connector Odebrecht- Tower -Community i Earthwork, MOT and Asphalt Pavement DESIGN -BUILD FDOT#249581-1-52-01 -.5i2MW W 2017 Contract# E6F61 FDOT Community/Condotte/de Moya JV SR 826f SR 836 Interchange Reconstruction Miami -Dade iN�,�-iA303 2014 2011 Annual Milling Resurfacing Town of Palm Beach �-�32650361M'�� &M !�V FDOT#419854-1-52-01 -st @1� - Contract# T6216 2014 Fm A Pt. N of 37 Street to A Pt. N of FDOT Cocoplum Drive SR -5 Monroe Overseas Hwy) NW 21 st Terrace, 1610 NW 21 st Street Cemex 2U14 Terra Miami, FL 33142 11`7�46340,��-:I,,',-q� Asphalt Milling & Resu Palm Beach County/Annual 2014 Annual rfacing Asphalt ME DESIGN -BUILD _2 2014 FDOT#41456-1-52-01 FDOT Contract# E4K87 41 Miramar Parkway Interchange 2014 SR -60 Valve Adjustments, Indian River Indian River County A J Z jQ4 J N 0_2 Revised 03/30/18 (se) OHL :; µ fC0 " Community As hats � P On actsA. o' 1 YW f slie'= r'a :ears - . , R ? PBC -Piggy Back 2011 u,f. fi358x� 2014 Village of Wellington ;s� Various Streets, Wellington, 33414 tI`.M � Leisure Services & Public Works Area Paving & Excavating, Inc,0'700`02013 Compound $z 1.114 2014 North Lennard Road (MSBU) Guettler Brothers Construction x�_ � St. Lucie County 5" 2013 Florida Turnpike Service Plazas Project Stride Contractor Inca 2 300`O0 ;3 2014 Palm Beach County, Lyons Road Rosso Paving & Drain; Lyons RoadNO 0 AV 9t3 2013 Annual Asphalt Paving and Resurfacing Indian River County88 3 •�:�.:x-..���,� S OI) ^ 2013 Milling &Resurfacing City of West Palm Beach x��;�.,��. �--_ r���, ..� .1 1:6'065: & �c Parker Avenue and Georgia Avenue r;{��� ..v,:,"t`'r:Tis�' r K 6406{ 2014 FDOT#250081-415-52-01 Contract# T6246 Arazoza Brothers �.'+";'''i.c•,+2 il+C.;n'N�—,i J MR 012 SR -7 NW 7th Avenue Miami -Dade :6407F 2013 Palm Springs - Piggyback Village of Palm Springs VLWMK_a..:.�:1:!4 W1,"-"� P.Proect#2011051( Ef `•z."f4`10: ° Northlake oufeav rd CountyProject#2004608; PBC Board of2014 $ �3;5'0=4'94�3":-`2-?_ Brid e over Loxahatches Slough. Comissionecs 707 Roadway Improvements 2013 (Jensen Beach) CR -707 (Dixie Hwy) & Palm Beach Grading r 29� NE Rio Pine Lane Martin County'{vr' v`,:�+i.:n;,�`:."7"':YY . 5413,�;<` 2014 SR -70 (Okeechobee Road) from SR -713 (Kings Hwy) to Crossroads Gibbs &Register, Inc ':u,id«•Tv. .".`arG:=J � .(i:<:,,,...:=�'•.-r �_ •� 'S•_r �:�N?:i ��•�"�y'!' `..- �....: fr, - Parkway, St Lucie Count Duda Farms -201 x=424 2013 Duda RDCR-800, Belle Glade, 334 0;`; 3 A. Duda &Sons, Inc. s�^, Palm Beach County FDOT#421659-2-52-01 Contract#T4302 `:; ' -. ,6435 r;•- 2014 SR -820; Hollywood Boulevard, Fm A Pt yw FDOT �µ$"�":iry�`834" 538:49°: �.:� E of SR -7 {US -441) to 44th Avenue, .: •W : "-'~? Vii'' i.` f,,;§t , JLL: n Broward tert r > ��,,;••.. ..ry"2 Y'+ 2013 Windsor Park North -1400 Indian Creek Pkwy Ryan R Golf Corp Plam Beach Count FDOT# 421659-1-52-01 2013 Contract# T4312 SR -;...x FDOT -},as 820 (Pines Blvd.) From Douglas R to;.. - r 64th Way (Pembroke Pines) '"`"� ¢ '4 6 2013 SR -826 (Palmetto Expressway) Section` The Demo a Group Y p �r 2 Bird Road/Miller Drive Interchanges 11 Project No. PB -11-4., International: x-"6475 2016 Airport, Taxiway "U Extension Palm Beach County$k70�81'=70: =' "F�' _ Harmon Heights Stormwater Imp. PH 1 Y 9 p• sn tom. z+ 649` 2013 South Section, Fork Pierce, Florida,;" Guettler Construction h St. Lucie Count Project#11-12-107'"= 012014 Annual Contract; City -Wide Roadway The City of West Palm Beach *$5D896 8. n; r' Resurfacing and Concrete Work?�•r,:- 6483, 2014 + Traditions Medical Center Guettler Brothers Construction @3t)8?t� 5`:. rya Revised 03/30/18 (se) !p—�VTOAn7l T --- FIN OHL 11 WA �11. m -4 Community POPIRM 7 FDOT#422964-1-52-01 Contract# T4307 0,X 4- 2014 SR -5 (US -1) & Al A Fm A Pt N of Parker FDOT Br. To A Pt. S of SR -706 Rd) Frm A Pt. S Burnt (Indiantown and of Br, to SR -5 (US -1) Okeelanta 2012 gg g .2013 Bella Glade, Florida H & R of Belle Glade Inc 'g Palm Beach Coun ty 2014 SR -70 (Okeechobee Road) Guettler Brothers Construction EMU ',,7 M -44"M RM SR -7 & C51 Canal Bridge Widening, 2014 Southern Boulevard & SR -7, West Palm Russell Engineering, Inc. Beach County FDOT#421681-1-52-01 2014 Contract# T4310 FDOT SR -714 (Marting Downs)'Frorn Turnpike Entrance to Mapp Road 'AO FDOT#424659-1-52-01 r] Q-1 2'11'4 0 Contract# E4NO5 FDOT SR -717 frm SR-880/Mlk Jr. Blvd to SR-80/Main -St FDOT#424656-1-52-01 Contract# T4336 2014 SR -1 5 Fm 5th Street (W martin Luther FDOT 9-2b� King Jr. Blvd) (MP 10.307) to SR -700 (Conners Hwy) (MP 14.265) Palm Beach "U - Limestone Creek Derainage PH IIC- 2013 Asphalt, Mitchel R oad Jupiter Florida, AKA Services, Inc West Palm Beach FDOT#422956-1-52-01 Contract# T4303 2014 SR -70 (Okeechobee Road) to SR (US1) FDOT From A Pt. E of C R-61 1 B (Jenkins Rd) to SR 5(US1) St Lucie Dadeland Mall West Wing Expasion, 2013 Dadefand Mall Central Florida Equipment Rentals, Miami -Dade County Inc. CDBG Roadway Resurfacing Project 2013 Floral Park Area NW 58 Street to 62 Street.& NW 17 Avenue to 21 Avenue Miami Dade County Public Works Miami -Dade County 2014 SR-91(TPK) Ramp Bridge Replacement Condotte America, @ PGA Boulevard Palm Beach Gardens Inc. Mar— 2015 Palm Avenue Turn lane Expansion Sunbeam Properties, Inc. 'GA '15' - �m 2013 Asphalt Paving & Resurfacing Indian River County 1000 36th Street, Vero Beach 32960 Bristol Lakes at Aberdeen gAtST-2— .2013 Boynton Beach' Florida Bristol Lakes Homeowners -0 West Palm Beach Associabon, Inc- —120--o FDOT#427147-1-52-01 '2014 Contract# E8M32 FDOT SR -91 Turnpike Mainline Between Mile M Posts 102.473 o 103.774 Revised 03/30/18 (se) ' �$ �'F �. v Cw �' V ��i t' _ 'r � s �'t e"�.Ra`C•' ATi' OHL Community .••}` �''q^�` . w ?�i. Y�• p,X�'�'n•,. 'a �y, +' S(' art' . _ •er.. - K _ 1 t� Asphalt Cfl�'acts,i ete" _= .he 'Fast T. YeA ears' ,.: ` 5525 _} 2013 Summerlin Commons Boulevard 5200 to 5237 Summerlin Commons Stevens & Layton, Inc. Boulevard Fort Myers Heron's Landingr 201 942 SW. 113h Terrace Broward County AM -Jet Asphalt Repair ce, Inc�" 5` '.k �U _ 2013 SR -A'1 A - Section B Riviera Beach, Florida H & J Contracting���•- e kF'' } Palm Beach County g �w _n qS�'5 2013 SR-AlA - Section C Riviera Beach, Florida Palm H & J o C ntracting x= Beach Count Rte; Publix- Harbor Pointy °4 f 2013 Vero Beach US -1 & 53rd Street Brewer Paving & Development, Inc Indian River County -t'1;, xfi538we. 2014 Indian Rive Boulevard, Resurfacing 41st . Indian River County;$gx30.6:t5: AFxri-x%" 3. m Street to 53rd Street, Vero Beach;;s,_ y SR -AIA Section ❑ ?u: w - =u;".'` = 2013 Riviera a Beach, Florida H & J Contracting 21. $Ya��` Palm Beach Countyr °ar? Heritage Trail «y '5?42313 MM 52 to MM 11 Charley Toppino & Sons M$. Vii -46;9650. Monroe County 2013 GatewayCommunity 'Gateway Services ❑ev. District :-;:' Lee CountyA :,65!19 _ . ` 2013 SR-AlA Repairs Johnson Brothers ?asx�rs_ �09134.1y 8S' .. Broward Counkc%; FDOT#406150-5-52-01 �?''' -=== Contract# E8L59 .,. ... 2014 SR -91 Florida's .Turnpike Mainline, From FDOT x�Rr�r'rn- Atlantic Boulevard to the Palm Beach �'�:,,;,%:. County Line 1 ; 2013 Asphalt Paving Services Repair South AMEC .,� ...9Z6 :?Cy�wsrrr Runway *655 2016 Annual Milling & Resurfacing Contract Palm Beach County .'5556; 2013 Asphalt Paving Services Repair South Southbay Builders LLC e r..'.'. �,;;,Fa �• >� South Runway, Indian River _ +xrYImmokalee }6557 2015 Road Paved Shoulders Collier County Purchasing x'32467.4 Improvements, Naples Department 2014 Pro ect# 10-11- 34; N f 0 W 9th St Roadway City of Miami a w �� 378x3728 -'; Improvements fi57fl '..=. 2013 Asphalt Paving Service AMEC Environmental & r= yZ:-x,�-`-rvm-:;.: Runway 11-29 Patrick Airforce•Base Infrastructure v''75"r4 FDO9t8#33-6-52-01 i 2014 ontra E4M59 FDOT, Varios Locations, Push Button Contract FDOT#409095-7-52-01 Contract# T1483 txr n• 5$0 2013 Lake Okeechobee Scenic Trail rS'�}+"• .,R;1 F OT .I 11;9 ����'S'�3�5. 1Y1�• �'T Along g Herbert Hoove Dike From Apt. of f#�� ' f Y Canal Road to Apt- of SR-78-��' ax_iti« ti F DOT#427926-1-52-01 Contract# T4329 a ��• q ��.s�, •�� �: ±'685'.F 2013 FDOT _ SR 848 (Stirling Road) SR -848 F m A Pt } �- . •mss• mss.•: ,tea -kms:` N of 'NW 68 Ave to A Pt E of NW 67 Ave��Q.r;;�'�`', Revised 03130/18 (se) Revised 03/30/18 (se) OHL Community Asphalt -S FDOT#425599-1-52-01 Contract# T6280 MY 2013 SR -5 (US1) (Overseas Highway) From FDOT R MP 16.313 to MP 17.042 Monroe County FDOT#425600-7-52-01 .C2 PEI Contractff E6G53 n� 2013 SR -5 (Overseas Highway) Mile Marker FDOT 14.616 To Mike Marker 15.261 In Saddlebunch Key Resurfacing 2011 (�11030) �00-vvltl- 2013 Various St locations Sanibel -City of Sanibel Florida Lee County ks 17F 201'3 Williams Road Resurfacing Glades County BOCC 3S, NZ15547 3SM Glades County Pusahbutton Contract Various Locations, 2015 Roadway Construction and Intersection FDOT Improvements Congree Avenue, Lantana Rd to South of 2013 Mela Leuca Lane Palm Beach County H & J Contracting FDOT#425211-2-52-01 FDOT#425211-1-52-01 -,�66'60);"� 2013 Contract# T6263 FDOT SR -25 Okeechobee Road From A.Pt W of NW 118 Ave to Miami Dade County Line FDOT#424665 -52-01 W'i. '3 -T? Contractff E4M96 n, 2014 SR -869 Milling Resurfacing & A 5 Foot FDOT T� _87 '14 Wide Shoulder on SR 869 Deerield Beach Pavement Resurfacing Program Fiscal "*-j';�6665'-- 2013 Year 2011-2012, Various Areas City of Boca Raton �28-8 -92, ZUE Runway IOL -28R Rehabilitation Palm Beach County, Department of 2b14 West Palm Beach Airports FDOT#425637-1-52-01 Contract# T6274 2 014 SR -826 (Palmetto Expressway) SR -7 FDOT 2 (US -441) and SR -9 Frn NW 13th Avenue, to Turnpike 1-95 Connector '%'-"tM0 2014 66th Avenue Roadway Improvernetris PH2 fm 4th Street to 16th Street Guettler Brothers ConstrwAlUl I Vero Beach FDOT#425207-1-52-01 Contractit T1 504 2013 SR -35 (US -17) From A.Pt E of FDOT Marlympia Way,to A�Pt W of Copley Drive, Charlotte qC 2013 Forest Hill BoulevardfStribling Lane Village of Wellington Improvements, Wellington FDOT#415462-2-52-01 2016 Cpntractft EBL99 FDOT Q-521 SR -91, Golden Glades Mainline Plaza Revised 03/30/18 (se) I OHL VC 2015 Palm Bay Parkway."' VIM - 411 ffil The City Of Palm Bay 2015 Asphaltic Concrete Paving 10-199 Tons City Port Sant Lucie V--$�U�,7419194 all of ffljv—g��- *-�EF4. 19 E—, SR FDOT A Fm SR -93/1-75 to West of NW 87th Avenue, Miami -Dade 2014 Contrat# T1 523 FDOT SR -78 Im A PL W of Santa Barbara Blvd. to A Pt- W of Del Prado Blvd. Lee 2013 Lake Washington Road Guettler & Sons Construction Brevard County 2014 SR -91; Jupiter Exchange Florida FDOT Turnpike MP.1 1611ndian Town Rd Interchange Improv 2014 PW13-061TM Turn Lane Improvements City of Cape Coral Contract# T4354 Holmberg/Johnson Road to Plam Beach Co. Line 41. 2014 2013 Street Resurfacing Project City of Sanibel CR -78 Corridor- Kell Mill Boulevard to 1AR 2014 Nobles Road Hendry County SR -869 Sawgrass Expressway/SR-869 4 2015 to an All Electronic Tolling (AET) Facility FDOT Im Interstate 75 the Florida's Turnpike Contract# T6302 2014 SR -997 (Krome Avenue) Fm A Pt. S of FDOT 9. -94 (Kendall Drive) Miami-Dade 60 2015 Turnpike Mainline (SR -91) fm GaIdes FDOT Road to South of Atlantic Avenue Interchange 2015 Contract# T6296 FDOT' SR -856 (William Lehman Causewayti Revised 03130/18 (se) =_050,10'a wg co mmunity _4N WON Asphalt —4r et ig ntfaUMv Contract# T4355 IFUNI SR -1) To Intercoastal Waterway -5 (US Br. No. 880052, Indian River �_RM474119_k 2017 Miami -Dade Aviation Department �M, 5 Runway 12-30 Pavement Rehabilitation MM 2015 Contract# T4359 FDOT S -811 (Dixie Highway) FDOT# 427513-1-52-01 2016 Contract# T6308 FDOT SR -972 (Coral Way) SW 22nd Street 2015 trn Adjust ents/Relocation of City Utilities City of Miami -Beach �"6748z`-,;,' 2015 Grande Palms Guttler Brother's Construction Rl Ra 1014 Walmart Homestead 30401 S. Dade Contracting Federal Highway, Miami -Dade 'Roadway 2017 College Avenue Improvements Bergeron Land Development, Inc. 2017 Lantana Road Zeo Construction, Inc. 2015 'Oslo Roasway Improvements PH -111 Tim Rose Contracting 91 �"67 --695'9'0 - "'6763 Julia Turtle Halley Engineering - 2013 Causeway Ramps Miami. Dade Construction Inc. County South County Water Replacement Palm Beach County Utilities Project Phase II -Asphalt Mill & Resurface Department _5; t'r - Pavement Resurfacing ProgTarn Fiscal Year 2012-2013, Various Areas 2017, FILL Airport Runway 9R -27L Archer W estem Construction, LLC 1550 SW 43rd St, Broward Local Road Paving South Cape Coral, 2013 ,�,,'20776,_ 2017 Asphalt. Paving &'Resurfacing Indian River County Wfi;. 2014 F45 Taxiway D H Extensions Palm Beach County Department of and Airports 2015 County -Wide Resurfacing Lee County Board of County Road/improvements FY 13 Contract 3 Commissioners FDOT# 430858-1-52-01 2014 Contract# TI 571 FDOT SR -82 MLK at Veronica Shoemaker Lee County Immokalee, Rd Paved Shoulder 2017 Improvements, SR 90 (US41) SR/CR Collier County Purchasing 951 and SR 951 3R Improvement, Collier Department E., Palm Springs Gravity Sewer %-.P;6?90 2014 Reconstruction, Phase I AKA Services, Inc. Palm Springs Revised 03/30118 (se) , V 5 5 OHL 11 wmw a Community NM Asphalt ........... FDOT#429347-1-52-01 2017 Contract# E6H89 SR825/Southwest 137 Ave from North FDOT Southwest 128 St to South 88 street 2014 RFB#2014-2662 Martin County Board of.County 94- Dixie Highway Resurfacing Comissioners 2017 m r -t 1 mokaleeAirpo Runway Construction Owen -Ames Kimba I Company 9 :1 M-0 R$ ............. ...... :P,., 2016 Marco Island Airport Runway Construction Owen-Ames-Kimbal Company 0 rk MXI-�' IR" 2014 Countywide Resurfacing Contract 1 FY2014 Lee County B.O.C.0 ..... . . . . . . Lee County 2015 12th Street & 27th Avenue Tim Rose Contracting k$X-MAR Palm Springs Gravity Sewer ON 2014 Reconstruction, Phase 3 AKA Services, Inc.. j," N Palm Springs 2016 City of Miami, NW 14th St NW 14th St Florida Engineed ng & 13 from NW 17th Ave/. to NW 7th Ave. Development C rp, i-1,64. 1 2015 Defray Place, Delray Florida Florida Engineering & Development Corp. FDOT#229833-7-52-01 gi� Contract# E4P20 V, Push butto n- Roadway Construction, 2016 Intersection Improvements, signing and FDOT V pavement installation throughout Palm Beach County FDOT# 429143-1-52-01 Contract# E6106 2015 SR -5 (US -1) Overseas Highway, Long FDOT Beach Blvd from Mile Marker 32.5, Monroe 2015 Sawgrass Lakes Guttler Brother's Construction 2015 Six Mile� Cypress at Colonial Boulevard Lee County Board of County B D6al Right Turn Lanes Commissioners 2016 Mizier Lakes Pipe Repair -Earthwork Ryan Incorporated Southern 2015 Ortona Road Resurfacing Glades County Board Board of 0- ba."'81 8� Glades County County Commissi ners 2015 CR -836 Repaving 2014 Henft County 3 FDOT#429135-1-52-01 2015 Contract# T6288 FDOT SR -826 (Palmetto Expressway) FmNW154thSttoE.ofNW57thAve. 2016 Cascade at Tradition PH3 Triple R- Paving, Inc. FDOT# 429184-1-52-01 2017 Contract# T6353 FDOT Nm SR (NW 27th Ave) -9 A&828'Z--- 2016 Palm Springs Gravity Sewer .2 AKA Services, Inc. `6V �SRN,,,c I Reconstruction -Phase 2015 Ash Monofill and Compost Facility_ Thalle Constuction Company ISTION-MgPiol-11- 2015 Suncoast Estates -Phase 2 Cla s Site Work & Development I - —MR -0 FDOT# 4333966-1-52-01 2015 Contract# E4P41 FDOT SR -5, SR -715, SR -805 Revised 03130/18 (se) 1 N Community y v ri� zI?04ini0. 3 t is P-Coaiiraets Cvm fete" x . t' :whew ast've'te 3 n- 'RE •a: `4c:'- ter_. .?C .`-�.,s.--. -i-. r...24 NS Okeelanta Airstrip, South B R"• 83 2015. H&R of Belle Glade9 Palm Beach County 1: �`Kt` �N.rair�r9Fau"t-S'`3n 6839, 2015 Raw Water Main -Section B Ric -Man Construction Florida, Inc. QFnA""29;3 r'_�'�S84f1 2015 SR -5 (US -1) Overseas Highway Charley Toppino & Sons, Inc.$c4sfi2 30' '1 t FDOT#431139-1-52-01 Contract# T5497�+" a� �.6�. a i, ,? 2016 SR -520, Cocoa, Erik Ct. to /Banana FDOT �a# riy�.; '� �,�. ' r y> �x 'L, mom River Relief anSykes d ;�847s 2015 Miscellaneous Paving 2014, Labelle HendryCounty FDOT#428732-1-52-01 FDOT#428732-1-52-02=' Q <, 2017 Contract# T4396 FDOT SR 816 (Oakland Park Blvd.) From E of 31st Ave. to East of I-95, Boward � � ;.3;�� ' �� •� r`' 2015 Oriole Road Extension Clary's Site Work & Development n;383;9* l X55 2015 Hatton Highway Bridge Over PWCD H & R of Belle Glade Inc . z ZW' �;�.�.•�=.�:� < ��w. Y$ ` NM 6430 ,?^�f Canal No.2�.4$ „fi88 ~' 2017 Cepe Coral U.E.P. Contract 2 E & N Construction, Inc.$ K6859 r' 2014 Duda Farm s 2014 Duda Farms Fr esh Foods' r tom' ;tet .,$-::M.60 83t1�00• 6000 Duda Road Belle Glades 2016 Bonita Springs Asphalt Overlay620 City of Bonita Springs Public WorksPro 2:686 ram 2014 ;r '';5863 ` 2014 TOPB Ejector Station Mill & Resurfacing Rosso Site Development :$ • ",Q'.;11712.0 t F Palm Beach County 4 s687:� 2015 Century Village West Y 9 Atlantic SouthernPaving &-,_{, $ '0565 21:; Sealcoating fi814;€ 2016 Wal-Mart #2396 H & G Construction _r'f"6875'�, _ h$... 2015 Orchid Isles Estates Knight, McGuire & Associates f� A �- 1 FAV.:"L-3'�.'Z;+.�:3Z9.;�-1 6886�� � i 2015 Old Dixie Hi hwa ,Resurfacin Timoth Rose Contractin ',$ r 1;626899' 3:2.: -`f• �.-. = G,887::,�; 2015 Countywide Resurfacing Roadway Lee County Board County Bd of Cty Improvements FY15 Contract 1 Commissioners 28726-1-52-01aot= wc. 2017 Contract# T4406 FDOT $;`- t3 632;1;65 49 SR -5 from SR -842/ Broward Blvd to N_E 17th Way,Broward `. n FDOT#250566-8-52-01 � _',' : '��.: .s 3 `�.?=uto:.1:, fi889s=<i 2017 Contract# E6179 FDOT 4 l:%.,.,ii•:r� ic:. $n R=;v y�j Pushbuttom - Traffic OPS Improvement w-- at Various Locations R: ��::>;�.�`�>;�=i���l,:n>P�v •�_ 2015 Countywide Resurfacing Roadway Lee County Board of County 176177" Improvements FY15 Contract 2 Commissioners 2016 Discovery Village American Engineering &E2 . ,0 % =` .,. =14r,:;9Development Cor YL = y �:%�b`905'=��•� =fir=1 2015 Mast Arm Conversion Group I Miramar Horsepower Horsep Electric, Inc ._, .,,�� �,:•:�• :� v' Parkwayand Douglas Road INT 3277 9063r 2015 2015 Mast Arm Conversion Group yp I Cypressqp Horsepower Electric, Inc$'1flDiD53E.- :ST,d t Creek Road & Andres Ave- (ITN 1029) > r� ;.690&� 2015 Cape Coral U:E.P. Contract 2-1 p Ric -Man C Construction Florida, Inc. : $'Q . 5 131 634445 :. 4-'s, FDOT#43 1173-1-52-01 2016 Contract# T6366 FDOT h�=�•� �~��:w��.•�• :1;3270:0 65' SR -989 (SW 112 Ave) and SR -989 "!Alla attah Road Miami -Dade Revised 03/30/18 (se) OHL Community phatt wntractsl MERIN 2016 Contract# T6373 FDOT SR -924 (NW 119th Ave) to SR -909 (W. Dixie Hwy) Miami Dade Contract# T6376 of NW 78th Street, Miami -Dade 14 At 2016 FDOT SR 812/Hooker Highway Palm Beach 2015 Paving FY 2015 -Phase I 'City of Cape Coral jV,Nfljla',��Rj 2015 La Paloma Park, Boynton Beach, FL La Paloma Group, Inc. 5"N --60-; -52-01 Contract# T6371 A'Y'6920"'"' 2016 SR -826 (GGI Interchange) From SR -91 FIJOT (SE End of Br) to E of NW Ist Avenue CountywideResurfacing FY -15 2015 Flemming Street &,Main, Sebastian, FL Timothy Rose Contractin� 2016 Flemming Street & Main, Indian Rive, FL Tim Rose Contracting gt -,'.';Y4.6928.' 2016 Harvest Cove Guettler & Sons Construction, LLC 2017 Palm Bay, FL off of Northfolk Pkwy, Guettler & Son Construction,, LLC. Brevard 2017 Contract# T4420 FDOT Co Line, Beoward —W9"U�' 2016 Burns Road & Military Trail Intersection Rosso Site Development Imporovements, Palm Beach 2017 Six Mile Crossing - Phase I Haskins, Inc. 2017 Fuccillo Kia Port Charlotte T. W. Nelson, Inc. ft 2015 Acme Dairy Road Wynn &-Sons z.4%4:2 2015 Duda - 2015 Duda Farm Fresh Foods, Inc. ���024239QDQ:' 2016 Sanibel 2015 Street Resurfacing City of Sanibel 2016 2015 Sugar Mills H & R of Belle Glade FDOT#430666-1 -01 2016 Contract# T5519 FDOT S R-500 (US -1 92) From Badcock St. to Begginning of the Melbourne, Brevard Contract� T4356 SR 818 823 (Flamingo Rd) From N of SR Pro ad) to S of SR 84, Brov�ard FDOT#425841-5- 52-01 2017 Contract� T1 599 FDOT SR 82 (Immokalee Rd.) From Lee CIL to Collier C/L, Hendry Country 2017 Runway 5 Departure End EMAS, Boca Boca Raton Airport Authority Raton, Palm Beach County 2017 FY2015 Local Road Paving - Ph ase It, City of Cape Coral Lee County Revised 03f30/18 (se) . h`i'"c's.�+'•?„''t,.:,�'f',M •M,s"-'o—.g' — F. LQ t , ICC�RP OH L . COMMuni ° _ 011' _ s Asphalt 9a 0- ��.•k� h'��'S,.i�l�f'l�.'`�. �.^Y+"a��.2��.Y�e'Yz'k.'.' I.1C4� Y _ .7 � - : =V4"���t�.�' r�S9S 2016 Countywide Resurfacing5` Lee County B.O.C.0 ;80�Jt7': C Contract 4 FY 2015 2016 Administration Complex, Vero Beach Guettler & Sons Construction LLC .967 2016 Southbound Rest Area along SR-9/1-95 Concrete Services; LLC. 0,MMMARVIO?=:51 w=U 69 i$ : 2016 Lincoln Park 8th, 9th & 10th Street, TimothyRose Contractin g � w no x MR; 4 Dundas St,,& Avenue C sJ�Q; 2016 Jennings Avenue & Fleming Avenue City of Greenacres u FDOT#432743-2-52-01 .Y ;. X,R.�; �t 2017, Contract# T6315 SR 826 NW . :.��- ham (Palmetto Expy.), 167th St. FDO T,$,4i, 5636 � MORMONS and SR 817 (NW 27th Ave.) From East sr of NW 57 Ave. To West of NW, 27 Ave. y FDOT#428140- 52-01?,; w_ 9$= .�••;�,•,..;.�_ ,� 2017 Contract# E1085 FDOT r 8R-90,CollierCount1 2017 Indian River Health &Wellness Guettler Brothers Construction LLC ti;��r "=�"��=�:e•��.�=:.- t=$" 2:42 60; Indian River -1� < F M _003 €. 2016 Waterway Village Guettler & Sons Construction =T= 7003 "4' 2017 Runway16-34 Rehabilitation Martin County Board of Count tY Y ;fir 3r "?TY` tom" t _4 R6 -$'°?:585 (Witham Field Airport) Comissioners 2016 Countywide Y�" Resurfacing Cantruction Lee County 5 X684;936=23 Contract 1 FY 2016 2016 Harmony Reserve PH1 Sheltra & Son Construction, LLC y' { `" 'u 705,1 ,:= 201? Proprietary Purchase Small Water Main, City of F La t. uderdale _ f- x= - 02' 3:Y;,-:: Lake Ride g ;. .,. - 2017 PB-15-12Construct Taxiway W, Palm Rosso Site Develo p ment, Inc. ���._.:'�"�:' ,:-•�.u' ' "- {�rT= `1 Beach International Airport . t6° "rte -7f1,3.- } 2016 Countywide Resurfacing Lee Count: Contract 2 FY 2016 Y 7J21 2017 Central Avenue Improvements, Naples Quality Enterprises USA, Inc. r- ;7OZ2'" 2017 Boca Raton Sailing to fling &Racquet Club Palm AM-Jet Asphalt Repair Service, Inc P �r-• $" '-1' ,17-1$6?OQ" Beach Countyp ; 2017 Major Roads Resurfacing City of Cape Coral fir 2�{3� �;,'�P.,., 2017 FDOT 43 -52-01 # 5614-1 Contract# E8P81 FDOT .,�,.._r�„�,,,�•�},::;,:{`�' ;1�.{•,:f:i:�..t..S tiix=.t?%rr'f'`;.}-s .. tYy :. Sample Road Ramp Improv. SR-91 '= <�/.037 r• c 2017 Lyons Rd from Lantana Rd to N Y North of Rosso Site Development, Inc. =w3 rf ss'- LWDD L-14 Canal, Palm Beach County 2017 2016 Street Resurfacing Project City of Sanibel$:::365435:?63w 2017 2016 Duda Road, Belle Glade, FL Duda Farm Fresh Foods, Inc. t'$n`;'t'1395Q7„ 2017 Saddle Trail Park (South) Neighborhood}; Rio-Bak Corp. �,n,.Y,< :3 Improvements, Palm Beach County '`”" 2274�f " 2017 Old Dixie Hwy Resurfacing, 71 St to Tim Rose Contracting ;r9}2fi8°29:. ,Y CR-510, Indian River iii-l+r .it's..%V�.�'�t Y.4-%`5P�-i'l.•'1.3iP'Ta/, n+P yC }iia 2017 Barber Street Reconstruction ec struction Tim Rose Contracting1x,08.53'- .- 1.. " �.�. ' ���.�'�- �- �'`�"��� �,.,.:�=�� _':•�.'�'. ��=��• Indian River y706:5 2017 Resurfacing Fla hole Road HendryCounty"1''044V19' .ems 2,r QS- 2017 Spanish Harbor Span Replacement & glas N. Hi ggins, Inc. ;i Bridge Rehab, Dade CountyDou -=�''`" .12i 2017 2017 Fern Street Streescape Providian Construction Group$86:93fl0' � `tam[, ` West Palm Beach County �F7= UA� ' 2017 Hurricane Irma Emergency Contract g y FDOT1' r r OUfl per: Miami-Dade 7149 W"' 2017 Emergency R g y epairs to-SR-50 at FDOT _ = US1/SR5, Broward t: • ;:S92;OOO.Dr� -:-r :^ _ ?:ts,.'i'�,;i,%x4'5b4-i4�! Az.?.:� Revised 03/30/18 (se) [NOTE: If requested by the County, the Bidder shall furnish referen sufficiently comprehensive to permit an appraisal of its abilities as a By: _ * * END OF SECTION * * other information, kr] Manuel A (Signature) Vice resident (Position or Title) (Date) 00456 - Qualifications Questionnaire 00456-4 FAPublic WorWENGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdm,rnlbid documentsWaster Contract Documents100456 - Qualifications Questionnaire.doc SECTION 00458 - List of Subcontractors The Bidder MUST 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, additions, 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. IRC -1305 for CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE Note: Attach additional sheets if required. * * END OF SECTION * * 00458 - List of Subcontractors REV 3-18A 00458-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmim\bid documents\Master Contract Documents\00458 -List of Subcontractors REV 3-18A.doc Work to be Performed Subcontractor's Name/Address Portion of Work 1. Pavement Markings Amroad 3975 Pembroke Rd. Hollywood, FL 33021 ° 2. Signalization Wiretek Solutions, LLC 13715 88th Place N. West Palm Beach, FL 3341 22% 3. 4. 5- 6. 7. 8. 9. 10. 11. 12. 13. 14. Note: Attach additional sheets if required. * * END OF SECTION * * 00458 - List of Subcontractors REV 3-18A 00458-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmim\bid documents\Master Contract Documents\00458 -List of Subcontractors REV 3-18A.doc Officers & Shareholders List Name H L �1 • V Vis!*t s Community OHL USA, Inc. Asphalt Officers & Shareholders List Name Title Stock % Address Tel. / E-mail OHL USA, Inc. Stockholder 93.50% 26-15 Ulmer Street Tel: 718-554-2320 College Point, NY 11354 Obrascon Huarte Lain, S.A. Stockholder 6.50% Paseo de la Castellana 259-D, Torre Espacio Tel: +34 91 348 41 00 Madrid, Spain 28046 Fax: +34 91 348 44 63 Ashok R. Patel CEO 26-15 Ulmer Street Tel: 718-554-2320 College Point, NY 11354 Paul Suellentrop Executive Vice President 9675 NW 117th Avenue Tel: 786-418-3751 Suite 108 Miami, FL 33178 Manuel Aguiar Corporate Vice President 9675 NW 117th Avenue Tel: 786-418-3751 Suite 108 Miami, FL 33178 Edward Johnston CFO 26-15 Ulmer Street Tel: 718-554-2320 College Point, NY 11354 Cesar F- Pereira Secretary 26-15 Ulmer Street Tel: 718-554-2320 College Point, NY 11354 Andrea Trelles Assistant Secretary 9675 NW 117th Avenue Tel: 786-418-3751 Suite 108 Miami, FL 33178 Tina Laws Assistant Secretary 7795 Hooper Rd Tel: 786-418-3600 West Palm Beach, FL 33411 Maureen Merrick Assistant Secretary 7795 Hooper Rd Tel: 786-418-3600 West Palm Beach, FL 33411 Florida Department of Transportation RICK SCOTT 605 Suwannee Street NUKE DEW GOVER1 OR Tallahassee, FL 32399-0450 SECRETARY June 21, 2018 COMMUNITY ASPHALT CORP. 9675 N.W. 117 AVE., SUITE 108 MIAMI, FLORIDA 33178 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2019. However, the new application is due 4/30/2019. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. if your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY), DRAINAGE, ELECTRICAL WORK, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT -MIXED BITUM. - COURSES, INTERMEDIATE BRIDGES,' MAJOR BRIDGE - CURVED STEEL GIRDERS, MAJOR BRIDGE - MULTI-LEVEL ROADWAYS, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, R&R INTERMEDIATE BRIDGES ("R&R" IS REPAIR AND REHABILITATE), R&R MAJOR BRIDGE - MULTI-LEVEL ROADWAY, R&R MINOR BRIDGES, SIDEWALK, TRAFFIC SIGNAL, Retaining Wall. You may apply for a Revised Certificate o ' f Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. www ,fdot.gov All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, an Autry. N! ager Contracts A iinistration office AA: ,`'� �"r CERTIFICATE OF LIABILITY INSURANCE DATEt:h;22,,;2018 Y, c6+22r2o1a 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 Aon Risk services Northeast, Inc. New York NY Office 199 Water Street Nev., York NY 10038-3551 USA CONTACI NAME' PHO (,C. No.Ext): (666) 283-7122 FNC (800) 363-0105 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC k ' INSURED INSURERA: The Travelers Indemnity Co. 25658 Com itv Asphalt Corp. 9675 9675 M-,' 117 Ave. INSURER B: Travelers Property cas Co of America 25674 INSURER C: The charter Oak Fire Insurance Company 25615 suite 108 Miami FL 33178 USA INSURER D: INSURER E: INSURER F: 4VYCKHl1CJ ,t_KI It iw tE NUM Cst_K: O/UUt I 6�16 Ion RFVICICIN AttIMRFR• 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 LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DO MWOONYYY LIMITS A X COMMERCIAL GENERAL LIABILITY VTC KCO K IND 12 31 OI 1 J 1 201 EACH OCCURRENCE $2,000,000 CLAIMS-h1ADE❑ OCCUR PREMISES (Ea occurrence) $500, 000 MED EXP (Anyone Person) S10,000 PERSONAL B ADV INJURY $2,000,000 GENT AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE .$4,000,000 POLICY � JECT PRO- a LO+' PROQUCTS-COM?:CPAGG $4,000,000 OTHER A AUTOMOBILE LIABILITY vTC2)-CAP-3K992423-TIL-17 12/31/201712/31/2018 COMBINED SINGLE LIMIT $2,000,000 (Ea cadent! BODILY INJURY ( Per person) X ANYAUiO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON -OWNED ONLY AUTOS ONLY i BODILY INJURY (Per acadenU PROPERTY DAMAGE (Per accdem) B X UMBRELLA UAB X OCCUR VTSM?CUP3K99232ATIL17 12/31/2017 12/31/2018 EACH OCCURRENCE $1,000,000 EXCESS LIAB CLA'.S-MADE SIR applies per policy ter s & condi ions AGGREGATE $1,000,000 DED I X RETENTION C A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORPARTNER%EXECUTIVE OFFICER.MEMeER EXCLUDED' � N / A vTC2oUB3K99227517 VTRKUB3K99228717 12/31/2017 12/31/2017 12131/201$ 12/31/2018 PERSTATUTE I 07H. X ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 (Mandatory in NN If d2scnbe under E.L DISEASE -POLICY LIMIT $1,000,000 m, D_SCRIPTION OF OPERATIONS belo:e DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 901, Additional Remarks Schedute, may be attached B more space is required) Evidence only CERTIFICATE HOLDER CANCELLATION _-� ■ P `s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE - s POLICY PROVISIONS. - Community AsphaltCorp. AUTHORIZED REPRESENTATIVE 9675 NW 117 Ave,suite 108 Miami FL 33178 USA 01988-2015 ACORD CORPORATION. All rights reserved: ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Indian River County Purchasing Division 180027 1h Street Vero Beach, FL 32960 Phone (772) 226-1416 ADDENDUM NO. 1 Date: June 13, 2018 Page 1 of 2 Project Name: CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue (IRC -1305, FM No. 433068-1-54-01) Bid Number: 2018009 Bid Opening Date: Wednesday, June 27, 2018 at 2:00 p.m. The purpose of Addendum No. 1 is to change the designation of the pre-bid meeting from Mandatory to non -Mandatory. Due to the lengthy closure of 1-95, the County determined prior to the start of the pre-bid meeting that the Mandatory designation would be removed. Bids will be accepted from any qualified firm. Minutes for the meeting are attached to this addendum and the audio of the meeting is available at the Indian River County FTP site (ftp://ftp.ircgov.com Login: purchasing Password: IAcH1688*). Acknowledgement of this addendum (page 2 and/or where indicated on the bid form) indicates that the Contractor has both reviewed the minutes and listened to the audio recording. The following question has been received to date: 1. Is Verizon along CR 512 performing utility work near this project? Yes. The attached IRC Permit No. 2018020850 has been issued to perform utility work for Verizon and other utility owners to include CR 512 within the project limits. Attachments: Pre -Bid Meeting Minutes Pre -Bid Meeting Sign -In Sheet IRC ROWUTL ROW Utilities Permit No. 2018020850 B:\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\IRC-1305_ADDEN1_20180612.docx Bid Number 2018009 Addendum No. 1 ADDENDUM NO. 1 Page 2 of 2 Bid Number: 2018009 CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue (IRC -1305, FM No. 433068-1-54-01) *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package ************ Company Name Community Asphalt Corp. Name: Manuel Aguiar Title: Corporate Vice President (Type / Printed) Authorized Signature: Date: c�)�� 1201$ Telephone: (786) 418-3561 Email: Manuel. Aguiar@OHLNA.com Bid Number 2018009 Addendum No.1 Page 2 of 2 ADDENDUM NO. 1 Bid Number: 2018009 CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue (IRC -1305, FIVI No. 433068-1-.54-01) *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package Company Name Community Asphalt Cor -p. Name': Manuel Aguiar Title: CoMorate Vice President (Type / Printed) Authorized Signature: Date: (j1Z:ZFI,7 r? Telephone: (786) 418-3561 Email: Manuel.Agular@OHLNA.com Page 1 of 3 �R►v�'� Board of County Commissioners 9809 27th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 �LoRt�A Fax: (772) 778-9391 PRE-BID MEETING MINUTES CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125TH AVENUE PROJECT IRC -1305 FDOT FM No. 433068-1-54-01 June 12, 2018 at 2:00 PM Conference Room Al -303 The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. If no objections, questions, additions, or comments are received within three (3) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. PROJECT NAME: CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 1251h Avenue PROJECT NUMBER: IRC -1305 BiD NUMBER: 2018009 FM NUMBER: 433068-1-54-01 INTRODUCTIONS/SIGN IN SHEET The meeting was called to order by William Johnson. All parties present identified themselves for the proiect record. See attached sign in sheets for a list of the attendees. William Johnson from the Indian River County Engineering Division stated the requirement as advertised for this meeting to be MANDATORYis being waived due to local traffic delays due to.a vehicular crash. That event was confirmed as preventing attendance by potential bidders. One prospective bidder was in attendance and the County would like to act in good faith and encourage those prospective bidders to submit bids for this project. PROJECT DESCRIPTION: This project will be performed for resurfacing of CR 512 from Myrtle Street to 125th Avenue. The proposed improvements will include milling and resurfacing of existing pavement, installation of signal mast arms & associated controllers with video detection, widening paved shoulders, sodding, installation of thermoplastic pavement markings, replacement of sidewalk curb returns for ADA compliance and other ancillary construction work. This is a FDOT Small County Outreach Program (SCOP) funded project, FM No. 433068-1-54-01. P,Public Works\ENGINEERING DIVISION PROJECTS'.1305-CR 512 Resurf (SCOP)_Myrtle St to Lyth St\Adtnim\MectingslPre-Bid\1305_Pre- Bid Meeting Minutes-20180612.doc Page 2 of 3 CONTRACT DETAILS, Bid Opening: Wednesday, June 27, 2018 at 2:00 PM Contract Time: 150 days to substantial completion 180 days to final completion Liquidated Damages: $1,584.00 per day PROJECT CONSULTANTS Atkins North America, Inc. — John H. Wilt, P.E. CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com UTILITIES AT&T Comcast City of Fellsmere Florida City Gas Florida Public Utilities FP&L Indian River County Traffic Verizon • lames Ennis from the Indian River County Engineering Division stated if any utility permits have been issued for work within the project limits, the Contractor will be notified. OTHER ISSUES • Review and comment with questions and clarifications as soon as possible, no further comments 10 days prior to bid opening (Bid opening is June 27, 2018, deadline is June 17, 2018). • Embankment material - payment will be made per material in-place per cubic yard. • Excavation Subsoil — to be removed and disposed of by Contractor. This material may be utilized on site if deemed suitable by the County. • Sidewalk - 6" concrete, 2% max. slope (no tolerance) • Testing per FDOT specifications • Permit - St Johns River Water Management District is exempt. • Chloann Lawrence from the Florida Department of Transportation (FDOT) asked if the Contractors are to acknowledge receipt of the addendum when submitting their bid. Jennifer Hyde from the Indian River County Purchasing Division confirmed that this would be a requirement. MAINTENANCE OF TRAFFIC • Contractor shall submit a Maintenance of Traffic Plan to the Traffic Division for approval. The Maintenance of Traffic Plan shall meet the FDOT Index 600, 2017-2018 standards and be signed and sealed by a Florida Professional Engineer. • Access for all roads, businesses, residential, school buses, sanitation and US Postal Service shall be maintained at all times. FAPublic Works\ENGINEERLNG DIVISION PROJECTS\ I 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St'Admim`Meetings\Pre-Bid\1305_Pre- Bid Meeting Minutes_20150612.doc Page 3 of 3 • James Ennis from the Indian River County Engineering Division stated that Maintenance of Traffic plan must be strictly adhered to. Business entrances must have access at at/ times and if a business has two means of access, only one at a time may be closed during business hours. The County will consider allowing night time work if requested by the Contractor. In the event of a hurricane CR 512 must be open to allow evacuation as the FDOT will route traffic to Babcock Street in the event 1 -95 -is shut down. • Mark Mathes from the City of Fellsmere stated the sidewalks are h ea vily used by pedestrians and bicyclists and asked that they remain open at all times. The County confirmed that this is a requirement to provide sidewalk access at all times. PROJECT REQUIREMENTS • Invoicing shall be submitted on a monthly basis. • Contractors must meet deadlines in order to be in compliance. All deadlines are strictly enforced or reimbursements cannot be made. • Summary of required contractor form submittals checklist (Section 200-8 in contract documents). • Chloann Lawrence from FDOT stated this project is funded by local and state funds. The project will be managed solely by the County with input from the City of Felismere. The County will pay the Contractor directly as per the contract and FDOT will reimburse the County once an invoice and backup paperwork are submitted. Progress meetings are required either once a week or every two weeks and the choice is at the discretion of the County. FDOT should be invited to all progress meetings and receive meeting minutes at the conclusion of each meeting. DISCUSSION • Jennifer Hyde from the Indian River County Purchasing Division stated the deadline for questions is on a Sunday and she will extend the deadline for the submittal of questions until Monday, June 18, 2018 at 8:30 AM. • Meeting adjourned. F:iPtiblieWorks'ENGLNT-ERLNGDWTSIONPROJECTS'.1305-C,R512Resurf(SCOP)iMyrticSttol25thSeAdmim'Meetings',,Pre-Bid\1305—P - Bid Meeting Minutes_20180612.doc DIVISION" PROJECTSU.105-CR i12 Rourf(SC011) NIN-rile St to 124th 3,05 Pre. -Bid Sion In Sheet ?M80011(joc ';Z -IJIGN� MSHEEAR'." T I NIDII ENGIIIINS G. O-A-DWA,,Yj�,P.RODUC,,,T�,,ION.