Loading...
HomeMy WebLinkAbout2019-061BCONTRACT DOCUMENTS AND SPECIFICATIONS FOR WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT BID NO. 2019035 PROJECT NO. IRC -1712 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA BOB SOLARI, CHAIRMAN SUSAN ADAMS, VICE CHAIRMAN COMMISSIONER JOSEPH E. FLESCHER COMMISSIONER PETER D. O'BRYAN COMMISSIONER TIM ZORC 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, ASSISTANT PUBLIC WORKS DIRECTOR 00001 - Project Title Page - REV 04-07 00001 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00001 - Project Title Page - REV 04-07.doc Section No. Title TABLE OF CONTENTS DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00101 Statement of No Bid 00102 Bidder Information Form 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors 00460 Certification Regarding Prohibition Against Contracting with Scrutinized Companies CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive 00010-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00010 - Table of Contents - REV 04-07.doc SPECIFICATIONS DIVISION 1 - GENERAL PROVISIONS DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - PERMITS APPENDIX B - FERTILIZER ORDINANCES APPENDIX C - INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION APPENDIX D - EXISTING CONDITIONS REPORT + + END OF TABLE OF CONTENTS + + 00010-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00010 - Table of Contents - REV 04-07.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th Street Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: (772) 770-5140 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Thursday, March 28. 2019. 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 "WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Bids should be addressed to Purchasing Division, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be opened or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -1712 INDIAN RIVER COUNTY BID NO. 2019035 PROJECT DESCRIPTION: The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is in two sections and is approximately 1000 feet long, will be removed and placed at a permitted offshore artificial reef site. 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 selecting "Current Solicitations" at http://www.ircgov.com/Departments/Budget/Purchasing. All other communications concerning this bid shall be directed to IRC Purchasing Division at purchasing(aircgov.com. All bidders shall submit one (1) original and one (1) copy of the Bid Proposal forms provided within the specifications. Please note that the questionnaire must be filled out completely including the financial statement. BID SECURITY must accompany each Bid, and must be in the form of an AIA Document A310 Bid Bond, properly executed by the Bidder and by a qualified surety, or a certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida. Bid Security must be in the sum of not less than Five Percent 00100 - Advertisement for Bids REV 04-07 00100 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00100 - Advertisement for Bids REV 04-07.doc (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 and certificates of insurance within the timeframe set by the County. If Bidder fails to do so, the Bid Security shall be retained by the County as liquidated damages and not as penalty. The County reserves the right to delay awarding of the Contract for a period of ninety (90) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. The County will not reimburse any Bidder for bid preparation costs. A MANDATORY Pre -Bid Conference will be held on Thursday, March 7, 2019 at 10:00 A.M., in the first -floor conference room A1-303 of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida, 32960. ATTENDANCE AT THIS CONFERENCE IS REQUIRED. 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 Dates: February 24. 2019 For: Indian River Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building "B" Vero Beach, FL 32960 ** END OF SECTION ** 00100 - Advertisement for Bids REV 04-07 00100 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00100 - Advertisement for Bids REV 04-07.doc SECTION 00101 — Statement of No Bid Statement of No Bid Should you elect not to bid, please complete and send this page by email (purchasing@ircgov.com), fax (772-770-5140) or by mail to Indian River County Purchasing, 1800 27th Street, Vero Beach, FL 32960. Please select all of the following that apply. Our decision not to bid on the subject project was based on: Project is located too far from our base of operations Project value too low Project specifications unclear (please explain below) Material availability may be a challenge Our current schedule will not allow us to perform Unable to meet insurance requirements Other: Other: General comments regarding the bid and/or plans and specifications: 000101-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00101 - Statement of No Bid.doc SECTION 00102 — Bidder Information Form Bidder Information Form Please return one copy of this form with your bid to assist us in learning more about where our solicitation opportunities are most often found. Please tell us how you found out this Request for Qualifications was released/available: ElIndian River Press Journal (TCPalm) ❑X Demandstar/Onvia El Email from Purchasing Division Ill Indian River County Web Site ElPlanroom (Please provide the name): ❑ Other (please describe): 000102-1 F:1Public Works1ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge RemovaI%1-AdminlBid Documents1Contract Documents100102 - Bidder Information Form.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page ARTICLE 1 - DEFINED TERMS 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE ARTICLE 5 - ARTICLE 6 - ARTICLE 7 - ARTICLE 8 - ARTICLE 9 - ARTICLE 10 ARTICLE 11 ARTICLE 12 ARTICLE 13 ARTICLE 14 ARTICLE 15 ARTICLE 16 ARTICLE 17 ARTICLE 18 ARTICLE 19 ARTICLE 20 ARTICLE 21 2 PRE-BID CONFERENCE 4 SITE AND OTHER AREAS 4 INTERPRETATIONS AND ADDENDA ' 4 BID SECURITY 4 CONTRACT TIMES 5 - LIQUIDATED DAMAGES 5 - SUBSTITUTE AND "OR -EQUAL" ITEMS 5 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS 5 - PREPARATION OF BID 6 - BASIS OF BID; EVALUATION OF BIDS 7 - SUBMITTAL OF BID 7 - MODIFICATION AND WITHDRAWAL OF BID 8 - OPENING OF BIDS 8 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 8 - AWARD OF CONTRACT 8 - CONTRACT SECURITY AND INSURANCE 10 - SIGNING OF AGREEMENT 10 00200 - Instructions to Bidders REV 04-07 00200 - i F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article Award of Contract 19 Basis of Bid; Evaluation of Bids 14 Bid Security 8 Bids to Remain Subject to Acceptance 18 Contract Security and Insurance 20 Contract Times 9 'Copies of Bidding Documents 2 Defined Terms 1 Examination of Bidding Documents, Other Related Data, and Site 4 Interpretations and Addenda 7 Liquidated Damages 10 Modification and Withdrawal of Bid 16 Opening of Bids 17 Pre -Bid Conference 5 Preparation of Bid 13 Qualifications of Bidders 3 Signing of Agreement 21 Site and Other Areas 6 Subcontractors, Suppliers and Others 12 Submittal of Bid 15 Substitute and "Or -Equal" Items 11 00200 - Instructions to Bidders REV 04-07 00200 - F:\Public WorksENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc SECTION 00200 - Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1.01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder --The individual or entity who submits a Bid directly to OWNER. B. Issuing Office --The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. C. Successful Bidder—The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. A RTICLE 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 for Bids 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 no 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. In addition to documentation of successful completion of similar projects, Bidder must supply Barge and tug specifications including dimensions (length, width), capacity, and American Bureau of Shipping (ABS) rating, and copies of licenses for all personnel responsible for piloting the tug. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 00200 - Instructions to Bidders REV 04-07 00200 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 3.02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at 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 (purchasinqaircgov.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 00200 - Instructions to Bidders REV 04-07 00200 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removah1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 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 (purchasinci ircgov.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; G. become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H. correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents; I. promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 00200 - Instructions to Bidders REV 04-07 00200 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 712 Wabasso Fishing Pier -Bridge Removak1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 4.08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 The date, time, and location for a MANDATORY Pre -Bid conference are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 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. 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasingaircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.03 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; cashier's check; or an AIA Document A310 Bid Bond issued by a surety meeting the 00200 - Instructions to Bidders REV 04-07 00200 - 4 F:\Public Works ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304- 9308. The Surety shall also meet the requirements of paragraphs 5.01 and 5.02 of the General Conditions. 8.02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award, OWNER may annul the Notice of Award and the Bid security of that Bidder will be retained by the owner. The Bid Security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 91 days after the Bid opening, whereupon Bid Security furnished by such Bidders will be returned. 8.03 Bid Security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening. ARTICLE 9 - CONTRACT TIMES 9.01 The number of calendar days within which, or the dates by which, the Work is to be (a) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. ARTICLE 10 - LIQUIDATED DAMAGES 10.01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR -EQUAL" ITEMS 11.01 The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or - equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by 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 00200 - Instructions to Bidders REV 04-07 00200 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to OWNER a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, OWNER may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, without an increase in the Bid. 12.02 If apparent Successful Bidder declines to make any such substitution, OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6.06 of the General Conditions. 12:03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom CONTRACTOR has reasonable objection. ARTICLE 13 - PREPARATION OF BID 13.01 The Bid form is included with the Bidding Documents. 13.02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed. A Bid price shall be indicated for each section, Bid item, alternative, adjustment unit price item, and unit price item listed therein, or the words "No Bid," "No Change," or "Not Applicable" entered. 13.03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 13.04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature. 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. 00200 - Instructions to Bidders REV 04-07 00200 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents \Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 13.10 The address and telephone number for communications regarding the Bid shall be shown. 13.11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 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. 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. 00200 - Instructions to Bidders REV 04-07 00200 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 C. Qualifications Questionnaire, including barge, tug, and license information as specified in Section 00200 - Instructions to Bidders, Article 3 — Qualifications of Bidders. D. List of Subcontractors. E. Certification Regarding Prohibition Against Contracting with Scrutinized Companies 15.02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project Title and Bid Number (and, if applicable, the designated portion of the Project for which the Bid is submitted), Bid Number, the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid, the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach, Florida, 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16.01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 16.02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17.01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. 