*'.'... _l, vJ D ION R j ''INDIANS WCOUNWA MMSTRAT mg 'R-.5 I•rl:,U, tNY, Al; -]u TE ERVW,,� V125.','A Z04 rr I I j A 'NA-ME4 7—) 7 - rye m6w",5 777- -ZZh -I-3Z7%:1 P•� c,�rr ifc U. c�T.�r Ala- oe6 - C- -77?-?- 12 Z/ 06�ti LJ et 14-1 vwei, 1� I rf CA 6 V, CVK, DIVISION" PROJECTSU.105-CR i12 Rourf(SC011) NIN-rile St to 124th 3,05 Pre. -Bid Sion In Sheet ?M80011(joc MANDATORYPRE-BIDMEETING 'SIGN -INS i:,RtV_ER,�;C6UNTYE G11110ADWAY PRODUCTION INDIAS NGINEEM INDIAN'jRIVEicOUNTYAD, MPUS - TRATiON'BUILDING --.-.--Room X1.36-4.uikg �. Cg,'512,STREET TO 125" AVENUE DE WIDENING-1ROMMYRTLE 'RESURFACING SHOULt. R A ­ .PROJECT. IRC.1305,1 6*,42�1018.,,::&Z: n 00 .NAME COMIPAW& -ADDRESS PHONE'#IrAX #./ CELL 4 EMAIL ADDRESS G 315 c4d-e C( gAlAA4 M02�5L� k ATY,d /VS 60(p - qz3c> IVA74AA) - 0 ( :,,tt el. eS6 7TL ._j F.141(lblic DIVISION 512 RcsurHSC0il)_.,Myf,lc St io 12501 P.A., I J�_Prz!-Bid Sign to MANDATORY!'T R-EiBIMMEETING. M "It 1is iiAAERI ADWA VFRODUCTION NGYAW �T BUILDING' � IOM; Nt 1 R A1�301BWI �M.­.! ocLql; 9, RESURFA DER WIDENING TE ­CW512, SHOUL -�W, MW XSTREET. 0-425"..A, AVENUE -;Y, Z'!- -4 -N, IRC,� 305 dP -i-O.t, k7 `�433068454- r� JMhi T2 -+201-8,"�f-2: oo;p. Y N -NAME 'COMPANY:&'.ADbRESS,', PHONEW /.FAX CELL # EMAIL ADDRESS al D WOCM,)C/Wre �"d 90 16 q_ .01 FAllublic WorXAU.N(jINI:LRJNrj DIVISION PROJECTS".105-CR X12 ResurffSCOP) NIN rile Sr to 125th 1 3,05 Pre -Bid Sian In Shect 201806 1 2.doc 1.16 A07 - ME TING . 1.,vlih .'r' yg "N'RIPM TT tING1WROAD"I Y,PRODUC-T-ION' DIIA R, IN D T MMSTRAT-110 7, V A N &SHOUE'MEW EN•PiG"-.F-.R()M"- LP T -RE -EY -4 RESU• NVE U C W512 MEACS IN -G, Q 3 4' &AD'D RtSS" '�PHONE 4.7 -FAX #,h`CELL # EMAIL ADDRESS e -c- ED -.I 61 Ae6aiti (zl -7-) 'Z?fo 14 -CPS VIJQA7-AeJ i ax. &ov - be'y cove- 2"V-�k e+ecLm .CA, czm \-Y" sMnshini lerg do 0 G,u�z�l z Tz 2 S 3 -2 bq ���s,� FAItiblic I)IVISION PROJECTS'430-5-CR ;12 Resurf (SCOP'j—Mvrtic Sr to 12;th Sign In Shm 10180612,doc (m INDIAN RIVER COUNTY ENGINEERING DIVISION 1801 27TH STREET VERO BEACH, FL 32960-3365 772-226-1697 PERMIT Confirm. #: 535 ROWUTL ROW UTILITIES PERMIT 2018020850 PERMIT TYPE: ROWUTL ISSUED DATE: 04/30/2018 BY: PWCS JOB DESCRIPTION: 1-95 & CR512/FELLSMERE RD TO FELLSMERE CANAL ON CR507, DIRECT BORE 3X1.25" HDPE JOB ADDRESS 1801 27TH ST ROW PERMITS BLOCK 0000 LOT: 00000.0 SUBDIVISION #: ADDR NBR: 111633 FOLIO NBR: 00-00-00-00000-0000-00000,0 WWP (2X fee): N OWNER NAME: INDIAN RIVER COUNTY JURISDICTION: VB PROJECT APPLICANT: TOWER CLOUD- BLANE KIRBY TYPE: OWNER JOB PHONE: 321-723-6025 DBA: CERT NBR JOB FAX: FLOOD ZONE FLOOD ELEV; FLOOD MAP OPEN CUT: LANES: BOND AMOUNT: ADDITIONAL INFO: PERMIT EXPIRES ON 10/26/2018 72 HOUR NOTIFICATION REQUIRED PRIOR TO BEGINNING WORK IN INDIAN RIVER COUNTY RIGHT-OF-WAY. MAINTENANCE OF TRAFFIC PER ATTACHED PLAN. SPECIAL CONDITIONS AND ADDITIONAL ITEMS ATTACHED. SOD SHALL BE RESTORED WITHIN 3 DAYS TO TRENCH RESTORATION. TRENCH MATERIAL SHALL NOT BE PLACED ON ROAD SIDE OF THE INSTALLATION. ANNUAL ROW USE FEE WILL BE $3500fYEAR STARTING JANUARY 2019. PERMIT ISSUED BASED SOLEY ON INFORMATION PROVIDED. PLANS HAVE NOT BEEN AUTHENTICATED FOR ACCURACY, EMAIL DWITTENBERG@IRCGOV.COM BEFORE COMMENCEMENT OF WORK. INSPECTION CODE DATE INITIALS APPR DISAPPR COMMENTS (As Applicable) STAKE & GRADE 801 PRE-POURDRIVE/SIDE 802 OTHER 803 ROW FINAL 899 DISPLAY ON JOB SITE This permit is subject to attached conditions. For information regarding this permit, contact the Indian River County Engineering Division at (772) 226-1283. Schedule Inspections Online at: wwwArcgov.co'rn and select the Building Division Online Services link This permit is based upon information supplied on the application. Insufficient or erroneous information does not relieve the applicant of any future requirements that may be imposed to comply with Indian River County Ordinances. Engineering reserves the right to modify the original permitted conditions as needed at any time prior to final acceptance in order to comply with Indian River County Ordinances. INDIAN RIVER COUNTY RIGHT-OF-WAY REVIEWPERMIT APPLICATION DATE Oct 30, 2017 R.O.W. PERMIT No. 20 �(02-,OCO APPLICANT Blane Kirov for Tower Crud FTPFLO137 813:495-6481 NAME PHONE 10401 Highland Manor Drive. Suite 120, Tampa, FL 33610 DRESS CONTRACTOR Y -Comm Kyle Ogletree 706-830-6411 cell License # CUQ057425 NAME EMERGENCY PHONE NO, (REQUIRED) 424 West Drive, Melbourne, FL 32904 321-723-6025 ADDRESS OFFICE PHONE NO. LOCATION OF WORK From 1-96 & CR 512/ Fellsmere Rd to Fellsmere Canal on CR 507 - County Line STREET ADDRESS LOT BLOCK SUBDIVISION UNIT DESCRIPTION OF WORK Direct bore 3X1 25" HDPE Conduits, fiber & hand holes in ROW - TYPE OF REVIEW/PERMIT: (CIRCLE ONE) RESIDENTIAL COMMERCIAL INDIAN RIVER COUNTYLAND DEVELOPMENT SIPTERGIF V E'D TRAFFIC ENGINEERING DIVISION MAINTENANCE OR TRAFFIC REVIEW (UTILITY XX) -0 14 2018 Vitt' ONE)UBLIC 0�PjWflf IE N 6 1 N E E R I N G TYPE C STORMWATER REVIEW: (CIRCLE ONE) YES GO:*EC(SWE[D) CONSTRUCTION TYPE: NOV 01 2017 DRIVEWAY* CABLE TV X UNDER STREET PAVING ELECTRICITY OVER% M VRIVER COUNTY SIDEWALKS/CURBS TELEPHONE STORM NVWING f)1V!,S1ON RIGHT-OF-WAY WATER SYSTEMS CLEARING SANITARY SEWER __-X_OTHER Communications - Cell Tower NOTE: 1. Detailed drawings shall be submitted with each application. 2. This permit is issued subject to all conditions on reverse side of this application. 3. A signature bythe contractor shall be construed as making the contractor personally liable for ail permit I - conditions unless contractor attached written proof of authorization to act on behalf of the applicant. 4. All work is subject to final inspection by Engineering Division. Call 770-5455, "AIRS" (automated inspection request system) to schedule inspections for any permit issued after January 1, 2003. `�� (—�, Bia ne Kirby APPLICANT / CONTRACTOR SIGNATURE NAME (PLEASE PRINT) OFFICE USE ONLY NOTES: PERMIT FEE ,e -Y -D -4a-a cips6rfj- V\ ISSUING OFFICER. DATE ISSUED lli—DA FEB 1. -5 2018 V, EXPIRATION DATE Wp (A i .............. ILO lc=� - "4� C:\Docurnents and Settings\webrnasterNDesktop\ROW APPLIC Rev. 2/18/04 ATION FOR, 1 Am 1 Inter -Office Memorandum Indian River County -Public Works Department Traffic Engineering Division TO: FROM: DATE: SUBJECT: Dan Wittenberg, Engineering Inspection Supervisor Veronica Bunting -Figueroa, Traffic Analyst 0(';r - February 26, 2018 Tower Cloud, 195 & CR5121Fellsmere Rd to Felismere Canal CR507 ROW#2018020850 Traffic Engineering staff have reviewed and approved the plans for the subject project. Attached are Traffic Engineering's Special Conditions for Right -of -Way Permit, Regulations for the Maintenance of Traffic and the specific F.D.O.T. Traffic Design Standard Indexes for the Traffic Control Plans applicable for this project. Please make the following items a requirement for the permit: 1. The contractor shall install stand mounted Advance Construction signing in accordance with F.D.O.T. Standard Index 602 for any work less than 15 feet from the edge of pavement. 2. There shall be no excavations left open after dark. I 3. Traffic shall be restricted to a single lane when any work encroach the area bet v. I �een the centerline and 2 feet outside the edge of pavement. One -lane closures shall be in accordance with F.D.O.T. Standard Index 603. 4. All construction equipment and materials shall be stored a minimum of 15 feet from the edge of pavement and shall be protected by Type H Barricades with flashing yellow lights. 5. The contractor shall notify Traffic Engineering at 226-1547, 72 hours prior to beginning construction. 6. Construction fencing used in work area to protect equipment or excavations shall not block sight distance near intersections or driveways. If you have any questions, please contact me. VICINITY MAP MELBOURNE IN it I�NEt=41i�`�fQlj�D\'q'�'�u/''� eY /i.. _ : tm - P=RkifT _ - =ss DESIGN STAvbFRD9 v3ED IS INDIAN RIVER zmzmteminoN ���� � YfiUNGS CDMMUNICAn9Ni CO, 9K; setting the standard', CnsaTUYALu c6e TOWER CLOUD KCI L-- - -------.� nTTn� TECFLNOLOGIES ' CONTACT LIST MANAGER JOHNMICHA;:_HAI.tEY-(261)IS1S666 JONN.HALLEYOUNIn.COM PROJECT MANAGER' AARON MOON -(813)396-2596 @AN4 AARON.IAOON�1iOLCCNI LEAD DESIGNER: NILLIAM PARS -1813)3862856 EMAIL-WIILUM.PARIS®KCI CW, CONSTRUCTION FIRM: Y -COM PROJECT MANAGER -KYLE OGIEfREE E -MW KYLEOOYCOMNC.COM PHONE V.)839N11 ATTENTION PERMITTING DEPARTMENT DIRECTORY FTPFL0137 � , CENaF �5- � INDIAN RIVER CO, FL *� 56545 - j PLANS FOR PROPOSED PROJECT_ pow,. slrr of FIBER OPTIC INSTALLATION ?° 6 FCOR+Or c,` PHASE 5 4/182618 RING 8007-3 f FELLSMERE RD/CO RD 512! N BROADWAY STI SOUTH CAROLINAAVE/ CO RD 507 APR 18 2018 4 11812018 VICINITY MAP MELBOURNE IN it I�NEt=41i�`�fQlj�D\'q'�'�u/''� eY /i.. _ : tm - P=RkifT _ - =ss DESIGN STAvbFRD9 v3ED IS INDIAN RIVER zmzmteminoN ���� � YfiUNGS CDMMUNICAn9Ni CO, 9K; setting the standard', CnsaTUYALu c6e TOWER CLOUD KCI L-- - -------.� nTTn� TECFLNOLOGIES ' CONTACT LIST MANAGER JOHNMICHA;:_HAI.tEY-(261)IS1S666 JONN.HALLEYOUNIn.COM PROJECT MANAGER' AARON MOON -(813)396-2596 @AN4 AARON.IAOON�1iOLCCNI LEAD DESIGNER: NILLIAM PARS -1813)3862856 EMAIL-WIILUM.PARIS®KCI CW, CONSTRUCTION FIRM: Y -COM PROJECT MANAGER -KYLE OGIEfREE E -MW KYLEOOYCOMNC.COM PHONE V.)839N11 ATTENTION PERMITTING DEPARTMENT DIRECTORY SHEET z DESCRIPTION AS -BUILT 4/162/16 1 -R 6HEET 4i -M=18 1. LEGEND 1 4/182618 1C CONSTRUCIIOWGENEAAL NOTE' 41182618 lD BORE DETAIL - 4!182918 tE TRENCH DETAIL 4/182918 IF UTILITY CROSSING DETAIL 4/182918 IN 2--AX-X39'HANDHOLE OETAL 4/182618 11 LASHED AERIAL CABLE PLACEMENT 4/182018 1J LASHED AEWAL CABLE PLACEMENT 411.2918 1N AERIAL SLACK LOOP DETAIL 4f18291a 1L AERIAL BONDING AND GROUNDING 411.2618 1M AERIAL SPIKE ARRANGEMENT 4!162916 1N SIDEWALK GUY ANO PUSH BRACE 4118261a 2 MATERIAL LIST 4115-18 3-66 PLAN SHEETS 4/182618 319 TRAIF CONTROLINDEXIQ19 4116 fNta �1 TRAFFIC CONTROLItBT.X 5891 4!18=18 60.' TRAFFIC CONTROL INDEX 5692 lI t82D18 611 TAAFFICCONTROLPIDEX9611 4118 MIS 612 TRAFFIC CONTROL B DEX M812 4118!2918 613 TRAATCCONTROLNDEXM613 4!182918 SNl CONCRETE SIDEWALK DETNL 4/182918 TP TRENCH PAVED DETAIL 4/1812916 TU TRENCH UNPAVED DETAIL LEGEND BACK OF NRS CENTEPLNE — CffY, COUNTY OR STATE BOUNDARY L9NE f�jl\\ 'ENT EDGE OF PAVEMENT — — NORTH AARCIH',!�Y-ry- RUtAWOXING SIGNAL - FENYCE X \`CT1Jl RNLROAD SSG— A GUAFDRML _ - - tIAVERT Ap �MnRKFR POST PROPERTY UNE OVERHEAD GUV ' 1 I 1 'PILL 1 1' ' RNIRDAD TRACKS F -F -H -+-i '—' ' 'R/�.,V' + 1 FlPS ' f—i HYDRANT PUSH BRACE { PS WGNT#,WAV WVWHOLE{Fl3EROPTIGI HH POLETOPOLEGUV 30 30 U94. LE (FIBER OPTICI fol EXISTNG ANCHOR a GW n PROPOSED TOWERCLOUD UNDEROPOUNO ROUTE -- - — --- MANHOLE (UTILITY) O PROPOSED ANCHOR 8 GUY —fi PR.-S.T.M.—AER-ROUTE ATC — MANIIOLE (STORM DRAIN) OD ANCHOR ONLY EKIBnNG UNDERGRO' . D FIBER OPDC LINE FO MAKIOLF (,,ATER) 41 70WT USE POLE UNOERGROUNO GAS LINE (,' TREE(\^.�J} CEME4 TO CENTER FOOTAGE Q UNDERGROUNDWATERLME W _ TM.YSF F.ER ON POLE A LMOERGROLMD ELECTRIC UNE E BUSH Q UNOEAGROUND TELCOM LME 7 WATERvM. JM=TER e e -.PM, UNOEROROUlID CATV - CAN - PEDESTAL UNDERGROWDSS4:ERUNE $ UNDERGROUND STORM DRAW L E $D IMI1 TESTMT UHDEP.GP.OUND UNKNOWN UTRNV —UNK— BRIDGE �� - S ,TMY FORCEMAWFM - \ RECWNED WATER —RCW— MKR \\\ SCOTT TOP OF SLOPE _ �� MARKER (E.STMO) II i TOE OFSLOPE AAAAu 777111 = a f \ STATE OF 1'K09(s BOREPR ® METERS C3w[OR40 \ HITCH LME ^-rLt ----- VALv S(WATER) APR 1 8 2018 FTPFlO 31 i�A.V,BA SO— mY itaw� � ' I TOWER CLOUD FIBER DESIGN '„ KCI � TOWER CLOUD �- setting thes[andard NOT TO SCALE B TECHNOLOGIES - -- I oRA»w BURDETT s. n- Pms. W. 61fL x/10, 2D1B CONSTRUCTION NOTES 1, ALLEMVATIONSWTLLNAVEFW-.i0PTICWARNiNG TAPE INSTALLED A MIMMUMOF 17BELMYRNAL SPADE '2. WHENEVERDIRCCTFOUL9OOPINGIS UMIZEDMINSTALLONDUITS ALL£XCAVATIONSSHALL BE BACKFILLED PER FOOT SPECIFICATIONS, 3, SORES ARE CREREA.- USNNGA MAX REAMERIHEAIIDIMEMIDI. OF SINCKES, 4, UTLIT ES SHOWN ARE FOR DESIGN PLANNING PURPOSES ONLY. COMTNATOR ISTD FOLLOW ME PLOMM 811 ONE CALL SYSTEM REOtIIREME4TS FOR THE MARIONG OF ALL EXISTING UTILRL.S AND WORXT4 RESOLVE CONFSJCTS WRHME FIELD MG04EM THE CONTRACTOR. SMALL NOT RELY UPON ANY UTILITY LOOATION SHOWN ON THE PLAN ASA REPRESENTATION OFA UTILITY LOCATION OR ABSENCE OF EXISTING UTILITIES CONTRACTOR IS TO TEST PIT ANI) EXPOSE ALL UOLUIES ALONG THE PROPOSED AUGNMEMT PRIOR TO BEOI1.M:ING OF EXCAVATTON, soAnC OR PLOVANG. S. VERIFICATION OF ME LOCATION OF ALL UTILITY CROSSINGS IS THE SUBCONIRA.CTORS RESPONSIBILITY NAM On WHERE REEOUIPD— ALL MIGINN UTILITIES MUST BE 'TEST, PITTED". S. CONFIRM INYTH TOWER CLOUD, WITH FOOT CORRES'ON'OENCE. THAT ALL TRAFFIC LOOP LOCATIONS HAVE BEEN COORDINATED FOR NAMING. T. AT THE ENO OF EACH WOW! DAY CONOUIT CAPS WILL BE PLACED ON ALL VACANT DUCTS. I. A,AQWVM SENDING RADIUS OF 24' FOR FIBER CABLE WILL BE ADHERED TO. 2 M4SMUM GABLE INSTALLATION TENSION SHALL NOT EXCEED 6 POUTNOS 10, RESTORATION OF ME CONSTRUCTION AREA TO ORIGINAL OR BETTER CONDITION SHALL SE THE NESP WMWUTY Of THE CONTRACTOR, t i. PLACE V OF 3M" CRUSHED RACK IN THE BOTTOM( OF THE FIT PRIOR TO PLACING TYNE HANDHOLE 12. ALWAYS HAND ISO WTTN , 7 O UTILITIES 13. PLACE A COL OF SLAVIC IN EACH KWOHOLEIM A NHOLE AS SPECIFIED, 14 EXCAVATE OUTSIDE THE DRIP LINE OF ALL TREES TO PREVENT ROOT DAMAGE. Ib. CONSTRDCRON MATERIALS AND ST AGING AREAS ARE NO€PERMFrTEO WITHIN W BUFFER ZONE OF WET'LAND.S, CREEKS, AMC STREAMS UB IN THE EVENT THAT R is NECESSARY TO RPMOV£ ANY POFROH OF THE CURB ANO OUTiEEPL 9 S TO BE REPLACED BEAM TO SEAM INA MATCwNG CONFIGURATION TO THE ADJACENT CURB AND GUTTER. 17. ALL DISTURBED AREAS WITHIN THE FOOT RIGHT.OF,WAY SHALL BE SODDED VOfM QOMNON OM -SND SCO ONLY. IS PERMITTEE SHAD. NOT BEGIN A DIRECTIONAL BORE ACROSS A STATE OR COUNTY ROADUNILANIDOTWSPECTORISPRESENTAT JOB SITE AND AGREES THAT PROPER. PREPARATIONS HAW_ BEEN MADE 13, ANY DAMAGE TO ME EXISTING INFRASTRUCTURE. INCLUDING SIDSWALK5, BY THE CONTRACTOR MUST BE REPLACER MOR Ttl FWAL WSPECTSOk. M. NO HANDROLES ARE TO RE PLACED WITHIN OITCHLWES 21 MARKER POST TO BE PL ACED WITHIN UNE-OFaGHT ON PROPOSED FIBER ROUTE, i2. Hi0MCTIONALBORES WILL BE PERFORMED Wi"M A VERAMER RE,WE4 HAVING NO LARGER THAN A T HEAD. 23 MENCHED MATERI'L SHSL, NOT BE PLACED ROADSIDE OF ME TRENCH CENERALNOTES 1 GENERAL NOTES SMLL APPLYTO ALL DRAWINGS, 2 ALL CONSTRUCTION NIETMODS AND MATERIALS WITHIN COOT RW SHALL COMPLY WITH THE LATEST EDITIONS OF THE DSSTGV STANDARDS. THE STANDARD SPECIFICATIONS FOR ROAD AND BROGF CONSTRUCTION AND THE UTILITY XOMI MCDATION MANUAL (GAM} 1AIJ.WOPJCSHALLCOMPLY WIM APPLICABILE STATS, COULVY,&LOC.AL REGUAATORY AGENCIES AND IN ACCOROANCEWITN CITY, COUNC(. AND STATE SPECIFICATIONS AND, STANDARDS.I CLUDIFIG BUT NOT UM(TEO TO OSHA, FDCT, ETC L THE CONTRACTOR SHALL CONTACT THE ADJACENT PROPERTY OWNERS A MINIMUM OF 24 HOURS IN ADVANCE OF CONSTRUCTION AT THE WORKSITE 5 ALL TRAFFIC CONTROL DEVICES SHALL BE IN PLACE BEFORE WORK LS STARTED DEVICES NO LONGER REOUIRED SHALL BE REMOVED AS SOON AS POSSIBLE B FF CONTRACTORSTRUCK,TOOLS, OR ECUPMENT IS BLOCKING THE SIDEWALK, PEDESTRIANS FOIL NEED TO BE OETWRwIN ACCORDANCE WITH FOOT STANDARD MEN B&L - T. NO ECUIPMENT OR MATERIALS SHALL BE STORED Ofi PERMITTED TO STAND UNPROTECTED WHERE TRAFFIC IS MAINTAINED. 3 NO EGUIPMW OR MATERIALS $$HILL BE STOPED ON ROAD SURFACE V~G NON*WORiONG PERIODS, AND ON SiDEWAUK AT MEF TIME. 3- EXCAVATION MA TE MD SHALL SE STORED AWAY FROM THE PAAEt?ROAD WAY ALL SPI UED MATERIAL WILL ES REMOVED 0AMEDUATIELY. 10.E'ASTING SIGN$. DE11haFORS GUARDRAILS, ktABIM'RS, TREES,SHRUBS, FENCED.WALKS, STEPS, ETC„ THAT ARE DISTURBED BY THIS CONSTRUCTION SWIRL BE REPLACED OR RESTORES TO THEIR ORIGINAL CONDITION OR TO THE SATISFACTION OF THE INSPECTING ENGINEER PROPERTY O FLER. CIT'. COUNTY, STATE AND2 A ANY OTHER AGENCY HAVING ADMOWTY/JURISDIC'TION it GEF';. CQUNTT, OR STATE ROAD SIGNS, DELINEATORS, GUARDRAILS, ETC, SHALL NOT BE REMOVED. WRITTEN PERMISSION SHALL BE REQUIRED PRIOR TO ANY EXCAVATION IN THIS AREA. LZ ALL PERSONS WHO FLAG TRAFFIC ON STATE RIGHT OF -WAY MUST SE CERTIFIED. I3 THE CONTRACTOR Is RESPON5#BLE FOR ANY UTILITY DAMAGES.'AHEN ANY PERSON DAMAGES A UIY.ITY LINE OR PROTECTT'dE COATING DURING EXCAVATION OR DEMOLITION THE ONSITE COUNTY INSPECTOR AND THE AFFECTED Umirf WILL BE NOTI'IiD- .a ON ALL WORK ASSOCIATED YITH FOOT PROJECTS THE RESIDENT ADMINISTRATOR FOR I OCT MUST BE NO TIRED AT LEAST 43 HRS BEFORE STARTING WORK 15 CONTRACTOR IS RESPONSIBLE FOR ALL CMiPACTING AND SEDIMENT CONTROL REGULATIONS. IS, THE CONTRACTOR SIAL, BE RESPONSIBLE FOR T,0.. REMOVAL AND St CHASE OF ALL SHRUBBERY TO BE REPLACED 17. k0?IFt TAE COUNTY 48 HOVRB W AOVARF,E QF STARTBNG PAOPOED Y.EIRK OR INSPECTTONB AND AMA?CMUM OF 48 NCUti AFTER THE COMPLETION OF WORK 3214345100. CALLING AND LEAVING A MESSAGE ON VOICEMAIL DOES NOT CONSTITUTE NOTIFICATION i5 WHENPACTM. UPTQMRe�LTxT SU&DUC?S.TYPrvi3. P41A3kC M7ETHOD+SSDR#LL HEAb VfrtEN R.4LIi�A'.ORETHANTHREE#-'!4` SUSOUlCTS USE NO LARGER THIN e" BACK REAMER, 1% AMINIMUM Oa 1G' OF SEPARATION MUST BE MAINTAINED BETWEEN CONSTRUCTION ACTIVITIES AND HFALAVALLS OR PILINGS n ALL ELEVATIONS BA5EOOSJ NORM ANF.RIGAN VERTICAL DATUM OF I—(NAVO 881 ,,,v \ 2 c1, co Tr s�tCf APR 18 2013 m � _ Bun 04I��YNM41 �u nY3,rr ',, G"o'u>'axeTTas,N4.As ,�"�+SDr t f. -u .: , I` j� 1 � D ;L.�iIT' Na erSDwnrel rolay.Arw rcxv.eY mss F-TPFL013e �i,A4 RU ty4'. T0114ER CI OUD FIBER tiEa{illi Wt 110" NOT TDBGAL£ . ,� Q e«rrnnnv+elNao suPWY3$"—I �7'EC4tT:Ot:JGiC_R i TOWER CLOUD wnrliNlNnbdwe `f�95Afil,ASIIdOa sBkcin6 Tfie staRrial'd _ _' __ — MaYAR- 0218093G5E r" cNea. BUROR"TB. sY. PARES. W. °"IT' aliSi201I P. -1.n 1� Qc.11 —111 HDPE AS SPECIFIED PLAN VIEW TYPICAL BORE: N.T.S. 4 TYPICAL CONDUIT REQUIREMENTS COUNT FIBER AS SPECIFIED P— s— Cl— . Cl— Auwu'es KCI TOWER CLOUD TEQINOLOGIES TYPICAL PROFILE/BORE REQUIREMENTS ROADWAY OR COMMERCIAL DRIVEWAY PLACING CONDUIT PAVEA04TSi1R TIP$X EDP EDP T: PP, {.0'3TN 72'PR7.DEPTH HDPE AS SPECIFIED SIDEWALK OR PRIVATE DRIVEWAY PLACING CONDUIT PA1daTS1FiF 5C0_rO-rTTT EOP E EOP `��\`G ND. 56545 — 46'PR `DEPTH 4SPR)P.DEFTH Al STATE OF ' — �jFSORIOP `-HOPE AS SPECIFIED /// 11111111\\ ` APR 18 ZOt6 [, C " F7PFL81V TOWER CLOUD FIBER DESIGN i[Stl�dTd NOT TO SCN.E � tD @t6@145E °�"r SUnETT S. J: a PA M.W — W811018 TYPICAL TRENCH: NO 2BACKFILL -e-UYERS N0.2 BACKFRL - -FED Al TAMED AND WATET IF TRENCH IS MBPERTHAR WARNING TAPE X000 PSI CONCRETE NO I SACHFILL- COLNACTED @ 955 NO.-FILL-COWACTE00M O HOPE AS SPECIFIED __NO t OACNFiLL-COMPACTED 0 MINS �GOMPACTEO EARTH TRENCH IN SOIL �� EncrAEFn SarNrms l/ �_�� KC I TOWER CLOUD � settlRg Mess � TECANOLOGIES HDPE AS 2MW \ MM DEPTH O \ NANML RCCI TRENCH IN ROCK CONSTRUCTION NOTES: 1. NO 1 BACKFILL WILL 9E CLEAN NATURAL SAND WHICH 15 FREE OF DEBRIS AND RAS BEEN SIEVED THROUGH A NO. to SEMI. I PULVERIZED CLAY WILL NOT BE USED 2. NO 2BACKFILL MU. BE EARTH WHICH IS FREE FROM DEBWS, CINDERS AND ROCKS MEASURING 4 MCHES, (t0^ ). OR GREATER ACROSS THEIR LARGEST DIMENSION. 1 A WATERPROOF SEAJNG PLUG WILL BE ARDUNO THE FIBER OPTIC CABLE TO SEAL THE OPENING N THE CON<DUR. {. AASWAUM OF W OF NO. I BACKFILL SHALL COVER THEE CONOUTT IN THE AREAS OF HAROHoL EKGAVATION. THIS COVER WILL TRAPMTIDN TO A' AROUND TREHlCHMG i EtCAVAT . } 1, No. 56545 =rot STATE OF t �iO��s \�ORiOP //�ySAON11 I I10�\\ APR 1 R 2016 FTPFW1JT TOWER CLOUD FIBER DESIGN NOT TO SCALE 1 XO- 1E 021S02S9SE BURDETT& °' PARLS,W 1E {/1S !1018 TYPICAL UTILITY CROSSING: N.T.S. UTILITY CROSSING DETAIL UTILITY CROSSING DETAIL STORM CULVERTS GROUND LEVEL -149) 8 2018 -�� KCI TecltNOLoc¢s F FNS A ,veAs ° � r�w%unlmc `Aw.v°n mu GROUND LEVFL ` ` r�rm�:ro�m�*a4u FTPFLO137 rnrnf � ` 6 "°TTn;�EE 1P "" SURDETTB. A PARSw. 41MIn1S ALL ExI5TIr:G unLnry # I 2a• MumnvM AS SPEQFIED j{ � 1 u• AnNunnA HD PE AS SPECIFlED SIM aS' MIN 7�S�. 2a'MINIM . I � Au ExsnNo vnLrrr NOTES: 1. A MMIMW OF 24" SEPARATIONS REWIRED BY OTHER IrTILRY CON, PANIES. 2.0 TTIESINCLUDE BUT AAE NOT UNITED TO WATER OAS. SEWER ANO POWER. GROUND LE%� v9LPND SECTION S 2a"MINIMUM HDPE AS SPECIFIED DITCHLI�N�DETAIL `\\,\r -OTT DITCtaI t i No_ 56545 48-W.UM - ^'91 A STATE OF -149) 8 2018 -�� KCI TecltNOLoc¢s F FNS A ,veAs ° � r�w%unlmc `Aw.v°n mu /�Iw� rowEtt c�ouo QFn�+ N„e„p Ctlr�tn.ymal r�rm�:ro�m�*a4u FTPFLO137 rnrnf TOWER CLOUD FIBER DESIGN settlng the standard! , ttingthe I 6 "°TTn;�EE 1P "" SURDETTB. A PARSw. 41MIn1S 24" X 36"'X 30" HANDHOLE DETAIL U.S. 36 24' LRAME NXl C � I i SECTION A—A 3' tSH IRS SECTION B—B , �� I a Y L_ ONLY a DOWN (iX) VIEW C B 1. PLACE 6' OF 3/4' CRUSHED ROCK IN THE BORON OF THE EXCAVATION. TOP VIEW 2_ WIRE MESH (TWO SQUARES PER INCH) SHALL BE `ED OYER INE ROCK. IT WILL BE NECESSARY TO CUT OPENINGS FOR HDPE IN WIRE MESH. �35 S/B' —{ A, H CENTERED L OVER BE SET RUSH WITH EPER TY GRADE AND IN LINE WITH NAIVE SOIL 4 CHOPE D OVER ON UI BSHM.L ED L PER TYPICAL 4. NOPE SDR II CONDUIT SHALL DE PLACED IN THE CORNERS OF HAHOHD E 5.TERMINATE THE HOPE CONDUIT A MINIMUM OF SIX (6) INCHES ABOVE THE WIRE MESH. DO HOT TERMINATE HDPE SDR 11 CONDUIT MORE THAN EIGHT AC INCHES ABOVE THE PARE MESH. 8. PLACE EXPANSION PWGS IN ALL CONDUITS. 6' OF 3/4' 7. 95% W COMPACTION IN e' LILTS OR 2 SACK NIX ARNO HANDHOLE.CRUSHED ROCK S. NO HANOHOLES ARE TO BE PLACED WITHIN THE DITCHLINE. COVER Fi:cRl�- Puxl+In K C I"mn;"nom TOWER CLOUD Qdle6onym,4p. -- `-°, -- UK cp- RACX FKUt ILL DCITVRE OVTR TOWER CLOUD HANDHOLE WIRE MESH T VARIES HOPE SIZE AS SPECIFIED * No. 56545 APR 18 2018 l STATE OF FTPFL0137 ��j/�T4�`•LO_i TOWER CLOUD FIBER 6E5 �NFII IIIXO NOTTOSCALE wEfi NO' H U21609 +n m- BURN B. 41 T8l 1018 TYPICAL LASHED/OVERLASH AERIAL CABLE PLACEMENT La TIL .W exa.a wne..o.nHa �'"•�''`,r-'.•nrr�w.uosw�ec —�_ E.rmtns K C I —mEt-F MWER cambd.y.wo 2CCHNOLOC.IES ,ta M. m�rm wa ucrnao a me ur<e a rU.:en ..i:ay.rtamwiowe�eeunE w.o,emc�+ aw�e.ewa�x.mu,—s—snn. Fie ueaw,r.� f No. 56545 �- �S\ STRTE OF QL./� APR 18 1016 r�sla O O4rt FrPPinia� TOWER CLOUD FIBER DESIGN tYJT TO SCN.E �� ti mom. OTIWZSPSE Haar 6URBETT B. aer P�PoS. W. TYPICAL LASHED/OVERLASH AERIAL CABLE PLACEMENT (cont'd) ana —=- — STATE OF APR 197818 TOWER CLOUD FIBER DESIGN Sl— 511 K C I TOWER MUD —ci—nb5L,.cw4 —=- — STATE OF APR 197818 TOWER CLOUD FIBER DESIGN TYPICAL AERIAL BONDING AND GROUNDING FOR WOOD DISTRIBUTION POLES ARRANGEMENTS r ra k -I- GENERALNOTES.- APR 1 8 2018 5-� K C I TECH TOWER CLOUD TOWER CLOUD FIBER DESIGN IL -T BURDETtS I- PARSW .11SIMIS TYPICAL AERIAL SPLICE ARRANGEMENT SPLICE CASE SUPPORT CROSS SECTION CABLE SUPPORT pETAIL CROSS SECTION STATE oP J:� s fiG 0RME 0-a l�4;�/ APR 18 1018 >_�Mr�� �,�; ataam+a.rcae.,rw ifPRDi3] DESIGN ��� smvxnr TOWER CLO (� T UD FIRE t✓ t � o°w"a , T/+y`` /''� jn%I NorrosrxE .wxea i : 4° OWER CLOUD y setting thebtandard': 'a azs �sE BIIRnt�TB PARIS, V� 4!18!2018 tECitNOLOGIF3 COIF BRACE CONNECTOR ATTACHED TO BRACE II Il�i�� I 0 I I J� J I I I I III Ali I� I COLE BRACECONNECTOR ATTACHED TO POLE TYPICAL SIDEWALK GUY AND PUSH BRACE INSTALLATION ml b. 56545 A% STATE OF APR 181818 ORM Lp'FFxs FTPFiatal �,,,.R,,, ,,, ,,� ✓� Y-rcum TOWER CLOUD FIBER DESIGN nnaur�°�'oaao"'T' KCI TOWER CLOUD �� �„�yry44{ow 'settinH the standard NOT ToscuE IN rna ait�� 0216Vp95E P_'CHM1DIAGIES _ _ wN Ar BUROETTB t/t9f2118 e. HI41—a.Y,'..30"JJ:JV•S:'il.\t'::L:v=_I:f: rrtnrRln r BU::,iivrlrl"ri 'il-Vs^-,U. J-� --_._.—______..�.._.-_-3-',:.__:.—._.. - I _ 1'-"-J. n r cI y n J.. .- j. . . US; ugry'- _ P � ;tt. �- V n 2.(YIJo ;�w ;r a - _ _____ _ 1 yi4 _ _ _ .. .._ I Y i .t - J, .rx' , M1.(i ; i ' - - - - - t = I ;- 1 - 1 { -tz r - f I , 2018 . ..- - --"----"-- -----------I----...-�- .. a --'- - - -- - ---- I -------- _- ----- --- "-- p . � --- .-- "- c 4 _ -------' I 'r" --' is -- .. `' i \O SCQTl n I: I k/fi ` 8E\ I .. �* . Na. 56545 I i : -- _ 1 { -A'� STATE OF : 1!YY ]r{r unrnn 1 i n v Saermrs Co..smrra� Atlwcus dt -': �� r ' �+ TOWER CLOUD FIBER DESIGN w,a,cletn K C I TOWER CLOUD Iter.y.�pdpyl, setting [he standard 4orrosu e _ zoF se A Ircm.;cew Citleror�yo.m4_ TEC[L^IOLOGIFS HOPE 1. WUNI ED PIT "I tx ALL LOCATIOIIS OF -ILMES 7====7:7===" AREAPPROMMTEAND "F MUST RE VERIFIED BEFORE CONSTRUCTION PROPOSED hw4wm DEPTH OF AS WCHES MIT FCC AND u SIX= WHETHER MINS DIRE!"ONALUMOR TRENCHING ti SWRERot WR • EXTENSIVE 10CAMIS FOR FEU DEPTHS D512 M, III 0111,11IR11 PmoR To CORS ucinoN RICHT-0FWAY NFORN(ATION SHOWN is APPR=wTE R AND 5ASED ON AVAILABLE --- --- coupm GIs WERSITE. • At L CLW RT CROSSM S REWIRE A DEPTH OF 36 DELOWFLOWLNE ALL HAh-l-OLSS AM TOS fRRECiID.^W.0 BORE BORE PITEPN SNRT FIBER CABLE RUSHWUNTED All CONSTRUCTION mma S ANO MATER14.5 W"",,,FwTRwSwlLL COMPLY WITH THE LATEST M"C"S Gr Rie DESIGN 3 S 'X�3O�� TANDARDS THE STANDARD ' SPECIFICATIONS FOR ROAD PLACE I "Ut'll LEOE "D SUCK 8ANDMOLE STATION 1+49 AND BRIDGE CONSTRUCTION OM THE UTILITY NJ1"APR Z: , 18 201,"MA MFLO137 "m.. 5-5 CaRs..i<rrPl M-1— TOWER CLOUD FIBER DESIGN K C I =�-� EF TOWER CLOUD ----f — ----- 4—0215023M StPtnm1-11 PARTS, W. of ief2tti[ ROW ROW 2rA' C1L 1w 86 PROP.TCHH EOP FOP PROP, TG Y9, 1X6'%6' BORE 4'1(6�t4' SORE OEC" ae' OEPTH FELLSMIERE RD/ CO RD 512 I STATION 0+00 LOOKING WEST TYPICAL CROSS SECTION HORIZONTAL = 1'=4' VERTICAL = 1"=20' No. 56545 STATE Cf , Pt,welErS run:rwC(��+i' �w 1 i ME Y—EUM' FTP !37 J. .- ._._. i UNMS�N TOWER CLOUD p 0v bei ft ',setting the mndard' xn fmn,.oai�. Mlm mdlp. i iEQIVOLOGlES I i I f - {t STATION 0+00 LOOKING WEST TYPICAL CROSS SECTION HORIZONTAL = 1'=4' VERTICAL = 1"=20' No. 56545 STATE Cf APR 1 8 2018 rY111+> ii,ow Pt,welErS run:rwC(��+i' ME Y—EUM' FTP !37 TOWER CLOUD FIBER DESIGN . P KCI TOWER CLOUD p 0v bei ft ',setting the mndard' xn fmn,.oai�. Mlm mdlp. iEQIVOLOGlES tlz rn EOP Epp IT tB � 6 FELLSMERE RD/ CO RD 572 r 4T PRO� DMH 4! pi OFT4 FELLSMERE RD/CO RD 512 SOUTH ROAD BORE PROFILE H.T.S. t No. 58545 9; = � i STATE OF APR 18 lata i %�^� ,,;��• E— — PTpPL9iat P.exnus � a.` � '. `��) ■�R (p�!'s� i i _ Yp ■ I. TOWER CLOUD FIBER DESIGN PV:_lC4�ts �tWi,NOwVEC� �'� s_tandad ng__ se_N_.. rorroOZs1c6�1E sa ri.Ctca ■OWERCLOUDKCI ialMrtlu0� _the ..... 9 5E TECHNOLOGIES BtFaOETT a P/�RIS, W. tE d I to 12018 i I - - --------------- FEU-SMERERWCOM 512 BORE PIT IN SNOFIINGANDSTAB4LIZATION E12QE OF PAVEMENT 10.78 P'EMIAECATTWSLOCATION A17+ I oj�CTIONAL BORE DGE OF PAVEMENT 11�18 BORE PIT p) I -If, HDPE DUCT -110' E, I'M F9EA, GABLE PLACE (1) 24-X36"mo" O.REClI DNK LEAVE 100• 20'- FLMEB19 5' DEEP N.LESTATION .... 26" - FLMEA1 9 5'6" DEEP IN, Z�, 1 No. 56545 A'\ STATE OF FO • ALL LOCATIONS Of UTAUTIES ARE APFROMMATE AND MUST BE VERIFIED BEFORE CONSTRUCTION • PROPOSED MINIMUM DEPTH OF 48 WCHISS FOR FOC M40 SUBDUCT WHETHER US,N DIRECTIONAL BORE OR TRENCHING • EXTENSIVE LOCATES FOR DEPTHS WILL BE CONFIRMED PRIOR TO CONSTRUCTION • RIGHT-OF-WAYrNFORMATION SHOWN IS APPROXWA-- AND BASED ON AVAILABLE COUNTY INS WEBS I- • - ALL CULVERT CROSSINGS REQUIRE A DEPTH OF BELOW FLOMINE • ALL HANDHOLES ARE TO BE FWSH MOUNTED • ALL CCNlSTFtUCTiQN METNOOS AND MATERM. WITHIN FACT RNSHAU- COMPLY WTli THE LATEST EDITIONS OF THE DESIGN STANDARDS. THE STANDARD SPECIFICATIONS FOR ROAD ANO BRIDGE CONSTRUCTION — THE UTILITY ArCOMMOD N MANUAL (UM). 201T - 18 2018 'A LOR APR Exa—, IN 17 P.— Af­ TOWER CLOUD FIBER DESIGN K I C TOWER CLOUD Se;rTn5e TECHNOLOGIES cam -Y. 411812VIS GRADE { � 1 I � i I ROW Row 60 GR 38 3(I ECP EOP FRop, TC NN M7BONE tt 48' OEPfR +T +T cC� � cAACOC DA( rt> Or+ 47 1 + "sm C.RIDE 99 -- 9B _ 9T sw __19Z STATION 11+49 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = t"=4' VERTICAL = 1"=20' �f ij No. 56545 y fl; STATEW APR 18 2018 r4iaralntttttt���\` �� EiLlm'2i .,,. wm �rtV xo I 137 TOWER CLOUD FIBER DESIGN TOWER ,..r_►�r< (ixcrrwzTxr.+.H. ss ASSMK!� � a SIU» + wrix,%ca� TOWER CLOUD �„ yp y, rA1p�' setting the standards 9213W suRe=_rre, PARIS. .A w. z ar+arzo+a TF,CH�OWG7Eti P, EXISTING ' EASEMENT 75 31' GRADE EXISTING tY vEx�R r� GRADE 2d' -E( 12' 36' 48' - 36 90' 26' S LINE 20' GAS LINE' 7Y 77 120' 132' 10' 10' 6 I 120' 144' - I 1 73Y 156" 144- 168" I 156" f 180" .. ' i I 168' 19, 204' •140' •120' -100' W -60' f 40' -20' 0 +20' +40' +60' +g0' +1001 +120' +1491" STATION 7+64/7+96 LOOKING NORTH `'119111,1/i SCO: T TYPICAL CROSS SECTION ��``,% HORIZONTAL = i "=4' ,t No. 56545 i G VERTICAL = 1"=20 _� )ii _ vt � AX STATE OF ORM APR 18 2018 �III.tgt����� FfPF0117 �` Rtver rx,pv dinw�s • I TOWER CLOUD FIBER DESIGN wor �l.a "s" K C I TO R a�'1(��D �agbd—or, setting the standard xo :___ 02tB023p5E �v ��s1d�& TECHNOLOGIES _..._._. - -- BURCETT B. PARIS,W. c 4 /18 1 2818 tea Fo ALL LOCATIONS OF UMMS ARE APPROXIMATE AND MUST BE VERIFIED BEFORE B CONSTRUCTION PROPOSED MINIMUM DEPTH - OF 0 RICHES FOR FOC MUT VK WHETHER SING DIT G Lavan� TRENCHING EXTENSIVE LOCATES FOR T_ O TOOWsTRLIGTIOYp FE'LLSMERE RDJ CO RD Sit. MOP ~ P t xmm n • MC-. T -WAY INFORMATION SHOWN is APPRGYJMAM t AND SMED ONAV: (ABLE COUNTY GISWESSffE. �P•x _N ni. ,. CA - 1Tk7 '"`• _ ~— + ALL CULVERT CROSSWGS REONREAOEPTHOF3V FIAmi d'X6Xe N 1 t DIRECpAWL80RE } BELOW FLOTA,INE pl{ tT}I•SM'HpPEDUCT-BW EAN 14lCi FIBER CABLE . ALL HANDHOLES ARE TO BE DIRECTIONAL BORE tBK9-t2+E3 FLUSH MOUNTED (3)t -W HDPE DUCT -IBD' SHORIth^, MIO STABIWPTION • ALLCONSTRUCTION ENJIKCT FIBER CABLE t9+38 • —9 REpe,AREO AT'e}itS LOCATION METHODS MID WTERLUS WITKN FOOT RM SHALL COMPLY MTH THE LATEST EDMONS OF THE DESIGN - STANDARDS. THE STANOARD SPECIRCATIONS FOR ROAD ANO BRIDGE CONSTRUCMJN AND THE VTTUTY MANUM /AtAOMMOpAT10N � � ,1f 0. 56545 j • STATE OF -%p� aaF S of Lot, ay.� DE D itf�/�ttYfltl{ik\\ APR 1.8 2018 2BtT20; mrttcw -- ....... oowvna„eAexsau FiPFUI37 '� .Su — of I TOWER CLOUD FIBER DESIGN iA.vsmccrpu ASA ' 1' !�� (a wi ■i I y. t• _ x+rF':a: ��T �*AOE'","0A1uTM M1QwEYVL r+nibo KCI I/'�Yi/L'D CLOUD �� setting Me standard:,,,�,,�R 02fP0."3BEE soc s8 Au �n�twmt TECHNOLOGIES VYYGR 1.1.JLi{.f i�Aelleteieu� �'t' �' BUROETT B. PARIS, W. u.TE 4f SB/2018 F" Aff ARE APPROXIMAT8. AND BEFORE EFIED ORE tBE MUST CONSTRUCTION VE;j DEPT" PROPOSED WANWIM EPTH _ _ OF 48 WCHES FOR F DO AND SUS-O-JCT WliFTHER USING OIRSECTnNAL BOM OR TRENCmNG ex r EKTEN Sl VE LOCATES 1011 'ONFIRMED DEPTHS y"LL Be ' FE�SMSRE RDI M RD 512 IRIDITOCONStRUCTON HT WAY O"'N"I SHOMM IS APPRO)UMATE AND BASED ON AVAILABLE couw� GIs WEgorrE. ALLMVERTCROSSINGS BORE Pt Z7_ N:51515 T A . Z: tom APR 18 7018 4w t PL.— _.a—, TOWER CLOUD FIBER DESIGN KCI TOWER CLOUD bom �EZI —E I..Sy — setting the stall3rdl SB SOF BURDETT& TECHNOLOGIri EAY 744CT FIBER CABLE man Z7_ N:51515 T A . Z: tom APR 18 7018 t PL.— _.a—, TOWER CLOUD FIBER DESIGN KCI TOWER CLOUD bom �EZI —E I..Sy — setting the stall3rdl SB SOF BURDETT& TECHNOLOGIri REQUIRE A DEPTOF T4-IN-9OA117 SEOWFLOYWHE EW 144�F . 2 ALLHANDHOUESAR-ETOSE PLACE (1) 24 -X36 -X30- FLUSH MOUNTED HANDHOLE STATION 21+49 • ALLCONSIRUCTK)N METHODS AND MATERIALS SHOMNr AND STASILaXTION W01,4N FOOT RNV SWL REQU(RED AT TMS LOCAT�04 COMPLY .ITHTH LATEST EOMO� OF THE DEMON STANDARDS, THE STANDARD SPFCIRCATICNS FOR ROAD BRIDGE AND - 'ONSTRUC"ON AND THE UTILITY ACCOMMODATION MANUAL Z7_ N:51515 T A . Z: tom APR 18 7018 t PL.— _.a—, TOWER CLOUD FIBER DESIGN KCI TOWER CLOUD bom �EZI —E I..Sy — setting the stall3rdl SB SOF BURDETT& TECHNOLOGIri RGW ROY! ar G0. as 3a EOP MP PROP. TO W �X6] BORE IT t7' ,7' 1 3 °EP" AiG AE CO R; ,ar 12 -°a_� .� ani 1 .__. .za— STATION 21+49 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' VERTICAL = 1"=20' I I I t I I •ec +eo� -.16'0 -- .,so ."oll, �9,0� STATE OF APR 18 1018 L "rrinNn„ C° 1x M.uums L i�r'-E�ili' i�0137 TOWER CLOUD FIBER DESIGN � � reagin+,+ KCI RI TOWER CLOUD � sectio the sandardi g i ABB"°"" y� Fraww.�nic'ic�u'y 1:211 bldartlmma IosfBoz9,E TECHVOLOGIB — ----------- BIIROETT B. PARIS. W: 2- 6ti8f2o18 BORE V ED AREAPPROMMATEAND CONSTRUCTION PROPOSED R BED MM -M DEPTH BE AS INCIIESFOR Too AM S SUB-OUCT"" USING DIRECTIONAL SORE OR TRENCHINO HSILOCATESFOR 4- FEL LSMERE-Rov oIlDs , 12 DEPTHS WILL BE CONFIRMED PRIORTOCOWSTRUCTON N RIGKT-OF-WAY INFORMATION - - -- - - 6 SHOWN IS APPROMMATE MDBASIEDONAVAILABLE r4 COUNTY ME WEBSITE. BORE PIT PL. SCREW BORE PIT CULVERT CROSSINGS DRECTIONAL e04M RZOUIPE A DEPTH OF W p,w HOPE DUCT -aw BELOW FLONINE PLACE (1) 24-X36" 30- FJWI-CTFB RC+SUE BOR P(T t�_OCATiON 26+d HAM 3,+d9.2B+29 ALI. HANDHOLES An TO BE AM HOE LEAVE 100 SUCK plM1414- HANDHO" FLUSH MOUNTED E ECTI"L iNtT FIBER CABLE ove ORE N E . -30' SHORING AND STABILIZATION (3) 141V HDPE ALL CONSTRUCTION AlaulPED AT -5 LOCATION EfW 144CT FIBER ChBiE METHOOSANDMATERIALS V41HIN FDOTR- SHALL COMPLY PATH THE LATEST EDITION3 OF THE DES STANDARDS THE STANDARD SPECIFICAT164i FOR ROAD AM BRIDGE CONSTRUCTION - THE UTILITY ACCOMWDATK)N MANUAL No. 56545 STATE OF 0 'LORm APR 18 2018 5- FTPFU)I37 TOWER CLOUD FIBER DESIGN KCI MY TOWER CLOUD beim !,-,DN, B zz.-m! 7 OF S9 PARIS, W. 1-5- 411912018 G E � � I 95'I V ROW RQN 6a Cit � 3a EOP EOP PROP. TOHH D 4W 4'BORE �H'EPTH 13 1T iT f0'-� 3' I ' . 71 ..._i......__ .... _. _.y _._._ LW.v„^Y-_—;_- _ _ PC3.0 SGRV^I f r � - .r v 1"fI � EMI9T �E:�� ! -lam//✓ .__I _. _ _. _..� -_'_ ____�.._ ...J�.. ...i-.- __ I__..-. --_. .�9T v I 04. 1! IL �m � j I 1 IF— STATION 31+49 LOOKING EAST TYPICAL CROSS SECTION \`��ttUllur����' HORIZONTAL = I "=4' ��•!r`�_3F�y< VERTICAL = 1"=20' f No. .vi ;?}i srnTEof 6.tTn�.xi AaTns jClfM5i5 �crmv - � * I ji —E(IY!!i � M TOWER CLOUD �°""�'� !setting the standards ttn —.. ¢ CiBOet=YWBC !....._._ ______.... t —7111111111) APR 18 2018 FTPROt3) TOWER CLOUD FIBER DESIGN �� AS SHO'NR )A 021802395E BMCETTE. PARIS. W ENO VIEW OF BORE "OP if 1 P. Lit Tms OF �Lrms ARE APPRO)aMATE Mo BEFORE c�TRLI=011 PROPOSED w4l"I O --PTH OF 48 MCKES FOR FIX AND S"DO 6:cTl==R= G TRENCHING FELLSMERE M CO RD 51 EXTEM LOCATES FOR DEPTHS 011 BE CONFIRMED PRIORMCONSTRU"ON ------ 14 RIGHT -0F. MFOMATION SHO� IS APPROXIWTE AN BASM M AVAJLA E BORE PIT DIRECTIONAL BORE LE OF PAVEMENT 3ftuurx i cM�6I1woS`r (3!1-1DtXT -3W ALLCVL�ERTCRO NOS M�MDSTASILIZATI� EM I.CT RBF,, REOUIRE A DEPTH OF Str S OF FAVFMFNT 35.78 REQUIRM AT �15 LOCATION -32.99 BELOW �u� HMDHOLES ARE TO BE FLUSH MDL!NITEO DIRECTIONAL SOME (3)1-114" HI)PIE GUCT -33Y ALL CONSTRUCTION LE METHODS AND MATERIALS .-Is WITHIN FOOT RM SHALL COMPLYM TI-1EIAMET EDITIONS OF THE DESKIN S THESTA4DARD SPECIFICATIONS FOR ROAD NSTRIYnCN M THE ACCOMMODATION ­4UA1. Z--: I N 145 0' "6 TATE L APR 18 2918 0- 5- C.1-1 I Af 17 T"" CLOUD FllEl DESIGN -T =IEX�'-= KCI --TOWER CLOUD TECHNOLOGIES PARIS'N. END VIEW OF BORE rllm'Xl _(3)-12s HOPE 144 Fd COUNT ALL LocJTxm OF UnUTiES ARE APPROXIMATE AND MUST BE VERIFIED BEFORE CONSTRUCTION X; PROPOSED MR UM DEPTH OF 18 RXWS FOR FOC AND Suo-OUuwKFrHFuswG DIRECTIONAL BORE OR TR MHM 4— EX-,ENIIE LOCATES 1011 DEPTHS WULSECONFIRMED PRIOR To CONSTRUCTION m RIGHT � A� FORMATION SHOWN IS APPRZXI TE 9 AND BASED ON AVAV-ASUF. COUNTY w WESSITE. ALL CULVERT CROSSINGS DIRECTIONML SORE PLACE (1) 24'X36"X30 DIRECTIONAL BORE REQUIRE A DEPTH OF W ORE Fri I.W HOPE DUCT -W dAmDH2LF- LEM I FIBER CABLE I I ' EM HANDNDL STATION 41+69 14 150,39— :-LL H==S`AfZ- TO BE (57 E,=IIDPEDUcT 144CT FIBER CABLE SHORINGWILUtArPON FLUSH MOUNTED TL:AND ST OUREDATTHIS LOCATION ALL . RucnoN METHODS AND MATEFUALS WMI N FDOT RIW SHALL COMPLY PATH THE LATEST ED=OF THE DESIGN STANDARDS, THE STANDARD SPECIFICATIONS FOR ROAD Wo BRIDGE CONSTRUCTION AND THE UTILM ACCaMMODAnON MANUAL (L"L Z� t No. 5 N 'Op', In I xl\ PR 18 2018 FTPFU0137 TOWER CLOUD FIBER DESIGN s - c. �,W� BOF SO �etting the mndard �- AVF K C I TOWER CLOUD ROW ROW w CA - w - w - ece EDP MOP. TO HH 4W'M-SORE W DEPTH EXISTING I' IT Ir 7 '! T Grupe F ELL S M IErR; I L'I EYISTIN GRADE T OS .�T -7 !--6 --9T -17 --- - ---- ----- STATION 41+59 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' VERTICAL = 1"=20' 8 -- Y -El TOWER MUD setting the 'gipQMbdMI-dis I No. 58545 STATE OF APR 18 2 11XIO, FTP137 TOWER CLOUD FIBER DESIGN AES 021MMSE 4- FELLSMERE RDI CO RD SIZ -1-If 4xm' FUR--- Sw BORE pfr n SORE I ZECTION& SORE 4A PLACE (1) 24"%36`X30' URECTIONAL SOPS P11 -TE NDH LEAVE SLACK (3) '1.. .0'. DUCT -SIC P 4 HOFE DUCT -16U' '00' c E,Ill HANDHOLE STATION blTf9 Ewv-�F, R�LE � RBER CABLE sll�--BHI9 .9 SMDMNGANDSTABIL�TION "WREDATTHM1.0-1— SHORUNS AND STABILIZATION PSI -L'4 -HOPE DUCT -1G REQUIRED ATTHISLOCATION f —Ta END VIEW Of BORE Flow- po • A LOCATIONS OF UTIs ARE APPROXMTE -D MUST BE VcRjFIED BEFORE OW CONSTR6Ci • PROPOSED hmwum DEPTH Of 46 INCHES FOR FOD -0 SV&pJCT"ET11SRUSING aftCTIONALSOREOR TRENCHING EXTENSIVE LOCATES FOR DEPTHS WILL BE C,)NFRMED MORMCONSTPUCTIDN • FUOHT-0E-WAY MOFlA-n SHOWN IS APPROXIMATE. 0 BASED ON AVAkASLE COUNTYG(SVIFESSMEw ALLCV VERTCRDSSINGS REOUIREAQcPTHOFW Sao. Fi04WNE —H—DHMES ARE TO BE FLUSHMOUNTED • ALL CONSTRUCTION .. AND WTEFB "T..-1 S Wmlm FDOT RM SHALL COMPLY VAiH THE LATEST EDITIONS OF THE DESIGN STANDMIDS, THE ST-NDASD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND THE UnL ACCOMMODATION MANUX 18 2m MAPR v TOWER CLOUD FIBER DESIGN rL 11 F a! c I TOWER CLMD �,Itjngthe standardj ane za9BE loofsS EXISTING RCw ROW CIL —=--a— ECP FoP PROP. TCH 47MII'BGk9 W DEPiN IT Ir G S F ERE R RE) 12 � lw F-7— E=TwG rc� win GPADE 98! 9T .6 -w. T 11 ------ L--j- 4oB STATION 51+79 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' VERTICAL = 1'=20' No. 56545 A \ STATE OF APR 18 2018 0�wnv— FTPLM37 Y—EllFff TOWER CLOUD FIBER DESIGN K C I •RMIZ RD TOWER CLOUD 512 balm Calbd-y.di; �e ting the standard - ------- auRGETTB. E.— PMIS. W. IF17�, * No. S6S65 _ N _ I VIEW OF SORE .v pl: STATE OF _z DESIGN 9TA.NWRC9 U9ED �OtC'`�LORIOI' \ \ zpn.zpleEomoN ����/ps/C 0 (a)-135 I 1\\aG���\` APR 18 1618 Ewannxt ��� JiAYNFJtS HDPE FTPFLOIIT TOWER CLOUD FIBER DESIGN TOWER CLOUD m Fo FO m s` '-------- �� 591602355E Tl of se • ALL LOCATIONSOFUTILITIES �+ TECtLNOLOCIES 'H'61- BURDETTB. X61 PARIS, YJ, t a/15f201p ARE APPROXIMATE ANO LYJST BE VERIFIED BEFORE CONSTRUCTION Y ~ PROPOSED mmmm DEPTH �` '. i 'i w .. ., fa• n • . •.�.. OF b INCHES FOR --O UB -0U TWTi G ROUSIH ELSLIERE ROl CO RD Sl _ .. DIRECTIONAL SORE $ .. - --- - _ y -MAY) w TREfIQISNO O -. uAr �� _► ; EXTENSIVE LOCATESFOR .• ' - - .. _ _ .__ _ _ _ DEPTHSMUDECONFlRh1E0 _ __ '-_—_.r ..._.__. __ _ _._ _ ._ _- _. _ __ _. _. _ _ .. _ _ ._ _ _ _ _ o PRIOR TO CONSTRUCTION t �x6 Cd' _____ _____ ___ _ __. .,• ____ RIGHT.OFWAY WFORMATION . DIRECTIONAL SORE —1 BORE PIT h �e•`! g _"" SNOWNIS APPROXIMATE ANO BASED ON AVABABLE (B) t-t/A' HDPE DUCT -93O EAY 1.0 CT FlBER CABLE DIRECTIONAL BORE [J)t-fIt'HDPE OUCf -'SP 1 COUNTY 015 WEBSITE 6p•tp-56+69 EM ITT FIBER CABLE ALL CUL VERT CROSSINGS 53-39 REQUIRE A DEPTH OF W R PI T N i BELOW FLMN NE SNORING AND STABILIZATM REOUR2EC AT THIS LOCATION ALL HANDHOLEB ARE TO BE FWSH MOUNTED • ALLCONSTRUCNON METHDGS AND MATERIALS wrr"N FDOT RMSHALL COMPLY WITH THELATEST " EDITIONS OF THE DEMON STANDARDS, THE STANDARO SPECIFlCATIONS FOR ROAD _ MR1 SMOGE CONSTRUCTION AND THE Wl .♦\\\VIII i)1(!J/J ( COMMODATiON MANUAL * No. S6S65 _ N _ I .v pl: STATE OF _z DESIGN 9TA.NWRC9 U9ED �OtC'`�LORIOI' \ \ zpn.zpleEomoN ����/ps/C I 1\\aG���\` APR 18 1618 Ewannxt ��� JiAYNFJtS _ I � oF�nw ro�vrsnu FTPFLOIIT TOWER CLOUD FIBER DESIGN TOWER CLOUD m the standard s` '-------- �� 591602355E Tl of se ®Setting Calbdp'AKCI TECtLNOLOCIES 'H'61- BURDETTB. X61 PARIS, YJ, t a/15f201p BORE ARB �MATEAND MUST BE VERIFIED BEFORE OCftSTRUMN PROPOSED WRIMM DEPTH OF 49 INCHES FOR FOC AND 'r' SVB4WCT ONILOCRE111 FEu.SMERER04CO4D512 TRENCH No B x CA FOR DEMS LL BE CONFU�eO WOMIAIM 4�&Xv — — " �z =-='R"'CTCN -X36-X30- is BORE PIT ^'apt 42 y�PLACE (1) 24 AND BASED ON AVAUB G COUNTY H DHOLE LEA 100' SLACK GIS WEBSrtE. L - SHORNGANDSTABLIZATION ALCULVERT ORO SSNGS DIRECRONAL BORE REMIRSOAT THIS LOCXOON REQUIREADEPTHOP— n),iOPZO �T� BELOWFLOYAINE�W;,,TFIBER AEE 6684 61'8 • ALL R-DHOLES ARE TO BE DIRE=ONAL BORE FLUSH MOUNTED C31 1.1N -HOPE DUCT -100' EW I.CT FlBER CABLE ALL CONSTRUCTION 6twa 60+14 METHODS AND MATMALS WRHIN FOOT RM 5— OoM y VATH TRE "EST 9DITIONSOFTKEVESTGN STANDARDS THE STANDARD SPSOFICAT16NS FOR ROAD AND ORWE CONSTRUCTION AND THE LMUTY ����oMMIIDAnoN MANUAL No. 56545 8 zoia FWL0137 ate Evcn'oas TOWER CLOUD FIBER DESIGN 12 OF 58 mttl�g the standards TOWER CLOUD KCI BuRome. .1— PARIS. W. 1" 411812018 TECHNOLOGIES ROW Raw 6R Ew EOP PRO?. TC W '%G%A'BOAe it'OEPTY t8'1T it tB 3, FE LSMERE RD/ CC, RD_ 12 MsnW ! GRADE rJ. - i -19r L. STATION 61+99 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' t�oct VERTICAL = 1"=20' No 56545 Evu,-- Irr'�Y� K{►/}{{l CD ,Six/c:m.�'ALwnGrs 1 !6 " `�° TOWER CLOUD se"7! r�n+n r�aaeo o�.n.d6eNet wcvs�+xw pgy,1�1���, TECHNOLOGIES �v` a� �- pt m.TE OF aiw: i�F Fc OP ��ti APR 18 2018 FTPFUI37 TOWER CLOUD FIBER DESIGN �. AS SHOWN 128 9zcsastnsE SUftOErr B. a PAM. W.. ' 411819.018 i ; t ;I : I MsnW ! GRADE rJ. - i -19r L. STATION 61+99 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' t�oct VERTICAL = 1"=20' No 56545 Evu,-- Irr'�Y� K{►/}{{l CD ,Six/c:m.�'ALwnGrs 1 !6 " `�° TOWER CLOUD se"7! r�n+n r�aaeo o�.n.d6eNet wcvs�+xw pgy,1�1���, TECHNOLOGIES �v` a� �- pt m.TE OF aiw: i�F Fc OP ��ti APR 18 2018 FTPFUI37 TOWER CLOUD FIBER DESIGN �. AS SHOWN 128 9zcsastnsE SUftOErr B. a PAM. W.. ' 411819.018 I I � - ETID VIEW OF BORE I I I HDPE I 144 c�uNr I FO I _ I I ' I ALL LOCATIONS OF UTILfT1ES ARE APP RIFI D BEF nn 1 VEMAT BED LUSTBEV u I ` I I •^' �, CONSTRUCTION I-rsAsc 1 I I 8. PROPOSED IANIMUM DEPTH OF 48 INCHES FOR FCC ARID FELLSMERE N fA RD 512 �DRECTI ONAL BOREERUSING OR rnnl mcNr-of-tmn _ rRENLXING 4— .mTzv La4r. v - .y - - ♦ -- ti EXTENSIVE LOCATES FOR ._ .. _ .. . _ _ _. "... - .-- _. _ _•_ ._ .. .. ._ _ i _. __ ._ -_ _ _ _ _ OEPTHS WILL BE CONFIRMED PRIORTOCONSTRUCTION SI{pWNIs* PPRO%IMATE - n �— r. • A BORE PIT Y4 NO BASED ON AVAILABLE COUNTY GtS WEBSITE I.�j •+ PLACE (1) 24"%36•%30" DIRECTIOHF�BORE 1 '• t HANOACE LEAVE 100• SLACK U4'XOPE DUCT -506 7} AILCULVERT CROSSRJG9 EN1 l"CT FlBER GABLE n Z REQUIRE ADEPTN OF a6' HANOHOLE STATION 72+15 72.15-61.09 BELOW FLONLINE Z ( I Zj�l HANDHDIRECTIONAL BORE SUS M_ EOARE TO BE i I I 6 (3)1-111FOPS- DUCT -10' FIN WCTF18'-Ji CABLE . ALL CONSTRUCTION DIRECTIONAL BORE 6TM9 -66.99 O I l 4 (3)1 -V4 -HDPE DUCT_16S METHODSNDMATERLL E W 1W LT RBER CABLE WITHIN FOOT RM! SHALL V 7a.M-T2.15 SHORING AND STABILIZATION COWLYN4n{THE LATEST REQUIRED AT THIS LOCATION EDIR°NS°FT"EDESIGN STANDARDS, THESTANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION AND THE UnLRV (5C07T�Oyf AccoauAODAnoN MANua. * ! No. 56545 V = N �9a � STA; �O�F •' FLQRVOP` G \ DESGH STANDARpS USED' mn.zBleEanoN PR 182018 �� En•ArA'Tnls fiA.vAmf �� SCG1'nfn srmeTm AiW.{cFAs (' � 1' ` I FTPFL0137 I � y�Ellm, TOWER CLOUD FIBER DESIGN ��01.�� KCI �` TOWER CLOUD y��y� �`-1 �A - setting the standard; 56 E-xo 13 OF 8e I __....—_.___ N4�A 021rAL'95E a uSxn 7E(3INOLDGIES Ci�teTMep6dg 11°`c 6UROETi B. °Y' PARIS, W. a 4l to !2018 ROW ROW 12d LM1 �' 65 FOP EOP PROP m w rxwca•eoae e oFrm — ae LL M zY , zr ELLSMERE RDI CO RD 51 IX EMNG GR40F f , RECDRM sr t' = us 9Y STATION 72+15 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1'=4' VERTICAL = 1"=20' * II No. 56545 =tet .— 71 ; STATE OF 1i APR 18 2038 / "r"°" Ery ynees f'fPFlL1sT TOWER CLOUD FIBER DESIGN .�A,a,wmoT° KCIP� , TOYYG� MUD �,�p� 'setting the standard �`� .......13N ` _ ' BUROFTT 6. PAAIS, W. � 1, t6/Z616 f , RECDRM sr t' = us 9Y STATION 72+15 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1'=4' VERTICAL = 1"=20' * II No. 56545 =tet .— 71 ; STATE OF APR 18 2038 / "r"°" Ery ynees f'fPFlL1sT TOWER CLOUD FIBER DESIGN .�A,a,wmoT° KCIP� , TOYYG� MUD �,�p� 'setting the standard �`� .......13N ` _ ' BUROFTT 6. PAAIS, W. � 1, t6/Z616 END VIEW OF BORE 1=92 CO RD 612 zy HOPE cow FO Al. LOCA -(TONS OF LITAXTIES AREAPPROMMATEAND MUST BEVERIFIED BEFORE. PROPOSED MBIMUM DEPTH OF .0 I.CmS FOR 'm S.UCTWHETHER u e DIRECTIONAL SOREOR Tj TRENCHING WIN11111 LOCATES FOR FELLSMERE Aw CO RD 112 ^ DEPTH WUBECONFKMEO PRjORTOCaNsTFUcTTCq4 15 RIO�F�WAY KTRWVRMATM SHOWN tS APPROXAAAM C AND BASED ON AVAMABLE COUNTY GIB WESsnT- ALLCl! VERT CROS GS n REQUIRE A DEPTH OF W BORE SeLow PLOWUNe n 4�il BORE A nECIIOMAL BORE ALL KANDHOUES ARE TO BE {3},lNFHMPEDUCT-= Fur.HmwNT.D BAN 144CT PBVR CABLE DREVBONAI. BORE77+12-73-80 ^ ALL CONSTRUCTION (3" I. -HOMEDUCT-348 METHODS AND MATERIALS WTrMNF TRIWSHOU. ENV144C-,F] ER CABLE SNORING AND StABkIZA'no. CONPLr WT1'NTHE UTEST REQUIRED AT TARS L�TTDH MTIONSOFTHEOESRFN STANDARDS, THE STANDARD 0 SPECIFICATIONS FOR ROAD AND B.00E CONSTRUCTION AND THE VnttTY ACCOW40OATION MANUAL No. 56545 STATE OF 0�OESIGY ' STANDARDS USED N NAL APR 8 2018 ....... FTPFLO137 10 TOWER CLOUD FIBER DESIGN g Stan ; "-- 14op" wleamSEE KCI BY TOWER CLOUD r.= Fs - -7-7- — BURDETiB, =' PAWS, W. I— V1812018 I I � END VIEW OF BORE u O O (S I HI I f I i FO i � 1 I ALL LOCATIONS OF UTa.TIIES ARE APPROXIMATE AND i MUST BE VERIFlED BEFCRE 1 CONSTRUCTION ! I � ).2 wx PROPOSED MINBAUM DEPTH OF1 INCHES FOR FOC AND SUBDUCTDIRECTIONAL BORE OR TRE NIG EXiENSNE LOCATES FOR FELLSMERE R01 CO RO 512- _ _..._. _.. .. __PRIOR TO CONSTRUCTI(N!RRIGHTDF-WAY NFORMATIO-IS APPROXIMATE y -AND BASED W AVAILASSIM LECOUNTY GIs WEBSITE.L Ot—TCROSSINGS__--.._—.-' __- v�•REOUIREAOEPTHOF3CRE PRBELOW FLOW NE EAN INCTFlSERCADLE ApPLACE (1X30` _.. _ • ALL HANDHOI.ES ARE TO DE BT,2T-82✓A j I iNANDHO ' SLACK HANDHOLE2+50 ALL CONSTRUCTIONSANDMATERIALS WITHIN FOOT RAV SHALL TNJIJAL BORE COMPLY WITH THE LATEST NOPE DUCT-tYB EDRIONSOFTHEDESIGNT FlBER CABLE STANL1ARDS, THE STANO4RD ,50-80,60 SPECIFICATIONS FOR ROAD BRIDGECONSMIU TION w I AND THE URuTY i `,\\\llllflllt�� ACCOMMODATION RIANUAL No. 56545- N o' pOl STATE OF f I DESIGN STANDARDS USEb. I ORIOP'� mn-m16 FDffiDN t/y�/�IIiIII\\���\` APR 181018 E�•aNFBeA OEf�numFclwrr R:IA.NGo' fir_ S�.Yrms C.- � AGucF�s �i, .. •� . i I EV FTPFUI37 TOWER CLOUD FIBER DESIGN KCI � TOMR CLOUD 50[tin6 The sTdnd2Fd� 150E 58 TEA- °Y BURDETT B. PAWS, W, � 41ta/2018 ROW ROW EOP EOP PROP. TC SOR 41' 19 Ir 17 ffi WG WE F LLSMERE RD/ CO RD 5 2 -- ------ -- 7------- -4w STATION 82+50 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' VERTICAL = 1"=20' APR 18 2018 p- FTPFL0137 TOWER CLOUD FIBER DESIGN K C I TOWER CLOUD M-0 EXTRNSWELOCATESFON DEPTHS WILL BECOHFtRMEO END VIEW OF BORE PRIOR TO CONSTRUCTION I o � O (3), Ia HOPE 9 144 CO FO AM BAN CI COUNTY S wEBSITE� D � � i ALL LOCATIONS OF UTUSME$ 1 GS ` AL3. CULVERT CROPTH AREAPPROMMATEAND BORE PR MUST BE VERIFIED BEFORE I « CONSTRUCTION n. •, o • PROPOSED MINIMUM DEPTH T ":H" 2 OF 4E INCHES FOR FOC ANO r ALL HAkOES'V2E i0 BE I HANDHOLE STATION 92+75 BUB•OUCT WHETHER USING DIRECTIONAL BORE OR Z ' N+ J DIRECTIO.'NL 80RE TRENCHING EXTRNSWELOCATESFON DEPTHS WILL BECOHFtRMEO PRIOR TO CONSTRUCTION a . MGHTA.WAY IWOPA%T*N ISAPPROXIMATE AM BAN CI COUNTY S wEBSITE� D � � f 4XeX4' GS ` AL3. CULVERT CROPTH +1i BORE PR a'Xb'Xa' OI SS' PIT BELOWPL DEPTH OF 36 I FULi BORE bait BELOW FLOWllNE i PLACE (1) 24%36"X30" "`" f,HANDHO T ":H" E LEAVE 100' SLACK r ALL HAkOES'V2E i0 BE HANDHOLE STATION 92+75 FLUSH MOUNTED Z ' N+ J DIRECTIO.'NL 80RE r ALL CONSTRUCTION SORE DIRECT%,Y.AL METHODS AND MATERUvS n LT ( PAVEMENTEME OF k 13I EAYi" MBERCAaLE 1 03^TS-BT4a �-+ () . DUCT -3yWITHIN FDO'T RAV SHALL ENV 1"CT FIBER CABLE C01f'LY {A" 1 T _ } E7a6B.ET+2T OFTHEEIATEBT EDPiON50F THEOEEIGN STANDARDS CICA of IXRECTTONAL BORE FOR ROAD HDPE OUCT -U7 AND BTUOGE CONSTRUCTION i i Em 144CT FIBER CABLE B+.07-0.75 AND THE UTILITY \\\4IIti(til ACCOMMODATION MANUAL k i No. 56545 *J NNS\\ �'1f': STATE OF Zu \l((•a J.. f/I/ss`Al. DEBIG45TANDARDS UBFD. EDIIXIN E�\\\`\ APR 18 2018 t 1111/ftfl%(\\t 3b1T-mte .......,r� cltif:f s w Imv w wt! FTPFUQ137 c +'mrs 5OUD /g; ,4: , TOWER CL FIBER DESIGN A�inA'alas !'t ��"�Q�� ,uae 1.,�, sHe��rw, 1s DF SE ��G4vssulcnaN b.,vA. r °f°"EPF'p0 ware `ti-_. TOWER CLOUD I""ai0i"°"` letting CAe standard' ,.,� 0218DTS9EE Frx prr.Taaals �✓ 1 BURCETT B. - pAR13. W. ung[ 471BI20:E lEC1iNOLOGiFS ROW — Iw C& 64 EOP Et3P PROP. Tc H{ 4%60 SORE I6'DEPI1 EXISTING EXI$MG Gw�E FELLSMERE RD/ CORD 512 GWE t se sy 92! 77 : I( : t. r20 STATION 92+75 LOOKING EAST MMMOOO TYPICAL CROSS SECTION HORIZONTAL = f"=4' VERTICAL = 1"=20' �Q�%iit ENtE k0ti/j «� No. MA5 : A\ STATE OF ~i ad Ato. ....... — fngNGAs 4 FTPFl,Ot3T TOWER CLOUD FIBER DESIGN K C I Prnro.am" wle.vMtt6M©i. Isettipg the standard x+a t6n oaf,*ro-ow {�yp,6y6,� o2rsarsssE TECHNOLOGIES TOWER CLOUD 9uRpETT a. PARIS, W. E <rtnr261e w G1 EffP EOJ 125 AVE. 125TH AVE. LOOKING SOUTH ROAD BORE PROFILE N.TS. ti meq.\�'.lcEgss �OS!r N. 56565 • t _ ^'&a', srnts OF zz rr a tog iI S5,! //I d 1IU1��` Rpk 4 & 2018 �+"�� FcrArru nzsc.u•+.w�v ocve�o, FfPfL0/5'/ ' P vcx 01 ty� �v ,y, c� .I 0 ocE DUD FIBER DESIGN �'�� GxvsxM.�cnav FG.•:f�H trt i� �4' y� ats f777 i7 K C I " „ TOWER CLOUD{ettinB the spndard �� oxseazssss n ee tcau �. .. M� BUnOEfT O. �`; P.tWS. K• Mit. 4110/2CnB TECHNOLOGIES . lHOPE 1 " cou� FO LO�TIQUS OF UTILITIES ARE APPROM%TE AND I UST BE VERIFIED BEFORE T. PROPOSED MMM DEPTH OF 46 INCHES FOR FOC AND SUB-DUCT'A IETIIIER USING DIRECTIONAL BORFOR HIS t5 EXTENSIrE LoGms FOR 1 11 IT111 WILLBE CONFIRMED o 4— 4-- PRIOR TO CONSTRUCTION FM� R., CO RD 512 51 RIGHT-OFWAY INFOWA— SHOY,H . APPRO.,-m ON AVML.�LE 41 + 'RZ FIT RE VIRE A DEPTH OF W T BELOW FLOWUNE ALLK�NDHOLESA ETOSE \SORE PIT LOCATION 97+50 RUSH �NTED R X_N 9 + I m ALL CONS. ON METHO ANDI-TE—Is BORE DfREcmO!,.LBoRE (3) 1-1M• HOPE DUCT -37T WITHINMOTMWALL (3) 1-19'HOPE MCT EM I.CT FIBER CABLE COMPLY WITH THE LATEST -N-0 EDI"ONSOFTHEDEMGN -11.m STANDARDS. THE STOo SPECIFICATIONS FOR ROAD = MDHLGE��STR�011 M a yl \`G Sr- 7?- Z// N r, ACCOMMODATION MANUAL N 11c M, No. 56545 :r 'A! STATE OF ORM /it 1pIf fiIktk APR 18 2018 FTPFW137 TOWER CLOUD FIBER DESIGN V-Ellg" KCITOWER CLOUD "°°"�ibi� setting the standard 11 vF sa -Malh — SURDErTs. t= PARIS.K 1— 41161018 116' C2 EOP EOP 125TH AVE. ¢'PRSDmx 125TH AVE LOOKING NORTH ROAD BORE PROFILE N.T.S. EvanTves vvus KCI TOWER CLOUD `ltl—pvdy, IECF[;lOLOGIES • � ND• 56545 STATE OF APR 182010 res' �E`' •o,xww!x, FfPFWM? TOWER CLOUD FIBER DESIGN NOT TO SCALE 021E02ME xo. A SURDETT B. I PA s Yl. FO, ALL LOCATIONS OF 1111LIT111 ARE APPROOWTEE AND MUST BE VEMPED BEFORE CONSTRUCTION PROPOSE0 NINO&W DEPTH OF f W.HES FOR FOC MO SUBDUCT WHETHER us ORECTIONAL BORE OR TRENCHING • EXTENSWE LOCATES FOR DEPTHS WILL BE FIRMED PRIOR TO 0ONSTRUOMN RIGHT�OF-WAY INFORMATION I5-4m&M iS APPfCPQMATE AND BASED 00 AVAMASLE COUNTY Ga wEssm. ALL CULVERT CROSSiNGS REWIRE A..RFTX or Ir S"'DWFLOWUNE ALL HX4DHOLEB ARE TO BE FLUSH MOUNTED WfTHIN FOOT PJW SHALL COMPLY EC -MONS OF TMOSMON STAN[BARDS, THE STANDARD SPECIFICAMON4 FOR ROAD AND BRIDGE COfGTEVCY1 04 AND UnLrry ACCOMMODATI . MANUAL OJAMI N OR4T WAL "e APR 18 2018 FTMO137 TOWER CLOUD FIBER DESIGN KCITOWER CLOUD nwwnLa4Cnv setting the standard oM�n � BOF se IS,'AIMPE UCT 'T fit PLACE (t) 24'X36 -X30- ENM FiDEACAM SWWUNG AM STAIMUZADON REWIRED AT THIS LOW" IS w512 I OR I A, A BORE P. FO, ALL LOCATIONS OF 1111LIT111 ARE APPROOWTEE AND MUST BE VEMPED BEFORE CONSTRUCTION PROPOSE0 NINO&W DEPTH OF f W.HES FOR FOC MO SUBDUCT WHETHER us ORECTIONAL BORE OR TRENCHING • EXTENSWE LOCATES FOR DEPTHS WILL BE FIRMED PRIOR TO 0ONSTRUOMN RIGHT�OF-WAY INFORMATION I5-4m&M iS APPfCPQMATE AND BASED 00 AVAMASLE COUNTY Ga wEssm. ALL CULVERT CROSSiNGS REWIRE A..RFTX or Ir S"'DWFLOWUNE ALL HX4DHOLEB ARE TO BE FLUSH MOUNTED WfTHIN FOOT PJW SHALL COMPLY EC -MONS OF TMOSMON STAN[BARDS, THE STANDARD SPECIFICAMON4 FOR ROAD AND BRIDGE COfGTEVCY1 04 AND UnLrry ACCOMMODATI . MANUAL OJAMI N OR4T WAL "e APR 18 2018 FTMO137 TOWER CLOUD FIBER DESIGN KCITOWER CLOUD nwwnLa4Cnv setting the standard oM�n � BOF se TT CIL EGPEap 125TH DR 4rpRoi Berg qr r DE 125TH DR LOOKING NORTH ROAD BORE PROFILE N'T's. t—.ft* bulm KCI -M-NME-F TOWER CLOUD MCHNIOLOGMS APR 1 �f FrPnOI37 CLOUD FIBER DESIGN TOWER NOT TO SCALE 100 azisoz� ' IDM B. ,! PARIS. W. 2 Row ROW C& W --- W EJP E P mop. TC HK 4'XBM'BORE "'DEPTH EASTNG 46 w w te. GRADE MERE R01 CO RD 5 EMSTIN lw -T- L. -------- -- 17 -- -- ------- A_- awo Aw 20 STATION 102+97 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1"=4' SCOTT VERTICAL = t"=20' serAs STATE OF APR 18 101AL P­ FTPR0137 Y-Ellft TOWER CLOUD FIBER DESIGN —W.— b*m setting the stand;�! Me K C I --S.I.- TOWER MUD TECIENOLOGIES PARIS. W. 1— 4118120I8 <z GL E� EGP 726TH AVE 126TH AVE LOOKING NORTH ROAD SORE PROFILE N.T.S. t i (■� �� [} ir��� SLIe4nsiJ' / Y'�'ro �cv%Tae aa' � veu ii KCI �„ M�, T/�y\�fC'e /^11"11 D p=ptp,� ae[tingthestendai 11JYYGfS 1�►L\./tJiJ TEC".lmnlf .Mq I _—.— SCQTT����/if * Na. 66545 , +f `g4 STATES �� APR 18 2018 FTPFLM7 TOWER CLOUD FIBER DESIGN NOT TO SGLE _ �`� "F' tEG �2t60D95= PAfi15, (3)- 25' CWN FO --' i ALLLOr.ILDONSOFUTILM: AREAPPROXIMATEAND __ — _ _ _. t1i�t1 MUST BE VEfBEFORE 5 � CONSTRUGTtONION PROPOSEOMPaMUM'DEPTH OF44INCHESFORFOCAND SU&DUCTWLETHERUS(NG DIRECTIONAL BORE OR TRENCMNO DEPTHEXTS WILL LOCATES FOR -' PMOR T WILL BE CONFIRRUCTIOMED . ~ .. FELLSMFAE ROI LO R041] _ ._ _ _- .. _ ._ _._ _. _ _ _ _ _ .. _ _. .. � • PPoOR TO CONSTRUCt10N y n.bN Fw PF..» RHOiVN IS WAY OXIMAIATION SHOWNIS APPROXIMATE 41.1 A110 BASED ON AVA&A COUNTY GIS WEBSITE T. ALLCULVERTCROSSINGS /.._,.._REWIRE ADEPTHOFPULE (1) 24"X36"X30" j + . OCL 1 BELOW FLOWLINE +HAHDHOLE LEAVE 100' SLACK �HANOHOLE STATION 113109 I ' c +ALL HANOHOLE$ARE tt)BE SHORING ANO STABILIUTION 1 I R T An .- FLUSH MOUNTED REQUIREDATTHISLOCATION j lz DIRECTpNAL BORE 1 ALLCIX�STRUCT10N z METHODS AND MATERIAL(J)1-1/1' HOPE DUCTea.EW I«CT FIBER CABLE ' mWRWN FDOT—SHALL Z11JW41W 1 1 ZB., 0± n I � EpfIIONB BEIR CABLE �f EOESIGNT O I O - ac STANDARDS, THE STANDARD a O I I' x ci j SPECIFICATIONS FOR ROAD i AND THE UTILII'sTRUCT1Gu ACCOMMODATION MANUAL OIRECTI SORE (3 I ( ((U,vA) O� CESIGN STANDMD6 USED: ���t`, FLORiOP •' � w1r.2meEpnlW //�SSjO \�0��` 4PR 18 1018 �� �®� FTPFLO/3T TOWER CLOUD FIBER DESIGN wesE«�vmoANB Iruao ° KCIP� TOWER CLOUD settingthe standaM 19 OF se __ ____ _ _... �mw.urtcw �bklepu 6g. 031602395E °r BURDETTS. -- PARIS, W. 1118r Zpt8 TEQINOLOGILS CIL Eop F�, I I27TH AVE r 127TH AVE LOOKING NORTH ROAD BORE 'PROFILE N.T. STATE 1,31 FfPfU%37 TOWER CLOUD FIBER DESIGN Ini NOTTOSCAM KCI-' TECHNOLOGIES TOWER CLOUD 'setting the stanoaM DV&=M —27! a .. . ;r CA Ece eop 127THCT ..-- - - I 127TH CT LOOKING NORTH ROAD BORE PROFILE If T.S. APR 18 20i6 N. 56545 STATE OF TOWER CLOUD FIBER DEt ESIGN tZ, To S- 4etU e standard F TOWER CLO is bolm g th 117, c I UD TECHNOLootFs RGVJ ROW lar cn Eop EGP PROP. TC 6'%6X0'SC Ir � .STWo 3T',,ZJ IT GRACE.,i.ERERDIC,OR 512 _____T GRE ge A BTI A, --- ---- .77' Aw. STATION 113+09 LOOKING EAST APR 1 8 218 TYPICAL CROSS SECTIONscorl- HORIZONTAL = 1"=4' VERTICAL = 1"=20' No, STATE* OF MFLO137 TOWER CLOUD FIBER DESIGN KCl TOWER CLOUD —C—albd--,.ft alt'ng _Ih, = _dar l AS M.EtBC TECH ----- - SURD=B 1�­ 4r18I2915 12&TF4 AVE 11 . 4(r FRI. 0---TH 128TH AVE LOOKING NORTH ROAD BORE PROFILE X.T41 APR 18 2018 f No. SW45 "fill FTPFLO137 TOWER CLOUD FIBER DESIGN Y-Elliff WTosc r , -111nifthemndard' 1 190 w2use TOWER CLOUD —CA—b"—*Vft -1 7 RMS W ::w,c�I �MtMt T SEE SHEETRIOFICt TO ANTCN9MTEY A1R11][I Z � r I SiJ pf� � � 2 9 gO �._ •' � � a..� � � 9 EGGE OF PAVEMENT 119+47 �" r�c EDGE OF PAVEMENT119+INC gP i I � >i EDGE OF PAVEMENT 119+55 _ 120TV CT _ EDGE OF PAVEMENT 119+30 1 I, t till; � % I y Li ENTRAN E��am m 3 ^, jo � � Y O �• E. ///// I t -r � 4 SEE SHEET 10 OF SS TO IMTCHSMVEY 9TK 114.40, \ 3 MIRT°�€ �y $y��$$ 85;' IB'PROPO3E0^1� 47 CIL FOP EOP I K � - 13 WIN 128TH CT LOOKING NORTH ROAD BORE PROFILE II.T.S. APR 18 2010 Na. 56545 STATE OF I FTPFL0137 S--7— TOWER CLOUD FIBER DESIGN KCI TOWER COUD bdM, NOT 0- Bum -ME, PWS W. 4/1812018 TFCtihataciLS I 4' CAL ECW EIOP 14' fi 129TH AVE 129TH PL LOOKING NORTH ROAD BORE PROFILE H.T.S. Pk18 2018 `fflifflT SCO �t k0ya'�% 4 N0.56545 �t _ �% STATE OF ; 0.\ ,'��S ONiiIItO FTPFLOto) C -,H- �� ��� V�{,,� -E �■I,(rn'�'�( TOWER CLOUD FIBER DESIGN uc�rcn.Na • i air KCI, TOWER CLOUD imwr.:ah6t setting the standards orroBCAE 2oa fyhy (i296Yo�pfiF J21862895E 7ECHN610G[� ___---'—-�-� BURDRTB, ar. PANS, W. 415612018 ENDVIEwOFBORE HOPE .COUN` FO ALL LOCATIONS OF UTILITIES ARE AFFROYINATE AND MUSTSEVERIFIE SEFCRE R CDNSTFIUCM- Ei PROP S.-DW.19MUMD= H 0 OF.INCHESFORPOCAND SUtI.OuCT WHETHER USING DIRECTIONAL BORE OR TRENCHING EXPENSIVE LOCATES FOR FELLSMERERiNCORDS! DEPTHS "U,. BE CCNF[RNIED PRIOR TO CON DUCTION ING 127+64 RIGHT-OF-WAY INVORA41TION SHOW IMA XIM*TE Ano BASEDONAVAILABLE COUNTY G($ WEBSIT� mm�Ntt t BORE PV7 REQUIRE ADEPTHOFW ;I ALL CULVERT CROSSINGS + + eELOwFLwAJK 1257$CaT (3j RECnONA_'BORS ALL HANDHOLES ARE TO BE EMIWHDP�EOU T-2 14ACT FIBER CABLE #i I FLUSH MOUNTED 123*3T ALL CONSTRUCTION DIRECTIONAL BORE > > V. E� �lx HDPE DUCT -443' METHODS MR, wesLALS Y.EAV JUCT FIBER LE 1CE 7 WITHIN FOOT RM $HALL SLACX INXTIONS OF THE'DESIGN HAZE COMPLYMTMTH LATEST 0 HANDHOLE STATION 12� rg+7 STANDARDS. THE STANDARD SHORING AND STAS%3ZAT, SPECIFICXnb�S FOR ROAD ON REOUREDATTHISLOCATIJ APR 18 2018 AND BRIDGE co AND THE UTIUW ACCOMMODATION MANUAL Xk%millill" UAM '56146 1, , OP STATE V -Eau FTPF0137 TOWER CLOUD FIBER DESIGN �ettin6 the standard) 21 OF. Am mvai9t D21802 KCI TOWER CLOUI Cgbd—lftI .w IN PARIS, N. ­ 4118f20le 4' GL EOP EOP r' 129TH CT 129TH CT LOOKING NORTH ROAD BORE PROFILE N.T.S. APR 56545 � A � STATE OF r T.urinittttt`' soar+ cn. a cfx {+ m Y -Mn! FIPFlA13t TOWER CLOUD FIBER DESIGN �r� KCI+ TOWER CLOUD �.1> fettingthestandard or toscuE 2'A TEC[{lOI.OGIES OURDETT O. PMIS.W. -,- 48812016 ROW ,w EOP EOP PROP. TC HR a'kBYA' BORE 4T DEI7ki IV 19 E�SING EXISTING GRAO- F -LLSMERE F Of CO RD 5 - — ---- ---- -- NO F1- 1 I n TMM 92 4, .I�-140 w Im ------ STATION 123+57 LOOKING EAST A 1p i"Ma TYPICAL CROSS SECTION ',Fl HORIZONTAL = 1'=4' 0 VERTICAL = t"=20' Z• No. 56545 :YZ �r STATE OF Z L E­ FTPFL0137 TOWER CLOUD FIBER DESIGN M- sercmg the smndard' 218 KCI TOWER GOUD kECHINOL=ES BIROETTB PARIS, W. lialmis 4e Epp EOP 129TH OR 129TH DR LOOKING WEST ROAD BORE PROFILE N.T.S. KCI -__ aI,.nz�wTOWER CLOUD km..rnDdus 4emngthe stand: `waa'rs:'Wd1w,.' C8Gi6ata'ywe¢ TECHNOLOGIES APR 18 2018 M11111111.. No. 58565 7S ; STATE OF r ^11riilllta, .�TOWER CLOUD FIBER DESIGN NOT TO SC�E �F.w'—:l.�Gi�ll �i:�rr I' Wr• END VIEW OF SORE HOPE 1. Clow t a N MULBERRY ALL LOCATIONS OF , v AN E APP ROXIINIAl t ANQ MUST BE VERIFIED CONSTRUCTION BEFORE PROPOSED hvw�f DEPTH "'e OF 0 INCHES FOR FOC AND OXL BORE OR 'TWN$YLVANIA AVd CO AD 512 EXTENSIVE LOCATES FOR DEPTHS WILL BC COKFIRAAE RIGHT -OfWAY WFORk%TION 7 ------- SHMN IS APPRO�ATF AND CO=ED ON AVAILABLE PLACE (1) 24-X36-"O- + "m NANO tOO' SLACK DONE Pit vxfl0 CULVERT CROSSMS ENDHOLE STATION 133+46 REWIRE ADD" OF3r GROW FLOWUNE ALL HANDHOLESARE'OSE FLUSH MOUNTED :j, OIRcC11ON%UORE Oq,im, zmicy-l� I CT FIBER CABHQPEQUCf LE ALL nON E" I.CT ERCASUE E OF 133,�- 1211.76 METHOMANDMATERIALS "R. 'WIPS, YMMM EMT RM SHAL, COMONS MPLYWITHMLATEST MOF, THE DESIGN lTANOARM7HfSTAI4ARD SPECMCAMONS FOR ROAD AND BRIDGE CONSTRUCTION APR 201a, THE UnUT' =.Tlll. i1ANUAf SCOT?- DIAML No. 56545 STATE OF 01 PLO 0�, SID MPFL0137 Sca+Tmsc� M� TOWER CLOUD FIBER DESIGN 021.23ME KCI TOWER CLOUD kBUIng the St.- TEOVOLOGIES BURDETT& j-- FAMS,W, 4t t$124fG 1s CIL EO EW S MULLBERRY ST PP.0- DEM 4r Fj o" S MULLBERRY LOOKING NORTH ROAD BORE PROFILE ILLS. 2018 Z,l M0.56545 E—x€z� p— TOWER CLOUD FIBER DESIGN Y-EUMI Kul TOWER CLOUD NOT To q��yp�p�, ;setting the standard] R TECMOtDGMS aun=TTB. PFAts, w 1-- .1tSr2DM EXISTING GRADE pp1—__ _ 99' aT �• I Br, I 9Y� - ROW Rew C!L 4P 4V EOP EOP PROP TC HH I(EXt' BORE �B' OEPfH 26 u' f6'�512 26 B PCNNS VANIA AVE/ -- EXISTING GRADE -- — _ . _ ____ :. g6 I Y� � I i -- I __ l_-__ 1iD' �•.+_. _�. HO'—_ . Ad X180 STATION 133+46 LOOKING EAST TYPICAL CROSS SECTION HORIZONTAL = 1'=4' VERTICAL = 1"=20' au NeAs .t.n.►�� Sisvn:t. K C IR TOWER CLOUD --� g waama+mum settln the standar pl `11Al SCOTT 11 iii �Q\G `tC EH JQ k0,S /i f f� No. 56545 O; STATE OF to n, /�f � III 11111�� FTPP 137 TOWER CLOUD FIBER DESIGN AG GHOwN —— zw 02168SSB� s.ROETTB. PAWS,W. T R' Alta(rJ19 — 76 Ch EOP EOP Sw 3V ,r SLIME ST S LIME ST LOOKING SOUTH ROAD BORE PROFILE N.T.S. •�'�� C�wm�cs Crnn3zlx:r:o.FafewrEs K C I° �Mwx�eiiamry T[Q NOLOGtFS TOWER CLOUD _ �'� 3ettn3thestandad f i a � surE oc CORIO �/moi s!ltltli{t ENS\\\` RVPL0137 TOWER CLOUD FIBER DESIGN NOT TO SCALE 021882395E 22C BURDS"S PARS. W. 1 1 18 1 2 818 EMNEW OFBORE HI FO �L L�TIOHS OF UTUM ARE �MO)UNATE AND WSTBEVIERFIE BEFORE CONSTRUCTION PROPOSED I UMDEPTH SUB.DUCTVh*THMUG4,G DIRECTIONAL BORE OR TRENCMG PSN.M-NIAAY CORD 512 4" EXI'ENBIVE LOCATES FOR DEPTHS WILL BE ampipix PRIOR TO CONSTRUCTION MGHT.GF�WAY INFM&ATION SI -CM IS APPRO)ONATE U 1'=F.=fE + COUNTY CIS ISMTE. P AND BASED ON AVAILABLE CULVERT CROSSINGS DIRECTION& BORE QUIRE A � OF • 7 C, Bzu�fOwutis BORE RT 2 ALL RMDHOLES ARE TO BE RU�MOUNTM ALL CONSTRUCTION MED�ODS AND NATERI WITHN F RAV SHALL 0 CCAMY WSH THE "TEST EDITIONS OF THE DESIGN TA—, SPECIFICATIONS FOR ROAD THE STANDARD -CTMlk (3) DIRE AM BRIDGE CONSTRUCTION ENiI"'H13mokcr ACCOMMODATION MANUAL NAsIl. No. 56545 N OF S�S DESIGN STANDARDS USED: PR 18 2018 IV-Elffn; TOWER CLOUD FIBER DESIGN Z—R9 ........... KC1 TOWER CLOUD OF SB TrICILNOLOGIES BUROV78. PARIS, W. [",7 71, S N NIC'ORY GT ... S �•,� t r i 4 _ PENNSYLVFMAAVK7 CO RU St] ]E .., ,fi y -. : f1NWP.f I2fM fiCNf-Of-IM t .. 3y{ + f 4.L48+56 e : 1 BORE PR } Z PLACE{t) Z4"X38"%3G' + }' I BORE HANDHGLE tSTATION 143}8D DiRECT]ONAL (3) t -1N' MOPE DUCT -447 a, 144CT FIBER CABLE OES(GN STAtNARDS USE4: mi]•Bit6 EDITION MEwALRPAMEL(S)TOSE _ REMO/ED DURING CONSTRUCDONAND REPLACEDACCORONGTO CfTY. COUNTY, AND EDDY STANDARDS. END VIEW OF WAS 0 ' �• fHDPE ;d COUNT I FD ( i i I I . ALL LOCATIONS OF UTU-nES I ARE APAPROXWATE AND I MUST BE VERIFIED BEFORE. CONSTRUCTION z "x PROPOSED MINIMUM DEPTH i r ' OF181HCHES FORFOCANO • SUB.DUCTWHETfERU9 G DBtEGnONAL BORE OR 666 TRENCHING • ' EKTFl3511F LOCATES FOR DEPTHS WILL BE CONFIRMED _S . RIOHT-0FWAY MKgRMATiUN OWN IS APPRO^ATE AND BASED ON AVAILABLE Y COUNTY GIS WEBSITE I } ALLCULVERTCROSSMIGS Y REOUMA VEPDt OF 34' ' OV?ECFONAL BORE SELOWFLOWGNE I W (3) 1.114' HDPE MCS -IIB � ALL IWIDMOLE9 ARE TO BE 9w INCTFIBEA CABLE FLUSH MOUNTED I t43.8a-141ta6 x ALL I UC MCHIT AMC MATE R Q FDOT RNSHALL COMILYMT OF tESIMT tN STANDAR S, THE DESIGN w STANDARDS, THE FOR rt n pp nnllp AND BR Y.DONB FOR ROAD L V 241$ AND THS VTN.ITY TRUCTIIM ON 1 tt�R ., 1lillte•. ACCOMMOC/ATION MANUAL . I N. SS546 STATE OF ��� •••�;_� RAra'Fis 'u�r+��ry FTPFLO137 TOWER CLOUD FIBER DESIGN Co aTacenoN MnNu,'st It ff rc !■ 1! �� �. IVffYGIG IUVV TOWER CLOUD �� i ',etting the standard , 1 021 �. 7A OF Be a. TECHtSOi.OG(PS ��� p�� °1 BUR4ETT e. 1: PARIS,W rf 41 t6/2atA 1 4 C& EOP EOR .��r ir 14' S BAY ST S BAY ST LOOKING SOUTH ROAD BORE PROFILE 0 T's. NM 5045 $TAM CW lot RM0137 TOWER CLOUD FIBER DESIGN bdm ' �ettingtheMndard 24A KCI —, TECHNOLOGIES eunme. PAP2s, W. at alwis RM � | �MST G \ 1�4' BORE °�� � J 9T av STATION 143+80 LOOKING EAST AP 201B TYPICAL CROSS SECTION VERTICAL 1"=20' Nm 5654 Swe 0, TOWER CLOUD FIBER DESIGN ;Netting the smdard 24B K C TOWER CLOUD � ~ �� SEE 9FfcET 26 CF V TO NAT6f 4URVET BTA I V+95 ENO VIEW OF BORE i 1 HOPE� i QtTRNJCE j{S i j !-'J _ I tf4 COUNT FO 1 Z > ,BN FINE ST l7�' ALL LOCATIONS OF UTKITIES ARE APP MATE AND MUST BE VERIFIED BEFORE CONSTRUCTION _' ' ' �_ _ ., .. _ __ __ . '- ° '• a r > PROPOSED MINIMUM DEPTH OFM IN _ OF SB INCHES FOR FRF OCNID susoucr w!+UV NG DIRECnONglBORE OR PENNSVLVA AVQ CO 80512 TRENCHING DIRECTIONAL BORE - S D Lw ,tam �7 .. .. $ .� EXTENSIVE LOCATES FOR DEPTHS WILL BEC FUWEU PRIOR TO CONSTRUCTION 15'x85153.85-.�_.... ^'..__.\ (� _-..-.��� .. -- _ _ _ T..� • RKiI(T-IIIAYNFORMAT!ON f '--`-• _ _ -_ � BISEO ON AVA6ABL ++ENDtANCE ca;rrrrels wEesrrE. E w l+ I ' - M + - I n 4 r j y .. T !-i! 1 +iI%m' �' . ALL CULVERT CROS"-:iNOS h I + SIDEWALK PANEt(51 TO BE y 'BORE PIT_; RE OUWE ADEPTH OF 36 yy 1 Z `I l 1 IN n ' .1�-+ � _ -_j BELOW FLOWLINE PUCE (1) Z+"%36`X30' _Z - e7Ri REMOVED DURING . I� i � > � � ALLHANDROESARETOBE MNDHOLI: 1.• < CONSTRUCTION AND DBtECTH3NAL BORE i : FLUSH MOUNTED' HANDHOLE STATION 153+85 > 3~, a REPLACED ACCORDING TO > C t3)LWHDPEDUCT-53t' u d Z F3 OIRECTICNAL BORE ALL CONSTRUCTION q CIfY, COUNTY, AfTO FOOT E4Y MCT FIBER CABLE > alc i i n m$AI STANDARDS a. 183.86 M8.51 - y I M (3)i -1M - HOP EDUCT -1<' METHODS ANOMATERIALS O > > EM'111CT Fle_�R CABLE YttTFBN FDOT PIVD SHALL O 119.5/-11eH8 =kVLY W'RH THELATBST m l ❑ �_-c ..t__.-- i 3 AND BRIDGE THE DESIGN i O SPECIFICATIONS FOUR ROAD I i 1 V AND BRIDGE CONSTRUCTION I I 1 o Arra THE URUTY I � ACCOMMODATION MANVAL i s AN 14D4 llill(N!l,,,NAMI. Zr No. 55$45 -A STATE OF DEBIGN 6TANDM05 LSEO ///✓.P8 ^L OftiT)•' �- 28R•Z8f8EDiM).N APR 18 2018 FMJAFF£T FTPF0131 �� $OC TL TS' coYsme-rov &— ,• 4 y:• i TOWER CLOUD FIBER DESIGN K C I . , �A;n;a� r?a.,�°' TOWER CLOUD' ��� CeQYienTo98y. 'seninHThestandard� ! a N� 1 �� 250F56 ,w wr>�r. 8219az3esE TECHNOLOGIES °' D- 8. PAWS, W, are 4110/m18 S PINE ST LOOKING NORTH ROAD BORE PROFILE NIT -S. NO. Sams 91 51'AtE d' e ArMY2018 ............ E - Q— 4t Y—EIM TOWER CLOUD FIBER DESIGN KCITOWER CLOUD TECHNOLOGIES BllRQETT 6. pous'w .1181=18 sz EO FOP ttt S BROADWAY ST S BROADWAY ST LOOKING SOUTH ROAD BORE PROFILE N.T.S. ;5r{r rw.sests AL SiA7E dF I3 Ewm�rx Puxntu i� fnvsrxcxmvw.x� tl` �'�"�bN�e�,"�v, PiPFL6i3% TOWER Ci0i10 FIBER DESIGN V"LQln ACT TOoSGrl2E se_ttn'S. t xsta m �{'(,7. {r�^^ 1 \ V I 9 TOWER CLOUD My. � TeL NOLOGIES Yr. 8t1iVIET[S- PARIS. W. h' �l iDi2Dt� ROY✓ RPN 85' C!L 3T PRCP.TCHH EDP EDP 4'Yb'Xt' BORE 68' DEPTH S � t6 2Y 28' 6 T-- - - - - -- - - - - - --- - - -- -GWElw —� — - I }�- }- ME! 77 1 ' 1 _ t r� t I I STATION 153+85 LOOKING WEST APR 18 7018 TYPICAL CROSS SECTION �o�``"scow- HORIZONTAL = 1 "=4' No �tG lNaF VERTICAL = 1"=20' *NO-� 58545 9 STATE OF f "'�Illflill�" Puzxevs SaXf' t5 'i -- : � i I - FPRBt37 TOWER CLOUD FIBER DESIGN . ms, rwm�� I K C I a.,�,�,.��, l O� D TOWER OWS CLOUD �,�gy�gyp, Setting the standard) � ASSHOYJN M0' cau ■ t b„ 1. v (.`�OAw,fp46re�wa-x, zc 021602395E iECkINO[.OGIEi BUR0ER8 PARIS, Y/. F_ G!it 130/8 ' I i � vEwFY BORc DEPryl "� UNDER TREES 39N BROADWAY ST W IS AD�OUATE Tp `` -• ry •� � 1. f — « NBROADWAY GT - j 7 I i - �/f'R8�.�10 �\�� // / E DIRECRONALBORE 'T \\ Ew,inTBrs S llt-WHDPE DUCT -29P 1 IRECTIONAL BORE L,3)1 �•�� 1: Ti I ��++ �} FTPFIOtOT TOWER CLOUD FIBER DESIGN EM'I"CTRSERCdiBtrt6T5e+5dPUCE (1) 2l'X36'X3D'158. ' HANDHO V Sa-155.85 rr I., AcT xa� zSOFse TECH:VOLOGIS .� 1D0• S CK HANDHOLE STATION 156+54 �.. 021=95E 7 APR 1 8 =No.56545 A STATE OF • ALL LOCATIONS OF UTILITIES ARE APPROXIMATE AND MUST SE VERIFIED BEFORE CONSTRUCTION • PROPOSEDMINIMUMDEPTH OF"INCHES FOR FOC AND SUBDUCT WHETHER USING DIRECTIONAL SGRE OR TRENCHING • EXTENSNE LOCATES FOR DEPTHS WILLBE CONFIRMED PRIORTOCONSTRUCTION • RIGH7-0E-WAY INFORMATION SHOWN IS APPROXIMATE AND BASED ON AVAILABLE COUNT( GIB 4B3STc • ALL CULVERT CROSSINGS REQUIRE A DEPTH OF S7 BELOW FLOMINE • ALLHANDHOLESARETOBE FLUSH tAOUNTED • ALL CONSTRUCTION METHODS MF] MATERIALS WITHIN MMT RNV SHALL COMPLY WITH THE LATEST EDITIONS OF THE DESIGN STANOAROS,THESTANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION ANO THE UTILITY DESIGN BTANOARDa lISEO: �/f'R8�.�10 �\�� // / E 291i29ta EDniON \\ Ew,inTBrs 5-1TUTS caasaznoA Asl..'n�®s �� 1: Ti I ��++ �} FTPFIOtOT TOWER CLOUD FIBER DESIGN R�v:•o-aro„I,�pppN, KCI ""w«`n.G�x� TOWER CLOUD n letting the standard) AcT xa� zSOFse TECH:VOLOGIS �4l9nieuA4 �� --------- 021=95E ...E ver rBURptTTB - PARIS. Yl. ie 0/18/2018 PPN PSV IOP CM1 W I SP EOP EOP FRCP. TC HH 60'OE�l1 II. 1S : I i . Itj I � WiDE I � : uE T1 i 4 : 111 C, _lar.__•. --.50 L0.-.. �......_�-_'- 9-"" i r, sVIA : � l : i STATION 158+54 LOOKING SOUTH TYPICAL CROSS SECTION HORIZONTAL = 1"=4' VERTICAL = 1"=20' TOWER CLOUD„ �Ptgl I�i$�10i8 `� i = r i W. 56545 t _ 73 STATE OF ` 4 9 �ORIOP � �BONilitllttt�\� FTPFL0137 TOWER CLOUD FIBER DESIGN AS SHOVM UIW239SE 3S4 SUPOETT S, PALS, W. — 411H120TS BOARD OF COUNTY COMMISSIONERS VE 2 • 1F 1� July 17, 2018 via Email Community Asphalt, Corp. Attn: Mr. Manuel Aguiar 2975 Industrial Blvd. Vero Beach, FL 32967 NOTICE OF AWARD Reference: Indian River County Bid No. 2018009 CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125`h Avenue Dear Mr. Aquiar: It is my pleasure to inform you that on July 17, 2018, the Board of County Commissioners awarded the above - referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1. Public Construction Bond (unrecorded) in the amount of 100% of the contract amount ($1,916,316.97). 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, August 1, 2018. 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, 2 ni 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: Purchasins@ircgov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1 - WORK.................................................................................................................................2 ARTICLE2 - THE PROJECT..................................................................................................................2 ARTICLE3 - ENGINEER........................................................................................................................ 2 ARTICLE4 - CONTRACT TIMES.........................................................................................................2 ARTICLE5 - 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.doc 00520-1 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\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 Asphalt. Corp. (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: This project will be performed for resurfacing of CR 512 from Myrtle Street to 1251h Avenue. The proposed improvements will include milling of existing pavement, installation of superpave asphaltic concrete, installation of signal mast arms & associated controllers with video detection, widening paved shoulders, sodding and installation of thermoplastic pavement markings, replacement of sidewalk curb returns for ADA compliance and other ancillary construction work. This is a F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 433068-1-54-01. 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: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE County Project Number: IRC -1305 Bid Number: 2018009 FPI D: 433068-1=54-01 Project Address: County Road 512 from Myrtle Street to 125th Avenue, Fellsmere, FL 32948 ARTICLE 3 — ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works) REV 06-14.doc 00520-2 FAPurchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14.doc 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 150th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions,and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 180th calendar day after the date when the Contract Times commence to run. 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $1,584.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,584.00 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 5.01.6, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ 1,916.316.97 Written Amount: One million, nine hundred sixteen thousand, three hundred sixteen dollars and ninety-seven cents 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.doc 00520-3 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 -Agreement (Public Works) REV 06-14 doc 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; 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), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under 00520 - Agreement (Public Works) REV 06-14.doc 00520-4 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14.doc 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. 7.02 To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the 00520 - Agreement (Public Works) REV 06-14.doc 00520-5 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14 doc Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-10, 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. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1); 9. General Conditions (pages 00700-1 to 00700-45, inclusive); 10. Supplementary Conditions (pages 008004to 00800-11, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet and sheets numbered 1 through 54, inclusive, with each sheet bearing the following general title: CR 512 RESURFACING & SHOULDER WIDENING and drawings consisting of a cover sheet and sheets numbered TT=1 through GT -3, inclusive, with each sheet bearing the following general title: SIGNALIZATION PLAN SHEET; 00520 - Agreement (Public Works) REV 06-14.doc 00520-6 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14 doc 13. Addenda (if applicable ); 14. Appendices to this Agreement (enumerated as follows): Appendix A — Indian River County Traffic Engineering Division Special Conditions for Right -Of -Way Construction Appendix B — Indian River County Fertilizer Ordinances Appendix C — Permits 15. CONTRACTOR'S BID (pages 00310-1 to 00310-9, inclusive); 16. Bid Bond (page 00430-1); 17. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 19. Qualifications Questionnaire (page 00456-1 to 00456-4, inclusive); 20. List of Subcontractors (page 00458-1); 21. 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); 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. 00520 - Agreement (Public Works) REV 06-14.doc 00520-7 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 -Agreement (Public Works) REV 06-14. doe 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance 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: 00520 - Agreement (Public Works) REV 06-14.doc 00520-8 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14.doc (772) 226-1424 publicrecords(@-ircgov.com Indian River County Office of the County Attorney 180127 th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works) REV 06-14.doc 00520-9 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\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 July 17 , 2018 (the approved by the Indian River County Board of County Commissioners, of the Agreement). CONTRACTOR: V COMMUNITY ASPHALT CORP:`-' c 1.1.J By: 'Manbel,A uiar\„6 kll (Contractor.)' -','Vi"" .4` (CO ORA E Attest Asst. Secretary •CPPP►i� 1z INDIAN RIVER COUNTY By: et Bryan, Ch .