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 technicalities and 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 00200 - Instructions to Bidders REV 04-07 00200 - 8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removalll-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. It is the OWNER's intent to accept alternates (if any are accepted) in the order in which they are listed on the Bid form, but OWNER may accept them in any order or combination. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as set forth 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. 19.09 CONTRACTOR certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if Company is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. 00200 - Instructions to Bidders REV 04-07 00200 - 9 F:\Public Works ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 OWNER may terminate this Contract if Company, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. Accordingly, firms responding to this solicitation shall return with their response an executed copy of the attached "Certification Regarding Prohibition Against Contracting With Scrutinized Companies." Failure to return this executed form with submitted bid/proposal/statement of qualifications will result in the response being deemed non-responsive and eliminated from consideration. 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 the required insurance certificate(s) and Bond, unless the Bond has been waived, due to the total contract being less than $100,000. ARTICLE 21 - SIGNING OF AGREEMENT 21.01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen (15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21.02 OWNER shall return one fully signed counterpart to Successful Bidder. 21.03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21.01 above, the additional time in calendar days, required to correctly complete the documents will be deducted, in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred, and the Contract may be awarded as the OWNER desires. * * END OF SECTION * * 00200 - Instructions to Bidders REV 04-07 00200 - 10 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removah1-Admin\Bid Documents\Contract Documents\00200 - Instructions to Bidders REV 04-07.doc Rev. 05/01 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE SECTION NUMBER Bid Form 00310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire 00456 List of Subcontractors 00458 Certification Regarding Prohibition Against Contracting with Scrutinized Companies 00460 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 00300 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\t-Admin\Bid Documents \Contract Documents\00300 - Bid Package Contents - REV 04-07.doc PROJECT IDENTIFICATION: Project Name: County Project Number: Bid Number. Project Address: Project Description: THIS BID IS SUBMITTED TO: SECTION 00310 - Bid Form WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT IRC -1712 2019035 3105 Wabasso Bridge Road Vero Beach, Florida 32967 The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is in two sections and is approximately 1000 feet long will be removed and placed at a permitted offshore artificial reef site. INDIAN RIVER COUNTY 1800 27th Street VERO BEACH, FLORIDA 32960 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum Date Addendum Number 03/19/19 1 05122-1 19 2- B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. 00310 - Bid Forth REV 04-07 00310 -1 F eubfic WoIm1ENGINEERING DIVISION PROJECTS11712 Webesso Fishing p er-Bridge Rernavael-AdmirRBid DoaimentalCantract Documents100310 . &d Form REV 04 07.doe Rev. O8f18f01 D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and (2) reports and drawings of a Hazardous Environmental Condition, if any, which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents. I. Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by ENGINEER is acceptable to Bidder. J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. [The remainder of page intentionally left blank] 00310 - Bid Form REV 04-07 00310-2 F.1Puatc WOn®IENGINEERING DIVISION PROJECTS1712 Wabaaao Fisting Fier -Badge Rertoval11-IWmi d Doa ent Contraa n ntat00310 - 6d Form REV 04- 07.doc Rev. 03116101 ADDENDUM #1 PROJECT NAME:WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT PROJECT NO. IRC -1712 BID NO. 2019035 BIDDER'S NAME Underwater Engineering Services, Inc. < Item' No >i. :J', a" .. •'aa: :,i$�' c. ... ... Description `. ,,, ,:.,' ;^' Unit' ;•':: uanti :. UnitPrice .;:''A`=:°�4"ar... Am 2 MOBILIZATION/DEMOBILIZATION EA 1 $104,610.00 $104,610.00 3 DEMOLITION - WEST STRUCTURES 3.01 FULL 50 FOOT SECTIONS ABOVE WATER, REMOVAL EA 8 $2,690.00 $21,520.00 3.02 40 FOOT SECTION/ABUTMENT EA 1 $11,520.00 $11,520.00 3.03 FULL PIERS EA 11 $12,540.00 $137,940.00 3.04 UNDERWATER SUPERSTRUCTURE SECTIONS (INCLUDES DIVERS, BMP'S ENVIRONMENTAL MONITORING), REMOVAL EA 2 $4,610.00 $9,220.00 3.05 PARTIAL PIERS TO BE RECOVERED EA 5 $5,520.00 $27,600.00 3.06 UPLAND SIDEWALK REMOVAL SF 300 $9.50 $2,850.00 4 DEMOLITION -EAST STRUCTURES 4.01 FULL 50 FOOT SECTIONS ABOVE WATER, REMOVAL EA 3 $2,690.00 $8,070.00 4.02 30 FOOT SECTION/ABUTMENT EA 1 $11,520.00 $11,520.00 4.03 FULL PIERS EA 5 $12,540.00 $62,700.00 4.04 UNDERWATER SUPERSTRUCTURE SECTIONS (INCLUDES DIVERS, BMP'S ENVIRONMENTAL MONITORING), REMOVAL EA 6 $4,610.00 $27,660.00 4.05 PARTIAL PIERS TO BE REMOVED EA 5 $7,542.00 $37,710.00 4.06 PARTIAL PIERS TO BE RECOVERED EA 5 $5,520.00 $27,600.00 4.07 UPLAND SIDEWALK REMOVAL SF 300 $9.50 $2,850.00 5 DISPOSAL OF MATERIALS (OFFSHORE REEF DEPLOYMENT) LS 1 $221,262.00 $221,262.00 6 SITE RESTORATION LS 1 $10,192.00 $10,192.00 WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT SUB -TOTAL $724,824.00 FORCE ACCOUNT $220,000.00 TOTAL PROJECT ESTIMATE (INCLUDING FORCE ACCOUNT) TOTAL $944,824.00 TOTAL PROJECT BID AMOUNT IN WORDS Nine hundred forty-four thousand, eight hundred twenty-four dollars and 00/100's NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE. THE BID SCHEDULE WILL BE UTILIZED FOR BIDDING PURPOSES. SF=Square Feet LS=Lump Sum EA=Each PD=Per Day 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Addendums\Addendum #1 \IRC1712_IBS_ADD1_20190314 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.B of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule B. Required Bid security in the form of a bid bond C. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire; including barge, tug, and license information as specified in Section 00200 - Instructions to Bidders, Article 3 — Qualifications of Bidders. F. List of Subcontractors; G. Certification Regarding Prohibition Against Contracting with Scrutinized Companies; 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. 00310 - Bid Form REV 04-07 00310.4 F:1Pubtic workmENowisERinto DIVISION PROJECTS11112 Wabrss° Fueling Pier -Bridge Renmven1. mith 8 d Dowments Contract Documents100310 - Bid Form REV 04- 07.doe SUBMITTED on March 28 , 20 19. State Contractor License No. CGC1507554 If Bidder is: An Individual Name (typed or printed): n/a By: n/a (Individual's signature) Doing business a as: n/a Business address: n/a Phone No.: n/a FAX No.: n/a Email: n/a (SEAL) A Partnership Partnership Name: n/a (SEAL) By: n/a (Signature of general partner — attach evidence of authority to sign) Name (typed or printed): n/a Business address: n/a Phone No.: n/a FAX No.: n/a Email: n/a A Corporation Corporation Name: Underwater Engineering Services, Inc. (SEAL) State of Incorporation: Florida Type (General Business, Professional, Service, Limited Liability): General Contractor By: (Signature — c evidence of authority to sign) Name (typed or printed): John T. Glanville Title: Operations Attest (Signature of r . to Secretary) Business address: 3306 Enterprise Road, Fort Pierce, Florida 34982 (CORPORATE SEAL) Phone No.: (772)337-3116 FAX No.: (772)337-0294 Email: aconnelly@uesi.com / tpeterson@uesi.com Date of Qualification to do business is April 1984 00310 -131d Forth REV 04-07 00310-5 F:SPubtic Worla{ENGINEERING DIVISION PROJECTS11712 Wabaeso Fishing Pier•Bddge RemovaM AdrnimBid 000umentstCartrad Oocumentsu3o310 - Bid Form REV 04- 07.doc (4111691 '1**Niesegi Utrat,armaar Erifitmeagg OwviveA, At a meeting of the Board of Directors of Underwater Engineering Services, Inc.., at which all the Directors were pre:sent or waived notice, it was VOTED., John T.. Glanville III, Vice President, be and he hereby is ;authorized to execute ;contracts and bonds in the name and behalf of said Company, and affix its corporate seal thereto; and such execution of any .contract or :Obligation in this Company's name on its behalf by such Vice President, under seal of the Company, shall be valid and binding upon this Company.. A true copy ATTEST Robert J. ski Secretary/Treasurer Place ,of Business; Underwater Engineering :Services, Inc. 3:306 Enterprise Road Fort Pierce, Florida 34982 January 4, 2016 11 hereby certify that I am the :Secretary/Treasurer of Underwater Engineering Services, Inc. and that John T.. Glanville III is the duly elected Vice President of said Company, and that the above vote has not been amended or rescinded and remains in full force and effect as of this date. Rob4JWalcheski Secretary/Treasurer Company ,Seal 3306 Enterprise Road 0 Fon Pierce 0 aside 34982 Phone: 7'72-337-.31 116 0 Far. 772-337-02 A Joint Venture Joint Venture Name: n/a (SEAL) By: n/a (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): n/a Title: n/a Business address: n/a Phone No.: n/a Email: n/a FAX No.: n/a Joint Venture Name: n/a (SEAL) By: n/a (Signature — attach evidence of authority to sign) Name (typed or printed): n/a Title: n/a Business address: n/a Phone No.: n/a FAX No.: n/a Email: n/a Phone and FAX Number, and Address for receipt of official communications: n/a (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 00310-6 F{Purxic Warka1ENGINEERING DIVISION PROJECTS\1712 WeDasso Fishing Rer-Bridge RertpvaM-AdnuMBid DocumentsContraid OOpmlerlts100310 - Bid Forth REV O4- 07.doe 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. 1 This sworn statement MUST be submitted with Bid, Proposal or Contract No. 2019035 for WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT 2. This sworn statement is submitted by: Underwater Engineering Services, Inc. (Name of entity submitting Statement) whose business address is: 3306 Enterprise Road, Fort Pierce, Florida 34982 My name is John T. Glanville (Please print name of individual signing) and my relationship to the entity named above is VP Operations 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5 I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. 00452-1 F:1Public Works1ENGINEERING DIVISION PROJECTS1712 Wabasso Fishing Pier -Bridge Removal11-Adminad DocumentslContract Documentss00452 Disclosure of Relationships.doc ,,,k'iii; Piu'•. TINA M. PETERSON D $ Notary Public - State of Florida Y Commission # GG 235926 ''•oc ry'. My Comm. Expires Nov 2, 2022 P ' .., Bonded through National Notary Assn. D The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee n/a (Signature) March 28, 2019 (Date) STATE OF Florida COUNTY OF St. Lucie The foregoing instrument was acknowledged before me this 28th day of March , 20 19, by John T. Glanville , who is personally known to me or who has produced as identification. 00452-2 SIGN: NO RY PUBLIC PRINT: Tina M. Peterson Notary Public, State at large My Commission Expires: 11/02/22 (Seal) F:1Pubiic WorkMENGINEERING DMSION PROJECTS11712 Wabasso Fishing Pier -Bridge Removalll AdminlBid DocumentstContract Documentst00452 Disclosure of Relationships.doc SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Swom Statement is submitted with Project No. IRC -1712 for WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT 2. This Sworn Statement is submitted by Underwater Engineering Services, Inc. (Legal Name of Entity Submitting Swom Statement) hereinafter "BIDDER". The BIDDER's address is 3306 Enterprise Road, Fort Pierce, Florida 34982 BIDDER's Federal Employer Identification Number (FEIN) is 59-2405375 3. My name is John T. Glanville and my relationship to the BIDDER (Print Name of Individual Signing) is VP Operations (Position or Title) 1 certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act, Section 553.60 et.sea. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount of $ 0.00 , based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards, and intends to comply with said standards by instituting the following specific method(s) of compliance on this Project: n/a The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 7. The BIDDER has allocated and included in its bid the total amount of $ 0.00 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: n/a 00454 - Florida Trench Safety Act - REV 04-07 00454 - 1 F:1Pubifc Worka1ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge RemovaM-AdminIBid Docurnerits1Contract Oocumanta100454 - Florida Trench Safety Act - REV 04-07.doc The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIDDER's own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. BIDDER: By: Underwater Engineerin . Services, Inc. 4114%.4 dIP J . Glanville Position or itle: VP Operations Date: March 28, 2019 STATE OF Florida COUNTY OF St. Lucie Personally appeared before me, the undersigned authority, John T. Glanville who after first being sworn by me, affixed his/her signature in the space provided above on this 28th e y of March , 20 19 . A 4/. • :try ' ublic, State at Targe iiiiiommission Expires: 11/02/22 TINA M. PETERSON Notary Public - State of Florida GG 235926 a My Comm. sionres Nov 2, 2022 Bonded through National Notary Assn. * * END OF SECTION * * 00454 - Florida Trench Safety Act - REV 04-07 00454-2 F:IPubllc WerleAENGINEERING DIVISION PROJECTS1712 Wabeaso Fisting Pier -Bridge RengvaR1-Admin3d DocianentsContract Dawmentta00454 - Flange Trench Safety Act - REV 04-07.doc SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. UNDER PENALTY OF PERJURY, the undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained. Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Attach additional sheets as required. Documentation Submitted with Project No: IRC -1712 Project Name: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT 1. Bidder's Name / Address: 3306 Enterprise Road, Fort Pierce, Florida 34982 2. Bidder's Telephone & FAX Numbers: (772)337-3116 phone, (772)337-0294 fax 3. Licensing and Corporate Status: a. Is Contractor License current? yes b. Bidder's Contractor License No: CGC1507554 [Attach a copy of Contractor's License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 35 5. Please provide recent examples of demolition projects that you have successfully completed. Please also include examples of demolition projects that included offshore reef building, or provide examples of reef building projects your Subcontractor has completed. See attached UESI and McCulley Marine Project Experience 6. Has the firm ever failed to complete work awarded to you? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No 00456 - Qualifications Questionnaire 00456 - t F:1Public Wo ks1ENGINEERING DIVISION PROJECTS11712 Webasso Fishing Pler-Bridge Removal11-/WncmBid DoamnentstConbact Doaunents500456 - Qualifications Questionnaire.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 liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 10. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 11. Has the firm ever defaulted on any of its projects? 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.] 12. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 13. Name of person who inspected the site of the proposed work for the firm: Name: Randal Bazemore Date of Inspections: 03/22/19 14. Name of on-site Project Foreman: Lee Busbin Number of years of experience with similar projects as a Project Foreman: 41+ 15. Name of Project Manager: Randal Bazemore Number of years of experience with similar projects as a Project Manager: 35+ 16. State your total bonding capacity: $10 Million 17. State your bonding capacity per job: $5 Million 18. Please provide name, address, telephone number, and contact person of your bonding company: Karl Hucke (516)628-5716 3333 New Hyde Park Road, Suite 409, New Hyde Park, NY 11042 00456 - Qualifications Questionnaire 00456 - 2 F:1Public WOrks1ENGINEERING DIVISION PROJECTS11712 Wabasse Fishing Pier-addge RemcvaR1-M pined DocumentsContract Daaunm t OO458 - Qualifications Questionnai e.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 FPL Concrete Conduit Cluster Removal & Disposal 12/2018 Florida Power & Light g Joe Heatherly Joseph.W.Heatherly@fpl.com Angel Larramendi Angel.Larramendi@fpl.com $122,311.16 $418,793.16 New Smyrna Dunes Park Fishing Pier 01/2017 Volusia County Public Works Coastal Division Joe Nolin jnolin@volusia.org (386)248-8072 $627,082.00 $646,308.00 Riverfront Veterans Memorial Park Fishing Pier Replacement 08/2018Daytona City of South Greg Bartholomew gbartholomew@southdaytona.org (386)322-3070 $195,216.00 $195,216.00 Melrose Avenue Outfall Repair 11/2018 City of Ormond Beach John Noble (386)676-3302 $648,870.00 $685,858.00 FPL Canal Revetment St. Lucie Nuclear 10/2011 Florida Power & Light Jeff Jenkins (772)468-4106 Jeffery.jenkins@fpl.com $61,226,257.00 $61,226,257.00 FPL Ocean Intake Water Cooling System Concrete Repairs & Debris Removal 01/2013 Florida Power & Light Jeff Jenkins (772)468-4106 Jeffery.jenkins@fpl.com $6,756,300.00 $6,756,300.00 Shuckers Deck Collapse and Deck Removal 02/2014 Shuckers Restaurant Miami, Florida Frank Zaya Engineering Control Systems (305)895-4376 $85,016.00 $85,016.00 U1=U2 Intake Structure Catwalk Removal 05/2011 Florida Power & Light Kevin Oscarson Kevin.Oscarson@fpl.com (772)465-3559 x. 4276 $177,600.00 $177,600.00 00456 - Qualifications Questionnaire 00456 - 3 F:Vrubtic WakMENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge RemoveM-Mr nlB d Doom antslConUact Doa,rreNS100456 - Qualifications Ouestionnaire.doc 20. Complete List of Owned Equipment to be Utilized for this Work: UESI-Sectional Barges, Work Vessels, Crane, Tractor Trailer, Hydraulic Concrete Cutting Tools McCulley Marine -Tugboat, Barge, Loader, Skid Steer, Crane, Minitug, Skiff, Generators, Dumpster Licensed Tu 0 erators: Name License Number Years Experience Scott Bachman USA000299218 20+ Howard Masters USA000397063 20+ The following are attached to this submittal form: Ex Copies of all operator's licenses 131 Specimen Insurance certificate for firm 2a Copies of all professional licenses la Barge and tug specifications, including dimensions (length, width), capacity, and American Bureau of Shipping (ABS) rating The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items above, subject to all instructions, conditions, specifications, and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation. Company Name: Underwater Engineering Services, Inc. Company Address: 3306 Enterprise Road City, State: Fort Pierce, Florida Zip Code: 34982 Telephone: (772)337-3116 Fax: (772)337-0294 E-mail: aconnelly@uesi.com / tpeterson@uesi.com Business Tax Receipt Number: 1009626 SLC FEIN Number. 59-2405375 Authorized Signature: Name: John T. Glanville ate: March 28, 2019 Title: VP Operations (Type / Printed) 00456 - Qualifications Questionnaire 00456 - 4 F:lPublie WorIcAENGINEERING DIVISION PROJECTS11712 Weoasso Flstung Pier -Bridge Renwvall1-Adndntad DocwnentsIContract OocumenteV10456 - Qualifications Questiommtre.doc [NOTE: If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] By: VP" Operations (Signature) (Position or Title) March 28, 2019 **END OFSECTION ** (Date) 00456 - Qualifications Questionnaire 00456 - 5 F: Public VlrorkssENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier-idge Rertgvalll-AOnunleid Docurnerits1Contract Documert8100458 - Qualifications Questionneire.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 -1712 for WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Work to be Performed Subcontractor's Name/Address 1. Survey Morgan & Eklund, Inc. 4909 US 1, Vero Beach, Florida 32967 2. 3. Offshore Placement 4. 5. Diamond Wire Cutter 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. Equipment Rental Note: Attach additional sheets if required. McCulley Marine Services, Inc. 2309 Old Dixie Highway, Fort Pierce, Florida 34946 Concrete Cutting & Breaking 755 SW 16th Ave., Delray Beach, Florida 33444 * * END OF SECTION * * 00458 - List of Subcontractors REV 04-07 00458 - 1 F:1Pubfic WorksIENOINEERING DIVISION PROJECTS 1112 Webasso Fisting Pier -Bridge Rertrovallt-Manned Doc jnent lCortnact Ooc unentsW458 - List of Subcontractors REV 04- 07.doc CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute. I understand and agree that the County may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (11) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria. Name of Respondent: Underwater Engineering Services, Inc. By: (Authorize • ig ature) Title: VP Operations Date: March 27, 2019 00460 - Certification regarding Scrutinized Companies 00460 -1 F:1Pubtic Works1ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removah1-Admtn\Bid Documents\Contract Documents\00460 - Certification regarding Scrutinized Companies.docx Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone (772) 226-1416 Page 1 of 2 ADDENDUM NO. 1 Date: March 19, 2019 Project Name: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT (IRC -1712) Bid Number: 2019035 Bid Opening Date: Wednesday, March 28, 2019 at 2:00 p.m. This addendum is released to provide clarification and plans update. All information provided herein is hereby incorporated into the bid documents. Q: The instructions state that the "bidder must have at least five years' experience in the construction of similar projects of this size and larger". For the purpose of meeting this requirement, will the experience of the bidder's principals, management, and supervisory staff be considered? In other words, if the firm does not meet this requirement but its staff does, will the bidder be qualified? A: The Experience of the bidder's principals, management and supervisory staff will be considered to meet this requirement as long as that staff is assigned and responsible for direct oversight of the project activities. This experience and the proposed staff's associated experience must be clearly identified as part of the submitted bid package. Q: The instructions state that the "bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project". Can this be amended to state "the bidder and/or its subcontractors must have..."? Also, will the County consider striking "as prime contractor" from this requirement? The experience is the same regardless of the firm's role in the overall project and it is likely that all (or most) of the bidders will be using subcontractors for portions of the work. Some firms may have not been the prime on similar projects but are nonetheless qualified. A: Due to the unique nature of the scope of work set forth in this Contract, requiring both bridge demolition and offshore reef deployment, the County is amenable to amending the bid requirements to reflect "the bidder and/or its subcontractors must have" and replacing the 'Prime Contractor' term with 'Contractor Team'. Q: At the prebid, it was stated that a survey would be provided. Will this survey include both the project site and the travel route shown in the bid documents? Bidders need this information ASAP in order to determine whether the material has to be trucked away from the site. If the material has to be trucked, can the County property on Wabasso Island Lane be available for use? F:\Purchasing\Bids\2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\New folder\IRC-1712_ADDENO1_20190318-1WE.docx Bid Number 2019008 Addendum No. 1 Page 2 of 2 A: Please see the survey attached in this Addendum No. 1. Two areas have been identified for material storage, the area available for staging on the east side of the project is delineated in the plans. An approximate 100' x 40' section, sketch is attached with Addendum No.1, of the parking lot on the west side of the bridge will be provided for the Contractor to use. Attachments: 1. Pre -Bid Conference Minutes 2. Pre -Bid Conference Sign -In Sheet 3. Updated Itemized Bid Schedule, and updated Page 2 of Specifications Division 2 —Technical Provisions 4. Wabasso Fishing Pier Demolition and Debris Removal, Bid Plans, March 2019 5. Permit Boundary and Potential Deployment, Artificial Reef Zone 5 6. Bathymetric Survey 7. Original Plan "Fishing Walks at Structure B over Indian River", Drawing 1, 1968 8. Wabasso Fishing Piers Rehabilitation, 2006 9. Available staging area on the west side of the bridge *************This Addendum must be acknowledged with submittal package and/or by return of this Acknowledgement with your submittal package ************ Company Name Underwater Engineering Services, Inc. Name: John T. Glanville Title: VP Operations (Type / Printed) Authorized Signature: Date. March 28, 2019 Telephone: (772)337-3116 Email: aconnelly@uesi.com tpeterson@uesi.com Board of County Commissioners 180127th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING MINUTES March 7, 2019 at 10:00 AM INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room A1-303 Building A WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No. IRC -1712 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: Wabasso Causeway Fishing Pier Demolition Project PROJECT NUMBER: IRC -1712 BID NUMBER: 2019035 INTRODUCTIONS/SIGN IN SHEET Attendance at this conference by all bidders was MANDATORY. No bidder arriving after the meeting has begun was allowed to sign in. This meeting was recorded as part of the project records. PROJECT DESCRIPTION: The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is in two sections and is approximately 1000 feet long, will be removed and placed at a permitted offshore artificial reef site. CONTRACT DETAILS Bid Opening: Thursday, March 28, 2019 at 2:00 PM Contract Time: 60 days to substantial completion 90 days to final completion Engineer's Estimate: $1,614,300.00 (Includes Force Account) Liquidated Damages: $1,665.