•• ti�Mts S �oNER ••,,• By: s. Jason. Bro n, County Adminis� 0 APPROV AS TO FORM AP41b L SUFFICIE CY: By .. �,C,Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court d Comptroller Attest: (SEAL) epu y Jerk Designated Representative: Name: James W. Ennis, P.E., PMP Title: County Engineer 1801 27th Street Vero Beach, Florida 32960 (772) 226-1221 Facsimile: (772) 778-9391 date the Contract is which is the Effective Date Address for giving notices: COGENCY GLOBAL, INC. 115 North Calhoun St., Ste. 4 Tallahassee, FL 32301 License No. CGC1521192 (Where applicable) Agent for service of process: Same as above. Designated Representative: Name: Manuel Aquiar Title: Corporate Vice President Address: 9675 NW 117th Street, Suite 108 Miami, FL 33178 Phone: (786) 418-3476 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.doc 00520-10 F:\Purchasing\Bids\2017-2018 FY (2018000)\2018009 CR 512 Myrtle -125th Street\00520 - Agreement (Public Works) REV 06-14.doc SECTION 00550 - Notice to Proceed TO: (BIDDER) ADDRESS: Dated Contract For: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE Project No: IRC -1305 FM NO: 433068-1-54-01 IRC Bid No. 2018009 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents. The contract has allocated 150 calendar days for Substantial Completion of this project and 180 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final 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 WorksXENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP) Myrtle St to 125th SMdmimlbid documents\Master Contract Documents100550 -Notice to Proceed REV 14-11.doc Rev. 05101 A no CERTIFICATE OF LIABILITY INSURANCE DAT 08101/20108 Y) 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- OLDERIMPORTANT: 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 Aon Risk Services Northeast, Inc.HONE New York NY office CONTACT NAME: (g66) 283-7122 FAX (800) 363-0105 (AIC. No. Ext): AIC. No.: 199 Water street New York NY 10038-3551 USA E-MAIL s: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: The Travelers Indemnity Co. 25658 Community Asphalt Corp. 9675 NW 117 Ave, INSURER B: The Charter Oak Fire Insurance Company 25615 ENSURER C: Suite 108 Miami FL 33178 USA INSURERD: INSURER E: AUTOMOBILE LIABILITY X ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON•OWNEDPROPERTY ONLY AUTOS ONLY INSURER F: COVERAGES CERTIFICATE NUMBER: 570072500236 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 INSR LTR TYPE OF INSURANCE INSC WVD POLICY NUMBER YY MMlDDIYVYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE aOCCUR VTC KCO K INDI MT EACH OCCURRENCE $2,000,000 DAMAGE 5500,000 PREMISES Eaocu,nence MED EXP (Any one person) $10,000 PERSONAL& ADV INJURY $2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: POLICY �PRO• JECT LOC OTHER: GENERALAGGREGATE $4,000,000 PRODUCTS-COMPIOPAGG $4,000,000 A AUTOMOBILE LIABILITY X ANYAUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED AUTOS NON•OWNEDPROPERTY ONLY AUTOS ONLY VTC23-CAP-31<992423-TIL-17 12/31/201712/31/2018 COMBINED SINGLE LIMIT Ea accident S2,000,000 BODILY INJURY (Per person) BODILY INJURY (Peraccident) DAMAGE Per acc'eiem UMBRELLA LUIS EXCESS LIAB OCCUR CLAIMS-MAOE EACH OCCURRENCE AGGREGATE DED RETENTION 8 A WORKERS COMPENSATIONAND BILITY EMPLOYERS'LJAYIN ANY PROPRIETOR/ PARTNER I EXECUTIVE OFFICERIMEMBER EXCLUDED7 (Manddoryin NH) If DESCdescribe under RIPTION OF OPERATIONS below N 1 A VTC20UB3K99227517 VTRKU83K99228717 -1-2-13-2-017 12/31/2017 12/31 2018 12/31/2018 X PER oFH- STATUTE R E,L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT 11,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached B moire space Is required) RE: Project No. IRC -1305, CAC No. 71931 CR -512 Resurfacing & Shoulder widening from Myrtle Street to 125th Avenue, County. Indian River County is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. CER I iFiCAt E 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. Indian RivStreet er County 1800 27Th AUTHORIZED REPRESENTATIVE Vero Beach FL 32960-3388 USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 3120180049428 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3140 PG: 158,8/10/2018 9:49 AM 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: 015203955 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: 1800 27th Street Vero Beach, Florida 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME: of contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: $ 1.916.316.97 CONTRACT NO: IRC -1305 of applicable) Indian River County Bid No. 2018009 DESCRIPTION OF WORK: CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue PROJECT LOCATION: County Road 512 from Myrtle Street to 125th Avenue, Fellsmere, FL 32948 LEGAL DESCRIPTION: (if applicable) FROM' PAGE All other band 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\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Docurnents\00610 - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3140 PG: 159 PUBLIC CONSTRUCTION BOND Bond No. 015203955 (enter bond number) BY THIS BOND, We Community Asphalt Corp. , as Principal and Liberty Mutual Insurance Comaany , a corporation, as Surety, are bound to Indian River County , herein called Owner, in the sum of $1,916,316.97 , 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 July 17 , 2018 , between Principal and Owner for construction of CR 512 Resurfacing s Shoulder Widening from Myrtle Street to 125th Avenue, 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,,""g' Any changes in or under the contract documents and compliance or noncolli nt ""'' ► with any formalities connected with the contract or the changes does not affe S,-..: s obligation under this bond. DATED ON July 26, 2018 Com ni halt ame of Pr ' ci' ��at ' .t B ;"..., (A Attorney in" 6ct1- -APne P '}y: Liberty Mutual Insurancd;QDm 'arty.- (Name of SUretwY,' 00610-3 00610 - Public Construction Bond F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SAAdmim\bid documents\Master Contract Documents\00610 - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK 3140 PG: 160 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the ads 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. 8064766 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company Is a corporation 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 West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Nancy Schnee Andrea E Gorbert 3ennifer L Jakaitis Anne�Poiter<Vai6i16 Spates• Susan A Weistr 8etierty A Wootford all of the city of Garden City state of "NY'.= each.irov'jdually if there be m6re.ttianone marled, its trne;a(dlawful alfomey-i tact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety ; rgoasits act: and deed, any and all undertakings, bonds;)recog fizarices and 'othe surety obligations, i*rsuance of these presents and shall be as binding upon the Companies as d they havebeen duly signed wth' president and attested -by the secretaryof the: Companies in their own ptoper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed;pyaii authorized ;officer`or6fficial of the Compaini s,4r4 the corporafeseats of the Companies have been affixed thereto this 17th day of April 2018 1Y INS&\ \NSUN\NSUq q ,I JP vxuty, P9 k uppJt rtr, cl , Npcyt,r tiF The Ohio Casualty Insurance Company 11`r s � � Liberty Mutual Insurance Company 0 lets o ' 1912 = - 1491 West mencan Insurance Company �`r`W'/rAMY>"� 1, �J S�JAUAI>" r1 � "•DMr+n �' , !�'+w/ STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY David M. Carey, Assistant Secretary On this 17th day of April , 2018 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary o1 Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. yp PAST Q-� COMMONWEALTHPENNSYLVAN ��IA aN'oNw�l Ir Notarial Seal ti� oo s v Teresa Paslelta, Notary Public BY: of Upper MerfonTwp., Montgomery County Teresa Pastella, Notary Public �v My Commission Expires Marrh 28, 2021 LVP �Arry Member. Pennsylvenia Association of Nouiries P�� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 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 to such limitation as the Chairman or the President may prescribe, shall appoint such allomays-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys4n-fact, subject to the limitations set forth in their respective 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 executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under 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. ARTICLE Xitl - 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, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such anomeysin-fact subject to the limitations set forth in their respective pavers of attorney, shall have.fuli 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 executed such instruments shall be as binding as if signed by the president and; attested by the, secretary. Certificate of Designation - The President 0 the Company, acting pursuainf to the Bylaws of the Company,, authorizes. David W Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on beiiatf of the Company to make,, execute, seal, acknowledge a11d deliver as surety any: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 mechanical) reproduced sign' secretary of the y prod g< fure.�.8rij� 2ssislant Company, wherever appearing upon a certified copy 6f any: power of attomey issued by the Company in connection with suiety bonds, shall be valid and bindipg yppq the Company with the same force and effect as though manually 3ffriced: :.. : : • A G O °•7 p;t 1, Renee C. Liewellyn, the undersigned, Assistant.Secretary, The Ohio' asualty,.tnsurance'CompanY, Liberty,.f+iutual Insurance.fampry:.and;VV t Manc9c[h�� In�yr2r+cq �bmpgnY do hereby certify that the original power of attomey of. Ala the foregoing Is'afult;, thie and. coined copy of the -Power of Attorney:exeouted-by:said G�&VJ. i'i 6.#nd atfeCt and has not been revoked.. 'A IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of _ 0jl= 1Y IN \NSUINSU - .. ,,/ �.•- : . F1 17 _ JP\' pytVS7 ,�JP"opirf `.lN(` eLx we'~�. rte +"'T�.*":��•• p 1919 n1 19121991 o BY• s o 1�c a Renee C. L A I �yrwNAtar'Sµ'. �D 1 a%r��'TA�W.fit:>' * 3' ,,Wn.a� 2 * i }✓.'-1 ,. A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK 261011000 U Jr t R t _ C L) m4) C� C Z Q N Ql t 3R 00 E R Vic :EC " of of ?+' 4 'O 4 >.0 WC :5 a EOi a OC Uu H r BK: 3140 PG: 161 Liberty Mutual. SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2017 Assets Cash and Bank Deposits ......................................... $370,003,299 'Bonds —U.S Goverment ..................................... 1,331,664,975 *Other Bonds............................................................ 11,127,053,004 'Stocks..................................................................... 16,367,850,688 Real Estate.............................................................. 272,895,626 Agents' Balances or Uncollected Premiums........... 5,258,657,823 Accrued Interest and Rents ..................................... 100,341,596 Other Admitted Assets .............................................. 11.192.287.530 Total Admitted Assets .................................... 046.020.754.541 Liabilities Unearned Premiums ................................................ $7,503,154,587 Reserve for Claims and Claims Expense ................ 19,658,731,454 Funds Held Under Reinsurance Treaties ................. 224,693,828 Reserve for Dividends to Policyholders .................. 967,520 Additional Statutory Reserve .................................. 52,491,027 Reserve for Commissions, Taxes and Other Liabilities ................................................ 4.049.392.852 Total................................................................. $31,489,431,268 Special Surplus Funds ................. $176,230,822 Capital Stock ............................... 10,000,000 Paid in Surplus ............................ 9,484,316,385 Unassigned Surplus ..................... 4,860,776,066 Surplus to Policyholders ............................... 14531323.273 Total Liabilities and Surplus ....... ........................ 546.020.754.541 4Jµ 1Nsyq,� Bonds are stated at amortized or investment value; Stocks at Association Market Values. s 1912 a The foregoing financial information is taken from Liberty Mutual Insurance Company's financial Ws� Ti statement filed with the state of Massachusetts Department of Insurance. r I, 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, 2017, 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 16's day of March, 2018. i Assistant Secretary • , r 1 i , ' STATE OF FLORIDA 'c I "DIAu RIFER COU\TY THIS IS TO CERTIFY THAT THIS IS A TRUE AND CORRECT RTL „ • .' "� ,^ 03"'(OF THE ORIGINAL ON FILE INT HIS OFFICE. i'HIS O ;G;IYAL,!, Y ;I: RED�,CTED INFOR TATION AS STATED S-12ULMIG83/18 IiJ P_ORIDA STATUE 1194D§ 01 , CLEEK BY LE � - SECTION 00622 - Contractor's Application for Payment CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Project No.: IRC -1305 Bid No.: 2018009 FM No: 433068-1-54-01 1) Attach detailed schedule and copies of all paid invoices. 1 Original Contract Price: $ 12. 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 FAPublic Works%ENGINEERING DIVISION PROJECTS%1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmim%bid documentsWaster Contract Documents100622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated STATE OF FLORIDA COUNTY OF INDIAN RIVER By: Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) .Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized. to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of 20 (SEAL) Please remit payment to: Contractor's Name: Address: is personally . known to me or has produced as identification. NOTARY PUBLIC: Printed name: Commission No.: Commission Expiration: [The remainder of this page was left blank intentionally] 00622 - Contractors Application for Payment - 03-10 rev 00622-2 F 1Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP) Myrtle St to 125th St Admim\bid documentsXMaster Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, a corporation, in accordance with Public Construction Bond Number hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety Business Address la Print Name: Title: STATE OF FLORIDA COUNTY OF INDIAN RIVER (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared to me well known or who produced as identification, who being by me first duly sworn upon oath says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of —,20 Notary Public, State of _ My Commission Expires: [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622-3 F:%PubJicWorksXENGlNEERlNG DrVISION PROJECTSX1 306 -CR 512 Resurf (SCOP)_Myrtle St to 125th SMdrnim\bid doctimentsWaster Contract DocumentsX00622 -Contractors Application for Payment - 03-10 rev.doc Rev. 05101 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 1 am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of, work performed and/or materials. supplied appears to be reasonably accurate, that the Contractor. appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers, because am not in a position to accurately determine that issue. Dated SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622-4 F:%Public Works\ENGINEERING DIVISION PROJECTSX1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim%bid documentsXMaster Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractor's Application for Payment - 03-10 rev 00622-5 F:1Public W"sIENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th StlAdmimlbid documentsWlaster Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05101 PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 1251h AVENUE Project No. IRC -1305 FM No. 4330681-54-01 Payment Application No. PREVIOUS SCHEDULED VALUE I APPLICATION I THIS PERIOD I TOTAL COMPLETED (% MATERIALS I BALANCEFINISH TO KM QUANTITY TOTAL Ty.. 1...•- : ^ � a '.ec= _ _'. ti x .^ � �.. ae & V 4YY 1 11 1 11 1 11 - 1 11 ■ 1 11 1 11 NEW . x I :�M1���u � �',� ,.Na' ���, ��i a �GRAND TOTAL AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO y DATE G7 M RETAINAGE AT 10% 0 0) TOTAL COMPLETED AND STORED LESS RETAINAGE N LESS PREVIOUS PAYMENT AMOUNT DUE CONTRACTOR F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOPL Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00622-Contractor's Application for Payment Spreadsheet Example.doc $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 * OWNER: Indian River County CONTRACTOR - CONTRACT FOR: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 126th AVENUE Project No.: IRC -1305 OWNER's Bid No. 2018009 Project Description: This project will be performed for resurfacing of CR 512 from Myrtle Street to 125th' Avenue. The proposed improvements will include milling of existin pavement, installation of superpave asphaltic concrete, installation of signal mast arms & associated controllers with video detection, widening paved shoulders, sodding an installation of thermoplastic pavement markings, replacement of sidewalk curb returns for ADA compliance and other ancillary construction work. This is a F.D.O.T. Sman County Outreach Program (SCOP) funded project, FM No. 433068-1-54-01. This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: OWNER 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 FAPublicWorksXENGINEERING DIVISION PROJECTSk1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SAAdmirrilbid documentsWaster Contract DocumentsX00630 - Certificate of Substantial Completion REV 04-07.doc The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: ENGINEER: LM (Authorized Signature) (Date). CONTRACTOR accepts this Certificate of Substantial Completion on _ (date). CONTRACTOR: M (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:1Public WorksT-NGINEERING DIVISION PROJECTSkl 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St'AdmimWd documentsXMaster Contract DocumentsX00630 - 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: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT NO: IRC -1305 STATE OF _ COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of ,20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further .says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 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\1305-CR 512 Resurt (SCOP)_Myrtle St to 125th SfxAdmim\bid documentsWaster Contract Documents\00632 - Contractors 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) 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 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Admim\bid docurnentsWaster 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 1 am a Florida Professional Surveyor and Mapper retained by: (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE PROJECT # IRC -1305 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision. I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: Telephone Number: (SURVEYOR'S SEAL) 00634 - Professional Surveyor.and Mapper's Cert 00634-1 FAPublic Works\ENGINEERING DNISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmimWid documentsWaster Contract Documents\00634 - Professional Surveyor and Mapper's Cert doc Rev. 06101 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 101515th Street N.W., Washington, DC 20005 . American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ......................................................................................... ........... 5 1.D1Defined Terms ................................................................................................................................... 5 1.03 --------------'_----------------------------.7 ARTICLE 2 - PRELIMINARY MATTERS ...................................................................................................................... 8 2l1Delivery VfBonds .............................................................................................................................. 8 2-O2Copies ofDocuments ........................................................................................................................ 8 2]03 Commencement oyContract Times, Notice hoProceed ................................................................... ] 2.04 Starting the Work ............................................................................................................................... 8 2l5Before Starting Construction ............................................................................................................. 8 2.06 Preconstruction Conference ............................................................................................................. 9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ................................. .............................. S 3.01 Intent 8 3I2Reference Standards ........................................................................................................................ 1O 3lC3Reporting and .-----.----.---.---.—..—.—.-------...-1O 3.04 Amending and Supplementing Contract Documents .......................................... ............................ 1O ARTICLE 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE P[}NTS-------------------------------------------------.j1 4.01Availability ofLands ........................................................................................................................... 11 4.02Subsurface and Physical Conditions ................................................................................................ 11 4.03 Differing Subsurface or Physical Conditions .----------.-----------------..11 4.04 Underground Facilities -------------------.-------''----.—.------12 4l5Reference Points ............................................................................................................................... 13 ARTICLE 5 - BONDS AND INSURANCE ....................................... .---.—... .-----..... —.... —..... --.--.14 5.O1Performance, Payment, and Other Bonds ... .................................................................................... 14 5]J2Licensed Sureties and Insurers ........................................................................................................ 15 5l%]Certificates ofinsurance ................................................................................................................... 15 5]]4 Insurance ............................................... --... --------.... --15 5]05C}kVNER's Liability Insurance ............................................................................................................. 18 5.08 Property Insurance .......................................... ---------------------------.18 5.07Waiver ofRights ........................................................................................................................... .... 17 5.08 Receipt and Application mfInsurance Proceeds ............................................................................... 18 5.09 Acceptance ofBonds and Insurance, Option 8n ------..---.-----...-----.18 ARTICLE 0- RESPONSIBILITIES ................................................................................................. 18 G]]1Supervision and Superintendence -----------------------------.---'18 6.02 Labor, Working Hours ....................................................................................................................... 1S 8]]3 Services, Materials, and Equipment .--------------------------------18 GI4Progress Schedule —.----.------_--..--..---------------..—.—..—.----.1S 6.05 Substitutes and ------------------------------------.1S 8`06 Conceming Subcontractors, Suppliers, and Others ........................................................................ 21 oO7oo'General Conditions REV 5-}V'o 0o?0V-2 mPublicWorksNENrjR4EER1KG DrVISION PROJECTS\1305-CR512Resurf(SCOP)_Myrtleyw125th StWrnirn\bid documents%lasteruntrwtDoamtents\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 ARTICLE8 - 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 andInterpretations ..... r .................................................................................................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 - Genera! Conditions REV 5-10-13 00700-3 F:\Pubhc Works\ENGINEERING DMSION PROJECTS\1305-CR 512 Remd(SCOP)_Myrtle St to 125th St\Admim\bid documcntsWaster Contract Documents\00700 - General Conditions REV 5-10-13.doc ARTICLE 11 - COST OFTHE WORK; CASH ALLOWANCES; UNIT PRICE WORK ............................................... 32 11.04Cost ofthe Work ............................................................................................................................. 32 1tD2Cash Allowances ............................................................................................................................. 34 11.03Unit Price Work .......................... .................................................................................................... 34 ARTICLE 13 - CHANGE {]FCONTRACT PRICE; CHANGE OFCONTRACT TIMES .---------------34 12l1 Change nfContract Price ................................................................................ ...... ......................... �� 12-02 Change ofContract Times ......................................................... :.................................................... 3b 12.03 Delays Comtrcl----------.'—.--.--------.---..-'. 35 12.04Delays Within Control .-----------------------------3b 12.05 Delays Beyond {]kVNE7'Sand [ontracbzrsControl ..................................................................... 35 12.06 Delay Damages ---'----------------------''---------------35 ARTICLE 13 -TE8TS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK .----------------.----------''------'---------'35 13IMNotice ofDefects ............................................................................................................................. 35 13.02 Access toWork ............................................................................. ................................................... 3G 13l3Tests and Inspections --.-----------------------------'------36 13.04 Uncovering Work -----------------------...................................................... 37 13lX5OWNER May Stop the Work ............................................ .............................................................. 37 13.00Correction orRemoval ofDefective Work ...................................................................................... 37 13]]7Correction Period ................. ..................................................... .................................................... JT 13.08 Acceptance ofDefective Work .---------------------------------. 38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION -----------------------'38 14lUSchedule mfValues ......................................................................................................................... JS 14M Progress Payments ----------------------------------------.38 14.03 ofTitle ................................................................................................ 40 14.04 Substantial Completion ---------------------------.----------41 14.05Partial Utilization ...................................................................................... ....................................... 41 14.06 Final Inspection .-----------------------------------------'/42 14.07 Final Payment ------------'---''------------------------.'. 42 14.08 Final Completion Delayed --..---------..--'-----.---------.—/42 14l9Waiver ofClaims ............................................................................................................................. 43 ARTICLE 15 - SUSPENSION [)FWORK AND TERMINATION ................................................................................. 43 15lUOWNER May Suspend Work --------.------.---..----------------''.A'Z 15.02 OWNER May Terminate for Cause ... ..... --....... -------------..'------.---43 15l%3OWNER May Terminate For Convenience .................................................................................... 44 ARTICLE 18 -DISPUTE RESOLUTION ---------------------------------------/44 ARTICLE17 - MISCELLANEOUS ........................... .................................................................................................... 44 17. 01 Giving Notice ................................................................................................................................... 44 17.02 Computation ofTimes ..................................................................................................................... 44 1713Cumulative Remedies ..................................................................................................................... 44 17.04 Survival of ............................................................... .................................................... �5 17.05 Controlling Law ................................................................................................................................ 45 U07oo'General Conditions REV 5-10-13 007oo-4 F-Tublic Woft\ENGMEERING DrVISION PROJEM\1305-CR512Re9urf(SC0P)_Myftte StmWth St\Adrnim\bid docurnentsWaster Contract DocurnentsW700'ommal Contfitions REVm�3.dor GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. _ Application for Payment—The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bid—The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements—The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds—Performance and payment bonds and other instruments of security. 9. Change Order—A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price—The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment. 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work—See paragraph 11.01.A for definition. 00700 - General Conditions REV 5-10-13 00700-5 RNPublic Works\ENGWEERING DMSION PROJECTS\1305-CR 512 Resutf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc 17. Drawings—That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER The individual or entity named as such in the Agreement. 1ff7-"T=.r-=Xr.92'r-V -177MM 2 - 1. Field Order—A written order issued by ENGINEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requirements—Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23, Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. Laws and Regulations; Laws or Regulat- ions—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govem- mental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Comple- tion of all the Work. 28. Notice of Award—The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement 29. Notice to Proceed --A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER—The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization—Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs—Polychlorinated biphenyls. 33. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project, Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 37, Resident Project Representative—The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700 - General Conditions REV 510-13 00700-6 F:%PublicWoftWNGlNEERlNG DrVISION PROJECTSX1305-CR512 Resurf(SCOP)_Myrtle St to 125thSt%dmim\biddocumerttsWaster Contact Documents100700- General Conditions REVS-10-13.doc 38. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier—A, manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 47. Unit Price Work—Work to be paid for on the basis of unit prices. 48. Work—The entire completed construction or the various separately identifiable parts thereof re- quired to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 50. Written Amendment—A written statement modifying the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the.Agreement and normally dealing with the nonengineering or nontechnical rather than strictly construction -related aspects of the Contract Docu- ments. 1.02 Terminology A. Intent of Certain Terms or Adjectives 1. Whenever in the Contract Documents the terms "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of ENGINEER as to the Work, it is intended that such action or determination will be solely to evaluate, in general; the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design 00700 - General Conditions REV 5-10-13 00700-7 F:\Public Works\ENGINEERING DNI$ION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St%Admim\bid documentsXMaster Contract Documents\00700 - General Conditions REV 5-10-13.doc concept of the completed Project as functioning whole as shown or indicated in the Contract Documents (unless there is o specific statement indicating otherwise). The use ofany such term or adjective shall not bmeffective toassign to|ENGi- NEER any duty orauthority to supervise or direct the performance of the Work or any duty or authority boundertake responsibility contrary tothe provisions of paragraph 9.10 orany other provision ofthe Contract Documents. B. Day 1. The word "da)(' ahoU constitute m calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word ^defeoUve," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, ordeficient inthat itdoes not conform bothe Contract Documents ordoes not meet the requirements of any insmeoUon, reference stondand, best, or approval referred to in the Contract Documenbs, or has been damaged prior to ENG\NEER's recom- mendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Gubs1onUm| Completion in accordance with paragraph 14.04or14.06). D. Furnish, Install, Perform, Provide 2. The weFd "install," when used—iA GGAneGtoan with OF ThP 4A when used in Gennel;toen with sewirses, and said Medals, 9 4` When "furnish," ^innto|.^ ." or ^ is not used inconnection with services, nnahoha|s, or equipment in a context clearly requiring an obligation of CONTRACTOR, ^provide" ieimplied. E. Unless stated otherwise inthe Contract Docu- ments, vmndo or phrases which have a well-known technical orconstruction industry ortrade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may berequired to furnish. 2.02 Copies ufDocuments A. OWNER shall furnish to CONTRACTOR up to ben copies of the Contract Documents. Additional copies will be furnished upon request at the cost of 2.03 Commencement of Contract Times, Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date ofthe Agree- ment or, if Notice to proceed is given, on the day indicated in the Notice to Proceed. ANotice to Pro- ceed may be given at any time within 30 days after the ro+oeedmoybeQivensdanybmemithin3Ddayaofertha Effective Date ofthe Agreement. Innoevent will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date isearlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- mence to run. No Work shall badone at the Site prior bothe date mnwhich the Contract Times commence to 2.05 Before Starting Construction A. Review of Contract Docu- ments: Before undertaking each part ofthe Work, CONTRACTOR shall carefully study and compare the 00700 - General Conditions REV 5-10-13 VV7oO-O FAPublic WorkMENGINEERING DIVISION PROJECTS\1305-CR512pesurf (SCOP)_�Myrtfemm125th St\AdmimXbid docurnentsWaster Contract DocurnentsX00700'General Conditions Contract Documents and check and verify pertinent figures therein and, all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review: 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for sub- mitting, reviewing, and processing such submittal; and 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.13. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and procesSing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Conditions REV 5-10-13 00700-9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SOAdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifica- tions, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the stan- dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- ees from those set forth in the Contract Documents, nor shall any such provision or instruction. be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order, or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order, (ii) ENGINEER's approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarifi- cation. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier, or other individual or entity performing or 00700 - General Conditions REV 5-10-13 00700-10 F:\Public WorkMENGINEERING DMSION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th ShAdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary . construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa- ry Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either. 1. is of such a nature as to establish that any "technical data" on which CONTRAC- TOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 00700 - General Conditions REV 5-10-13 00700-11 PIPublic WorkstENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StAdmimlbid documents\Master Contract Documents\00700 -General Conditions REV 5-10-13.doc 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of on unusual nature, and differs materially from conditions ordinarily encountered and generally recognized aminher- ent in work ofthe character provided for in the Contract Documents; then CONTRACTOR shall, after becoming aware thereof and before further disturbing the subsurface or physical conditions orperforming any Work inconnection therewith (except inanemergency as required bvparagraph 8.1O.A). notify OWNER and ENGINEER in vvhdng about such condition. CONTRACTOR ohoU not further disturb such condition orperform any Work inconnection therewith (except asaforesaid) until receipt ofwritten order bodo B. ENG0NEBR's Review. After receipt ofwritten notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the nsceamdv of O8/NER'a obtaining additional exploration ortests with respect thereto, and advise OWNER inwriting (with acopy boCONTRACTOR) of ENG|NEEFt'ofindingsand conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface mrphysical condition causes an in- crease or decrease in C{JNTRACT(]R's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the oabsQohmn described in para- graph b. with respect toWork that ispaid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions ofparagraphs 9.O8and 11.0]. 2. CONTRACTOR shall not bmentitled to any adjustment in the Contract Price or Contract Times if: &CONTRACTOR knew of the existence of such conditions at. the time CONTRACTOR made e final commitment to OWNER inrespect ofContract Price and Contract Times by the submission of Bid or becoming bound under o negotiated contract; or b.the existence ofsuch condition could reasonably have been discovered or revealed as o result of any exominadon, invesbgmUon, oxolomation, bamt or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents tobaconducted bvorfor CON- TRACTOR prior to C{JNTRACTOR'a making such final commitment; or o. CONTRACTOR failed to give the written nofice within the time and as re- quired by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price orContract Times, orboth, o Claim may be mode therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER'e Consultants ahoU not be liable to CONTRACTOR for any daimne, c#sts, loesom, or damages (including but not limited to all fees and charges of engineera, onzhibecta, ettonmeya, and other professionals and all court orarbitration orother dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project oranticipated project. 4.04 Underground Facilities A. Shown or Indicated- The information and data shown or indicated in the Contract Documents With respect to existing Underground Facilities at or contiguous tothe Site is based on information and data fumishad to OWNER or ENGINEER by the owners of such Underground Facilities, including C}VVNER, or by others. Unless it is otherwise expressly provided inthe Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or com- pleteness 2. the cost ofall ofthe following will be included in the Contract Price, and CONTRAC- TOR a. reviewing and checking all such information and data, 00700 - General Conditions REV 5-10-13 Vo7oo-,2 pAP"bli"vmokMsw»INeenmsDIVISION pmOJsCTa3m-CnenResunmooruxyrU°mm125thmvm°m\biu^ocumentmw°ste,Contract nmcumentsx0700'General Conditions b. locating all Underground Facilities shown or indicated in the Contract c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and dthe safety and protection ofall such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown mrIndicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown orindicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further diahurbing conditions affected thereby orperforming any Work in connection therewith (except in an emergencyao required by paragraph 6.16./A. identify the owner of such Underground Facility and give written notice tothat owner and hoOWNER and ENG| - NEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location ofthe Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground 2. If ENGINEER concludes that o change klthe Contract Documents is required. a Work Change Directive ora Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable tothe existence orlocation of any Underground Facility that was not shown or indkoated' or not shown or indicated with reasonable accuraci in the Contract Documents and that CONTRACTOR did not know ofand could not naoeznoblv have been expected *zbaaware ofortmhave anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent if any, of any such adjustment in Contract Price orContract Times, OWNER or CONTRACTOR may make Claim therefor as provided inparagraph 10.05. 