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Page 2 of 6 Division at purchasing@ircgov.com. PROJECT CONSULTANTS: Atkins, Melbourne, Florida — Kenneth M. Good, PE UTILITIES: FP&L — A known electric cable is running along the waterway bottom to the south of the pier. Other utilities shall be located by the One -Call System. PERMITS: All permitting for the project has been completed. The permits include: Department of the Army Permit - SAJ-2016-02916 (SP -AWP) Department of the Army Permit — SAJ-2017-00473 (NWP-CMM) Department of Environmental Protection — 31 -0354699 -006 -EE OTHER ISSUES • Review and comment with questions and clarifications as soon as possible, no further comments 10 days prior to bid opening (Monday, March 18, 2019). • The Notice to Proceed tentative of Contract Award. • Maintenance of Traffic: - Contractor shall submit a Maintenance of Traffic Plan to the Indian River County, Traffic Division for acceptance. The Maintenance of Traffic Plan shall meet the FDOT Index 600, January 2018 Edition and shall be signed and sealed by a Florida P.E. - Traffic Signs approved by FDOT may be required for Trucks/Equipment entering/leaving the park from the CR -510 Wabasso Bridge Traffic Lanes. - James Ennis (IRC -Assistant Public Works Director) stated that the Wabasso Causeway Bridge falls under FDOT jurisdiction and any operation from the bridge would need approval from FDOT, which would include the Contractor obtaining a permit from FDOT any MOT device or signage to be installed. The County has no ability to grant permission to operate from the structure. Driveway, business and road access shall be maintained at all times • The Contractor will be permitted to restrict the boat ramp usage of the boat ramp for up to 30 min two times a day for loading and unloading. • Staging area is shown on the plan, space is limited for staging and contractor may need to arrange for frequent removal of unsuitable material and construction debris. • The Contractor shall be responsible for removal of all debris generated by the marine & land-based demolition operations, along with restoration of the impacted areas. Excavated material — such as the concrete sidewalk, is to be removed and disposed of by Contractor. • Preparation of Concrete for Reef Deployment — all metal or exposed reinforcement shall be removed as close to the concrete as possible, and extend no more than 6 inches, per the permit requirements. Removed metal material shall be disposed of in an approved manner. • All clean concrete sections over 500 lbs shall be prepared and deployed within the F:\Public Works\ENGINEERING DIVISION PROJECTS \\I712 Wabasso Fishing Pier -Bridge Removal \1 -Admin \Meetings\Pre-Bid Meeting`•:l712 _PreBid_MIN_20190314.docx Page 3 of 6 permitted OIARC reef area located approximately 3 miles off shore and about 5 miles south of the Sebastian inlet. Contractor shall comply with all conditions and requirements of the permits. • James Ennis (IRC) stated, the reef shall be deployed in Reef Zone 5, Sub -Section C of the attached Plan (Center Coordinates: -80.34668584, 27.82888667), all material must to be placed within a 100 foot radius of the provided coordinates, in a uniform fashion with a maximum relief of 12 feet. The County will confirm the depths with a sound depth finder. If Contractor exceeds this maximum relief, they will be responsible for removing material to meet permit requirements. • All demolition, removal, and disposal work shall be conducted from a barge or vessel. No work shall be conducted from the CR -510 Highway Bridge. • Contractor will be responsible for Notifying the US Coast Guard for a Notice to Mariners. • Work hours — IRC work hours are from 7AM to 5PM, however on -water work time will also be limited to 1/2 hour after sunrise through % hour before sundown. Night time demolition/construction operations will not be allowed, work on weekends or holidays will need approval from IRC. • James Ennis (IRC) emphasized the following requirements found in the Contract Documents: A minimum two (2) week notification prior to material deployment is required under the Department of the Army Permit - SAJ-2016-02916 (SP -AWP). - Pre -deployment dives are required by the Permit and will be conducted by County staff. - Maximum deployment at each Reef Zone is 1000 tons, as per Department of the Army Permit - SAJ-2016-02916 (SP -AWP), Barge for deployment is required to have Hydrostatic Number Charts to confirm the tonnage of material deployed. Army Corps requires clean concrete with no rebar sticking out more than 6 inches — See Department of the Army Permit - SAJ-2016-02916 (SP -AWP). - Handrails shall be removed on all sections and this is to be considered as part of the pay item for disposal of each deck section. - Site restoration item on bid sheet shall include all concrete removal not suitable for deployment or broken concrete (pieces less than 500 Ib) • Ken Good (Atkins) stated that post -tensioning and pre -tensioning cables which are exposed will require removal and would fall under the rebar removal requirement DISCUSSION Questions & Answers Q: Will FPL buoy their line? A: It will be up to the contractor to coordinate with FP&L as to how they want their line protected during construction. Q: What is the anticipated timing for Notice to Proceed? F:\Public Works\ENGINEERING DIVISION PROJECTS \(712 Wabasso Fishing Pier -Bridge Removal \1 -Admin \Meetings\Pre-Bid Meeting\\1712_PreBid MIN_20190314.docx Page 4 of 6 A: Approximate 4 weeks after bid opening, the Bid Opening and/or Notice to Proceed will not be delayed due to the typical conditions favorable to deployment. 0: Is there a specific reason for 5 -day work week? A: Regular working hours are defined as Monday through Friday7AM to 5PM. Cost of inspection or testing during overtime work will be paid by the contractor, see Section 0800, Supplementary Conditions to the General Conditions, Article SC -6.02. Overtime Rate for Inspectors: $50.00/ per hour for county inspector for 8 hours minimum and $110.00/ hour for Atkins' Engineers. Q: Lead time for diving inspection. A: A minimum two (2) week notification prior to material deployment is required under the Department of the Army Permit - SAJ-2016-02916 (SP -AWP). County staff will conduct the pre - and post -deployment dives required for permit reporting. The total number of anticipated deployments necessary to deploy up to 1000 tons of bridge material will be required at the time of the two (2) week notification. Q: Will a County inspector be on site at all times? A: Yes, the County or an engineering consultant will be onsite. 0: Can the Contractor work on both sides of the bridge demolition at the same time? A: Yes. Q: Can deployment of the material be taken out to the sea after hours? A: There are no restrictions on the transportation time of the material by the contract or permit. 0: What happens if the site is not acceptable following the inspection dive? A: The rule is to move 500 ft from any newly identified hardbottom. 0: Can the dive be done a day before deployment? A: The site can be checked a few days before however, it's most likely County staff will be onsite the morning of the first deployment to complete a pre -deployment assessment. If a pre - deployment dive is conducted days prior to deployment of material, County staff will still be on site to observe and record material deployment for permit reporting purposes. 0: Will slabs be able to handle the removal of post tension cables, and what if concrete is crumbling once it has been removed? A: There are plans available from the rehabilitation and the contractor shall make his own judgement, pieces of concrete acceptable can be cut to 10 ft lengths with a minimum weight of 500 Ib. Available drawings are attached to this document. Only exposed cables would need to be removed. 0: Is there a restriction on placement? A: It should be a uniform drop from the barge. For example, a loader can be used to push the material from the barge. F:\.Public Works\ENGINEERING DIVISION PROJECTS \1712 Wahasso Fishing Pier -Bridge Removal \1-Admin\Meetings\Pre-Bid Meeting\ 1712_PreBid_MIN_20190314.docx Page 5 of 6 Q: What type of turbidity boom will need to be used? A: The floating turbidity barrier type is at the contractor's discretion as necessary to achieve their demolition operation while meeting permit requirements. The Contractor shall be responsible for providing BMP's sufficient for the location and conditions. Q: Does the work area and sea grass area need to be protected by the turbidity booms. A: Yes, the sea grass shall be protected with turbidity barriers as shown on the contract drawings. The work area shall be protected with a floating turbidity barrier in accordance with the permit SAJ-2017-00473. Q: Will be additional park area made available? A: No, the intent of this project was, to have the deployment material be stored on the barge and not in the park area. A bathymetric survey of the channel from the pier south to the Intracoastal Waterway is attached. 0: Can the park be used to truck material off site? A: The area available for staging on the east side of the project is delineated in the plans. An approximate 100' x 40' section, sketch attached, of the parking lot on the west side of the bridge will be provided for the Contractor to use. Please be aware that the Contractor will be responsible for restoring the lay down areas to the condition prior to use. Q: Does all debris material need to be deployed to the reef? A: The Contractor shall use all suitable material from the existing bridge components to build an artificial reef located in reef zone 5C, center coordinates provided above.5C. Up to 1000 TN can be deployed at this location. No materials should be tampered with to minimize the amount of suitable material eligible for deployment. Q: What happens if the Army Corps finds the material not suitable during inspection? While it has been selected on established material criteria as outlined in the permits? A: Material staged for placement will be inspected by County staff and the Contractor to confirm it complies with all requirements outlined in the permit prior to any and all AOCE inspections pre -deployment. If any unforeseen conditions arise, they will be addressed at that time. 0: Do the piles have stingers? A: The details of the piles are not known. Q: What is the force account used for? A: Force Account Funds can be used by the County staff for unforeseen conditions, expenses or overrun on quantities due to additional work required. Any work proposed to utilize contingency funds must be identified and agreed upon before any work is performed and a Work Change Directive issued prior to any work being performed. Q: Bid Item No2.01 Crane, when will that be used? A: Revised bid sheets will be issued with this Addendum which remove this pay item. All equipment costs necessary for the project work to be completed shall be included in the respective pay items bid prices the work is associated with. F:\\Public Works:ENGINEERING DIVISION PROJECTS\1712 Wahasso Fishing Pier -Bridge Removal \I -Admin \ Meetings \Pre -Bid Meeting\\l 712_PreBid MIN_20190314.docx Page 6 of 6 Q: What if bids are exceeding the County's budgets? A: Options to address a low bid in excess of the current project budget will be evaluated at that time. Q: Is there a commercial diving requirement? OSHA? Commercial? Or Army Corps? A: It is up to the Contractor to follow their business requirements/OSHA/company policies. This is not an Army Corps project and specific dive requirements are not mandated by the County. An Army Corps dive plan is not required. Meeting adjourned at 11:OOAM F:\Public Works\ENGINEERING DIVISION PROJECTS \\\1712 Wahasso Fishing Pier -Bridge Removal\1-Admin\Meetings\Pre-Bid Meeting\ 1712_PreBid_MIN_20190314.doca F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Meetings\Pre-Bid Meeting\1712 Pre -Bid Meeting Sign In Sheet_20190307.docx MANDATORY PRE-BID MEETING SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING INDIAN RIVER COUNTY ADMINISTRATION BUILDING , Room A1-303 Building A WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT PROJECT No. IRC -1712 March 7, 2019 at 10:00 A.M. NAME COMPANY & ADDRESS PHONE # / FAX # / CELL # EMAIL ADDRESS /tF/‘' &c'oo /9771..7"-r- ��" . j?