4.05 Reference Points A. OWNER shall provide engineering surveys to anbsb|hsh reference points for construction which in ENB|NEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CON- TRACTOR shall be responsible for laying out the \8hork, shall protect and preserve the established ns0spenoe points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report toENGINEER whenever any reference point or property monument is lost or destroyed or requires relocation because ofnecessary changes ingrades or }ocationa, and shall be responsible for the onnunaba replacement or na|000don of such ne#ynanma points or property monuments by professionally qualified personnel. 4.08 Hazardous Environmental Condition at Site A. Reports and Drawings. Reference ismade bo the Supplementary Conditions for the identification of those reports and dnamjnQn relating too Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the ENGINEER in the preparation ofthe Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and dnawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance onsuch "technical dsda.~CONTRACTOR may not rely upon or make any C|mino against OWNER. ENGINEER orany ofENG|NEER's Consultants with respect to: 1 the completeness of such napodo and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained insuch reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions ormnznneoon. 00700 - General Conditions REV 5-10-13 oV7oo-`3 pAP"blicwmws\EmeINsERmnowmmwrmosCTS\1ma-Cpeunes" (SooP).Myrti"am125thnmwmmn\bivd=ument*w=terContract nmpmenmomo ' General Conditions C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed etthe Site which was not shown orindicated in Drawings or Specifications or identified in the Contract Documents tote within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Supp|iene, or anyone a|ae for whom CONTRACTOR is responsible. D. K CONTRACTOR encounters o Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible onaabao a Hazardous Environmental Condition. CONTRACTOR aho|| immediately: (i) secure or otherwise isolate such condition; Ui\stop all Work in connection with such condition and in any area affected thereby (except inanemergency required by paragraph 6.16); and (iii) notify OWNER and ENGI- NEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, ifany. E CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: U\specifying that such condition and any ofhaobed area is or has been rendered safe for the resumption of Work; or (ii) specifying any special mohditiona under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any uabnent in Contract Price orContract Tirnea.,orboth, osaresult of such Work stoppage or such special conditions under which \8Azrh is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor asprovided inparagraph 10.05. F If after receipt of such written notice CONTRACTOR does not agree toresume such Work based onoreasonable belief it iuunsafe, ordoes not agree to resume such. Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement tooronthe amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the \8kzrk, than either party may nooka a C|oirn therefor as provided in ponograph 10'05. OWNER may have such deleted portion of the VVod« performed by OVVNER'n own forces or others in accordance with Article 7. G. To the fullest extent permitted bvLaws and Regulations, OWNER shall indemnify and hold hamm|oao CONTRACTOR. Subcmntrodocs, ENG| - NEER, EyJG|NEEFys Consultants and the offioamo, dinaotono, partnere, emnp|oyeeo, agents, other oonsultanta, and subcontractors of each and any of them from and against all dainmo, oosts, loaaea, and damages (including but not |inlibad to all famm and charges of engineers, architacta, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) arising out oforrelating bza Hazardous Environmental [ondition, provided that such Hazardous Environmental Condition: (i)was not shown or indicated in the Drawings or Speidifications oridentified |nthe Contract Documents toboincluded within the scope ofthe Work, and (ii)was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER em-0rmph4.00.EahaUob|iQabyOVVNER toindemnify any individual orentity from and against the consequences ofthat individual's orentity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the offioers, directors, parbleno, omnploveas, aQenhs, other oonnultanb;, and subcontractors of each and any of them from and against all claims, cmato. |oaaes, and damages (including but not limited toall fees and charges of en0inmero, anhhaots, otbornoym, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating toa Hazardous Environmental Condition created by CONTRACTOR or by anyone for vvhonn CONTRACTOR is responsible. Nothing in this paragraph 4.08.F shall obligate CONTRACTOR to indemnify any individual qrentity from and against the consequences ofthat individual's orentity's own neg|i- Gence. i The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to aooh to a Hazardous Environmental Condition uncovered orrevealed atthe Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 00700 - General Conditions REV 5-10-13 0070 0-14 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR51eResurf (SCOP)_Myrtlem*125th St\Admim\bid docurnents\Mastermntract DocumentsXO0700'General Conditions B.All Bonds shall bainthe form prescribed by the Contract Documents except as provided otherwise by Laws or ReoulaUonm, and mho]| be executed by such sureties aeare named inthe current list of^Com- paniea 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 Sen/ice, Surety Bond Bnonch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a oarbfiad copy of such agent's authority toact. C. If the surety on any Bond furnished bvCON- TRACTOR iadeclared bankrupt orbecomes insolvent or its right to do businesa is terminated inany state where any part of the Project is located mit ceases to meet the requirements of paragraph 5.01.13. CONTRACTOR shall within 20 days thereafter substitute another Bond and nurety, both of which shall comply with the requirements of paragraphs 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents tobapurchased and maintained bvOWNER orCONTRACTOR shall beobtained from surety orinsurance companies that are duty licensed orauthorized inthe jurisdiction inwhich the Project located to issue Bonds or insurance policies for the limits and coverages so required, Such surety and insurance companies shall also meet such additional requirements and qualifications oamay beprovided in the Supplementary Conditions. 5.03 [entifioabeoofInsurance A. CONTRACTOR shall deliver to OWNER, with copies toeach additional insured identified in the Supplementary Conditicmo, certificates of insurance (and other evidence ofinsurance requested bvOWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. OWNER shall deliver to GONTRAGTOR, with Gepi to eaGh additional insured identified in the Supple 5.04 hxmumancs* A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and other obligations under the Contract Documents, whether ithatobeper- formed by CONTRACTOR, any Subcontractor or Supp|iar, or by anyone directly orindirectly pknxad by any of them to perform any of the VVork, or by anyone for whose acts any ofthem may beliable: 1. dainlm under workers' disability benefits, and other similar employee benefit acts; 2. claims for dannoQeo because of bodily injury, sickness or diseaoe, ordeath of employees; 3. claims for damages because of bodily injury, eichn000 or disease, or death of any person other than CONTRACTOR'a 4. claims for damages insured by injuryreasonably available personal liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resuffing therefrom; and 6. claims for damages because of bodily injury ordaathofm property damage arising out ofthe ownership, mainte- nance B. The policies of insurance so required by this paragraph 5.O4tobo purchased and maintained shai 1. with respect to insurance required by paragraphs 5.O4.A.3through 5.04.A.6 inclusive, include as additional insureds (subject customary exclusion iof professional liability) OWNER, ENGINEER, ENGINEER's 00700 - General Conditions REV 5-10-13 Uo7oO-x5 rAIRublicxorks\ENomsEnwenmomwpmusCTSA130o-Cmsmxesurfmcupuwyrtlomm125thnwmmm\bivdm=rnemmm"ste,Contract owcu"e"m00r00'General Conditions Consultants, and any other individuals or entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times -thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance 5.06 Property Insurance 00700 -General Conditions REV 5-10.13 00700-16 F:\Public Works%ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdrnWbid documentsWaster Contract Documents\00700 -General Conditions REV 5-10-13.doc 101-011., 1 "I IN RM Or ............. ..... D. OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified in this paragraph 5.06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be home by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 16-1.1 MIRMI MI 0. N 0. E-4 5.07 Waiver of Rights L-IrArr.r.waral MII :1=11 "M f -T20" . ..... . ...... -T T M* MW=7 00700 - General Conditions REV 5-10-13 00700-17 FAPublic Works\ENGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents\00700 - General Conditions REVS-1G-13.doc 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance, Option to Replace 5.1.0 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700 -General Conditions REV 5-10-13 00700-18 RIPublic WorksXENGINEERING MISION PROJECTSki 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th StkAdmim%bid dommentsWaster Contract Documents=700 - General Conditions REV 5-10-13.doc 27 Min ppy 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance, Option to Replace 5.1.0 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700 -General Conditions REV 5-10-13 00700-18 RIPublic WorksXENGINEERING MISION PROJECTSki 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th StkAdmim%bid dommentsWaster Contract Documents=700 - General Conditions REV 5-10-13.doc means, method, technique, sequence, or procedureof oonnbooUon which is shown or indicated in and expressly required bvthe Contract Documents. CON- TRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. A±all times during the progress of the Work, CONTRACTOR shall assign a competent resident superintendent thereto who ahm| not be replaced without w6Men notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be C[)NTRACTOR('a representative at the Site and aho|| have authority to act onbehalf ofCONTRACTOR. All communications given to or received from the superintendent shall be binding onCONTRACTOR. 6.02 Labor, Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel tosurvey, kay out, and construct the Work on required bvthe Contract Docu- ments. CONTRACTOR shall at all times maintain good discipline and order atthe Site. B. Except as otherwise required forthesafety or protection ofpersons orthe Work orproperty at the Site or adjacent thereto, and except as otherwise stated inthe Contract Documents, all Work atthe Site shall beperformed during regular working hours, and CONTRACTOR will not permit overtime work m'the performance of Work on Saturday, Sunday, or any legal holiday without OWNER'awriftenconsent (which will not be unreasonably withheld) given after prior written notice b/ENGINEER. 6.0 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for o|| services, materials, equipment, |ebor, transportmtion, construction equipment and mnochinery, too|a, app|iancea, fuel, power, light, heat, telephone, water, sanitary facilities, bannponory tsoi|iUeo, and all other facilities and incidentals necessary for the pedbnnance, heoUng. starbup.and completion ofthe Work. B. All materials and equipment incorporated into the Work shall beoo specified or, if not specified,nho| be of good qmdhx and new, except as otherwise provided inthe Contract Documents. All warranties and guarantees specifically called for by the Specifica- tions shall expressly run to the benefit of OWNER. if raqu|nsj by ENG|NEER. CONTRACTOR shall furnish satisfactory evidence reports of required tests) eatothe sounce, kind, and quality ofmaterials and equipment. All materials and equipment shall be obored, opp|ied, inataUad, oonnecbad, amectad, pnzbaob*d, used, o|emned, and conditioned in accordance with instructions of the applicable Supplier, except omotherwise may b$provided inthe Contract Documents. 8.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- cated inparognaoh2.O7\pnopogedaduotnaenby in the progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally tothe progress h d |eth ninafectandadditiono|- k/xiUuomphwithonypnovisionooftheGenenai Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times (orNU shall besubmitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order orVVhttynAmendment inaccor- dance widlArtio|e12. 6.05 Substitutes and A. Whenever onitem ofmaterial or equipment is specified or described in the Contract Documents by using the name of a proprietary item orthe name ofa particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the apeu|fiocdon or description contains or is followed by words reading that no |ike, equivalent, or "or-equai" item or no substitution is pennitted, other iherno of mnabaha| or equipment or material or equipmentofothorSupp\iena may besubmitted bzENGINEER for review under the circurnabances�described below. 1. Items: If in ENGINEER'e sole discretion amitem ofmaterial or equipment proposed by CONTRACTOR is functionally equal tothat named and sufficiently similar so that nochange inrelated Work will berequired, it may be considered by ENGINEER as on .or -equal" it*nl, in which case review and approval of the proposed item may, in 00700 - General Conditions REV 5-10-13 OVroO'cY pT"mmvo*sENoINcERoNGowmmwpemsomrmo-Cn»mmes" (Suop)_M*rtl°mmosmot\Adrni"\bmmoc=emmwmmerContract oocumrms\00700'General Conditions ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substi- tute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately' the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the pro- posed substitute item will prejudice CONTRACTOR's achievement of Substan- tial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substi- tute item in connection with the Work is sub- ject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.13. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise 00700 - General Conditions REV 5-10-13 00700-20 F:%Public WorksXENGINEERING DIVISION PROJECTS11305-CR 512 Resurf(SCOP)_Myrtle St to 125th StWdmimlbid documentsWaster Contract Documents\00700 -General Conditions REV 5-10-13.doc CONTRACTOR in . writing of any negative determination. D. Special Guarantee: OWNER may require CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other surety with respect to any substitute. E. ENGINEER's Cost Reimbursement: ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.13 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Conceming Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reason- able objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- tractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in paragraph 5.06, the agreement between the CONTRACTOR and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against OWNER, CONTRACTOR, ENGINEER, ENGINEER's Consultants, and all other individuals or entities 00700 - General Conditions REV 5-10-13 00700-21 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Ndmim\bid documentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13.doc identified in the Supplementary Conditions be listed as insureds or additional insureds band the officers, d\nachzns, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, orresulting from anyofthe perils or causes of loss covered bysuch policies and any other property insurance applicable to the Work. If the insurers on any such policies require mepenabs waiver forms to be signed by any Subcontractor orSupplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident bothe use in the performance ufthe Work mrthe incorporation in the Work of any invantion, deoign, pnoceso, product, or device which is the subject of patent rights or copyrights held by others. If particular inwenUon, deaiQn, pnlceas, product, or device is specified in the Contract Documents for use inthe performance of the Work and if to the ootum| knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license feeor royalty toothers, the existence ofsuch rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Raou|ationa. CONTRACTOR shall indemnify and hold hannissa OWNER, ENGINEER, ENG|NEER'sConeu|tonba. and the officera, dinectonm, partners, employees or agents, and other consultants of each and any of them from and against on u/o/nnm, ooszs, msses, and damages (including but not limited to all fees and charges of engineers, aruhibacts, attorneys,and other professionals and all court or arbitration or other dispute resolution costs) arising out of or na|obng to any infringement ofpatent rights orcopyrights incident tothe use inthe performance qfthe Work orresulting from the incorporation in the Work of any inmmnUon, design, process, producturdevice not specified in the Contract Documents. 8.08 Permits A. Unless otherwise provided in the Conditions, CONTRACTOR shall obtain and pay for all construcfion permits and licenses. OWNER ahsd| assist CONTRACTOR, when necessary, i obtaining such permits and licenses. CONTRACTOR shall pay all gcmennrnanba\ charges and inspection fees necessary for the prosecution ofthe Work which are applicable atthe time of opening of Bida, or, if there are no Bida, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of uU|ds owners for connections to the Work. and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable tothe performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring C[)NTRACTOR'o compli- ance with any Laws orRegulations. B. If CONTRACTOR performs any Work know- ing orhaving reason toknow that itiscontrary boLaws or Regu|aUons. CONTRACTOR shall bear all claims, costs—losses, and damages i dudingbutnot|irnUed to all fees and charges of angineera, architects, attomeyo, and other professionals and all court or arbitration orother disputenaso|uUonoosts\ohainQout oforrelating to such Work; however, it shall not be C{}NTRACTOF7a primary responsibility to make certain that the Specifications and Drawings one in accordance with Laws and Reoukationo, but this shall not relieve CONTRACTOR of C{}NTF0\CTOR'a obligations under paragraph 3.03. C. Changes inLaws or Regulations not known at the time of opening of Bids (or,00the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount orextent, if any, of any such adjustment, o Claim may be made therefor asprovided inparagraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consum- er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Lovma and Regulations of the place of the Project which are applicable during the performance ofthe Work. B. OWNER qualifies for state and local sales tax exemption inthe purchase ofall material and 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR ahoU confine construction equipment, the storage of 007DO - General Conditions REV 5-10-13 VV70o'22 pIPubxvommewomssnINoDIVISION ppuJEcrm1om5-CRmznes" (SCOP)_MyMe mm125mxmmmimmmumx=em*W°*erContract nv=xme"*mm00'General Conditions materials and equipment,and the operations of workers to the Site and other areas permitted by Lovve and Raouladons, and ohsd| not unreasonably encumber the Site and other areas with construction equipment or other materials orequipment. CONTRACTOR shall moaurne full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of, the Work. 2. Should any claim bemade by any such owner or occupant because of the performance ofthe Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding orotlaw. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR ohoU indemnify and hold harmless C%88NER. ENG1NEER, ENG\NEER's Consultant, and the officono, d|raobons' partners, emp|cyeeo, agents, and other consultants mfeach and any ofthem from and against all o|aimne. oonbs. |ooaes, and damages (including but not limited bo all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal orequitable, brought by any such owner oroccupant against OVVNER. ENG|NEER, or any other party indemnified hereunder to the extent caused by or based upon C{]NTRACTOR'mperformance ofthe Work. B. Removal ofDebris During Performance ofthe Work., During the of the Work CONTRAC- TOR shall keep the Site and other areas free from accumulations of waste moheha|o, rubbish, and other debris. Removal and disposal of such waste mcteh- a|s.rubbish, and other debhsahsd|oonfonnboapp|ioa- b|eLoxvaandRegu|otionm. C. Cleaning. Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make itready for utilization Adthe com- pletion ofthe Work CONTRACTOR shall remove from the Site all tools, appUanoes, construction equipment and nmachinery, and surplus materials and ahoU restore hooriginal oondhionoUpnopedynotdmo' noted for alteration bythe Contract Documents. D. Loading Structures: shall not load nor permit any part of any structure to be loaded in any manner that will endanger the atnuotune, nor shall CONTRACTOR subject any part ofthe Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place edthe Site one record copy ofall Drawings, Specifica- tions, Addenda, VVhtbon /hnandmnante. Change (]ndere. Work Change 0nactives, Field Dndena, and vxhMen inbsrprabadonaand o|ehficaUonoingood order and annotated to show changes made during construction. These record documents together with all approved Samples and o counterpart of all approved Shop Drawings will be ovoi|obka to ENGI- NEER for reference. Upon completion of the Work, these record dooumento. Samples, and Shop Drawings will badelivered boENGINEER for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall besolely for initiabrig, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and ahoU providethe necessary protection toprevent damage, injury or|ono 1. all persons onthe Site orwho may be affected bvthe Work; 2. all the Work and materials and equip- ment to be incorporated theren, whether in storage on or off the Site; and 3. other property at the Site or adjacent thxanabo, including bees. shrubs, |smvno, vvalka, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course ofconstruction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by 00700 - General Conditions REV 5-10-13 0070o-23 R\Public Works\ENGINEERINoDIVISION PROJECTS\1305-CR51e"esurf (SCOP)_Myrtlemw,25th St\.Adrnirn\bid docurnentsWaster Contract Dowments\00700'General Conditions CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.6 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700 - General Conditions REV 5-10-13 00700-24 F:\PublicWorks\ENGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admimtbid documents\Master Contract Documents\00700 -General Conditions REV 5-10-13.doc precautions and programs incident thereto and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2 Each submittal shall bear astamp or specific written indication that CONTRACTOR has satisfied C(]NTFU\CTOF1's obligations under the Contract Documents with respect to C{)NTRACTOF[s review and approval of that 3. Atthe time ofaac haubmittn CON- TRACTOR oheU give ENGINEER specific written notice ofsuch vohotionm, if any. that the Shop Drawing orSample submitted may have from the requirements of the Contract OooumenLs, such notice to be in awhtten com- munication separate from the submittal; and, in addition, shall cause aspecific notation tobe made oneach Shop Drawing and Sample sub- mitted brENGINEER for review and approval of each such variation. E. BVG0NEBR's Review 1. ENGINEER will bmah review and approve Shoo Drawings and Samples in accordance with the schedule of Shoo Drawings and Sample submittals acceptable to ENGINEER. ENG|NEER'n review and approval will be only to determine if the ibanmo covered bvthe submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and bocompatible with the design concept of the completed Project aaofunoUoningwMo|aas indicated. bvthe Contract Documents. 2 ENGINEER's review and approval will not extend to mweanm, methodg, techniques, oequenmas, or procedures of construction (except where o [articular meana, method, baohnique, emquanca, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions orprograms incident thereto. The review and approval cfaseparate item mssuch will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shoo Drawings or 8onvpleo shal not relieve CONTRACTOR from responsibility for any variation from the requirements ofthe Contract Documents unless CONTRACTOR has in vvhUnQ called ENG|NEER'm attention to each such variation otthe time ofeach submittal aa required by paragraph 6.17.O3 and ENGI- NEER has given written approval of each such N[S|'NEERhamQivanvvhtbanappnovo|ofea:heuoh variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements ofparagraph 8.17.D.1. F Resubmiffal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of nornyobad copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR ohoU direct specific attention in vvhUnm to revisions other than the corrections called for by ENGINEER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall carry onthe Work and adhere tothe progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or dioagneemento, except as permitted by paragraph 15.04 orasOWNER and CC}N7[R/WCFDR may otherwise agree inwriting. 819 General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENG|NEER'oConsultants that all Work will be in accordance with the Contract Documents and will not be defective. C{JMTR/*CT]R'swarranty and guarantee hereunder excludes defects ordamage caused by: 1. abuse, modifiomUon, or improper maintenance or operation by persons other than CONTRACTOR. Subcontractors. Gupp|iero, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal 00700 - General Conditions REV 5-10-13 Oo7oo'25 pAIPubo Wo**smomssRImoDIVISION peuJEorm1xm5-CRm2ne=rfmcopLwyru St to 125th St\Admiftbid documents\Master Contract uocurn"m*um00'General Conditions B. to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute on acceptance of Work that in not in accordance with the Contract Documents orarelease ofCONTFACTOR'mobligation boperform the Work in accordance with the Contract Documents: observations bvENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of nortifiooba cfSub- stantial Completion NG|NEER or any payment related thereto bvOWNER; 4. use oroccupancy of the Work many part thereof by OWNER; 5. any acceptance by OWNER or any failure todono� . 8. any navkam and approval of o Shop Drawing orSample submittal orthe issuance of anotice nfacceptability hmENGINEER; 7. any inspection, hast or approval by Pthemu'. or 0. any correction of defective VVodv by OWNER. 6.20 Indemnification A. To the fullest extent bvLaws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENG|NEER's Conou|bynts, and the offimsna, directors, pahnera, emp|oyeas, agento, and other consultants and subcontractors of each and any of them from and against all c|oirna. costs, |ooaea, and damages (including but not limited toall fees and charges nf engineers, archibacts, atbomne/a, and other professionals and all court or arbitration or other dispute resolution costs) ohs|n0 out of or relating to the performance of the VVod«, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily ' sickness, disease, ordeath, orto'injury to or destruction of tangible property (other than the \8kodk dzeUl. including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Suppxer, or any individual or emUb/ directly or indirectly employed bvany ofthem boperform any ofthe Work or anyone for whose acts any of them may be |iab|a, nsgond|e$o of whether or not caused inpart bvany negligence or omission of anindividual orentity indemnified hereunder or whether liability |simposed upon such indemni- fied party bvLaws and Regulations nagard|aao of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consuKants, agents, officers, dinecbors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, orany individual or entity directly or indirectly employed by any of them to merfomn any ofthe Work, oranyone for whose acts any of them may be |iob|e, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount ortype of damages,ati n. or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen- sation mc±a, disability benefit acts, orother employee benefit acts. C. The indemnification obligations of CON- TRACTOR under ON-TRACTORundmr paragraphG20'Ashall not extend bo the liability of ENGINEER and ENG|NEER'a Consultants or to the offioera, dinecbona, padnano, ernphnxyes, agente, and other consultants and subcontractors ofeach and any ofthem arising out of. 1. the preparation or approval of, orthe failure to prepare or approve, maps, Ooawingn, opiniono, reports, munxayo. Change C)rdena, designs, orSpecifications; or � ' d��u�or��u�o� or failing togive them, ifthat iathe primary cause of the injury or damage. ARTICLE 7 - OTHER WORK 7.01 Related Work edSite A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700 - General Conditions REV 5-10-13 00m'26 FAPublic Works\ENGINEEnING MISION PROJECTSM05-Cn512 ResurfoSCOPuMyrtlemw125th WAdmirriNd docurnentsWaster Contract Documents%00700'General Conditions performed bvutility owners. Ifsuch other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to priorCONTRACTOR to staffing any such other work; and 3. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount orextent, if any, ofany adjustment in the Contract Phca or Contract Times that should be allowed as o result of such other work, a Claim may be made therefor as provided inparagraph 1O.D5. B. CONTRACTOR shall afford each other contractor who ksaparty tmsuch adirect contract and each utility owner (and OWNER, if OWNER is per- forming the other work with {DWNER'e employees) proper and aofa access hothe Site and a reasonable opportunity for the introduction and storage of rnsdeho|m and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all outUng, fittinQ, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any mmrh of others by outUng, enoavadng, or otherwise altering their work and will only cut or alter their work with the written consent ofENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit ofsuch utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's depends upon work per- formed by others under this Article 7, CONTRACTOR er-fonnmdbvothnrounderthkaArdcle7.CONTRACT{JR shall inspect such other work and pnonnody report to ENGINEER inwriting any delays, defects, ordefiden- cies in such other work that render it unavailable or unsuitable for the proper execution and naouKa of CONTRACTOR,s Work. CONTRACTOR'a failure to mo report will constitute an acceptance of such other work as ft and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies insuch other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at, the Site, the following will beset forth in Supplementary 1. the individual orentity who will have authority and responsibilityfor coordination of the activities among the mahouscontractors will be identified; 2. the specific matters tobocovered by such authority and responsibility will be itemized;. and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise in the Supplementary Conditions, OWNER ahm|| have sole authority and responsibility for such coordination. ARTICLE B -OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, OWNER shall issue all communi- cations toCONTF0\CTORthnoughENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of ENGINEER, [%A/NER| shall appoint on engineer to whom CONTRACTOR nmohaa no reasonable objecton, whose status under the Contract Documents shall bethat ofthe former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data required ofOWNER under the Contract Documents. 8.04 Pay Promptly When Due A. OWNER shall make payments toCONTRAC- TOR promptly when they are due as provided in paragraphs 14.O3.0and 14.O7.C. 8.05 Lands and Easements, Reports and Tests A. OVVNER'oduties \nrespect ofproviding lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 00700 - General Conditions REV 5-10-13 00700-27 FAIDublic WorkslENGINEERING DIVISION PROJECTS\1 305-CR512Resurf (SCOP)_Myrtle St to 125th ShAdmirrikbid documents%Master Contract DocumentsN00700'General Conditions 4.01 and 4.05. Paragraph 4.03 refers tuOWNER'o identifying and making available CONTRACTOR �ONT��O� copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to anioUn0 surface or subsurface structures adorcontiguous tothe Site that have been utilized by ENGINEER in preparing the Contract Documents. 8]08 Insurance A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance oveoetfodhinAdio|a5. 8.07 Change Orders A. OWNER is obligated to execute Change Orders ooindicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals ' A. C}VVNER'o responsibility in respect to certain inm000dons, tmoto,'and approvals in set forth in paragraph 13.03.B. 8.09 Limitations on(}WVER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quenoea.orprocedures ufconstruction, orthe safety precautions and programs incident thereto, orfor any tsi|una of CONTRACTOR to comply with Laws and Regulations applicable to the pedbnnanoa of the Work. OWNER will not be responsible for CONTRACTOR'e failure to perform the Work in accordance with the Contract Documents. 810 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condifion is set forth in paragraph 4.06. 811 Evidence ofFinancial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OVVNER'sobligations under the Contract Documents, OWNER'e responsibility in respect thereof will be as set forth inthe Supplementary Conditions. ARTICLE 3 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be[WNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as [WNER'o representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 . Visits to Site A. ENGINEER will make visits to the Site at intervals appropriate tothe various stages ofconstruc- tion as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of COhTRACTOR'o executed Work. Based on information obtained during such visits and obaenmaUone. ENG|NEER, for the benefit of [)VVNER, will determine, in general, if the VVod« is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to make exhaustive orcontinuous inspections onthe Site to check the quality or quantity of the Work. ENG|NEER'a efforts will be directed toward providing for OWNER a greater degree ofconfidence that the completed Work will conform generally bzthe Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed ofthe progress ofthe Work and will endeavor toguard OWNER against defective Work. B. ENG|NEER's visits and observations are subject to all the Um��neonENG|NEER� authority and responsibility set forth in paragraph 9.10. and particularly,but without limitation, during oraaaresult of ENE;|NEER'm visits or observations of C[}NTRACTOR's Work ENGINEER will not supervise, direct, control, orhave authority over orbe responsible for CONTRACTOF1'n rnoons. ,nethodo, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, orfor any failure ofCONTRACTOR bocomply with Laws and Regulations applicable to the performance ofthe Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700 - General Conditions REV 5-10-13 00mo-28 F:Tublic WorkMENGINEERING MISION PROJECTS\1305-CR512pesurf (SCOP)_Myrtlemm`25th St\Admim\bid documents\Master Contract Documents%00700'General Conditions authority and limitations thereon ofany such Resident Project Representative and assistants will be as provided in paragraph9.1Uand inthe Supplementary Conditions. |fOWNER designates another represen- tative oragent torepresent OWNER at the Site who is not ENG|NEEF1's Consu|tant, agent oremployee, the responsibilities and authority and limitations thereon of such other individual orentity will bemaprovided inthe Supplementary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable promptness such written clarifications or interpreta- tions of the requirements of the Contract nterpretadoneoftherequinomenbsofUhoContract Documents ooENGINEER may determine necessary, which shall be consistent with the intent of and naaaonobk/ inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. |fOWNER and CON- TRACTOR are unable boagree onentitlement tooron the amount orextent, if any, ofany adjustment in the Contract Price orContract Times, Vrboth, thatshou|d be o||oxwsd as a result of e written clarification or interpretation, a Claim may be made therefor as provided inparagraph 1O.O5. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which donot involve anadjustment inthe Contract Price orthe Contract Times and are compati- ble with the design concept ufthe completed Project as a functioning whole as indicated by the Contract Documents. These may beaccomplished by Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRACTOR are unable toagree onentitlement tomronthe amount orextent, if any, of any adjustment in the Contract Phma or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as pnn/kJed in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject \8hodk which ENGINEER believes to be defective, orthat ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or basbn@ of the Work as provided in paragraph 13.U4.whether ornot the Work mfabricated, installed, orcompleted. 