/ -77..7-(,x".,2:0 /re ehl,50vciea/A/--_34 rc ( ✓ / ► ✓ Q vC 0 Gu 57-z»41 &4, .v; '7 r t t C T / LJ�12�,) � i,(�j-(( etc 7 -7 2' 333-232-3 a C&I, 57.4,,41 L.- %'Tip 7.,ae/<-c l f. n Radii') 4t j t sciDoi cPrrese 21--/ylGrd7e- 3-6/,91-01/ ,S�r/- 23yG.S87 fl/a%n/07,23vl�r�';),,,hc. Co,. .l<<.o,,,As •1 m -L e V. u t,,- 9'41 -mss -oma . 4 c� _ex,, -76gd LA'NDR1 aksm tone LLC 8(3- 303 - `3'3-5 4.40, -()Ar. e rast-1..,,C , corvi klr5hu taituudichr I12.0 Fal -77 Z - 27,6- 13 aTi k itivAcif, irc9ov, w lI1 €.LL6R. l R Lt0 .2-24-7?2- 15 c1� /✓I A thsr K /rc9©v.ce><"1 (-/ZAIIPM C°. (-' !� C.L i (2_0t' , v C— cQitt,TAci .Ti4r../ 97 -- 3g- os.9.? oral,,tm,c.. er7764UAAPAc c°A /e/e) f' /<</..)r M �vi I I' 7 Ate,.SVer /' r � 772- z.16 --,7l G 4,1kl,,f,� rj,:),,,-,/ 9pi��.i � s- 4 *- (rx„rt I tZ L ?v✓ --1-17 - '776- 1,9?ji Nb d t(c- -)14.(140 1. -4.04 -held .z' PIC.." -c Aet s i r� 772_ — Z z..tx -- 14 / J ? y cal ...54 440.21e,/t (2a/ •c' `4-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Meetings\Pre-Bid Meeting\1712 Pre -Bid Meeting Sign In Sheet_20190307.docx MANDATORY PRE-BID MEETING SIGN -IN SHEET INDIAN RIVER COUNTY ENGINEERING INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room A1-303 Building A WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT PROJECT No. IRC -1712 March 7, 2019 at 10:00 A.M. NAME COMPANY & ADDRESS PHONE # / FAX # / CELL # EMAIL ADDRESS t.• tat at C0s ato s . Mt -t.oy- k. -r .3_—A.(e-0 , D 6a% .4 , , . • coAMAGNA ft. z ,I_Ntb.4e *PeEv1l (JLJ A 1+i - �i➢v4i•th 2nvGi. Scv,cKs, leuc-. 0A�sv 172 - 73 7- 21 / 6 f'`‘f'`‘A 17Z -X7 - o `fi x etco/7fie// gt,,fesi . c4)44.- 541 'BiC,LA144/ M Cc u t,t., e y pt^.}R tn+2 2-3gq N acc!c�l,e ipo., '),2- Z, �, -35'0, e. t c '-2)2 `-feR -(,060i Are'-, e ee4raMccGt!-leym4k,'e ,(lc,, F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\I-Admin\Meetings\Pre-Bid Meeting\1712_Pre-Bid Meeting Sign In Sheet_20190307.docx ADDENDUM #1 PROJECT NAME:WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT PROJECT NO. IRC -1712 BID NO. 2019035 BIDDER'S NAME Item No. Description ` y Unit Quantity Unit Price Amount 2 MOBILIZATION/DEMOBILIZATION EA 1 3 DEMOLITION - WEST STRUCTURES 3.01 FULL 50 FOOT SECTIONS ABOVE WATER, REMOVAL EA 8 3.02 40 FOOT SECTION/ABUTMENT EA 1 3.03 FULL PIERS EA 11 3.04 UNDERWATER SUPERSTRUCTURE SECTIONS (INCLUDES DIVERS, BMP'S ENVIRONMENTAL MONITORING), REMOVAL EA 2 3.05 PARTIAL PIERS TO BE RECOVERED EA 5 3.06 UPLAND SIDEWALK REMOVAL SF 300 4 DEMOLITION -EAST STRUCTURES 4.01 FULL 50 FOOT SECTIONS ABOVE WATER, REMOVAL EA 3 4.02 30 FOOT SECTION/ABUTMENT EA 1 4.03 FULL PIERS EA 5 4.04 UNDERWATER SUPERSTRUCTURE SECTIONS (INCLUDES DIVERS, BMP'S ENVIRONMENTAL MONITORING), REMOVAL EA 6 4.05 PARTIAL PIERS TO BE REMOVED EA 5 4.06 PARTIAL PIERS TO BE RECOVERED EA 5 4.07 UPLAND SIDEWALK REMOVAL SF 300 5 DISPOSAL OF MATERIALS (OFFSHORE REEF DEPLOYMENT) LS 1 6 SITE RESTORATION LS 1 WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT SUB -TOTAL FORCE ACCOUNT $220,000.00 TOTAL PROJECT ESTIMATE (INCLUDING FORCE ACCOUNT) TOTAL TOTAL PROJECT BID AMOUNT IN WORDS NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE. THE BID SCHEDULE WILL BE UTILIZED FOR BIDDING PURPOSES. SF=Square Feet LS=Lump Sum EA=Each PD=Per Day 00310-3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Addendums\Addendum #1 \IRC 1712_ I B S_A D D 1 _20190 314 SPECIFICATIONS Division 2 — Technical Provisions SECTION 1 — MOBILIZATION/DEMOBILIZATION Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, and sanitary and other facilities. Include the costs of bonds and any required insurance and any other preconstruction expense necessary for the start of the work, excluding the cost of construction materials. Demobilization shall be deemed to consist of all tasks necessary for removal of materials, plant, and equipment from the site upon completion of the work, restoration of the site and site access to original condition. SECTION 2 - 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, Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 2 of 39 File Name: C:\Users\BART6907\Documents\Wabasso Pier\Justin Files\CAD\C-0 COVER SHEET.dwg Layout Name: Layoutl Plot Time: Wednesday, March 06, 2019 — 8:59am Plotted by: BART6907 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL WABASSO, FL BID PLANS a basso Prt achers Island Pcep a 4 cnrnrtu lomaGow a Grove 5 MILES TO SEBASTIAN.„FL pef wa6assa Yews, Ref • • a Wabasso Beach ., ' 001'4" e 4 , 8.3 MILES TO VERO BEACH, FL Pine blond LOCATION MAP NTS DRAWING INDEX G-001 TO G-002 V-100 V-101 V-102 V-103 C-100 C-101 C-110 C-500 TO C-501 Indian River County 1801 27th Street, Vero Beach, FL 32960 Project Manager: Kirstin Leiendecker LQ1 GENERAL NOTES PRE -HURRICANE MATTHEW CONDITIONS POST -HURRICANE MATHEW CONDITIONS EXISTING PIER COMPONENT INVENTORY PLAN - WEST EXISTING PIER COMPONENT INVENTORY PLAN - EAST DEMOLITION PLAN - WEST SECTION DEMOLITION PLAN - EAST SECTION BARGE TRANSIT ROUTE BMP PLAN VIEW AND DETAILS ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 Engineer of Record: Kenneth M. Good, PE FI. Lic. No. 61687 File Name: C:\Users\8ART6907\Documents\Wabasso Pier\Justin Files\CAD\C-0 COVER SHEET.dwg Layout Name: GENERAL NOTES Plot Time: Wednesday, March 06, 2019 — 8:59am Plotted by: BART6907 GENERAL NOTES 1. THIS PROJECT INCLUDES THE COMPLETE DEMOLITION AND REMOVAL OF THE ENTIRE EAST AND WEST SPANS OF THE WABASSO FISHING PIER, ALONG WITH THE CONNECTING SIDEWALKS AT EACH END. ALL COMPONENTS OF THE PIER (INTACT AND DAMAGED/DISPLACED), INCLUDING PILES, CAPS, DECK SECTIONS AND LOOSE DEBRIS, ARE TO BE REMOVED. THE ENINGEER OR OWNER SHALL BE INFORMED UPON DISCOVERY OF ANY DEBRIS UNRELATED TO WABASSO FISHING PIER. 2. CONTRACTOR SHALL COMPLY WITH ALL NOTES, CONDITIONS AND REQUIREMENTS GIVEN WITHIN THE DRAWINGS, SPECIFICATIONS, AND PERMITS. THE SPECIFICATIONS HAVE BEEN PREPARED BY INDIAN RIVER COUNTY STAFF INDEPENDENT OF THE PLANS. THESE SPECIFICATIONS COVER THE OFFSHORE PLACEMENT AND PROVIDE SUPPLEMENTAL INFORMATION AND REQUIREMENTS FOR THE DEMOLITION. IN THE EVENT THERE IS A DISCREPANCY BETWEEN THESE PLANS AND THE SPECIFICATIONS OR OTHER COUNTY SUPPLIED DOCUMENTS, IT IS THE CONTRACTORS RESPONSIBILITY TO REQUEST CLARIFICATION. GENERALLY THE MORE STRINGENT REQUIREMENT WILL PREVAIL. 3. ALL METAL RAILINGS, BRACKETS, EXPOSED REINFORCING, OR OTHER FITTINGS SHALL BE REMOVED AS CLOSE TO THE CONCRETE AS PRACTICABLE, WITH PROTRUSION NOT TO EXCEED 6 INCHES IN LENGTH FROM THE CONCRETE IT IS INCASED IN. SAID MATERIALS SHALL BE DISPOSED OF AT AN APPROVED UPLAND FACILITY. 4. ALL CLEAN CONCRETE COMPONENTS OVER 500 LBS SHALL BE DISPOSED OF AT 1 OF 12 OFFSHORE ARTIFICIAL REEF SITES LOCATED APPROXIMATELY FIVE MILES EAST-SOUTHEAST OF SEBASTIAN INLET. THIS REEF SITE WAS AUTHORIZED BY USAGE PERMIT SAJ-2016-02916 (SP -AWP). CONTRACTOR SHALL COMPLY WITH ALL CONDITIONS AND REQUIREMENTS WITHIN AUTHORIZED PERMITS, UNLESS SPECIFICALLY NOTED OTHERWISE. 5. THE FOLLOWING ISA SUMMARY OF THE MAJOR PIER COMPONENTS TO BE REMOVED. 11 - INTACT 50' CONCRETE PIER DECK SECTIONS 2 - INTACT 25' CONCRETE PIER DECK ABUTMENT SECTIONS 8 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PIER DECK SECTIONS 38 - FULL LENGTH INTACT CONCRETE PILES 5 - PARTIAL/BROKEN/DISPLACED CONCRETE PILES 16 - INTACT CONCRETE PILE CAPS 5 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PILE CAPS 1,530 SQ. FT. - CONCRETE SIDEWALK 6. PIER COMPONENTS SHALL BE REMOVED FROM THE WATERWAY WITHOUT ADVERSELY IMPACTING AQUATIC NATURAL RESOURCES. 7. PIER COMPONENTS WILL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT NO POTENTIAL SEAGRASS AND/OR HARDBOTTOM IS HARMED OR DAMAGED. 8. THE CONTRACTOR SHALL TAKE ALL NECESSARY PRECAUTION TO PROTECT EXISTING STRUCTURES INCLUDING UNDERGROUND AND ABOVE GROUND UTILITIES. AN 811 UTILITY LINE LOCATION CALL (1-800-432-4770) SHALL BE CONDUCTED BY CONTRACTOR TO LOCATE ANY UTILITIES IN THE FACILITY. A KNOWN FPL ELECTRICAL CABLE(S) IS RUNNING ALONG THE WATERWAY BOTTOM JUST TO THE SOUTH OF THE PIER. THE CABLE(S)SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. THE CONTRACTOR SHALL COORDINATE DIRECTLY WITH FPL TO INSURE CLEARANCE AND PROTECTION REQUIREMENTS, APPROPRIATE FOR THE CONTRACTOR'S PROPOSED EQUIPMENT ARE MET. PRIOR TO MOBILIZATION, THE CONTRACTOR SHALL SUBMIT A PLAN, WHICH HAS BEEN APPROVED BY FPL, IDENTIFYING REQUIRED 9. 10. 11. 12. 13. 14. 15. RE CLEARANCES AND PROTECTION METHODS. SUBMERGED PIER SECTIONS WERE LOCATED WITH A DIVER AND HAND-HELD GPS UNIT. LOCATIONS ARE APPROXIMATE. THE ORIENTATION OF THE SUBMERGED DECK SECTIONS IS APPROXIMATE BASED ON DIVER OBSERVATIONS WITH LIMITED VISIBILITY. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VERIFY THE POSITION, ORIENTATION, CONDITIONS, ETC. OF ALL PIER COMPONENTS AND DEBRIS PRIOR TO MOBILIZATION. COMPLETE REMOVAL OF THE PILES IS PREFFERED. IF IT IS NOT PRACTICAL OR POSSIBLE TO COMPLETELY REMOVE A PILE, IT SHALL BE CUT OFF AT LEAST ONE FOOT BELOW THE MUDLINE, WITH ALL REINFORCING CUT FLUSH WITH THE CONCRETE. BASED ON CRANE CAPACITY LIMITS, DECK SECTIONS MAY BE CUT TO MINIMUM LENGHT OF 10 FEET. ALL EQUIPMENT INCLUDING VESSELS AND TURBIDITY CURTAIN WILL BE REQUIRED TO FOLLOW PROPER U.S.C.G. PROTOCOL FOR OVERNIGHT STORAGE. THE CONTRACTOR SHALL PROVIDE ALL WARNING SIGNS, LIGHTS, & SIGNALS AS REQUIRED TO ADEQUATELY WARN THE PUBLIC AGAINST DANGER AND TRESPASS WITHIN THE DESIGNATED CONSTRUCTION SITE. ALL PIER DEMOLITION, REMOVAL, AND DISPOSAL WORK SHALL BE CONDUCTED FROM A BARGE OR SIMILAR VESSEL. NO WORK SHALL BE CONDUCTED FROM THE HIGHWAY BRIDGE, AND THE WORK SHALL NOT IMPACT TRAFFIC ON THE HIGHWAY BRIDGE. NOTICE TO MARINERS: THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE U.S. COAST GUARD IN SUFFICIENT TIME TO ALLOW FOR PUBLICATION OF A NOTICE TO MARINERS. THE LOCAL COAST GUARD IS: COMMANDER 7TH COAST GUARD DISTRICT BRICKELL PLAZA FEDERAL BUILDING 909 S.E. FIRST AVENUE, ROOM 406 MIAMI, FLORIDA 33131-3028 ATTN: (LNM) TELEPHONE: (305)415-6750 FAX: (305)415-6757 THE CONTRACTOR SHALL OBTAIN APPROVAL FROM THE U.S. COAST GUARD FOR ALL BUOYS, MARKERS, AND OTHER NAVIGATION AIDS PRIOR TO INSTALLATION. AIDS, LIGHTS OR TARGETS SHALL NOT BE PLACED OR COLORED IN A MANNER THAT THEY WILL OBSTRUCT OR BE CONFUSED WITH NAVIGATION AIDS. GENERAL HOURS OF OPERATIONS WILL BE LIMITED TO ONE HALF HOUR AFTER SUNRISE THROUGH ONE HALF HOUR BEFORE SUNDOWN; NO NIGHTTIME OPERATIONS WILL BE ALLOWED. NO WORK SHALL BE PERFORMED ON SUNDAY'S OR HOLIDAYS WITHOUT PRIOR APPROVAL FROM THE OWNER OR ENGINEER SOURCE PROTECTION NOTES 2. 3. THE CONTRACTOR SHALL COMPLY WITH ALL WATER QUALITY REQUIREMENTS AND REGULATORY PERMITS ISSUED BY LOCAL, STATE AND FEDERAL AUTHORITIES PRIOR TO AND AT THE TIME OF CONSTRUCTION. MANGROVES SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. A MINIMUM FIFTEEN FOOT WIDE BUFFER AROUND LANDWARD SIDE OF THE MANGROVES DRIP LINE SHALL BE FENCED OFF WITH ORANGE CONSTRUCTION SAFETY FENCE. SEAGRASS SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. NO VESSELS OR EQUIPMENT SHALLOPERATE OVER OR TRAVERSE ATOP OF THE SEAGRASS BED. A MINIMUM TWENTY-FIVE FOOT BUFFER AROUND THE SEAGRASS BED SHALL BE PROTECTED WITH A FLOATING TURBIDITY BARRIER. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY GENERAL NOTES ENGINEER OF RECORD: KENNETH M 0000, PE LIC NO. 0687 JOB No. 100055899 CAD RLE SHEET HUMBER G-001 m 0 0 a E co0 u) rn 0 N 10 0 0 Time: Wednes w x 0 Pier\Justin Files\CAD • ALL PIER REMOVAL OPERATIONS SHALL BE CONTAINED WITHIN WATER QUALITY BMPS SUCH AS, BUT NOT LIMITED TO, TURBIDITY BARRIERS AND SILT FENCES. • PIER COMPONENTS SHALL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT ANY POTENTIAL SEAGRASS AND/OR HARDBOTTOM IS NOT DAMAGED. • AT ALL TIMES, A MINIMUM 1 FOOT VERTICAL CLEARANCE BETWEEN THE KEEL OR LOWEST PORTION OF THE VESSEL RUNNING GEAR AND THE BOTTOM OF THE WATERWAY SHALL BE MAINTAINED. • WORK SHALL COMPLY WITH STANDARD MANATEE CONDITION FOR IN -WATER WORK. THE CONTRACTOR SHALL COMPLY WITH THE FOLLOWING CONDITIONS INTENDED TO PROTECT MANATEES FROM DIRECT PROJECT EFFECTS: 7.1. ALL PERSONNEL ASSOCIATED WITH THE PROJECT SHALL BE INSTRUCTED ABOUT THE PRESENCE OF MANATEES AND MANATEE SPEED ZONES, AND THE NEED TO AVOID COLLISIONS WITH AND INJURY TO MANATEES. THE CONTRACTOR SHALL ADVISE ALL CONSTRUCTION PERSONNEL THAT THERE ARE CIVIL AND CRIMINAL PENALTIES FOR HARMING, HARASSING, OR KILLING MANATEES WHICH ARE PROTECTED UNDER THE MARINE MAMMAL PROTECTION ACT, THE ENDANGERED SPECIES ACT, AND THE FLORIDA MANATEE SANCTUARY ACT. 7.2. ALL VESSELS ASSOCIATED WITH THE CONSTRUCTION PROJECT SHALL OPERATE AT "IDLE SPEED/NO WAKE" AT ALL TIMES WHILE IN THE IMMEDIATE AREA AND WHILE IN WATER WHERE THE DRAFT OF THE VESSEL PROVIDES LESS THAN A FOUR -FOOT CLEARANCE FROM THE BOTTOM. ALL VESSELS WILL FOLLOW ROUTES OF DEEP WATER WHENEVER POSSIBLE. 7.3. SILTATION OR TURBIDITY BARRIERS SHALL BE MADE OF MATERIAL IN WHICH MANATEES CANNOT BECOME ENTANGLED, SHALL BE PROPERLY SECURED, AND SHALL BE REGULARLY MONITORED TO AVOID MANATEE ENTANGLEMENT OR ENTRAPMENT. BARRIERS MUST NOT IMPEDE MANATEE MOVEMENT. 7.4. ALL ON-SITE PROJECT PERSONNEL ARE RESPONSIBLE FOR OBSERVING WATER -RELATED ACTIVITES FOR THE PRESENCE OF MANATEE (S) . ALL IN -WATER OPERATIONS, INCLUDING VESSELS, MUST BE SHUTDOWN IF MANATEE (S) COMES WITHIN 50 FEET OF THE OPERATION. ACTIVITIES WILL NOT RESUME UNTIL THE MANATEE (S) HAS MOVED BEYOND THE 50 -FOOT RADIUS OF THE PROJECT OPERATION, OR UNTIL 30 MINUTES ELAPSES IF THE MANATEE (S) HAS NOT REAPPEARED WITHIN 50 FEET OF THE OPERATION. ANIMALS MUST NOT BE HERDED AWAY OR HARASSED INTO LEAVING. 7.5. ANY COLLISION WITH OR INJURY TO A MANATEE SHALL BE REPORTED IMMEDIATELY TO THE FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION ( FWC) HOTLINE AT 1-888-404-3922. COLLISION AND/OR INJURY SHOULD ALSO BE REPORTED TO THE U.S. FISH AND WILDLIFE SERVICE IN JACKSONVILLE (1-904-731-3336) FOR NORTH FLORIDA OR IN VERO BEACH (1-722-562-3909) FOR SOUTH FLORIDA, AND EMAILED TO FWC AT IMPERILEDSPECIES@MYFWC.COM 7.6. A TEMPORARY SIGN CONCERNING MANATEES SHALL BE POSTED PRIOR TO AND DURING ALL IN -WATER PROJECT ACTIVITIES. ALL SIGNS ARE TO BE REMOVED BY THE CONTRACTOR UPON COMPLETION OF THE PROJECT. TEMOPORARY SIGNS THAT HAVE ALREADY BEEN APPROVED FOR THIS USE BY THE FWC MUST BE USED. ONE SIGN WHICH READS CAUTION.• BOATERS MUST BE POSTED. A SECOND SIGN MEASURING AT LEAST 8 z " BY 11" EXPLAINING THE REQUIREMENTS FOR "IDLE SPEED/NO WAKE" AND THE SHUT DOWN OF IN -WATER OPERATIONS MUST BE POSTED IN A LOCATION PROMINENTLY VISIBLE TO ALL PERSONNEL ENAGAGED IN WATER -RELATED ACTIVITES. THESE SIGNS CAN BE VIEWED AT HTTP://WW W.MYFWC.COMNVI LDLIFEHABITATS/MANTEE _SIGN VENDORS.HTM. QUESTIONS CONCERNING THESE SIGNS CAN BE FORWARDED TO THE EMAIL ADDRESS LISTED ABOVE. 8. WORK SHALL COMPLY WITH SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTION CONDITIONS. THE CONTRACTOR SHALL COMPLY WITH THE FOLLOWING PROTECTED SPECIES CONSTRUCTION CONDITIONS: 8.1. THE CONTRACTOR SHALL INSTRUCT ALL PERSONNEL ASSOCIATED WITH THE PROJECT OF THE POTENTIAL PRESENCE OF THESE SPECIES AND THE NEED TO AVOID COLLISIONS WITH SEA TURTLES AND SMALLTOOTH SAWFISH. ALL CONSTRUCTION PERSONNEL ARE RESPONSIBLE FOR OBSERVING WATER -RELATED ACTIVITIES FOR THE PRESENCE OF THESE SPECIES. 8.2. THE CONTRACTOR SHALL ADVISE ALL CONSTRUCTION PERSONNEL THAT THERE ARE CIVIL AND CRIMINAL PENALTIES FOR HARMING, HARRASSING, OR KILLING SEA TURTLES OR SMALLTOOTH SAWFISH, WHICH ARE PROTECTED UNDER THE ENDANGERED SPECIES ACT OF 1973. 8.3. SILTATION BARRIERS SHALL BE MADE OF MATERIAL IN WHICH A SEA TURTLE OR SMALLTOOTH SAWFISH CANNOT BECOME ENTANGLED, BE PROPERLY SECURED, AND BE REGULARLY MONITORED TO AVOID PROTECTED SPECIES ENTRAPMENT. BARRIERS MAY NOT BLOCK SEA TURTLE OR SMALLTOOTH SAWFISH ENTRY TO OR EXIT FROM DESIGNATED CRITICAL HABITAT WITHOUT PRIOR AGREEMENT FROM THE NATIONAL MARINE FISHERIES SERVICE'S PROTECTED RESOURCES DIVISION, ST. PETERSBURG, FLORIDA. 8.4. ALL VESSELS ASSOCIATED WITH THE CONSTRUCTION PROJECT SHALL OPERATE AT "NO WAKE/IDLE" SPEEDS AT ALL TIMES WHILE IN THE CONSTRUCTION AREA AND WHILE IN WATER DEPTHS WHERE THE DRAFT OF THE VESSEL PROVIDES LESS THAN A FOUR -FOOT CLEARANCE FROM THE BOTTOM. ALL VESSELS WILL PREFERENTIALLY FOLLOW DEEP -WATER ROUTES ( E.G., MARKED CHANNELS) WHENEVER POSSIBLE. 8.5. IF SEA TURTLE OR SMALLTOOTH SAWFISH IS SEEN WITHIN 100 YARDS OF THE ACTIVE DAILY CONSTRUCTION/DREDGING OPERATION OR VESSEL MOVEMENT, ALL APPROPRIATE PRECAUTIONS SHALL BE IMPLEMENTED TO ENSURE ITS PROTECTION. THESE PRECAUTIONS SHALL INCLUDE CESSATION OF OPERATION OF ANY MOVING EQUIPMENT CLOSER THAN 50 FEET OF A SEA TURTLE OR SMALLTOOTH SAWFISH. OPERATION OF ANY MECHANICAL CONSTRUCTION EQUIPMENT SHALL CEASE IMMEDIATELY IF A SEA TURTLE OR SMALLTOOTH SAWFISH IS SEEN WITHIN A 50 -FT RADIUS OF THE EQUIPMENT. ACTIVITIES MAY NOT RESUME UNTIL THE PROTECTED SPECIES HAS DEPARTED THE PROJECT AREA OF ITS OWN VOLITION. 8.6. ANY COLLISION WITH AND/OR INJURY TO A SEA TURTLE OR SMALLTOOTH SAWFISH SHALL BE REPORTED IMMEDIATELY TO THE NATIONAL MARINE FISHERIES SERVICE'S PROTECTED RESOURCES DIVISION ( 727-824-5312) AND THE LOCAL AUTHORIZED SEA TURTLE STRANDING/RESCUE ORGANIZATION. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY GENERAL NOTES ENGINEER OF RECORD. KBAETH M GOOD, PE UC. NO. 61687 JOB No. 100055899 CAD F LE BIM FRAEER G-002 8:59am Plotted by: 8ART6907 File Name: C:\Users\BART6907\Documents\Wabasso Pier\Justin Files\CAD\EX-1 EX.PLAN.dwg Layout Name: Layoutl Plot Time: Wednesday, March 06, 2019 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 INDIAN RIVER 525± LF WESTERN FISHING PIER 0 100 200 400 SCALE:1 "=200' Feet 475± LF EASTERN FISHING PIER NO EXISTING PIER BETWEEN EAST AND WEST SECTIONS INDIAN RIVER FDOT APLUS IMAGERY PRE HURRICANE MATTHEW ( 2015) WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY PRE -HURRICANE MATTHEW CONDITIONS ENGINEER OF RECORD KENNETH M 0000, PE LJC NO. 61887 JOB W. 100055899 DAD RE z !BEET MAKER V-100 Plot Time: Wednesday, March 06, 2019 — 8:59am Plotted by: 158± LF SIDEWALK y /'7 / / INDIAN RIVER SPO 0 100 200 400 FEET SCALE:1 "=200' 120± LF SIDEWALK NO Gam. ,% ,-'- �- 175± LF EASTERN FISHING ..- . PIER ( INTACT) oc) 100± LF WESTERN 74.7'. DAMAGED/SUBMERGED DEBRIS AREA 425± LF WESTERN FISHING 74.7 PIER ( INTACT) 7 7 APPROX. LOCATION OF FPL POWER LINE ( SUB AQUEOUS CROSSING) 300± LF EASTERN DAMAGED/SUBMERGED DEBRIS AREA INDIAN RIVER MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) r ----t L ---J LEGEND: FPL POWERLINE CONCRETE SIDEWALK DAMAGED/SUBMERGED DEBRIS AREA A71(oV� 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY POST HURRICANE MATHEW ENGINEER OF RECORD: KENNETH M 0000, PE UC. NO. 61687 JOB No. 100055899 CAD FILE 3 SHEET MAGER v-1 o1 W-CP11 0 50 190 200 W-CP09 W-CP10 W-PNO9 W-PN11 i Feet .W-PN10 SCALE:1"=100' W-CP07 W-PS09 W-PS10 W-PS11 W-PNO7 W-CP08 •" • W-CP05 W-PNO8 ,i• �fr W-PS07 .44*- W-PN05 W-PS08 W-DS11 W-PS05 W CPO6 W-PNO6 W-CP04 W-PS06 W-DS10 W-CP03 W-PNO4 W-DS09 W-PN03 W-PSO4 ' W-DS08 W PS03 W-DS07 W-CP02 W-DS06 W-PNO2 W-PSO2 W_DS05 W-CP01. W-DSO4 W-PNO1 ' W-DS03 W-P501 W-DS02 W-DS01 W-SW WEST SECTION - ID Description Position Weight ID Description Position eig N(TN)ht W-DS01 Concrete Deck Section (25) In place and intact 12 W-DS07 Concrete Deck Section (50') In place and intact 25 W-CP01 Concrete Pile Cap In place and intact 4 W-CP07 Pile Cap In place and intact 4 W-PNO1 14" Concrete Pile (North) In place and intact 7 W-PNO7 14" Concrete Pile (North) In place and intact 7 W-PS01 14" Concrete Pile (South) In place and intact 7 W-PS07 14" Concrete Pile (South) In place and intact 7 W-DS02 Concrete Deck Section (50') In place and intact 25 W DS08 Concrete Deck Section (50') In place and intact 25 W-CP02 Pile Cap In place and intact 4 W-CP08 Pile Cap In place and intact 4 W-PNO2 14" Concrete Pile (North) In place and intact 7 W PNO8 14" Concrete Pile (North) In place and intact 7 W-PS02 14" Concrete Pile (South) In place and intact 7 W-PS08 14" Concrete Pile (South) In place and intact 7 W-DS03 Concrete Deck Section (50') In place and intact 25 W-DS09 Concrete Deck Section (50') In place and intact 25 W-CP03 Pile Cap In place and intact 4 W-CP09 Pile Cap In place and intact 4 W-PNO3 14" Concrete Pile (North) In place and intact 7 W-PNO9 14" Concrete Pile (North) In place and intact 7 W-PS03 14" Concrete Pile (South) In place and intact 7 WW--PS09 14" Concrete Pile (South) In place and intact 7 W-DSO4 Concrete Deck Section (50') In place and intact 25 W-DS10 Concrete Deck Section (50') Submerged, upright & intact 25 W-CP04 Pile Cap In place and intact 4 W-CP10 Pile Cap In place and intact 4 W-PNO4 14" Concrete Pile (North) In place and intact 7 W-PN10 14" Concrete Pile (North) In place and intact 7 W-PSO4 14" Concrete Pile (South) In place and intact 7 W-PS10 14" Concrete Pile (South) In place and intact 7 W-DS05 Concrete Deck Section (50') In place and intact 25 W-DS11 Concrete Deck Section (50') Submerged, upright & intact 25 W-CP05 Pile Cap In place and intact 4 W-CP11 Pile Cap In place and intact 4 W-PNO5 14" Concrete Pile (North) In place and intact 7 W-PN11 14" Concrete Pile (North) In place and intact 7 W-PS05 14" Concrete Pile (South) In place and intact 7 W-PS11 14" Concrete Pile (South) In place and intact 7 W-DS06 Concrete Deck Section (50') In place and intact 25 W-SW 158LF Concrete Sidewalk In place and intact NA W-CP06 Pile Cap In place and intact 4 W-PNO6 14" Concrete Pile (North) In place and intact 7 W-PS06 14" Concrete Pile (South) In place and intact 7 NOTES: 1. ALL DESCRIPTION SIZES ARE APPROXIMATE AND BASED ON INFORMATION IN THE 2006 REHABILITATION PLANS. CONTRACTOR IS RESPONSIBLE TO VERIFY ALL DIMENSIONS FOR THEIR NEEDS. 2. SUBMERGED POSITIONS ARE BASED ON VISUAL OBSERVATION MADE BY A DIVER WITH LIMITED VISIBILITY ON 07/20/2017. CONTRACTOR IS RESPONSIBLE TO VERIFY THE CURRENT POSITION AS NECESSARY FOR THEIR NEEDS. 3. ALL WEIGHTS WERE ESTIMATED BASED ON INFORMATION IN THE 2006 REHABILITATION PLANS. PILE WEIGHTS ASSUME AN INTACT 60' LONG PILE. ACTUAL PILE LENGTH IS NOT KNOWN. CONTRACTOR IS RESPONSIBLE TO VERIFY THE ESTIMATED WEIGHTS AS NECESSARY FOR THEIR NEEDS. JTKI N S 7175 Murrell Road Florida 32940 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY EXISTING PIER COMPONENT INVENTORY RUN — WEST �M D: ��o'e,� off" s�` t�vERco G� •c otio�V— 100055899 CAD RE ' SHEET NUIA389 ZMelbourne, O 0 cn go .0 o E 0 to cn 0 0 a E 0 z 3' .3 a o cn co9i9 cZ fA E • 0 so 100 200 Feet SCALE:1 "=100' E-DS03 E-DSO4 E-DSO2 E-DS01 i E-DS06 E-DSO5 E -SW ~" ;, � 1J II E-CPO1 E-DS08 E-DS07 E-PNO1 E-PS01 �� E-CPO3 E-CP02 4/, E-PNO3 E-PN02 E-DS09 !:� E-PSO3 E-PS02 �.�i. E-CP05 E-DS10 ����i!• �!�'.- E-PN05 E-CP04 '' E-PS05 E-PN04 E-PSO4 ,-,104114 E-CP07 E-PN07 E CP06 E-CP08 E-PS07 E-PNO6 E-PNO8 E-PS06 Vii' E-PS08 E-CP09 E-PN10 E-PS09 EAST SECTION E-PS10 ID Description Position Weight (TN) ID Description Position Weight (TN) E-DS01 Concrete Deck Section (25') In place and intact 12 E-DS06 Concrete Deck Section (50') Submerged, rolled & intact 25 E-CP01 Concrete Pile Cap In place and intact 4 E-CP06 Pile Cap Submerged, unknown 4 E-PNO1 14" Concrete Pile (North) In place and intact 7 E-PNO6 14" Concrete Pile (North) In place and intact 7 E-PS01 14" Concrete Pile (South) In place and intact 7 E-PS06 14" Concrete Pile (South) Submerged, unknown 7 E-DS02 Concrete Deck Section (50') In place and intact 25 E-DS07 Concrete Deck Section (50') Submerged, rolled & intact 25 E-CP02 Pile Cap In place and intact 4 E-CP07 Pile Cap Submerged, unknown 4 E-PNO2 14" Concrete Pile (North) In place and intact 7 E-PNO7 14" Concrete Pile (North) In place and intact 7 E-PS02 14" Concrete Pile (South) In place and intact 7 E-PS07 14" Concrete Pile (South) Submerged, unknown 7 E-DS03 Concrete Deck Section (50') In place and intact 25 E-DS08 Concrete Deck Section (50') Submerged, rolled & intact 25 E-CP03 Pile Cap In place and intact 4 E-CP08 Pile Cap Submerged, unknown 4 E-PNO3 14" Concrete Pile (North) In place and intact 7 E-PNO8 14" Concrete Pile (North) In place and intact 7 E-PS03 14" Concrete Pile (South) In place and intact 7 E-PS08 14" Concrete Pile (South) Submerged, unknown 7 E-DSO4 Concrete Deck Section (50') In place and intact 25 E-DS09 Concrete Deck Section (50') Submerged, rolled & intact 25 E-CP04 Pile Cap In place and intact 4 E-CP09 Pile Cap Submerged, unknown 4 E-PNO4 14" Concrete Pile (North) In place and intact 7 E-PNO9 14" Concrete Pile (North) In place and intact 7 E-PSO4 14" Concrete Pile (South) In place and intact 7 E-PS09 14" Concrete Pile (South) Submerged, unknown 7 E-DS05 Concrete Deck Section (50') Submerged, upright & intact 25 E-DS10 Concrete Deck Section (50') Submerged, upright & intact 25 E-CP05 Pile Cap In place and intact 4 E-CP10 Pile Cap Submerged, unknown 4 E-PNO5 14" Concrete Pile (North) In place and intact 7 E-PN10 14" Concrete Pile (North) In place and intact 7 E-PS05 14" Concrete Pile (South) In place and intact 7 E-PS10 14" Concrete Pile (South) In place and intact 7 E -SW 120LF Concrete Sidewalk In place and intact NA NOTES: 1. ALL DESCRIPTION SIZES ARE APPROXIMATE AND BASED ON INFORMATION IN THE 2006 REHABILITATION PLANS. CONTRACTOR IS RESPONSIBLE TO VERIFY ALL DIMENSIONS FOR THEIR NEEDS. 2. SUBMERGED POSITIONS ARE BASED ON VISUAL OBSERVATION MADE BY A DIVER WITH LIMITED VISIBILITY ON 07/20/2017. CONTRACTOR IS RESPONSIBLE TO VERIFY THE CURRENT POSITION AS NECESSARY FOR THEIR NEEDS. 3. ALL WEIGHTS WERE ESTIMATED BASED ON INFORMATION IN THE 2006 REHABILITATION PLANS. PILE WEIGHTS ASSUME AN INTACT 60' LONG PILE. ACTUAL PILE LENGTH IS NOT KNOWN. CONTRACTOR IS RESPONSIBLE TO VERIFY THE ESTIMATED WEIGHTS AS NECESSARY FOR THEIR NEEDS. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY EXISTING PIER COMPONENT INVENTORY PLAN - EAST ,E"a", nv "�'"°' ' Q s \\ vERo Ga `. .e s �'`ZoR>;o � 1000558 yy CAD RE t sr ii V — 1 0 ii PIER REMOVAL PROJECT AREA - 0.33 ACRE 158± LF SIDEWALK TO BE REMOVED 0 50 100 200 FEET SCALE:1 "=100' INDIAN RIVER INTACT CONCRETE PILE AND CAPS TO BE REMOVED (2 LOCATIONS) WABASSO BRIDGE ROAD ( C.R. 510) C -E o Pier\Justin Files\CAD SIDEWALK REMOVAL PROJECT AREA - 0.16 ACRES INTACT FISHING PIER DECK, PILES, AND CAPS TO BE SUBMERGED FISHING PIER DECK REMOVED (9 SPANS) TO BE REMOVED. SPANS APPEAR TO BE INTACT AND UPRIGHT. (2 SPANS) INDIAN RIVER WEST SECTION MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN - WEST SECTION LEGEND: PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED —E--E—E FPL POWERLINE CONCRETE SIDEWALK • SUBMERGED PIER DECK/DEBRISJ CONCRETE PILES —x --x— SILT FENCE ENGINEER OF RECORD: KENNETH M 0000, PE UC. N0.131687 JOB No. 100055899 CAD FILE 4 SHEET Nl EIER C-100 LEGEND: PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED FPL POWERLINE CONCRETE SIDEWALK SUBMERGED PIER DECK/DEBRIS SEAGRASS BED ( SURVEY CONDUCTED JULY 2017) 0 TURBIDITY CURTAIN MIN. 25' BUFFER AROUND SEAGRASS MANGROVES —x— SILT FENCE • CONCRETE PILES j ANTICIPATED STAGING AREA UBMERGED FISHING PIER DECK TO BE REMOVED. SPAN APPEARS TO BE INTACT AND UPRIGHT. (1 SPAN) INDIAN RIVER PIER REMOVAL PROJECT AREA - 0.47 ACRE DAMAGED/PARTIAL PILES AND CAPS TO BE REMOVED (5 LOCATIONS) 50 WABASSO BRIDGE ROAD ( C.R. 510) 100 200 FEET SCALE:1 "=100' NTACT FISHING PIER DECK, PILES, AND CAPS TO BE REMOVED (4 SPANS) 120± LF SIDEWALK TO BE REMOVED SIDEWALK REMOVAL PROJECT AREA - 0.12 ACRES —c—c—c—c---c--e—c—c--c—c SUBMERGED FISHING PIER DECK TO B REMOVED. SPANS APPEAR TO BE LAYING ON SIDES WITH PARTIAL PILES AND CAPS ATTACHED. (4 SPANS) INTACT CONCRETE PILE AND CAP TO BE REMOVED (1 LOCATION) UBMERGED FISHING PIER DECK TO BE REMOVED. SPAN APPEARS TO BE INTACT AND UPRIGHT. (1 SPAN) TURBIDITY BARRIER—., AROUND ARRIER—.— AROUND SEAGRASS APPROX. 6120 SF OF SEAGRASS. NO OPERATIONS WITHIN 25' OF SEAGRASS. EQUIPMENT AND VESSEL STAGING AREA FOLLOWING PROPER COMPLIANCE WITH USCG. NO STAGING IN WETLANDS. ( TYPICAL) L Ana KS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 APPROX. 566 SF. OF MANGROVES. NO OPERATIONS WITHIN 15 OF MANGROVES. INDIAN RIVER EAST SECTION MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN - EAST SECTION ENGINEER OF RECORD KENNEOH M 0000, PE UC No. 61697 t STAGING AREA X. BOAT RAMP 1.75- - 3.5 ' 7 _ °MILES', SCALE:1 "=3.5MI SEBASTIAN INLET i0 SEBASTIAN NOTES: 1) USE ONLY FLOATING SOFT LINES FOR TOWING BARGES OFFSHORE. 2 TOW BRIDLES AND CABLES MAY NOT DRAG ALONG THE BOTTOM AT ANY TIME. Gs CR -510 ,' PROJECT,. LOCATION LEGEND: BARGE PATH INTRACOASTAL WATERWAY (ICW) 1 BARGE TRANSIT ,, OPTION ROUTE 1 `APPROX. 18 NAUTICAL MILES Approximate Coordinates of Artificial Reefs Disposal Area ID/CORNER Latitude Longitude ID/CORNER Latitude Longitude 1E 27.8374 -80.3636 7E 27.8224 -80.3420 1N 27.8389 -80.3598 7N 27.8257 -80.3437 15 27.8340 -80.3619 7S 27.8209 -80.3458 1W 27.8355 -80.3582 7W 27.8242 -80.3475 2E 27.8397 -80.3507 8E 27.8161 -80.3464 2N 27.8430 -80.3524 8N 27.8195 -80.3481 2S 27.8382 -80.3545 8S 27.8147 -80.3502 2W 27.8415 -80.3561 8W 27.8180 -80.3518 3E 27.8326 -80.3501 9E 27.8169 -80.3390 3N 27.8359 -80.3518 9N 27.8203 -80.3407 3S 27.8311 -80.3539 9S 27.8155 -80.3428 3W 27.8345 -80.3555 9W 27.8188 -80.3444 4E 27.8279 -80.3545 10E 27.8103 -80.3453 4N 27.8313 -80.3562 10N 27.8137 -80.3470 45 27.8265 -80.3583 10S 27.8089 -80.3491 4W 27.8298 -80.3600 10W 27.8122 -80.3507 5E 27.8282 -80.3445 11E 27.8110 -80.3369 5N 27.8315 -80.3462 11N 27.8144 -80.3385 5S 27.8267 -80.3483 11S 27.8095 -80.3406 5W 27.8300 -80.3499 11W 27.8129 -80.3423 6E 27.8219 -80.3492 12E 27.8053 -80.3406 6N 27.8253 -80.3508 12N 27.8086 -80.3422 6S 27.8205 -80.3529 12S 27.8038 -80.3443 6W 27.8238 -80.3546 12W 27.8071 -80.3460 :r: t BARGE TRANSIT -OPTION ROUTE 2 ARPROX. 41 NAUTICAL MILES PERMITTED ARTIFICIAL REEF 1 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE: 2017-06-02 VERO BEACH 1 ti PERMITTED ARTIFICIAL REEFS 2-12 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE: 2018-01-08 8 FORT PIERCE f + 1 INLET ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY BARGE TRANSIT ROUTE ENGINEER OF RECORD KENNETH M 0000. PE UC. NO. 61887 JOB No. 100055899 CAD RE 6 SHEET NUMBER C-110 CD a 0 200 400 APPROXIMATE LOCATION � / loo � OF SILT FENCE - \%// FEET• / `r SCALE:1 "=200' `' • • • • loVitr �`'\r f-' �. APPROXIMATE LOCATION OF • / FLOATINGTURBIDITY BARRIER ..."(TYP) A r' . • APPROXIMATE LOCATION OF APPROXIMATE • • � FLOATING TURBIDITY LOCATION OF _,- `' �' /` EASTERN PROJECT BARRIER (TYP) SILT FENCE` • FOOTPRINT l� •/ • / APPROXIMATE LOCATION i `-- ' • / • � APPROXIMATE LOCATION OF OF STAGING AREA •/ ` FLOATING TURBIDITY et • BARRIER (TYP) ;% INDIAN RIVER WESTERN PROJECT FOOTPRINT MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) %`• SPACING OF POSTS TO BE 8.10 FEET APART FILTEFUAL c MATERIAL •� .••••� ••• M. ..1, FOR ADDITIONAL STRENGTH iiiiill::::� FILTER FABRIC MATERIAL CAN BE ATTACHED TO A 64NCH (MAX) (•••. MESH WIRE SCREEN WHICH HAS ./•,,,,-...,,,. \\`•\ BACKFlLLED TRENCH BEEN FASTENED TO THE POSTS FILTER FABRIC MATERIAL SECURELY APPROXIMATELY ATTACHING TWO SILT FENCES FASTENED TO THE 8 INCHES OF POSTS FILTER FABRICWOOD EXTRA STRENGTH NEEDED WITHOUT STEEL OR WOOD POST • • •• �- ��1,i• II11llrp FILTER FABRIC WIRE MESH SUPPORT - o :• •• •• // 1111 11.II.-11.11 •11.1. If _ I .��re,�1111.1. iii �, /II IiII `` 10. MAX. S•ACING WIRE SUPPOORT WIR SUPPORT O q =0W FLOW WITH WITHOUT FENCE PONDING HT. PONDING HT. STEEL OR POST 36 HIGH MAX, FILTER FABRIC ATTACH SECURELY TO UPSTREAM SIDE OF POST OR IF USED THE WIRE MESH MATERIAL MUST • •Mr D PLACE THE TREENDNCH NTDB OF HEST TRENCH AND BE OF THE ANCHORED SECOND WITH _FENCE -111I♦ 12. II -1I= -II 11=11INSIDE 1=11 11= R. II 11= II11- ,:4T RUNOFF (RECOMMENDED) STORAGE 11=11=1 .11=11 _ S II=11=11. - 1=11- 'll -II=1 I- =11=11 17 II 4' Ir -II• WITHCOMPACTED II BACKFILL HT. 11-11= 11=1 =1 11=1 11= MIN. I=1 II= I 11= u �' =�= I_".�/ II - / I-II 11=11= =11 11=11 11=%.II_ll_- II 11=11 II- 1 -II= I I. III L COMPACTED THE BACKFILL ROTATE BOTH END POST11= �\ MATERIAL POSTS AT LEAST OF THE WOOD OR \ AC DEGREES IN FIRST FENCE STEELPOST \ ACLOCKWISE DIRECTION TO RUNOFF -11!.74. CREATEATIGHT SEAL WITH THE V.�'�'T 41 f. FABRIC MATERIAL 10 INCHES %\\�����\ DIRECTION OF RUNOFF WATERS (MIN) ' \ \y ., APPROXIMATE 1 1NOTES: STANDARD DETAIL - ALTERNATE DETAIL, TRENCH WITH NATIVE BACKFILL TRENCH WITH GRAVEL 1. INSPECT AND REPAIR FENCE AFTER EACH STORM EVENT AND REMOVE SEDIMENT WHEN NECESSARY. 2. REMOVED SEDIMENT SHALL BE DEPOSITED TO AN AREA THAT WILL NOT CONTRIBUTE SEDIMENT OFF-SITE AND CAN BE PERMANENTLY STABILIZED. 3. SILT FENCE SHALL BE PLACED ON SLOPE CONTOURS TO MAXIMIZE PONDING EFFICIENCY. INSTALLING A FILTER �` ��';��, 4 -INCH BY `pRNE BOTH �/ ` TRENCH 10It�ICHE80� INTO THE GROUND AND BURY FLAP INSTALLING A FILTER FABRIC SILT FENCE FABRIC SILT FENCE /'1K]NSE 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate o1 Authorization No. 24 IER DEMOLITION AND FISHINGABASSO DEBRISREMOVAL INDIAN RIVER COUNTY BMP PLAN VIEW AND DETAILS OF VER C �G '< * f `� 441,0R10 '10B 100055899 VCFILE 3 tT NUMBER C_500 KENNETH ETHU opo UC. NO. 81687 1. SET STAKES F°v 3. STAPLE FILTER MATERIAL EXTEND IT INTO * 4 2. EXCAVATE A 4• X 4' TRENCH 8•MN`' UPSCALE ALONGTHELINE OF STAKES /11 111 1■'/ 1111111 11 IIII III III�IIII. ,......1.___/.././.. Y9� IIII IIIA 1 - .- - • - '- TO STAKES 4. BACKFILL AND COMPACT THE4.4),,,AND THE TRENCH EXCAVATED SOIL ,.AL1 :•�� LY Q -:I- SHEET FLOW INSTALLATION (PERSPECTIVE VIEW) 3 MAX A A 1,. �4 5/8 IN. POLYPROPYLENE 1/4 IN. TIE ROPE l ROPE FLOATgTIr _ !AL! Y. �I II ' Fr OS FOR COMPACT STORAGE DEP H ACCORDING TO NEED 11 11111 III 11 CS LE ;, EB OZ 300 LBIIN.CONOMY ISTANDARD II'L —�. WW NYLON REINFORCED VINYL (BLOW-UP TYPE! GALVANIZED 1124 SAFETY HOOK 18 (OR 22) OZ. VINYL COVERED NYLON PVC SLOT -CONNECT. „ 1/4 IN. CHAIN ALL SEAMS HEAT SEALED OF SHACKLE CONNECTION) r4.i TOP LOCO UNE 5/16 VINYL COATED CABLE R V FLOATATION VAR PLATE (TO REMOVE , PRESSURE FROM FLOATS) _ _ -(cY.i. li- —1� ••�-, . . ii a 1 PHA STANDARD ORDING TO NEED DEP M ACCORDING TO NEED ' FOLDS EVERY 8 FEET AI's ov POINT A SHOULD BE HIGHER THAN POINT B DRAINAGE INSTALLATION (FRONT ELEVATION) INSTALLING A FILTER —i1 STRESS BAWD TYPE FLOATING TURBIDITY 5/161N. CHAIN STRESS PLATE BALLAST 8 LOAD LINE II BARRIER FABRIC SILT FENCE TYPE(S) I & II TYPE STRESS BAND 22 OZ NYLON REINFORCED VINYL III PVC SLOT -CONNECTOR FLOATATION TIDAL WATERS AND/OR HEAVY WIND AND WAVE ACTION ANCHOR PT. ANCHOR PT. / 1 ' ^' 1 $ WORK AREA $ BB FLOOD , ^/ , r►./ EBB 1 -- 1 v4 la r — II'', DEPTH ACCORDING TO NEED I -. n i■%r7'.trl� v__�JMLi`+ I. . n 5/16 VINYL (ON BOTH TOR DUCEIDES NOTE: AS SMOWNHREMOVES VERTICAL CURTAIN. WILL NOT CURRENT p24 SAFETY HOOK STRESS COATING CABLE SOF STRAIN)CURTAIN ORIENTATION WHEN (TIDAL SITUATION BUOYS, ALORING L FORCES FROM THE HENCE, THE CURTAIN SINK FROM WIND OR I LOADS. \ I / - . LAP LINK PLATE CSN' INSTALLED - TYPE III) AUTOMATIC FLASHING LIGHTBUOY ON AT DUSK - ATTACH LINES OFF AT DAWN) 00 TO SHACKLE ON CENTERS ALL BE USED IN NAVIGABLE I CHANNELS ONLY \ STANDARD COT CONTAINMENT SHORELINE SHORELINE ANCHOR PT. ANCHOR PT. ICHOR BUOY ' THIS DISTANCE IS VARIABLE BARRIER MOVEMENT 0 DUE TO TIDAL CHANGE TYPICAL INSTALLATION LAYOUT OF FLOATING TURBIDITY BARRIERS MI I 1 SYSTEMS LIGHT BUOY BU Ifl, I WATER SURFACE 5' M. 12• a IN o FLOATING 5' CURTAIN TURBIDITY ANCHOR A N a RECOMMENSDED BY THE MANUFACTURER) 8)6688E. BARRIER TYPE III AT K 7175 Murrell Road Melbourne, Florida 321-242-4942 FBPR Certificate of Authorization 1 N S 32940 No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY BMP DETAILS ENGINEER OF RECORD NERC / O z ! ' * * ORlO� JOB Na 100055899 CADFLE NUMBER C-501 u�c'NE ,, GOOD, PE 1 54)' ATLANTIC OCEAN Bathymetric Survey DEPTH (ft) MLLW 53.4 - 49.9 54.2 - 53.5 55.9-54.3 Sources: Bathymetric Survey (Commission #5315.24) prepared by Morgan & Eklund, Inc. for Indian River County, 2014. Site Plan data created by IRC Coastal Engineering & IRCGIS, 2016. LEGEND Existing Artificial Reefs , Artificial Reef Zone 5 Deployment Boundary (-40 ac) Potential Artificial Reef Locations (200' diameter) �`- 150' Permit Buffer Zone Map Scale1:4,000 I 1 250 401304,36813, 2.7. 288.8t07 0 '54 Ce I- a z 1, of 1 LL• co (jt Sebastian Inlet\ State Park INDIAN RIVER LAGOON INDIAN RIVER, ,COUNTY 40!.**05)%. *05)1} . :r -.4;40W.1 `1 Feet 500 4 • ti 0 '` LOCATOR MAP ��c. o-' Ift ATLANTIC OCEAN Map Scale 1:132,000 • 4 Artificial Reef Zone 5 Permit Boundaries and Potential Deployment Pat V:\ProlMt\PoblIcWorla\CoarlolErgmeering\2014 0306_ArtlficalReof GIARC_DepbymeMYoneS\GIRRC DepbyZoroS PolemlalReefLocmzd Map Dote: 3/6/2019 IRCGIS/CPL LOCADON MID 1' NCH . 3.000 fEET SURVEY NOTES: 1. CRUD COORDINATES 910914 ARE 0 RET, AND ARE REFERENCED 10 113E FLORIDA STATE PLANE COORDINATE 59310E EAST ZONE. NORTH AMERICAN DATUM 0P RNLI. ADAUSIMEMT OF 1990 (1140 63/90). 2. ONO COORDINATES ARE BASED ON MONUMENTS AS 9106N N DIE CONTROL TAKE. 3. EIEVAn0H5 311090 ARE 94 RET AHD ARE R07 4i 0 TO 11E NORM AMERIGH VERTICAL DATUM OP 1988 (NAM) ea). 1 EIFYAn0Ns ARE BASED ON MONUMENTS AS 910001 94 11E C0MIROL TABLE. 5. BAMnE1RIC I9/ORMA1TON DEPICTED ON 005 SURVEY REPRESENTS THE COSTING 040011015 ON ME 041E OP 111E F1EID SURVE, 8 AERIAL RIAOFRY WAS THEN N 2015 BY ACA, INC ARO WAS PROVIDED BY 1HE non* DEPARTMENT 0P 1RANSPORTAINN. 