9.07 Shop Drawings, Orders and Payments A. In connection with EM{S|NEER'sauthority aa toShop Drawings and Samples, see paragraph 8.17. B. |nconnection with ENG|NEER('aauthority as toChange Orders, see Articles 1O.11.and 12. C. In connection with ENG|NEER'n authority as bzApplications for Payment, see Article 14. 9.08 Determinations for Unit Price Work A, ENGINEER will determine the actual quanti- ties and classifications ofUnit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENB|NEER.a 'preliminary determinations on such nnekbans before rendering a written decision thereon (by recommendation of an Application for Payment orotbenMse. ENGINEEFCs written decision thereon will be final and binding (except msmodified bvENGINEER ioreflect changed factual conditions or more accurate data) upon OWNER 'and CONTRACTQR, subject to the provisions ofparagraph 1D.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial of the requirements ofthe Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other nnatterore|aUngtothmaoceptabi|ib/ ofthe Work, the quantifies and classifications ofUnit Price Work, the interpretation ofthenequimamantsof the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05. with arequest for aformal decision. B. When functioning as interpreter and judge under this paragraph g.08 ENGINEER will not show partiality boOWNER mrCONTRACTOR and will not be liable in connection with any interpretation or decision rendered ingood faith insuch capacity. The rendering ofodecision bvENGINEER pursuant tothis paragraph 9.09 with respect to any such Claim, diopubo, or other matter (except any which have been waived bvthe making mvacceptance offinal payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700 - General Conditions REV 5-10-13 00700-29 F*ublic WorksTNGINEERING DIVISION PROJECTSX1305-CR512Resurf (SCOP)_Myrtlemm12Sth St\Adrnirn\bid docurnentsWaster Contract Doeunients\00700'General Conditions CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority, and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time,order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Worts Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.8. 10.03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01.A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER 00700 - General Conditions REV 5-10-13 00700-30 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc pursuant to paragraph 10.05; provided that,in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regula- tiomo, but during any such appeal, CONTRACTOR shall carry on the Work and adhere hmthe progress schedule asprovided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work orthe provisions ofthe Contract Documents not |irnkad to, Contract Phms orContract times) is required by the provisions of any Bond to be given to a surety, the giving ofany such notice will be CCjNTRACTOR's responsibility. The amount ofeach applicable Bond will beadjusted bzreflect the effect ofany such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature ofeach Claim, dispute, orother matter shall be delivered bvthe claimant ioENGINEER and the other party tothe Contract promptly (but in no event later than 30 days) after the start ofthe event giving rise thereto. Notice of the amount or extent of the C|oim, dioputa, or other matter with supporting data shall be delivered tothe ENGINEER and the other party tothe Contract within 80 days after the start ofsuch event (unless ENGINEER allows additional time for claimant to submit additional ormore accurate data in support of such C|ainn, dispute. orother rnatteh. AC|oinl for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.B. A Claim for an adjustment in Contract Time ohoU be prepared in accordance with the provisions of paragraph 12.02.8. Each Claim shall be accom- panied by claimants written statement that the. adjust- ment n|oinoed is the entire adjustment to which the claimant believes itiaentitled asoresult ofsaid event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receiptof the claimants last submittal (unless ENGINEER allows additional tirne). B. fNG8VfER's Decision: ENGINEER will render aformal decision in writing within 30 days efba receiptofthe last submittal ofthe claimant orthe last submittal ofthe opposing if any. ENG|NEBR'a xvhtban decision on such C|oimn, diapube, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENG|NEER's decision istaken within the time Unnito and in accordance with the dispute resolution procedures set forth inArticle 18;or 2. if no such dispute resolution procedures have been set forth in Article 16. o written notice of intention to appeal from ENGINEER'a written decision is delivered by OWNER orCONTRACTOR hothe other and ho ENGINEER within 30 days after the date of such decis|on, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within GD dova after the date of such decision or within 60 days after Substantial Conmp\oUon, whichever is later (unless otherwise agreed inwriting bvOWNER and CONTRACTOR).tuexercise such rightsor remedies anthe appealing party may have with respect to such C|ainm, dinpuhe, or other matter in accordance with applicable Laws and Regulations. 00700 - General Conditions REV 5-10A3 oo7oo'31 pAPublicvomsWmemceowanmommpnoJECTmo05-CnouResurfmuopumyrtmmto 125mahAdmim\m *oc"mentsW°ste,Contract omcumommmO700'General Conditions C. K ENGINEER does not render o formal decision in writing within the time stated in paragraph 10.06.13. a decision denying the C|oinn in its entirety shall bodeemed b» have been issued 31 days after receipt of the |mmt submittal of the claimant orthe iont submittal ofthe opposing party, ifany. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted inaccordance with this paragraph 10.05. ARTICLE 11 - COST OFTHE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 CostoftheWork A. CootsIncluded. The term. Cost ofthe Work means the sum ofall costs necessarily incurred and paid by CONTRACTOR inthe proper performance of the Work. When the value ofany Work covered bve Change Order or when a C|einn for on adjustment in Contract Price is determined on the basis ofCost of the Work, the costs to be reimbursed to CONTRACTOR will be only U)ona additional or incremental costs required because of the change in the Work orbecause ofthe event giving rise to the Claim. Except as otherwise may be agreed to in writing bvOWNER, such costs shall boinamounts no higher than those prevailing in the locality of the Project, shall include only the following ibomns, and shall not include any of the costs itemized in para- graph 11.01.13. 2. Coot of all materials and equipment fumished and incorporated in the Work, includ- ing costs of transportation and storage thereof, noludingozatoofbanopodationandsbonagetheroof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to nnaho poymnenta, in which case the cash discounts shall accrue to OWNER. fd| trade diocounbs, rebates'and refunds and returns from aa|o of surplus materials and equipment shall accrue toOWNER, and CONTRACTOR shall nnokm provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by If required by OWNER, CON- TRACTOR mhoU obtain competitive bids from oubountnucbona acceptable to OWNER and CONTRACTOR and ohoU deliver such bids to C}VVNER, who will thendetennine. with the advice ofENGINEER, which bids, ifany, will bo acceptable. |fany subcontract provides that the Subcontractor ietobo paidonthe basis ofCost of the Work plus m fee. the Subcontractor's Coat of the Work and fee shall be determined in the same manner as CONTRACTOR'a Cost of the Work and fee as provided in this para- graph 11.01. 4. Costs of special consultants but not limited to architectn, testing labonabzhao, attomeyo, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the a. The proportion of necessary trans- portation, tnavei and subsistence expenses of CQNTR\CTOR's employees incurred in dis- charge of duties connected with the Work. is-ohorgeofduUaaconnectedwiththeVVork. b. Cost, including transportation and maintenonce, of all mnabahals, supplies, equip- ment, machinery,mooiancea, office, and temporary facilities otthe Site, and hand tools not owned bvthe workers, which are consumed in the performance of the VVork, and cost, |eaa market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. 00700 - General Conditions REV 5-10-13 00m-32 F:�Pubfic Works\ENGINEERINaDWISION PROJECTSN1305-CR512Resurf (SCOP)_Myrtlemm125th St\Admim\bid documentsWaster Contract Documents\00700'General Conditions C. Rentals of all construction equip- ment and machinery, and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which CONTRACTOR is liable, imposed by Laws and Regulations. e . Deposits lost for causes other than negligence of CONTRACTOR, any Sub- contractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sus- tained by CONTRACTOR in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of COW TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.B. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change 00700 - General Conditions REV 5-10-13 00700-33 FAIDublic Works\ENGINEERING WISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00700 -General Conditions REV 5-10-13.doc Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.B, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaran- teed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Deter- minations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER subject to the provisions of paragraph 9.08. B. Each unit price will be deemed to include an amount considered by CONTRACTOR to be ade- quate to cover CONTRACTOR's overhead and profit for each separately identified item. C. OWNER or CONTRACTOR may make a Claim for an adjustment in the Contract Price in accor- dance with paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity . of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. if CONTRACTOR believes that CONTRACTOR is entitled to an increase in Contract Price as a result of having incurred additional expense or OWNER believes that OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; -CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the ENGINEER and the other party to the Contract in . accordance with the provisions of para- graph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of paragraph 11.03 ); or 2. where the Work involved is not cov- ered by unit prices contained in the Contract 0071X1- General Conditions REV 5-10-13 00700-34 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_"Ie St to 125th StWdmim\bid documentsWaster Contract Documents\00700 -General Conditions REV 5-10-13.doc Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph 12.01.C.2); or 3. where the Work involved is not cov- ered by unit- prices contained in the Contract Documents and agreement to a lump sum is not reached under paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under para- graphs 11.01.A.1 and 11.01I.A.2, the CONTRACTOR's fee shall be 15 percent; b. for costs incurred under paragraph 1 11.01I.A.3, the CONTRACTOR's fee shall be five percent c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever ter, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 111.01I.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcon- tractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01I.A.4, 11.01.A.5, and 11.01.13; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.62.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal, weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays Within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRAC- TOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount 00700 - General Conditions REV 5-10.13 00700-35 FAPublic WorkMENGNEERING DIVISION PROJECTS\11 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th ShAdmirnWid docurnentsWaster Contract Documents100700 - General Conditions REV 5-10-13.doe equal to the time lost due to such delay shall be CONTRACTOR's sole and exclusive remedy for such delay. 12.06 Delay Damages A. In no event shall OWNER or ENGINEER be liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from: 1. delays caused by or within the control of CONTRACTOR; or 2. delays beyond the control of both OWNER and CONTRACTOR including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God, or acts or neglect by utility owners or other contractors performing other work as contemplated by Article 7. B. Nothing in this paragraph 12.06 bars a change in Contract Price pursuant to this Article 12 to compensate CONTRACTOR due to delay, interference, or disruption directly attributable to actions or inactions of OWNER or anyone.for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of OWNER, independent _testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspec- tion or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGI- NEER, it must, if requested by ENGINEER, be uncov- ered for observation. F. Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice 00700 - General Conditions REV 5-10-13 00700-36 F1Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Master Contract Documents\00700 - General Conditions REV 5-10-13.doc of intention tocover the same and ENGINEER hos not acted with reasonable prompt- ness 13.04 Uncovering Work A. If any Work iscovered contrary to the written request ofENGINEER, it must, if requested bvENGI- NEER. be uncovered for ENG|NEER.s observation and replaced et C(]NTRA[TOFyoexpanms. B. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGI- NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, ONTRAC'TOR.sdENG|NEER'orequeet.ahaUuncove[empone. or otherwise make available for observation, inspeo- bon, or testing as ENGINEER may nsquina, that portion of the Work in quootion, furnishing all neces- sary labor, material, and equipment |fitkafound that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited boall fees and charges ofengineers, architects, ottorneyn, and other professionals and all court or arbitnafionorother dispute resolution costs) arising out of or relating to such uncovehng, exposure, observa- tion, 'inspeoUon, and testing,and of satisfactory replacement or naconnbooUon (including but not limited toall costs ofrepair orreplacement ofwork of others); OWNERanOWNERshall be entitled ba an '. appropriate decrease in the Contract Price. If the parties are unable toagree ashothe amount thereof, OWNER may make a Claim therefor asprovided in paragraph 10.05. If, hovmavm|. such Work is not found bzbedefective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract 7lnnms (on W1ilestonem), or both, dinaodv attributable to such uncovehnQ, exposune, obsen/adon, insoenUon, basbng, wap|ooemont, and reconstruction. 1fthe parries are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work 13.06 Correction orRemoval oyDefective Work A. CONTRACTOR nho| correct all defective Work, whether or not fmbhcobad, instaUmd, or completed, or, ifthe Work has been rejectedbvENG1- NEER. remove it from the Project and replace it with Work that ianot defective. CONTRACTOR shall pay all Claims, costs, |oaaes, and damages (including but not limited to all fees and charges of angineans, architeots, attonneya, and other professionals and all court orarbitration or other dispute resolution costs) arising out oforrelating tosuch correction orremoval (including but not limited to all costs of repair or replacement ofwork ofothers). 13.07 Correction Period A. . #*m,. If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or darnage. OWNER may have the defective Work corrected orrepaired ormay have the rejected \Kborh removed and nap|ocmd' and all C|aimna, ooabs, l000eo, and damages (including but not limited Noall faao and charges of engineers, onzh|bacts, ottornays, and other professionals and all court ororbdnadonor other dispute resolution costs) arising out oforrelating to such correction or repair or such nernovo| and replacement (including but not limited to all costs of repair oreplacement ofvmorkofothers)xviUbepaidbv CONTRACTOR. 00700 - General Conditions REV 5-10-13 00mo'37 p:Wublicvm**ewamse*waDIVISION pxqJEGTmoO5-Cnmenes" mcopuMyrtl°mto 125mut\Aumm\bmum=mentmwmsterContract omcum°muam0D'General Conditions C. Where defective Work (and damage to other Work resulting ihenahnnl) has been corrected or removed and replaced under this paragraph 13.07. the correction period hereunder with respect to such Work will baextended for anadditional period ofone year after such correction orremoval and replacement has been satisfactorily completed. D. under this paragraph 13.D7are in addition to any other obligation or warranty. The provisionsofthis paragraph 18.07 oho|| not be construed as a substitute for orowaiver ofthe provisions ofany applicable statute oflimitation orrepoaa. 13.08 Acceptance ofDefective Work A. If, instead of requiring conecUonorremoval and replacement of defective Work, OWNER (und. prior to ENG|NEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may ay-ment.ENBNEER)preferabzaccmptit.OVVNERmay do so. CONTRACTOR shall pay all C|ainnm. costo. |ooseo, and damages (including but not limited to all fees and charges ofengineers, architects, attorneys, and other professionals and all court orarbitration or other dispute resolution costs) attributable to OVV0ER's evaluation of and determination to accept such defective Work (such costs hmbaapproved by ENGINEER oatoreasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior b»ENG|NEEF1'arecom- mendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall boentitled toan appropriate decrease inthe Contract Price, reflecting the diminished value of Work aoaccepted. If the parties are unableto agree oetothe amount thereof, OWNER may make mClaim therefor as provided in paragraph 10.05. If the acceptance occurs after such nacomnmendmdon, on appropriate amount will bepaid byCONTRACTOR to OWNER. 13.08 OWNER May Correct Defective Work . A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work orto remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A` or if CONTRACTOR fails to perform the Work in mcoonjanma with the 'Contract Documante, or if CONTRACTOR fails to comply with any other of the Contract Documents, OWNER may, after seven days written notice to CONTR/CTOR, correct and nannody any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all orpart ofthe Site, take possession ofall orpart ofthe Work and suspend CC}NTRACTOR|'sservices related thereto, take possession ofCONTRACTOR'atools, app|ianmao, construction equipment and machinery at the Site, and incorporate inthe Work all materials and equipment stored atthe Site orfor which OWNER has id CONTRACTOR but which are stored elsewhere. CONTRACTOR ahsd| allow {WNEFl. OVVNEF{'o nepnasontativoa, agents and employees, OWNER'n other contractors, and ENGINEER and ENG|NEER'a Consultants access tothe Site bzenable OWNER to exercise the rights and remedies under this paragraph. C All Claims, costs, losses, and damages but not limited toall fees and charges of engineena, anchhacts, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will he issued incorporating the necessary revisions in the Contract Documents with respect tothe Work; and OWNER mho|| be entitled to an appropriate decrease in the Contract Price. |fthe parties are unable bzagree aabo the amount of the adjustment, OWNER may make o Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not bolimited toall costs ofrepair, orreplacement ofwork of others destroyed or damaged by conection, removal, or replacement of CO0lFR/VCT{]R's defective Work. D. CONTRACTOR shall not be allowed on extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13-09. 00700 - General Conditions REV 5-10-13 00mo-38 p:T"bli"wmms\EmewsERoNanwmmwppoJEoTSnxmxm512 Re"urfmcopUMym"mw12mxmvw=mmidu="rn=wW°ste,Contract ooc"ne"tsNmn00'General Conditions ARTICLE 14'PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule ofValues A. The schedule ofvalues established mmprovid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into o form of Application for Payment acceptable bo ENGI- NEER. PpoQnaos payments on account ofUnit Price Work will bebased onthe number cfunits completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 dnvo before the dobe established for each progress payment (but not more often than once a nnonth). CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed bvCONTRACTOR covering the Work completed maqfthe date ofthe Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of nooteho|n and equipment not incorporated in the Work but delivered and suitably stored at the Site oretanother location agreed boinwriting, the Application for Payment shall also be accompanied by a bill of aa|a. invoice, orother documentation warranting that OWNER has received the materials and equip- ment free and clear ofall Liana and evidence that the rnabaha|o and equipment are covered by appropriate property insurance or other arrangements to protect OVVNER'o interest themeio, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each shall include on affidavit of CONTRACTOR stating that all previous pnqgnaaa payments received cmaccount ofthe Work have been applied on account to discharge CC}NTRACTOF1's |agdjnnate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. ENGINEER will, within 10 days after receipt ofeach Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in vvhdng ENG|NEER'o na000na for refusing to recommend payment. Inthe latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER'o recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER' based on ENB|NEER'o observation on the Site of the executed Work omonexperienced mndqua|iied design professional and on ENG|NEERya review ofthe Application for Payment and the accompanying data and schadu|em, that tothe best of ENG|NEEF1'o knowledge, information and belief: a.the Work has progressed to the point t. the quality ofthe Work is generally in accordance with the Contract Documents toonevaluation ofthe Work emo functioning xvho|a prior to or upon Substantial Completion, bzthe results ofany subsequent tests called for in the Contract Documento, to m final determination of quantities and classifications for Unit Price Work under paragraph 8.08. and to any other qualifications stated in the recommendation); and c. The conditions to being entitled to such payment appear tohave been fulfilled inao far as it is ENG1NEER's responsibility to observe the Work. 3. By recommending any such payment ENGINEER will not thereby be deemed tohave represented that U\ inspec- tions mode to check the quality or the quantity of the \Ahorh as it has been performed have been exhauotive, extended tmevery aspect of the Work in pmgn*ss, or invoked detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; orUi\that there may not be other matters or issues between the 00700 - General Conditions REV 5-10-13 00700-39 pAPublicvom*ewamcERINoommmwpwoJEonamomCRaonesurf(Snop)_Myvlemm12smommMin\bmumu=erytmm°ste"Contract o="ment*om00-General Conditions parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recommending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.02.13.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accor- dance with paragraph 13.09; or d. ENGINEER has aGtual knewledge e the eGGuFFenre of any of the events enumeF ated in paFagFaph 46.02.A. C. Payment Becomes Due D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have, been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there -are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the'events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.I. 14.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated 00700 - General Conditions REV 5-10-13 00700-40 F:\Public WorksXENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)Myrtle St to 125th ShAdmimkbid docurneritsWaster Contract Documents\00700 -General Conditions REV 5.t0-13.doc in the Project ornot, will pass to OWNER nolater than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work kusubstantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. PnonmmOv thereafter, OWNER, CONTRACTOR. and ENGINEER mheU nneka on inspection of the \8kzrk to determine the status ofcompletion. |fENGINEER does not consider the Work substantially oornp|ate. ENGINEER will notify CONTRACTOR in vvhdng giving the reasons therefore. if ENGINEER GensideFs the VV9Fk . B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable mcoaas to complete or correct items onthe tentative list 14.05 Partial Utilization A. Use bvOWNER adOWNER'soption of any substantially completed part ofthe Work which has specifically been identified inthe Contract Documents, orwhich OWNER, ENGINEER, and CONTRACTOR agree constitutes aseparately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with C(]NTRACTOF1's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part ofthe Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially oomnp|eba. CONTRACTOR Will certify to OWNER and ENGINEER that such port of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that pod of the Work. CONTRACTOR otany time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part ofthe Work ready for its intended use and nubston- tio|hcomplete and request ENGINEER to issue o certificate of Substantial Completion for that part of the Work. Within e reasonable time after either such request, OVVNER. CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its abubus of completion. if ENGINEER does not consider that part ofthe Work tobesubstantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. if ENGINEER considers that part ofthe Work bo be substantially oonmp|ebn. the provisions of paragraph 14.04 will apply With respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and ecoeoa thereto. 2 Nooccupancy orseparate operation prior of part of the Work may occur 00700 - General Conditions REV 5-10-13 00mu-m mpublicvmowswamsenwoommmwpnoJEonax05-oncunesurfmoopU"wmm125thmwmmiffm m="e^mMa*erc**a,00c"me"ts\00700'General Conditions compliance with the requirements #fparagraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof Js complete. ENGINEER will promptly make a final inopmctionwithOWNER and CONTRACTOR and will notify CONTRACTOR in vvhUng of all pmrUou|ana in which this inspection reveals 'thed the Work is incomplete or defective. CONTRACTOR shall immediately take such nneaeunao as are necessary to complete such Work orremedy such dmficianokam. 14.07 Final Payment A. Application for Payment 1. After has, in the opinion ofENGINEER, satisfactorily completed all corrections identified during the final inspection and has de|ivened, in accordance with the Contract Oocunmente, all maintenance and operating instructions, schadu|en.Qumron- baes. Bonda, certificates or other evidence of insurance certificates ofinspection, marked -up record documents (aa provided in paragraph 8.12), and other docunnantm. CONTRACTOR may make application for final payment follow- ing Uheproceduneforprogn*sspsynnenba. 2. The final Application for Payment ahm|| be as previously delivered) by: (i) all documentation called for in the Contract Dooumenbs, including but not limited to the evidence ofinsurance required by subparagraph 5.04.13.7; (i|) consent of the sunety, if any, to final payment; and (iii) complete and legally effective releases or vvaivono (eadafacbory to OWNER) of all Lien rights arising out oforLiens filed inconnection with the Work. 3. |nlieu ofthe releases orwaivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, e��� material, and equipment for which oLien could be filed; and (ii) all poynzUo, material and equipment bi||s, and other indebtedness connected with the Work for which OWNER or [JVVNER'a property might in any vvoy be responsible have been paid or otherwise satis- fied. If any Subcontractor or Supplier fails to furnish such a release mrreceipt in full, CON- TRACTOR may furnish a Bond or 'other collateral satisfactory to OWNERto indemnify OWNER against any Lien. B, Review of Application and Acceptance 1. If, on the basis of ENGINEER'o observation of the Work during construction and fined inspection, and ENG|NEER's review of the final Application for Paymn�nt and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOF[o other obligations under the Contract Documents have been fulfiUed. ENGINEER will, within ton days after receipt of the final Application for Payment, indicate in writing EN{S|NEER's recommendation of payment and present the Application for Payment toOWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work in acceptable subject to the provisions of paragraph 14.08. Otherwise, ENGINEER will return the Application for Payment to COMTR/*CTO9|, indicating in vvhUng the reasons for refusing to recommend 5no| payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully oornp|ateJ or corrected is less than the retainage stipulated inthe Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the paymentofthe balance due for that portion ofthe Work fully completed and accepted shall besubmitted 00700 - General Conditions REV 5-10-13 00700-42 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR512Resurf (SCOP)_Myrtlemto,25th St\Admim\bid docurnentsWastermntract DocunwntS\00700'General Conditions by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, , or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CON- TRACTOR shall resume the Work on the date so fixed. Times, 9F beth, diFeistly attFibutable to any SUGh 15.02 OWNER May Terminate for Cause A. The occurrence of any one or .more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance, with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability. 00700 - General Conditions REV 5-10-13 00700-43 F:1Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th StWdmimtbid documents\Master Contract Documents\00700 -General Conditions REV 5-10-13.doc 15.03 OWNER May Terminate For Convenience A: Upon seven days written notice to CON- TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any items): 1. for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. for expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. for all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. for reasonable expenses directly attributable to termination. B. CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such termination. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, OF OWNER fails feF 30 days �9 pay G T-RAGTGR any sum finally deteFmined te be , then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, eF OWNER has failed fbF 30 days to pay GONT-RAGTOR any sum finally deteFmined te be due, CONTRACTOR may, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies 00700 - General Conditions REV 5-10-13 00700-44 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Nlaster Contract Documents\00700 - General Conditions REV 5-10-13.doc A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 00700 - General Conditions REV 5-10-13 00700-45 F1Public WorkstENGINEERING OMSION PROJECTS11305-CR 512 Resurf (SCOP) Myrtle St to 125th StWdmimlbid dooumentsWlaster Contract Documents\00700 - General Conditions REV 5-10-13.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Introduction Defined Terms Terminology Before Starting Construction Preconstruction Conference Coordination of Plans, Specifications, and Special Provisions Subsurface and Physical Conditions Performance, Payment and Other Bonds Certificates of Insurance CONTRACTOR'S Liability Insurance OWNER's Liability Insurance Property Insurance J Waiver of Rights Receipt and Application of Insurance Proceeds Acceptance of Bonds and Insurance; Option to Replace Labor; Working Hours Concerning Subcontractors, Supplies and Others Permits Cost of the Work Test and Inspections OWNER May Stop the Work Correction Period Progress Payments Substantial Completion Article Number SC —1.00 SC —1.01 SC —1.02 SC — 2.05 SC — 2.06 SC — 3.06 SC — 4.02 SC — 5.01 SC — 5.03 SC — 5.04 SC — 5.05 SC — 5.06 SC — 5.07 SC — 5.08 SC — 5.09 SC — 6.02 SC — 6.06 SC — 6.08 SC —11.01 SC —13.03 SC —13.05 SC —13.07 SC —14.02 SC —14.04 00800-i 00800 - Supplementary Conditions 05-13 rev 00800 IF:%Public Works\ENGINEERING DIVISION PROJECTSU305-CR 512 Resurf (SCOP)_Mynle St to 125th StWdmimUbid documentsWlaster Contract Documents\00600 - Supplementary Conditions 05-13 rev.doc Final Payment OWNER May Suspend Work OWNER May Terminate for Cause CONTRACTOR May Stop Work or Terminate Mediation Liens SC —14.07 SC —15.01 SC — 15.02 SC —15.04 SC —16.02 SC —17.06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 00800 -ii 00800 - Supplementary Conditions 05-13 rev 00800 iiFVublic Works\ENGINEERING DMSION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Hdmim\bid documentsWlaster Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. SC -1.01 Defined Terms SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Fumish, 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:Tublic Works%ENGINEERING DIVISION PROJECTS11305-CR 512 Resurf(SCOP) Myrtle St to 125th SMdmim%bid documentsWtaster Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc the work and to discuss schedules referred to in paragraph 2.05.13, 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 Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. 00800-2 00800 - Supplementary Conditions 05-13 rev 00800 2F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Mynle St to 125th StWdmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc B. Written/computed dimensions shall govern over scaled dimensions. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8: 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: Soil Boring Profiles, Figure 2-4 of the Signalization Plans D. Reports and drawings itemized in SC -4.02.0 are included with the Bidding Documents. SC -6.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part 11 of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall. record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04. B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1 Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 00800-3 00800 - Supplementary conditions 05-13 rev 00800 3FAIPublic WorksXENGINEERING DIVISION PROJECTS11 305 -CR 512 Resurf {SCOP} Myrtle St to 125th St%AdmWbid documentsWaster Contract Doauments=800 - Supplementary Conditions 05-13 rev.doc; 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. Special Requirements: a. Ten (10) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. C. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of, A -VII or better. D. Additional Insureds: 1. In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. NONE SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. 00800-4 00800 - Supplementary Conditions 05-13 rev 00800 4FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional Insureds: 1. The following individuals or entities shall be. listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida 00800-5 00800 - Supplementary Conditions 05-13 rev 00800 5FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th StVldmimlbid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -5.07 Waiver of Rights SC -5.07 Delete GC -5.07 (paragraphs A, B, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5.08 Delete GC -5.08 (paragraphs A and B) in its entirety. SC -5.09 Acceptance of Bonds and Insurance; Option to Replace SC -5.09 Delete GC-5.09(paragraph A)in its entirety. SC -6.02 Labor; Working Hours SC -6.02.13. Add the following paragraphs immediately after paragraph GC -6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, 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 on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No Work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C. OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. 00800-6 00800 - Supplementary conditions 05-13 rev 00800 6F1Public WorksIENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP) Myrtle St to 125th St\Hdmim\bid documentsWaster Contract Documents\00800. - Supplementary Conditions 05-13 rev.doc SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 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. SC -11.01 Cost of the Work SCA 1.01.A.1. Delete paragraph. GC -11.01.A.1 in its entirety, and insert the following sentences in its place: I 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 spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.B. Delete paragraph GC -13.03.B 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: inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 00800-7 00800 - Supplementary Conditions 05-13 rev 00800 7FAPublicWorksXENGINEERING DIVISION PROJECTSM05-CR 512 Resurf(SCOP)_Myrtle St to 125th StVAdmimlbid docum . entsWaster Contract Documents%00800 - Supplementary Conditions 05-13 rev.doc 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.13; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, -OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SCA 3.07 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 -14.02.13.5. Delete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph in its place: 00800-8 00800 - Supplementary conditions 05-13 rev 00800 8FAPublicWorks%ENGlNEERlNG DrVISION PROJECTS\1306-CR 512 Resurf(SCOP) Myrtle St to 125th St\Admim\biddocuments\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev,doc 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 of CONTRACTOR delays or rejection of defective Work; or OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04 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 ers 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 Eng ' ineer 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 other ' wise 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 Owners 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 -14.046 Add the following new paragraph immediately after paragraph GC 14.04B: 00800-9 00800 - Supplementary conditions 05-13 rev 00800 9FAPubIicWorks\ENGINEERING DIVISION PROJECTS1l3o5-CR512 Resurf(SCOP)_Myrtle St to 125th$t\Admim\biddocurnents\Master Contract Documents100800 - Supplementary Conditions 05-13 rev.doc C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC -14.07 Final Payment SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the "Local Government Prompt Payment Act", Florida Statutes section 218.70, et. seq. SC -15.01 OWNER May Suspend Work SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension. SC -15.02 OWNER May Terminate For Cause SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after paragraph GC -15.02.A.4: 5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." 6. CONTRACTOR's failure to make payment. to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. SC -15.04 CONTRACTOR May Stop Work or Terminate SC -15.04 Delete the following text from the first sentence of paragraph GC -15.04.A: SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: 00800-10 00800 - Supplementary conditions 05-13 rev 00800 10F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th StWdmim\bid documents\Master Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -16 DISPUTE RESOLUTION SC -16.02 Mediation SC -16 Add the following new paragraph immediately after paragraph GC -16.01. SC -16.02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims, disputes, or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19th Judicial Circuit in Indian River County unless delay in initiating 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. SC -17 Miscellaneous SC -17.06 Liens Add the following new paragraphs immediately after paragraph GC 17.05: SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the.OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are Subiect to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub - subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit -claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. , ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800 - Supplementary Conditions 05-13 rev 00800 11 F:\Public Works\ENGINEERING DNISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtie St to 125thStWdmim\biddocuments\Master Contract Documentsk00800 - Supplementary Conditions 05-13 rev.doc DATE OF ISSUANCE: SECTION 00942 - Change Order Form M EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: CR 512 RESURFACING& SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE OWNER's Project No. IRC -1305 OWNER'S Bid No. 2018009 FM No: 433068-1-54-01 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price (days or dates) Net Increase (Decrease) from previous Change Orders No. to Contract Price prior to this (days) Change Order: Net increase (decrease) of this Change Order: Contract Price with all approved $ Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: (days or dates) Substantial Completion: Final Completion: Net change from previous Change Orders No. - to (days) Substantial Completion: Final Completion: Contract Time prior to this Change Order: (days or dates) Substantial Completion: Final Completion: Net increase (decrease) this Change Order: (days or dates) Substantial Completion: Final Completion: Contract Time with all approved Change Orders: (days or dates) Substantial Completion: Final Completion: 9,X9377AMM: �► By: ENGINEER (Signature) Date: By: OWNER (Signature) Date: 00942 - Change Order Form REV 04-07 00942-1 F:Tublic WorkSTNGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP) Myrtle St to 125th ShAdmimkbid documentsWaster Contract Docurnants=942 - Change Order Form REV G"Tdoc Rev. 05101 SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE OWNER's Project No. IRC -1305 OWNER'S Bid No. 2018009 FM No: 433068-1-54-01 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution:. Field Operations Officer Others as Required: On-site Supervisor Project File * * END OF SECTION * * 00946 - Field Order Form REV 04-07 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\00946 - Field Order Form REV 04-07.doc DATE OF ISSUANCE: SECTION 00948 - Work Change Directive EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125th AVENUE OWNER's Project No. IRC -1305 OWNER'S Bid No. 2018009 FM No: 433068-1-54-01 You are directed to proceed promptly with the following changes: Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices II Unit Prices El Lump Sum II Other - II By Change Order: Method of determining change in Contract Times 171 Contractors Records 1771 Engineers Records Other:_ 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 * * FAPubJicWorksXENG1NEER1NG DtVlSiON PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid docurnentsWaster 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:\PublieWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th SAAdmimlbid documentsUulaster Contract DocumentstDIVISION 1 GENERAL REOUIREMENTS.doc SECTION 01009 SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41St Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D. In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained.. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. 01009-1 01009 -Special Provisions FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documentswaster Contract Documents\01009 -Special Provisions.doc SECTION 01024 FORCE ACCOUNT 1.1 General CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to perform additional work not covered on the Contract Drawings. The force Account is intended as a contingency for unforeseen work. 1_1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule. The value of force account work will be determined in accordance with Article 12 of the General Conditions. + + END OF SECTION + + 01024-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\01024 - Force Account. doc SECTION 01060 FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross -sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents. Immediately notify the ENGINEER upon discovery,of any errors, inaccuracies or omissions in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions. 1050-1 01050 Field Engineering FAPublic Works\ENGINEERING DIVISION PROJECTSM05-CR 512 Resurf (SCOP)_Myrtle St to 125th St\,Admim\bid docurnentsWaster Contract Documents101050 - Field Engineering.dGc SECTION 01850 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. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1.3 STATION BOARDS A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. 1.4 LAYOUT OF STRIPING Establish by instrument, and mark the finished surface, the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications. + + END OF SECTION + + 1050-2 01050 Field Engineering FAPublic Works\ENGINEERING MOON PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmim%bid documentsWaster 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 R\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Master Contract Documents\01091 - Reference Standards.doc SECTION 01091 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. Underwriters Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. + + END OF SECTION + + 01091-2 01091 Reference Standards FAPublic WorksXENGINEERING DIVISION PROJECTSX1 305 -CR 512 Resurf (SCOP)_Myttle St to 125th StAdmirrl\bid documentsWaster Contract Documents\01091 - Reference Standards.doc SECTION 01215 GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control" includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre -qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1.4 PRODUCT DELIVERY -STORAGE -HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\01215 General Quality.doc SECTION 01215 GENERAL QUALITY CONTROL 1.5 PROJECT PHOTOGRAPHSNIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10) Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\01215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 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 FAPubfic WorksT-NGINEERING DIVISION PROJECTS11305-CR 512 Resurf (SCOP)_Myrtle St to 125th StxAdrnirn\bid docurnentsWaster Contract Docurnentsk01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES A. No partial payments shall be approved by the ENGIN *ER ER until, there is an approved construction progress schedule on hand. B. Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1 Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. 01310-1 01310 Construction Schedule FAPublic Works\ENGINEERING DIVISION PROJECM1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\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\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\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 isnot 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 FAPublic Works\ENGINEERING DIVISION PROJECTSM05-CR 512 Resurf (SCOP) Myrtle St to 125th St\Admim\bid documents\Master Contract DocumentskOl 340 - Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 FAIRubfic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP) Myrtle St to 125th SbAdmitnUd docurnentsWaster Contrad Docurnents\01 340 - Submittal of Shop Drawings.doc Contractor: SECTION 01340 SUBMITTAL OF SHOP DRAWINGS CONTRACTOR SUBMITTALS SUBMITTAL NO. Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name:CR 512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125TH AVENUE Project No.: IRC -1305 ❑ Shop Drawing Description: Sub -Contractor:_ Remarks: ❑ Cut Sheet Reviewing Agency: (As checked below) Date Received ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: IRC Engineering Division 1801 27th Street Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File ❑ Other Date Returned No. Copies Ret'd Date Recd from Contractor Date Ret'd to Contractor No. Copies Ret'd 01340 - Submittal of Shop Drawings 01340-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle St to 125th St\Hdmim\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 two (2) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. NOT Approved - Resubmit If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". One (1) electronic copy 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 submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with following notation, "NOT Approved - Resubmit". L. Upon return of a submittal marked "NOT Approved - Resubmit", make the corrections indicated and repeat the initial approval procedure. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. M. Work shall not be performed nor equipment installed with an ENGINEER "Approved" or "Approved as Noted" Shop Drawing. N. 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 01340 - Submittal of Shop Drawings 01340-5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_MyrUe St to 125th St\Admim\bid documents\Master Contract Documents\01340 -Submittal of Shop Drawings.doc SECTION 01340 SUBMITTAL OF SHOP DRAWINGS equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment requiring Shop Drawings which have not yet received approval by the ENGINEER shall not be installed on the project. 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\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 workrepresented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms; barricades, drains, flumes, and the like, any of which may be needed in construction of any part'of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2: Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. . 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. 01520-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWlaster Contract Documents\01520 - Construction Facilities.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Master Contract Documents\01520 - Construction Facilities.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, I injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1 Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS 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 PROJECTS11305-CR512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster 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 r ' Dots 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. 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 PROJECTS11305-CR 512 Returf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents101541 -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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th SAAdmimbid documents\Master Contract Docurnents\01 541 - 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 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\AdmirnUd documentsWlasterContract 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. I + + END OF SECTION + + 01541-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_MyrtIeSt to 125th SAAdmimbiddocurnentsWaster Contract Docurnents\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:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\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 + + 01550 Access Roads 01550-2 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admimlbid documents\Master Contract Documents\01550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 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 manufacturers 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 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR51.2 Resurf (SCOP)__Myrtle St to 125th St\AdmimbiddocurnentsWaster Contract Docurnents\01610 - Transportation and Handling of Materials and Equipment.doc L- SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT G. Immediately on delivery, 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 heavy components only at designated lifting points. E. Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them. Do not drop, roll or skid products off delivery vehicles. Hand carry or use suitable materials handling equipment. + + END OF SECTION + + 01610-2 FAPubIicWorks\ENGINEERING DIVISION PROJECTS\1305-CR512 Resurf (SCOP)_Myrtle St to 125thSt\Admim\bid documents\Master Contract Documents\01 610 -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 propertyfor storage purposes without written permission of the OWNER or other person in possession or control of such premises. F. CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G. Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified. H. When appropriate store materials on wood blocking so there is no contact with the ground. + + END OF SECTION + + 01611-1 01611—Storage of Material FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf(SCOP)_Myrtle Stto 125th St\Admim\bid documents\Master Contract Documents\01611 -Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 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. A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from -a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturers name and address. b. Manufacturers literature with product description, performance and test data, and reference standards. 01630-1 01630 Substitutions FAIDublicWorksENGINEERING DIVISION PROJECTS11305-CIR 512 Resurf (SCOP)_MyrtleSt to 125th St\Adrnirn\biddocurnentsWa$ter Contract Docurnents\01 630 - 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\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SAAdmim\bid documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS 4. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost. 5. Engineer'may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. H. Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida. The redesign shall be at the CONTRACTOR's expense. Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install, or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued, CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. J. Substitute materials or equipment may be proposed for acceptance in accordance with this Section. In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_"Ie St to 125th St\Hdmim\bid documents\Master Contract Documents\01630 - Substitutions.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1.1 SCOPE Furnish all labor, equipment, appliances, and materials required or necessary to clean up and restore the site after the construction is completed. 1.2 REQUIREMENTS A. During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition. Remove all rubbish, surplus materials, and unused construction equipment. Repair all damage so that the public and property owners will be inconvenienced as little as possible. B. Provide onsite containers for the collection of waste materials, debris, and rubbish and empty such containers in a legal manner when they become full. C. Where material or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the CONTRACTOR's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean and open at all times. D. Before the completion of the project, unless otherwise especially directed or permitted in writing: 1. Tear down and remove all temporary buildings and structures; 2. Remove all temporary works, tools, and machinery, or other construction equipment furnished; 3. Remove all rubbish from any grounds occupied; and 4. Leave the roads, all parts of the premises, and adjacent property affected by construction operations, in a neat and satisfactory condition. E. Restore or replace any public or private property damaged by construction work, equipment, or employees, to a condition at least equal to that existing immediately prior to the beginning of the operations. To this end, the CONTRACTOR shall restore all highway, roadside, and landscaping work within any right-of-way, platted or prescriptive. Acceptable materials, equipment and methods shall be used for such restoration. F. Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new - appearing condition. 01710 Site Cleanup 01710-1 F:Tubfic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_MyrUe St to 125th St\Admim\bid documentsWaster Contract Documents\01710 - Site Cleanup.doc I G. It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed, destroyed, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. + + END OF SECTION + + 01710 Site Cleanup 01710-2 FAPubIicWorks\ENGINEERING DIVISION PROJECTSM05-CR 512 Resurf (SCOP)_Myrtle St to 125th ShAdmirnWd documents\Master Contract Docurnents\01 710 - Sfte Cleanup.doc SECTION 01820 Post Final Inspection 1.1 GENERAL A. Approximately one year after Final Completion, the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection. B. Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13, General. Conditions. C. After the inspection, the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds. 001820 - Post Final Inspection rev 05-13 001820-1 F;%PublicWorksXENGINEERING DIVISION PROJECTSM05-CR 512 Resurf (SCOP)_Myrtle St to 125th StkAdrnirnWid docutnentsWaster Contract DocumentsX001820 -Post Final Inspection rev 05-13.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO. 001 Technical Specifications SECTION NO. 004 Scope of Work SECTION NO. 101 Mobilization SECTION NO. 102 Maintenance of Traffic SECTION NO. 104 Prevention, Control, and Abatement of Erosion and Water Pollution SECTION NO. 110 Clearing and Grubbing SECTION NO. 120 Excavation and Embankment SECTION NO. 160 Stabilizing SECTION NO. 285 Optional Base Course SECTION NO. 327 Milling of Existing Asphalt Pavement SECTION NO. 337 Asphalt Concrete Friction Course SECTION NO. 430 Pipe Culverts SECTION NO. 520 Concrete Gutter, Curb Elements and Traffic Separator SECTION NO. 522 Concrete Sidewalk and Driveways SECTION NO. 527 Detectable Warnings SECTION NO. 570 Performance Turf SECTION NO. 630 Conduit SECTION NO. 632 Signal Cable SECTION NO. 633 Communication Cable SECTION NO. 634 Span Wire Assembly SECTION NO. 635 Pull, Splice, and Junction Boxes SECTION NO. 639 Electrical Power Service Assemblies SECTION NO. 641 Prestressed Concrete Poles F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Adrnirn\bid documents\Master Contract Docurnents\DIVISION 2 TECHNICAL PROVISIONS.doc SECTION NO. 646 Aluminum Poles, Pedestals, and Posts SECTION NO. 649 Galvanized Steel Poles, Mast Arms, and Monotube Assemblies SECTION NO. 650 Vehicular Traffic Signal Assemblies SECTION NO. 653 Pedestrian Signal Assemblies SECTION NO. 660 Vehicle Detection System SECTON NO. 665 Pedestrian Detection System SECTION NO. 670 Traffic Controller Assemblies SECTION NO. 682 Video Equipment SECTION NO. 684 Network Devices SECTION NO. 685 Traffic Control System Auxiliaries SECTION NO. 700 Highway Signing SECTION NO. 706 Retroreflective Pavement Markers and Bituminous Adhesive SECTION NO. 711 Thermoplastic Pavement Markings SECTION NO. 999 Record Drawings/As-Built Drawings F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\DIVISION 2 TECHNICAL PROVISIONS.doc SECTION 001- 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 2017, 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 the "Indian River County Department of Utility Services, Water, Wastewater, and Reclaimed Water Utility Construction Standards" March 2018. 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 004 - 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 101-1 — Mobilization — Lump Sum 01025-1 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal -Rev 02 11-0&17.docx . 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, except as modified herein. A. GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as Specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre -construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the. project plans include or specify a specific Maintenance of Traffic Plan, alternate proposals will be considered when they are found to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. 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, 01025-2 Technical Specifications FAIRublic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02-11-06-17.docx Edition as dated on the plans set forth the basic principles and prescribes minimum standards to be followed in the design, application, installation, maintenance and removal of all traffic control devices and all warning devices and barriers which are necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional traffic control devices warning devices, barriers or other safety devices will be required where unusual, complex or particularly hazardous conditions exist. The above referenced standards were developed using F.H.W.A., U.S.D.O.T. Manual on Uniform Traffic Control Devices (MUTCD). D. TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALLATION: The responsibility for installation and maintenance of adequate traffic control devices, warning devices and barriers, for the protection of the travel in public and workmen, as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to. recommendations of the Engineer. The required traffic control devices, warning devices and barriers shall be erected by the Contractor prior to creation of any hazardous condition and in conjunction with any necessary re-routing of traffic. The Contractor shall immediately remove, turn or cover any devices or barriers which do not apply to existing conditions. All traffic control devices shall conform to MUTCD standards and shall be clean and relatively undamaged. Damaged devices diminishing legibility and recognition, during either night or day conditions, are not acceptable for use. E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article, and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F. In addition to above, the Contractor shall comply with INDIAN RIVER COUNTY TRAFFIC ENGINEERING .DIVISION SPECIAL CONDITIONS FOR RIGHT-OF- WAY CONSTRUCTION in Appendix A. G. Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic on CR 512 at all times. 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 Bid Item No. 102-99 — Portable Changeable Message Sign, Temporary — Per Each Day 01025-3 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx SECTION 104 - PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION PART 1 —GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release — separate and independent discharges are required. C. Pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual and other references as may be applicable or required by regulatory permits. D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's Work as a result of failure to comply with this Section, the Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. 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. 01025-4 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th SMdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx 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 Specifications; and the installed system has been examined by the OWNER for compliance. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut -down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans, specifications, contract documents, and permits. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. 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 01025-5 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP) Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx the discharge of any hazardous substance to the State Warning Point at 800-320- 0519 or 850-413-9911. E. Discharge shall not violate State or local water quality standards in receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress. The receiving point for water from construction operations shall be approved by the applicable owner, regulatory, agency, and the ENGINEER. The receiving point shall be shown on the Project SWPPP. F. Promptly repair all damage at no cost to the OWNER. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 1340. B. Approved Stormwater Pollution Prevention Plan. C. "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. Maintain the erosion and stormwater pollution control devices until in the ENGINEER'.s sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County, Florida Department of Environmental Protection (FDEP) and other applicable regulatory agencies for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County, FDEP, and all applicable regulatory agencies. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion ' Control and Treatment of Dewatering Water and Stormwater From Construction Activities" (located at the end of this Section). 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:D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be 01025-6 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx 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. 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, Fellsmere 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 01025-7 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Hdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx 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. 3. Product: All material shall be new and unused. Use FDOT Types III through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type II silt fence. C. Turbidity Barriers: 1. General: Use turbidity barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations unless directed otherwise by the ENGINEER. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric. color shall be yellow. Use staked turbidity barriers in water less than one -foot deep. Use floating turbidity barriers in water one -foot or deeper. D. Sedimentation Control From Dewaterinq or Pumpinq Operations Usina Filter Baas: 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. 01025-8 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. '3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800- 448-3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch. basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1- 800-448-3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579- 8819). C. Or equivalent. 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 or work area.. Provide wash -down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate, washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. I. Hay Bales: Hay bales shall not be used. 01025-9 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid_ documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx 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 — Artificial Coverings/Rolled Erosion Control Products - Per Lump Sum [The remainder of this page was left blank intentionally] 01025-10 Technical Specifications FAPublic Works\EN GINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02-11-06-17.docx CONTRACTOR'S AFFIDAVIT REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM CONSTRUCTION ACTIVITIES This sworn statement is submitted to Indian River County for the following project (list project name and site address): CR512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 12.5TH AVENUE - Fellsmere Florida 32948 STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the CONTRACTOR, who upon oath duly whose business address is ' and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is 3. CONTRACTOR understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. 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 01025-11 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Hdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx 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. Under penalty of perjury, CONTRACTOR declares that it has read the foregoing affidavit and the facts stated in it are true. 01025-12 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Hdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx CONTRACTOR: Authorized Signature: Printed Name: Date: Work Telephone: Mobile Telephone: FURTHER AFFIANT SAYETH NAUGHT ********************************* The foregoing instrument was subscribed and sworn to before me this day of 20_ by who is personally known to me or has produced identification and who did take oath. My Commission expires: Notary Public State of Florida at Large + + END OF SECTION + + 01025-13 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx as SECTION 110 — CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifi-cations 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, in-cluding 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 Con -tractor's representative. C. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicini-ty 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 remov-ed. 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 pre -served 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) The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall be care -fully 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 01025-14 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Ntaster Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx 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. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 110-1-1 — Clearing & Grubbing — Per Acre 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 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 expansion factors. C. Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill, isolated Swale bottom locations, isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation. Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of replacement embankment shall be included in cost of subsoil excavation. Contractor shall coordinate with county representative prior to any subsoil excavation. D. Embankment - General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: 01025-15 Technical Specifications F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Hdmim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx Roadway Design Standard Index No. 505, Embankment Utilization Details is modified by the addition of the following: Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 120-1 — Regular Excavation — Per Cubic Yard Bid Item No. 120-6 — Embankment — Per Cubic Yard SECTION 160 - STABILIZING The work specified in this item shall conform to Section 160 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. 160-4 — Type B Stabilization — 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 285-701 — Optional Base, Base Group 01 — Per Square Yard Bid Item No. 285-706 — Optional Base, Base Group 06 — Per Square Yard SECTION 327 - MILLING OF EXISTING ASPHALT PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Items of Payment Payment for the work specified in this item shall be made under: 01025-16 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx Bid Item No. 327-70-6 — Milling Existing Asph Pavt, 1-1/2" Avg Depth — Per Square Yard SECTION 337 — ASPHALT CONCRETE FRICTION COURSES The work specified in this item shall conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Items of Payment Payment for the work specified in this item shall be made under: Bid Item No. 337-7-81 —Asphalt Concrete Friction Course (Traffic B, FC -12.5, PG 76-22) — Per Ton SECTION 430 — PIPE CULVERTS The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Items of Payment Payment for the work specified in this item shall be made under: Item No. 430-174-112 — Pipe Culvert, Round, 12" SD (C.M.P.) — Per Linear Foot SECTION 520 — CONCRETE GUTTER, CURB ELEMENTS AND TRAFFIC SEPARATOR The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Items of Payment Payment for the work specified in this item shall be made under: Item No. 520-1-10 — Concrete Curb & Gutter, Type F — Per Linear Foot SECTION 522 — CONCRETE SIDEWALK AND DRIVEWAYS The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications - for Road and Bridge Construction. 01025-17 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documentsWaster Contract Documents\Technical Specifications - 100% Submittal - Rev 02-11-06-17.docx Items of Payment Payment for the work specified in this item shall be made under: Item No. 522-2 — Concrete Sidewalk and Driveways, 6" Thick — Per Square Yard SECTION 527 — DETECTABLE WARNINGS The work specified in this item shall conform to Section 527 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Items of Payment Payment for the work specified in this item shall be made under: Item No. 527-2 — Detectable Warnings — Per Square Foot SECTION 570 — PERFORMANCE TURF The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 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. 01025-18 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal -Rev 02_11=06-17.docx D. Fertilizer: Commercial fertilizers shall comply with the Indian River County Fertilizer Ordinance 2013-012 and Supplement Ordinance 2013-014 (see Appendix B). E. Water for Grassing: Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-3.6. F. Preparation of Ground: The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris. Where the soil is sufficiently loose and clean, the Owner, at his discretion, may authorize the elimination of ground preparation. G. Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6.0-7.0. Contractor shall apply two (2) applications. The initial shall be fertilizer and the second application shall be "weed and feed". The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate. Contractor shall apply applications as per manufacturer's specification. All tickets from bags shall be handed over to the County Inspector. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches. H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools. Where sodding is used in drainage ditches, the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas, the offsets of individual strips shall not exceed 6 inches. In order to prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1'/Z' below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results. Sod shall be placed around all structures, equipment pads, etc. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in 01025-19 Technical Specifications FAI?ublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following is added: The contract unit price for performance turf shall include the costs of sod, fertilizer (2 applications), sidewalk sweeping after mowing, mowing, pegging disposal of clippings, water, tools, equipment, labor and all other incidentals necessary. Item of Payment Payment 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 630 — CONDUIT The work specified in this item shall conform to Section 630 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. 630-2-11 — Conduit, Furnish & Install, Open Trench — Per Linear Foot Bid Item No. 630-2-12 — Conduit, Furnish & Install, Directional Bore — Per Linear Foot SECTION 632 — SIGNAL CABLE The work specified in this item shall conform to Section 632 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. 632-7-1 — Signal Cable — New or Reconstructed Intersection, Furnish & Install — Per Installation 01025-20 Technical Specifications F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02 11-06-17.docx SECTION 633 — COMMUNICATION CABLE The work specified in this item shall conform to Section 633 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. 633-2-31 — Fiber Optic Connection, Install, Splice — Per Each Bid Item No. 633-3-11 — Fiber Optic Connection Hardware, F&I, Splice Enclosure — Per Each Bid Item No. 633-3-12 — Fiber Optic Connection Hardware, F&I, Splice Tray — Per Each Bid Item No. 633-3-15 — Fiber Optic Connection Hardware, F&I, Preterminated Patchpanel — Per Each SECTION 634 — SPAN WIRE ASSEMBLY The work specified in this item shall conform to Section 634 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. 634-4-152 — Span Wire Assembly, F&I, Two Point, Diagonal — Per Installation SECTION 635 — PULL, SPLICE, AND JUNCTION BOXES The work specified in this item shall conform to Section 635 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. 635-2-11 — Pull & Splice Box, F&I, 13"x24" Cover Size Per Each Bid Item No. 635-2-12 — Pull & Splice Box, F&I, 24"x36" Cover Size — Per Each SECTION 639 — ELECTRICAL POWER SERVICE ASSEMBLIES The work specified in this item shall conform to Section 639 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction: 01025-21 Technical Specifications, FAPublic Works\ENGINEERING DIVISION PROJECTS11 305 -CR 512 Resurf (SCOP)_�Myrtle St to 125th St\Admim\bid documents\Master Contract DocumentskTechnical Specifications - 100% Submittal - Rev 02-11-06-17.docx Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 639-1-122 — Electrical Power Service, F&I, Underground, -Meter Purchased by Contractor — Per Assembly Bid Item No. 639-2-1 — Electrical Service Wire, F&I — Per Linear Foot Bid Item No. 639-3-11 — Electrical Service Disconnect, F&I, Pole Mount — Per Each SECTION 641 — PRESTRESSED CONCRETE POLES The work specified in this item shall conform to Section 641 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. 641-2-11 — Prestressed Concrete Pole, F&I, Type P- 11 Pedestal — Per Each Bid Item No. 641-2-14 — Prestressed Concrete Pole, F&I, Type P -IV — Per Each Bid Item No. 641-2-70 — Prestressed Concrete Pole, Shallow Pole Removal — Pole 30' and Greater — Per Each SECTION 646 — ALUMINUM POLES, PEDESTALS, AND POSTS The work specified in this item shall conform to Section 646 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. 646-1-11 — Aluminum Signals Pole, Pedestal — Per Each Bid Item No. 646-1-60 — Aluminum Signals Pole, Remove — Per Each SECTION 649 — GALVANIZED STEEL POLES, MAST ARMS, AND MONOTUBE ASSEMBLIES The work specified in this item shall conform to Section 649 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.. 649-31-101 — Steel Mast Arm Assembly, F&I, 150 with Signal Backplates, 36 — Per Each 01025-22 Technical Specifications FAI?ublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02-11-06-17.docx Bid Item No. 649-31-102 — Steel Mast Arm Assembly, F&I, 150 with Signal Backplates, 46 — Per Each SECTION 650 —VEHICULAR TRAFFIC SIGNAL ASSEMBLIES The work specified in this item shall conform to Section 650 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction: Item of Paymen Payment for the work specified in this item shall be made under: Bid Item No. 650-1-11 —Traffic Signal, Furnish & Install Aluminum, 1, Section, Way — Per Assembly Bid Item No. 650-1-14 — Traffic Signal, Furnish & Install Aluminum, 3 Section, Way — Per Assembly Bid Item No. 650-1-19 —Traffic Signal, Furnish & Install Aluminum, 5 Section Cluster, 1 Way — Per Assembly SECTION 653 — PEDESTRIAN SIGNAL ASSEMBLIES The work specified in this item shall conform to Section 653 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. 653-1-12 — Pedestrian Signal, Furnish & Install LED Countdown, 2 Way — Per Assembly SECTION 660 — VEHICLE DETECTION SYSTEM The work specified in this item shall conform to Section 660 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction: Item of Paymen Payment for the work specified in this item shall be made under: Bid Item No. 660-4-11 —Vehicle Detection System -Video, Furnish & Install Cabinet Equipment — Per Each Bid Item No. 660-4-12 — Vehicle Detection System -Video, Furnish & Install Above Ground Equipment — Per Each 01025-23 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_.�Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02-11-06-17.doex SECTION 665 — PEDESTRIAN DETECTION SYSTEM The work specified in this item shall conform to Section 665 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. 665-1-11 — Pedestrian Detector, Furnish & Install, Standard — Per Each SECTION 670 — TRAFFIC CONTROLLER ASSEMBLIES The work specified in this item shall conform to Section 670 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. 670-4-1 — Intersection Control Beacon Controller Assembly, Furnish & Install — Per Assembly Bid Item No. 670-5-111 — Traffic Controller Assembly, F&I, NEMA, 1 Preemption — Per Assembly Bid Item No. 670-5-600 — Traffic Controller Assembly, Remove Controller with Cabinet — Per Assembly SECTION 682 — VIDEO EQUIPMENT The work specified in this item shall conform to Section 682 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. 682-1-113 — ITS CCTV Camera, F&I, Dome PTZ Enclosure — Pressurized, IP, High Definition — Per Each Bid Item No. 682-1-600 — ITS CCN Camera, Remove & Disposal — Per Each. SECTION 684 — NETWORK DEVICES The work specified in this item shall conform to Section 684 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction: Item of Payment 01025=24 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx Payment for the work specified in this item shall be made under: Bid Item No. 684-1-4 — Managed Field Ethernet Switch, Relocate - Per Each SECTION 685 — TRAFFIC CONTROL SYSTEM AUXILIARIES The work specified in this item shall conform to Section 685 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. 685-1-11 — Uninterruptable Power Supply, Furnish and Install, Line Interactive — Per Each 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: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 700-1-11 — Single Post Sign, F&I GM, <12 SF — Per Assembly Bid Item No. 700-1-12 — Single Post Sign, F&I GM, 12-20 SF — Per Assembly Bid Item No. 700-1-50 — Single Post Sign (Relocate) — Per Assembly Bid Item No. 700-1-60 — Single Post Sign (Remove) — Per Assembly Bid Item No. 700-5-22 — Internally Illuminated Sign, Furnish & Install, Overhead Mount, 12-18 SF — Per Each Bid Item No. 700-12-21 — Sign Beacon, F&I Ground Mount — Solar Powered, One Beacon — Per Assembly SECTION 706 - RETROREFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE The work specified in this item shall conform to Section 706 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 706-3 — Retro -Reflective Pavement Markers - Per Each 01025-25 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th StWdmim\bid documentsUWaster Contract Documents\Technical Specifications- 100% Submittal -Rev 02_11-06-17.docx . 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 or Roundabout — Per Linear Foot Bid Item No. 711-11-125 — Thermoplastic, Standard, White, Solid, 24" for Stop Lines or Crosswalk — Per Linear Foot Bid Item No. 711-11-141 — Thermoplastic, Standard, White, 2-4 Dotted Guideline/6-10 Gap Extension, 6" — Per Gross Mile Bid Item No. 711-11-160 — Thermoplastic, Standard, White, Message or Symbol (School) — Per Each Bid Item No. 711-11-170 — Thermoplastic, Standard, White, Arrows — Per Each Bid Item No. 711-11-224 — Thermoplastic, Standard, Yellow, Solid, 18" for Diagonal or Chevron — Per Linear Foot Bid Item No. 711-16-101 —Thermoplastic, Standard -Other Surfaces, White, Solid, 6" — Per Gross Mile Bid Item No. 711-16-201 — Thermoplastic, Standard -Other Surfaces, Yellow, Solid, 6" — Per Gross Mile Bid Item No. 711-16-202 — Thermoplastic, Standard -Other Surfaces, Yellow, Solid, 8" — Per Gross Mile Bid Item No. 711-16-231 — Thermoplastic, Standard -Other Surfaces, Yellow, Skip (10-30) 6" — Per Gross Mile SECTION 999 - RECORD DRAWINGS/AS-BUILT DRAWINGS PART I - GENERAL 1.01 The work specified in this section shall include: A. Record/As-Built Drawings shall be done and conform to Section 108 of the Technical Specifications and included in Mobilization., B. Field engineering and layout shall be in conformance to Section 01050, Field Engineering and Layout of Division 1, General Requirements. C. Public Construction Bond shall be done and conform to Section 00610 — Public Construction Bond D. Trench Safety Compliance shall be done and comply to Section 00454 — Sworn Statement under the Florida Trench Safety Act GENERAL Maintain, prepare and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified within the scope of work provided in the specific project contract documents. The Contractor and/or Developer shall be responsible for, and required to provide, Record Drawings as outlined -in this section. 01025-26 Technical Specifications FAIPublic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_1 1-06-17.'docx 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 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 Proiect 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. 01025-27 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_1 1-06-17.docx 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: I ZJ*J_-J I 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. 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 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 01025-28 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications -100% Submittal - Rev 02-11-06-17.docx 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). SURVEY CONTROL Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates .and elevations for all control points. 1 01025-29 Technical Specifications FAPublic Works\ENGINEEMNG DIVISION PROJECTS\1 305 -CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\Technical Specifications -100% Submittal - Rev 02-11-06-17.docx 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re- established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. RECORD/AS-BUILTS DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver three (3) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD Civil 3D 2013 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As- Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 999-1 — Record Drawings/As-Builts (By Registered Land Surveyor) — Per Lump Sum 01025-30 Technical Specifications - FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Hdmim\bid documents\Master Contract Documents\Technical Specifications -100% Submittal - Rev 02_11-06-17.docx Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic. Name Date: Project Name: CR512 RESURFACING & SHOULDER WIDENING FROM MYRTLE STREET TO 125TH AVENUE - Fellsmere, Florida 32948 Project No.: IRC -1305 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 Boundary Survey Condominium Survey Construction Layout Survey Control Survey Hydrographic Survey Mean High Water Line Survey Quantity Survey Record Survey Specific or Special Purpose Survey 0102531 Technical. Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\AdmimU7id documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx 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." ❑ Q) 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. (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 01025-32 Technical Specifications FAPublic Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid . documents\Master Contract Documents\Technical Specifications - 100% Submittal - Rev 02_11-06-17.docx base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: U. (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 11_ 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. ❑ (b) Clearly shows by symbols, notations, or delineations, those constructed improvements located by the survey. ❑ (c) All maps prepared shall meet applicable minimum technical standards. ❑ (d) Vertical and horizontal accuracy of the measurements made shall be such that it may be determined whether the improvements were constructed consistent with planned locations. + + END OF SECTION + + 01025-33 Technical Specifications GAPROJECTS\100050386 - IRC GEC - CR 512 shoulder\03 - DesignlSpecs\2016-10-11 Tech Specs -Division 2 APPENDIX A INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION Appendix A F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\APPENDIX A - IRC Traffic Engineering Special Conditions.doc INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION SPECIAL CONDITIONS: 1. All work performed under this permit shall be in accordance with the Florida Department of Transportation Design Standards (http://www.dot.state.FDOT 2016 Design Standards), Indices 600. The Manual on Uniform Traffic Control Devices, and Indian River County Typical Drawings, latest editions. 2. All special conditions listed are in addition to the attached Indian River County Traffic Engineering Regulations for Maintenance of Traffic. 3. It shall be the contractor's responsibility to contact Sunshine State One Call System (1-800-432-4770) at least 72 hours in advance of commencing construction work to coordinate traffic control- and obtain locations of underground traffic signal conduit for the County's Computerized Traffic Signal Coordination System. 4. The contractor shall be responsible for using the applicable Traffic Control Plan for the type of work being performed. All job supervisors shall have a copy of the control plan on site at all times and shall be familiar with the correct set-up of the plan. 5. At least one lane of traffic shall be maintained at all times. One -lane traffic shall be controlled with at least two (2) flagmen. Flagmen shall use STOP/SLOW paddles at all times. Flags shall not be used for one -lane traffic control. 6. After proper notification to Traffic Engineering, consideration will be given to the contractor to close roadways to through traffic on a daily basis during daylight hours on narrow roadways where maintaining one -lane traffic would be difficult. The roadway shall be open to traffic at the end of each work day and on weekends. It shall be the contractor's responsibility to provide all necessary construction signs and traffic control devices to close the road and provide a detour route in accordance with Indian River County standards. Signing shall be installed that clearly indicates the time periods the road is closed to traffic. 7. There shall be no construction work after dark. 8. All open excavations shall be back filled before the close of each work day. F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT OF WAY CONSTRUCTION.docx Rev. 4/11/2016 Special Conditions for Right of Way Construction Page 2 9. A compacted roadway shall be provided at the end of each work day. Disrupted roadway shall be clearly marked as a construction area. 10. Refer to the attached Traffic Engineering Regulations for construction work on Indian River County roadways for maintenance of traffic inspection policy and procedure. Field inspection for work zone safety and maintenance of traffic will be coordinated by the Traffic Engineering Division. 11. All construction equipment, materials, etc. shall be stored outside of the clear zone. Equipment and construction materials that are stored within the clear zone shall be clearly marked with Type II barricades with flashing yellow lights. 12. All projects and work within Indian River County right-of-way shall have an approved Traffic Control Plan (TCP). All work shall be executed under the established TCP and Indian River County approved procedures. The TCP shall provide the proposed detour route, traffic control devices, and other pertinent information for the proposed project and shall be submitted for�review and approval by the Public Works Department. The TCP shall be prepared by personnel with a minimum of an Intermediate Maintenance of Traffic current certification in the State of Florida. (Denote on the TCP, certification number and name of the certified personnel that prepared the MOT plan.) The FDOT Design Standards, Indices 600, 2015 do not include a Traffic Control Plan for a full road closure. For full road closures, a TCP is required to be submitted by the contractor a minimum of two (2) weeks prior to the proposed road closure. All traffic control devices shall be in accordance with the Florida Department of Transportation (FDOT) Design Standards, Indices 600, 2015, the Manual on Uniform Traffic Control Devices, 2009 Edition, and Indian River County Typical Drawings for Signing, Pavement Markings, and Geometrics, latest edition. 13. For full road closures, Portable Changeable Message Signs are required to pre -advertise the roadway closure, a minimum of ' seven (7) days in advance of the road closure and during the duration of the road closure. The use of Portable Changeable Message Signs for lane closures on thofoughfare plan roadways will be required. Messages are to be as approved by the Public Works Department and shown on the TCP. TRAFFIC ENGINEERING REGULATIONS Maintenance and Protection of Traffic: It shall be the responsibility of the contractor to provide for the maintenance and protection of traffic in accordance with the applicable indices in the most current edition of the Florida Department of Transportation Roadway and Traffic Design Standards and the Federal Highway Administration Manual on Uniform Traffic Control Devices. The indices shall be considered the minimum standards and. a more extensive work zone set-up or modifications may be required by the County Public Work Director or his designee for the protection of personnel in the work area as well as the traveling public. F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT OF WAY CONSTRUCTION.docx Rev. 4/11/2016 Special Conditions for Right of Way Construction Page 3 It shall be the responsibility. of the contractor to ensure that all subcontractors are in full compliance with all traffic control regulations. It shall be the responsibility of the contractor working on County roadways or within Right -of -Ways to establish maintenance of traffic prior to any work being performed. The contractor shall frequently monitor the work zone set-up to ensure that all signing is properly placed and that warning. signs remain at the proper advance posting distance from the work area. Any signs that do not apply to the work zone shall be removed or covered. The contractor shall remove the work zone set-up at the conclusion of the work. Traffic Engineering shall be notified twenty-four (24) hours in advance of any lane closings and ten (10) days in advance of any road closures. Lane closures are restricted to outside the normal peak hours of traffic, lane closures shall occur during the hours of 9:00 AM to 4:00 PM unless otherwise approved by the Public Works Director or his designee. Traffic Engineering staff shall inspect the Maintenance of Traffic prior to construction commencement to ensure compliance with the approved Traffic Control Plan. It is the policy of the Traffic Engineering Division to randomly monitor the contractor's compliance, with all regulations while working on County roadways and within right-of-ways. Matters of public safety shall be attended to immediately upon notification by the County Public Work Director or his designee. If the contractor is found to be negligent in maintaining proper work zone set-up in accordance with the County's Right -of -Way ordinance (Chapter 312), the County Public Work Director or his designee shall impose penalties in the amount of $250.00 for working without the proper traffic control. Construction at or Near Signalized Intersections: The contractor shall have full responsibility for any work performed at or near any traffic signals in Indian River County. The contractor shall request that the County locate buried interconnect conduit and cable, loop sensors, and pull boxes prior to commencing construction. Any damage to the interconnect conduit, loop sensors, and pull boxes or any other traffic signal equipment shall be repaired at the contractor's expense. It shall, be the responsibility of the contractor to notify Traffic Engineering Division 72 hours prior to any work being performed near a signalized intersection or flashing beacon. Once the proper notification and locate procedures are satisfied, the contractor working in or near signalized intersections or around traffic signal poles, signal cabinets, or flashing beacons shall be advised of the following regulations. 1. No excavation shall be performed within a 15 -foot radius of any traffic signal pole. If excavation is necessary within a 15 -foot radius, it will be the contractors responsibility to provide the following: a. In a manner approved by the County Public Works Director or his designee, the contractor shall provide constant support of the traffic signal pole to prevent movement during excavation and backfill operations. F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Adrnirn\bid documentsWaster Contract Documents\IRC TRAFFIC ENGINEERING SPECLALCONDITIONS FOR RIGHT OF WAY CONSTRUCTION.docx Special Conditions for Right of Way Construction Page 4 b. Compaction around the excavation site to a 98% density, bringing the backfill up in 1 foot lifts. c. Density reports from a licensed testing company provided to the County Public Works Director. d. Restore the traffic signal and all support equipment to original condition or better. 2. There shall be no pavement cuts made within 500 feet of a signal or flashing beacon without contacting Indian River County Traffic Engineering Division at (772-226-1547), 72 hours prior to construction. 3. .Any traffic signal, loop sensors, conduit, interconnect cable, or any support equipment damaged by a contractor shall be repaired/replaced at the contractor's expense. 4. Any contractor that works at or in the vicinity of a signalized intersection shall have full responsibility for any liability incurred by causing damage to signal equipment that results in the failure of the traffic signal functions. If such a failure occurs, the contractor shall notify the police and the Traffic Engineering Division immediately at (772-226-1547). F:\Public Works\ENGINEERING DIVISION PR03ECrS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT OF WAY CONSTRUCTION.docx Rev. 4/11/2016 Indian River County Fertilizer Ordinances Appendix B F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrde St to 125th St\Admim\bid documents\Master Contract Docoments\APPENDIX B - FERTILIZER ORDINANCES (title sheet).doc ORDINANCE NO. 2013 - nt Z AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUN'T'Y, 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.i,LrcoreyllJdAG2A�A�It..ohelwc A r­W_-w+i rrb W4,g +up&. Page I 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 Authority. Article V111, § 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 "Code"). Chapter 316 of the Code is hereby adopted, as follows {new language is indicated by underline Section 316.1. Title. This chapter shall be known as the "Indian River County Fertilizer and Landscape Mang gement Ordinance." Section 316.2. Definitions. For the 12Moses of this chapter, the following terms shall have the following me "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. "Applfcatfon" or "apply" shall mean the actual Rhvsical deposit offertilizer to turf or landscape plants. "Applicator" shall mean any Person who applies fertilizer on turf and/or landscape plants in Indian River County. "Board" shall mean the Indian River County Board of CqgW Commissioners "Best Man dement Practices" shall mean turf and landscape practices or combination of practices based on research, field-testingand expert review. determined to be the most effective F:� ,& Page 2 of 9 ORDINANCE NO. 2013 - and practicable on4ocation means, including economic and technological considerations, for h oroving.water quality, conserving water supplies and protecting natural resources. "Chester 85-427" shall mean The Indian River County Environmental Control Act, Chapter 85- 427, Special Acts, Laws of Florida. "Code Enforcement Officer shall mean any designated employee or agent of Indian River County whose duty it is to enforce codes and ordinances enacted by Indian River County. "Commercial Fertilizer Applicator," except as provided in §482.1562(9), Florida Statutes, shall mean M Mrson who applies fertilizer for payment or other consideration to property not owned by the person or firm applying_the fertilizer or the employer of the applicator. "Code" shall mean The Code of Indian River County. "Environmental Control Offrcer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 303 (Part 1) of this Code, and his or her designees. "Fertilize," "fertilizin " or "fertilization" shall mean the act of appl3ng fertilizer to turf, specialized turf, or landscape plants. "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity, or provides other soil enrichment,or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fertilizer Applicator" shall mean any person, other than a private, non-commercial applicator or a Commercial Fertilizer Applicator (unless such defmitions also apply under the circumstances), that applies fertilizer for the purpose of maintaining turf and/or landscape plants. Institutional Fertilizer Applicators shaU 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 121ant" shall mean any native or exotic tree, shrub, or groundcover (excluding turf). "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need. for fertilization, watering, mowing. etc. "Person" shall mean any natural person, business, corporation, limited liabili company. partnership, limited partnership, association, club, organization, and/or any group of people acting as an manized entitv. 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 Make and use after application, or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf" sod," or "l awn°' shall mean a piece of grass -covered sail held together by the roots of the Lr .ass. "Urban landscape" shall mean pervious areas on residential commercial industrial, institutional, hi_ghway rights-af--way or other nonamcultural lands that are planted with turf or horticultural Tants For the purposes of this section, agriculture has the same meaning as in §570.02 Florida Statutes. Section 316.3. Timing of fertilizer application. No applicator shall apply fertilizers containing nitrogen and/or phosphorus to turf and/or landscape plants during the Restricted Season to saturated soils, or during; a period in which_ a Flood Watch or Waiving; or a Tropical Storm Watch or Warning, or a Hurricane Watch or Wanainp is in effect for any portion of Indian River County issued by the National Weather Service, or if heavy rain is likely. Section 316.4. Fertilizer -free zones, Fertilizer shall not be applied within ten feet of any pond stream watercourse lake canal or wetland as defined by the Florida Department of Environmental Protection Chapter 62-340, Florida Administrative Code) or from the top of a seawall If more stringent Indian River County Code reguiations 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 beW=mg thirtx days aier laming 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 M ponds stream, water course lake wetland or from the top of a seawall. A swalwberm system is recommended for installation at the landward edge of this low maintenance zone to_ capture and filter runoff If more stringent Indian Raver County Code regulations apply, this provision = d W aping--AA.,.•"is0'�Wftw 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 alcove 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 apo ication 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 Acture Sciences, approved testing methodology. In the case that a deficiency has been verified. the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida. as provided by Rifle SE -1.003(2), ,Florida Administrative Code Deficiency verification shall be no more than 2 years old. However, recent application of compost, manure, or top soil shall warrant more recent testing to verify current deficiencies. (h) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. (c) Fertilizers applied to an urban lawn or turf within Indian River County shall be aplip 'ed in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(2). Florida Administrative Code, Labeling Requirements For urban TurLFertilizers All packaged and bulk fertilizer -products sold in Indian River Countyshall be sold in packs es with labels or tags, or, if sold in bulk, be accompanied by Rnnted infonnation. 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 emergency situation (wildfire, etc or in accordance with the Stoimwater Pollution Prevention Plan for that site. Section 316.7. Antilieation practices: (a) Spreader deflector shields arerequired when fertilizing via ratary_(broadegg spreaders Reflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies, including wetlands. (bb) Fertilizer shall not be applied spilled or otherwise debited on any impervious surfaces (c) Any fertilizer applia spilled,,_or deposited, either intentionally or aceidentall� on any impervious surface shall be immediately and cam 1p etely removed to the greatest extent practicable. Page 5 of 9 ORDINANCE NO, 2013 - 012 (d) Fertilizer released on an impervious surface must be immediately contained and either legally applied to turf or any other legal site. or returned to the original or other appropriate container. ,(e) In no case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Section 316.8. Management of stress clippings and vegetative materials. In no case shall grass cljpp s__veffr etative material, and/or vegetative debris be washed, swept, or blown off into starmwater drains, ditches, conveyances, water bodies, wetlands, or sidewalks or roadways. Any material that is accidentally so deposited shall be immediatelX removed to the maximum extent Practicable. Section 316.9. Exem2tions. The provisions set forth above in this chapter shall not apply to: (a) bona fide farm operations as defined in the Florida Right to Farm Act § 823.14, Florida Statutes-, (b) other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for m zing /livestock-, (c) any lands used for bona fide scientific research, including,but not limited to, research on the effects of fertilizer use on urban stonrnwater. water quality, a ronomim or horticulture.: (d} wolf courses when landscaping is performed within the provisions of theFlorida Depgtment of Environmental Protection document, "Best Managq ent Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when app%a 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 Mggta :biing the health and function of their specialized turf areas (f) vegetable gardens owned by individualpra M owners or a community, and trees grown for their edible fruit. Section 316.10. Training, (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by and successfully complete the six -hour training Program in the "Florida-Mendly Best F a - - -- - ° Page 6 af9 ORDINANCE NO. 2013 - Management Practices for Protection of -Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent Lb) 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 generalpublic of the requirements of this chapter, which program shall include, among other things, informative postings on the County website, printing and distributing informative brochures and other print materials, and sneaking engagements at community associations, civic orgaanizations, etc. The progrmn shall also include, to the extent practicable, use of any materials from the Be Floridian program and coordination and collaboration with University of Florida Institute of Food and A rieulture 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 o�Water Resources by the Green Industries," offered by the Florida Dep_€�cut pent of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida -friendly Landscapes" programs., or an approved equivalent program, prior to obtaining _anIndian River Coumty Local Business Tax Certificate for any category of occupation which may apply any_feitilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall pmvide proof of completion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31, 2013, all Commercial Fertilizer Applicators within Indian River County shall have and carry in their possession at all. times when app/ iyjng fertilizer, evidence of certification by the Florida Department of Azdculture and Consumer Services as a Commercial Fertilizer Ap2hcatorper Rule 5E-14.117(18), Florida Administrative Code. (c) All businesses applying_fertilizer io _turf and/or landscape plants including but not limited to residential lawns, golf courses, commercial properties and multi -family and condominium pro e� es) must ensure that at least one eumloyee has a "Florida -friendly Best Mana ement Practices for Protection of Water Resources by the Green Industries" trai ng certificate prior to the business owner obWning_a Local Business Tax Certifiedte. Owners for any category of 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 31.6.13. Enforcement: This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertaining to this Chapter, pursuant to Chapter 162, Florida Statutes, and §103.07 of this Code. In addition, this chapter may be enforced by the Environmental Control Officer pursuant to Chapter 85-427, Special Acts. Laws of Florida, and 303.14 of this Code. Penalties and remedies for violations shall be as set forth in -4100.05 of this Code, and. to the extent applicable Chapter 85-427. Special Acts, Laws of Florida. Funds generated by penalties im,_posed under this section shall be used by Indian River Coun yfor the administration and enforcement,of X403.9337. Florida Statutes, and the corresponding sections of this chapter, and to further water conservation and nonpoint pollution prevention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes, rules or regulations shall refer to such statutes, rules or regulations, as amended from time to time. Section 31.6.15. Attnlicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County, unless such applicator -is specifically exempted; provided, however, that this chapter shall not apply within the limits of any municipality which has adopted an ordinance regulating the same subject matter. This chapter shall be prospective oWL and shall not impair any existing contracts. Section 4. Severabi"hM If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this. ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F��,..•:oe� Page 8 of 9 ORDINANCE NO. 2013 - 012 Section 6. Directing County Attorney's 0ffifice 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 18P 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 AYE Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this —LO-�`—day of August, 2013. ATTEST: Jeffrey R. Smith, BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA My:. . . . . . . . . ph Fleseher, Chairman Approved as to form and legal sufficiency: By: x71% r Depbli Clerk Dy old, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of 2013. A- VAvqVA4AM0RAC%R.0WA- A =3 #?-VAW. MP..T- Page 9 of 9 ORDINANCE NO. 2013 -014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 -(INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF THE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY, AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; AND ART 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, 201 3; 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 Vlll, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule poi=ers in counties to enact ordinances, not inconsistent with general or special lav, 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. Findinas. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. t-:Ima�.rv4.wNr�F.•k7GlG'Itradu..,.[Mlr.u�-r,V1n/I.vrmFrnrMnidw.wW:.nnsihimR.••e`(w.fNmw.•J.r., Page I of 3 ORDINANCE NO. 2013'- 014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chanter 316 (Indian River Counts, Fertilizer and Landscape Management Ordinance) of the Code of Indian River Counts, (the "Code"). Section 316.6 (Fertilizer content and application .rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.6. Fertilizer content and application rates. (b) As of the effective date of this chapter, the The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 25381/o slow release nitrogen per guaranteed analysis label. As of June t. 2014. the nitro en content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. Section 4. Amendment of Section 316.15 (Applicability) of Chapter 31_ 6 (,Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; ,that this ehaptef 514011 R01 appl�' wager. This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in fui 1 force and effect. Section 6. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. A' h<Mr..t,t ,..��� Page 2of3 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 Ist -day of October 2013, at whichtime it was moved for adoption by Commissioner Solari —,, seconded by Commissioner —ol Bryan , and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S. Davis Aye Commissioner Peter D. OBryan 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. /0 BOARD OF COUNTY COMMISSIONERS -qtr 'INDIAN RIVER COUNTY, FLORIDA C �Oph EFle�hairmai�i�� ATTEST: Jeffrey R. Smith, Clerk b . f',0' Approved as to form and legal sufficiency: and Comptroller By: r—vll� jeA-- Dep -M� Clerk Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of 2013. f'-10-44.WVAAAUWA_ Page 3 of 3 APPENDIX C PERMITS St. Johns River Water Management District — Exempt Appendix C -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1305-CR 512 Resurf (SCOP)_Myrtle St to 125th St\Admim\bid documents\Master Contract Documents\APPENDIX C - Permits.doc U1St n .0i ® sRiver Water Management District Ann B. Shortelle, Ph.D., Executive Director 525 Community College Parkway S.E. • Palm Bay, FL 32909 • (321) 984-4940 On the Internet at www.sjrwmd.com. November 8, 2016 Jeffrey Lucas — Sent via email: Jeffi-ey.lucas(a�atkingsglobal.com Re: Exemption Verification for CR 512 Resurfacing & Shoulder Paving PDEX Number: 147898-1 (Please reference the PDEX number on all correspondence.) Dear Mr. Lucas: On October 31, 2016, the St. Johns River Water Management District received your application, construction plans, and fee requesting an exemption verification for the above referenced project. Based on this submittal, the proposed project involves milling, resurfacing, and constructing two -foot wide paved shoulders along CR 512 between Myrtle Street and 1251h Avenue in Fellsmere. Pursuant to 62-330.051(4)(c), Florida Administrative Code (F.A.C.), an Environmental Resource Permit is not required since the project meets the exemption requirements. Please be advised that this determination only applies to the District and does not relieve you from the permitting requirements of other agencies. Thank you for your cooperation with the permitting and compliance process. If you have any questions, please contact Gretchen Kelley at (321) 676-6602 or gkellevrsir\vmd.com . � 1 John Juilianna Regulatory Coordinator Division of Regulatory Services CC: Marc Van Heden Gretchen Kelley Karen Garret -Kraus Richard Szpyrka — Sent via email: rszpyrka(a)ircgov.com GOVERNING BOARD John A. Miklos, CHAIRMAN Fred N. Roberts Jr., VICE CHAIRMAN Chuck Drake, SECRETARY Carla Yetter, TREASURER ORLANDO OCALA ORLANDO FERNANDINA BEACH Douglas C. Bournique John P. Browning, Jr. Douglas Burnett Maryam H. Ghyabi Ron Howse VERO BEACH EAST PALATKA ST. AUGUSTINE ORMOND BEACH COCOA