7. AERIAL 11/A0ERY IS OEF1A3ED HEREON TER NFORMATEN PURPOSES ONLY, NO Rg100RARIC ACCURACY 15 DIKED BY 1X15 MAP. O. N01 VALE M1N0UT ME 90NANRE AMD 080 71. RAISED SEAL OP A ROMA LICENSED SURVEYOR ANO MAPPER. 0. UIQROROUNO U1N0E5 AND 8PROVFIE0411) NOT LOCATED. BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE INDIAN RIVER COUNTY, FLORIDA NAW —FOR— ATKINS NORTH AMERICA COMMISSION NO.: 35667-1 DATE: MARCH 27, 2018 PREPARED BY: Morgan & Eklund Inc. PROFESSIONAL SURVEY CONSULTANTS vE>m 9093.r "1""cr usalR 3x e7 PHONE: 772) 366-533.1 PAn: ( 21 See-lla5 3/90 SPC 0.. FF I{224113 20 14)0C/446.76 -0.00 NAV° 80 1612 NN 20 AVON SURE 3 BOG RATON FL 33412 pIC PI(651)1e121-6662 FRC (YOVi 3.1-0125 u 1 CONTROL TABULATION isr SUITE 211 1001 MIN AMERICAN NAY L fL 33132 PHONE: (303) 364-3150 VERTICAL DATUM DIAGRAM e• I 0 RAKER O MUD -0.e MLR 02 1020 3991 UA SHEET INDEX SHEET N0. CCSCAIPIIOIE 1 COVER SHEET 2 KEY LAID 3-12 ELEVATION CONTOURS 13 ROUTE PROFILE FIELD BOOKS: INDIAN RIVER 271. PAGES 1-2 SHEET 1 OF 13 BATHYMETRIC SURVEY - INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE •ATHINS NORTH AM RICA ELEVATIONS N FEET 0AV1 08) 10Z11rel.n D.r 1100 maximum C.w,Nn Cala -1e -Th • -,e -,. o -19 -,3 -12 -,2 -,1 17 -0 -q -e -e -e -7 e 17 e e O 13 2 0 2 0 Morgan & Eklund Inc. to PROPOODIONAL SURVEY CONSULTANTS i/7�v ` ID'0 1812 ,m0 lm NNW MtIcE F,7�0aNE,°S'i 77. 322907' 870ROM0104. Art 2163022 jig: M. m , FAX: (T72) 9m-3163 FAK (oil) 721-0720 LB /me rxdrArr, =V" A"d'"�.. BATHYMETRIC SU'VEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - • IN MI, AMS' COMO fa. Mar MS war NA COAX 35687-1 STU AS SHORN MEM /2/18 ,c 3 a.13 EL,VA71015 N rutMAW 6e) 061166ue6 02,510, 0350,12, 02,500. Cala -16 -15 5 -15 -16 I] -12 -13 -13 -12 -12 -11 -11 -10 =' _10 _6 -2 -e -6 -7 -7 -6 11 6 2 Q 6 • o • -3 5 ►� � 1% 2`f x. u.w w.' is1- + 2W 23aW " "«•..- <f1 / fir; arm 2t e iK�etttet2f 'zI IA 2euaD i ttA t+t .t / "� iiiti <ii<< 1t iit t•eii*•� 7 t<i �� / tti tNi V. tti ..:i+t i tt / .tii�t't p p, 0) 4111 4114 4 414411111111 Vit, .1111 11111 1 11 110 11 e1`r '� 1„ ,2.w 111111144114:1111 11't1 1.., 6<tttt«<tr"ii<Att .1141441 11 111 ttt iii 114/1111 tit 14 At ACALt Morgan & Eklund Inc. PROFESSIONAL 6811000 CON8ULTAMT6 a62 us 610. S tS MIO 6CAQ� R 32 7 X1081 ) See -236. 121260War 2X0 0MM eo w f ) n 3w2 PI, EI>3. 4 .212222 16 Nene AO ��~�� ww�wafu awe s�wem�"�i EI E ATKYI rcxrT l S INAVR 881 8A1W AETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE —FOR- ATKINNS NORTH AMERICA LiP I, I _a w. 22.1.26 -222.23 ez E....>.4A 35687-) AS 910613 4/2/18 3/27/16 Air • A 13 9 Vrt .1 .�,N ttE tSEt • 1111.'1' � Fi/ \t fe• 1\ �,.. 4 AAeiAii tCe� • A -1 -AA -4.° i<! rw 1;41,-44 ik .91Zt t1 It • / ii jl*A ES� 1. .i; - Mi AALA i' l'� • Morgan & Eklund Inc. reoreeelo6AL eu6Ver CONSULTANTS r • 1612 Nor 2Ne NONE ML¢CE 009 *1 Nwur 6.611 FIE 809l(0 C!74) 33-5 4 362 wole O5.) i -2 16ee2 FAC 2) 366-3166 FAX N.) 421-223 no�e.~awTw I» le 94299 $ •"'ems 1mm awe� E0EVATCN5 W FEET (NW) ee) MFFrum Elmlbn Naemum E16♦vt*n Color -16 -10 • -15 -1. p ...IA -13 -13 -12 -12 -11 -11 -10 -10 _9 -9 -e ] 6 D a s p e n 3 a aY'3S-Nao. pa* .a..i 60 33.399 39 E-9.Mtl e0 FIFVA11ON CONTOURS (NAVO 88) BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR — am. or maATKINS N TH AMERICA OW_ LFP3. I .11 wog m4 I 3/2 7/113 37887-1 A5 7710839 6/2/18 .e 5 3.13 91/cz/c 411.4, AOSPI 1-4999C N0N SNIX1V 803 — 31f10a 1YAO1138 831d OSSYSVM 13NNYH3 2i3A18 NVIONI A3A11n1S 3I813WAHUYB i@1r131Y4) S8(10.1110314011Y,1111 441 IS MOW aY owzr 1N V1109N0* ALUMS 1YN01999401i♦ •3UI Punpfj ue8joyy It NiiMNH ±t:w:: !:t! t tt '4;e tette/i ttt o.Afw1A {A: w..�9�i{:: tt i±AAAt tt ' ttt 1AA t tett. .....tt. .tt.. is 00.99 s»,ai mal, W+it 01- 01— t1— L1' C1' C1— ,1— CI - 0 two(3I,unty— CN091— 99Nmn 991 "O Imo (99 OiYN) nig N 0YA%O ;26;;92 m;i'}t*'n;;;n* 95 CO 4.4 1.00 13.00 ii;; ;9 fYT; H} Y 016 H1 ;;t0 y1H i;HIII }f 1111 if/ 6M1101;YHY }1{};}H1f H}H 1fI}M1H1f iH;H 1111 21 Y1 92.00 • ii 11 90400 91.10 -44 4.4 11400 464 41 at 77.00 74400 le 14.39 fn};;;;;4 0EVA110113 N FEET 01420 99) 1/1,Im44, 04.40 119x9nvn 0.441kn Co. -18 -15 • -15 -14 -14 -13 -13 -1_ -1x -11 -10 -10 -0 -9 -0 -1 7 8 f1 o o 4 3 a 3 = a 13. ;;E;;;; n;;n; ;;;;;;;;;; ;;i;;;;;;;;;; 21 g;;;; 100;; 101f0 90 ;; /If ;;;;T;;; ;;;;;7;;;;9;69;;;f ;6;;;; ;;;;;9. M n.. �i ��1:1;;;;;; tos 1�+r ii 21 2i H/ n.� fry 41 71 73..1 41 ;x192., 13 E4bb449,7 Morgan Sc Eklund Inc. PROFESSIONAL SURVEY CONSULTANTS 111= M0 m MORO sot 3 MLQcE 9 E 1�1, u 4909 1.13 NCO.a°' POCK( (454) 1.181=8112 o.t:9:�d in u /4111 'X9>w M11 FIFVATION CONTOURS (JjAVD 881_ BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - ATKINS NORTH AMERICA 33997-1 AS 510911 4/2/19 woo LFP ,rtw 3/x7/1e .e 7 113 :f;; 18 ,r• OEVA0104S N ITET (3090 60) Mbinnn. O.wtbn Vexfi.um Groatlen War -15 -15 • -15 -1. n -1. -13 -13 -12 - -12 -11 11 -11 -10 1 1 -30 -S - -. -6 -a -7 7 -8 ri a 3 O 6 n • 3 O -3 -2 n 0 ;;;;;;;;;;r1 i 4r.; :;;;; 1:7:41,";#4: YPTf ^171'.`1;.! 4.v r ti..-,./ ;;Tff 1447;:;;'"" 11 373 —.4 2i L % ! r J-1 „..�. v. t fir.. 1.3, 411 11.7 36 ...PI 44+00 ;;; i;;; an; %;; 11 :T 3t y'\ M:;: ;; .J 1}111111}T 11ry1 TitT :M; 7;; H;:;; x11} 1 M;i \ I .e At ••;; !r 11 1rvArCN CCNTOI,RS MAO 881 r 11 4. Morgan :2 Eklund Inc. otlibt P OP0SSIONAL 005307 CONSULTANT M&E 4053 u3 "°07."%t,17 .31" t(f R! -5301. (772)0]l 3 3153 1a12 62 aro 0.011.12 SAR 3 70fA IWO% 35132 rme 0.,0 421-0115 1.0µm ui i wwr fa. BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - ATKINS 1401p AMERICA LFP JRMI HR. 1aa I 3/27/18 11111.0 35667-1 AS SH▪ O▪ WN 4/2/16 .., 8 er13 it ii 14400 101000 Nly 7'17 412022; ;04000 ;;;;; 007;; 1 0'100040100 104490 00200411000 114 201110 71;04: d P .77 7 77 77;*777 423 ;;3,;;;;;;;;;;;;;;;;;;;;;;;;;;; 010 •'70rt0S4014 X0040200; ;;;; ; ;; 11 21 Morgan & Eklund Inc. 111f1E$*I0NAL SUI11e! CONSULTANTS 1412 03 0rz103MAX 00 * RAlOt 3. 33412 f • {451*)421.425 )421. Le 0346 114,001. tfP VA1ON CONTOURS IN AW BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - ATKINS NORTH_AMERIICCA 01,10.11111T 119. MR O. MIlr 3/27/18 35667-1 MOW AS 410038 4/2/16 4413 133400 1.}00 131.00 130400 t2Q,0O ;;7;;7,17;77;;;3;;; M77;;;C11;;l�'I;;; ; 77 ;, 77 <l ;77;37!; ;7 7;377;1; 7; sr7ff" Xl 'lT 4•*;1133;311;;; 3f 1; 717;1;1 138+00 17,00 ; ; ;;;;;;f; ;;; f7;;ik;;;. r.s .;;;;;7;71;77;;;;;; ;;;;;;;; 371 .,4Y 14;;(1 ;;;;;;11;; 1431311 4 1; 141 71;77;77;; 3;4 1 ;3 1; 1f1f; f;;;;;;ff _ ._u Morgan R Eklund Inc. ptik PROFESSIONAL OUSTS., CONSULTANT! 1342 NM 2110 AVENUE MSE *30+ ti 31 � ft,4233433 P+0tC (Jxx 3813813-5304-53PHOC: 2 i ; l�-3403 EMI 034) 411.4125 Nxve Lrk ,03w1033 .M3930 Ex I FVAP,f)N CON fa IRS (NAVt3 Sal BATHTMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - � ATKINS NORI�AMERICA _ e N3 .,.27.15 ma � s/v/te 35007-1 St / ii} rrivii'ii fSir+ 7 e3 St ;11;;;;;f;;;;;;;;;;;;f1ry1;;;;;;;:;111;;V ;;I;;;;;; 111111; i;;;; ;;; Y}1y1 •Y ;;;v f t'i i 1' 7 M tY 1111 1i 1t1; Y Ytl;f fit; 1111 ;74*-;;;;;;;;;; }til YYltgT 1'+i 1 VYYiii ;3;74 ti r+ YY1; 111111 11 Y}f}Y+YYY YY }} 111; 11i }1 }}1"1}}1ft11yt}Y Y1Yaff NY}Y} }1}}111}} } ;;;;;;;4;;;;; f f y V}}}1 }H }f}}};;;;;; t}Y}} }}}V}i} 11111 V yZ91;41 4 iY 1;;;;;;;;;;;; Y111H iffy}; 111 St `CJ Z1 ri 44 r; �s 1: 44 ;;;;;; ;;;;;;;; into 11111 1111;1;;f;;;; ; BATHYMETRIC Si VEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE -FOR - ATKIN •• MI A WA$A000 CAUSEWAY (0.5 510) FFFAFFFFF F FFFFFF 000 xt «±«««« ««««««:«««« ««««««tat: «««««««««««««J«««««« ti «FFAF«FFFFF«w±FFF«FyF FF FF «.«««.«F«Fo««w««« :! 44 Zl KO Morgan & Eklund Inc. f MOf EiitOMAL .UAVET CONSULTANT* 3030 ene bresUll 3AYEMUE 34j900 US 1AaAYAY t M1� ft 33433 t0�A n 33 1 U (T43I-4NO !tq Mx: (0!.)4) 411-0135 OM . 1 f., 1E., ll..:A d .. BAROMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - ATKINS NOR AMERICA AS 11101W1 CEN TER CHANNEL OI .44 _ 1_4 r._1 _141:11.1 1 1111-11-F- 7:-1-11-11'.-11! =30, „, I, ,! 1, r., I 1 'LILT I ' I 1 1+03 2,00 4+00 6+00 8+00 10+00 12+00 14+00 16+00 18+00 20+00 22+00 24+00 26+00 26+00 30+00 32+00 34+00 36+00 38+00 40+0041+00 CENTER CHANNEL s ° r_i t_r R_I3, I,4 I I Li -I, H ,__I T 4, ! ! 1 7_, , 4 . ,Li,j-_--L. , . 1 j 1 j.........1.1 7 ! 9 loI-11 , 1 1 rir- _ 20 ' i I ' 41+0042+00 44400 46+00 ..0 50+00 52+03 54400 56+00 58+00 00+00 42+00 64+00 66.00 WOO 70400 72+00 74.0 76+00 78+00 130+0351+03 CENTER CHANNEL s ° I LLI_I 1 '1 20 9 H 1 1-11±11 / ; .•1 • lir 81+0082+00 84+00 86+00 8+0000+0020094+000000 CENTER CHANNEL _IT 1 1 1 111 1-1-' HI -T -1i, H 121+0022+00 124+00 120+00 128+00 130+00 132+00 34+00 135+00 135+00 140+00 142+03 144+00 43+00 145+00 150+00 152+00 154+00 158+00 158403 160+0061+00 98+00 Ji LLLLJ LL: 10.013 105+00 108+00 110+00 112+00 1 I I TI I 1 11-1 I !I-1 71. i I I 100+00 102+00 •1 1 ! 1 ! ! ,-1.11 1 1. ! 1. 1.1 114+00 10+03 118+03 120+0021+00 JiTh!!,-1 ui Morgan & Eklund Inc. =.111471r*"...:44.1%,Trar roll* PROFESSIONAL SURVEY CONSULTANTS 04009 *5 056462+ 7 *30+620*0 FL 42 flIONELP72, 388-5.364 FAX: vn) 368-3165 alt Ia..= 1512 MI 240 MIME AXE 3 BOCA RATON FL 33432 PMC.: (954) 411-111112 F. (954) 421-0425 LB /4290 8716'....484g4 ROUTE PROFILE (NAVO 88) BATHYMETRIC SURVEY INDIAN RIVER CHANNEL WABASSO PIER REMOVAL ROUTE - FOR - ATKINS NORTH AMERICA 35667-1 gprg, AS SHOWN 4/2/18 NMI Or MOW SY our amrr JAM Pot NM MCI 3/27/18 •mr 13 er 13 F./ . .lberrs 50.- 0' .4,ro. -0 rm. Orm* (1. • 7:0 4- o.cif &vow 49=71 4S71* a 5perrse 5�'•o • 400.. Few exede El. • 7047-- ODZ &roar Posh Weft 4Za Mint Ma tr 0 kJ Q-4 ,•m a Poe 1/ ESTI/447M 47.144,149 Wilt& 04/41,V1'4774.7 (Job ergoso-Jsos) 4 A. • / TIM llN/T eldein,l/Tt /- 4 CAses A Concrete (Stevettevoes,re ) . . Co. ltt SA / - Obis 4 Cove -,eh rttveatrve,ure) .. . .._.." - Cu. lel. J9 /- P Reinfortily OW . 16: 6700 -30-i Pre:Oyster/ Tee: (Tree 4) On t7. /897 -30.2 Preetreteol PI, (libe 4) Lin. Ft /01 • 3-1 Precast Concrete IN74 /-re (le 4) (Preelbrneel) Iln.i:t 1,,,,ff. _030 _ ,iji;; -4-1 Procne Cneereto Alrhe Ornen (1.1.39) (-.j,,',) LI MAirtoreel Me Ales °Wear, toeavvefro:30604v.gpr.treurL tk,ft, /60 -15-1 Pler 40N0e., 04;,,, . " foc4 /0 ..Hemeraii (A/or:nine/en) Vn. ft Mt! •S lEp cy'autheeri, w 1/1;17 rro 11 IALW El -01 Demote, -TO Owed aortae v . - ATEX OF ihwirs fq Atm, VeratIon $ Outnel///e.r A-841,-3 4104410 4/014 Deto//:. • Coreciritel'Pr-5400 R,1 Pi -WEAL NOTES CLIAAAIdollaltaaaaj - Florl,t, "re Abner Prnirtmoril APreibeel eatc/Cetione A.- led .cre 8,e'er,re Courreeni,n otheto, /1/66. AritiON secd,rmno.v.s. , - 1963 (Mon of AAJNO Stone:font Sotc;REat,.01: fo' 41,140-1-* eSPerS I -. . . Meirkl, &rat 'twiny Teen nresnessroCowere -Ceo: P SACO Ad .0 Rti (row') Jteeronveltert 0,:l 4e6strmilee -C/oe sr, 4CCO ReZ I.ECO As.J. -StIAIFOPCINS ; - Intoyeelote or nteml Oro*. Pretnvesed CO.cer& erirat lb 0 MI6/1MM CepOilt, of Ed Tons. mimed - for 6/at dee Meet .4-7 of :row ala IP 0.<010- ME _Drirt Unlood Se Concrete he pal (.o' tav) ' rodtioe:of .bernyonent oars 14 be/At:: • 101-tirkdattonr- eftvetor8j Mt . 3_' 61ATE ROAD DEPARTVENT OP PloRIDA 8TRUCTURtS 0110210$ FISHIA/G A 5 AT 57-Rt47-uRE 6 QM, ovre D1AAJ < 5* *aro., 'mewl. INDEX OF FISHING PIER REHABILITATION SHEET NO. SHEET DESCRIPTION B-1 KEY SHEET BI -A TABULATION OF OUANTITIES 81-1 GENERAL NOTES 81-2 STRUCTURAL NOTES 81-3 GENERAL PLAN 8 ELEVATION B1.4 WEST PIER TYPICAL SECTION, PLAN 8 ELEVATION BI -5 WEST PIER BULKHEAD REPAIR DETAILS BI -6 WEST PIER PILE CAP REPAIR DETAILS B1-7 WEST PIER BEAM REPAIR DETAILS I B1-8 WEST PIER BEAM REPAIR DETAILS II B1-9 WEST PIER DECK REPAIR DETAILS BI -10 WEST PIER BEAM REPLACEMENT (SPAN 101 81-11 WEST PIER JACKING DETAILS 81-12 EAST PIER DEMOLITION LIMITS B1-13 EAST PIER NEW TYPICAL SECTION, PLAN 8 ELEVATION 81-14 EAST PIER NEW PILE CAP ANO ABUTMENT MODIFICATION BI -15 EAST PIER NEW DECK SLAB REINFORCING 81-16 BAR LIST 81-17 TYPICAL INVERTED -T BEAM DETAILS AND NOTES INDEX N0. 310 81.18 INVERTED -T BEAM - STANDARD DETAILS INDEX N0. 320 BI -19 INVERTED -7 BEAM - TABLE OF BEAM VARIABLES INDEX NO. 5-321 BI -20 STANDARD BAR BENDING DETAILS INDEX N0. 1300 B1-21 GENERAL ELECTRIC PLAN 81.22 CONDUIT DETAILS 81-23 LOAD CENTER DETAILS GOVERNING STANDARDS 8 SPECIFICATIONS, FLORIDA DEPARTMENT OF TRANSPORTATION. ROADWAY AND TRAFFIC DESIGN STANDARDS OATED JANUARY 2006 AND STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION DATED 2004, AS AMENDED BY CONTRACT DOCUMENTS. APPLICABLE DESIGN STANDARDS MODIFICATIONS 1-1-06 FOR DESIGN STANDARDS MODIFICATIONS CLICK ON "DESIGN STANDARDS" AT THE FOLLOWING WEBSITE. HTTP,//WWW.DOT.STATE.FL.US/RDOESIGN REVISIONS, INDIAN RIVER COUNTY DEPARTMENT OF PUBLIC WORKS CONTRACT PLANS INDIAN RIVER COUNTY (880050 CR 510 OVER INTRACOSTAL WATERWAY WABASSO FISHING PIERS REHABILITATION R39 E R398 LENGTH OF PROJECT PN//AC ROADWAY 8R]DGES N/A NET LENGTH OF PROI. N/A EXCEPTIONS N/A GROSS LENGTH OF PROS. N/A PROJECT MANAGER. CLIFFORD J. SUTHARD. P.E. 0 0.5 1 65ES MILES PROJECT LOCATI PROJECT LOCATION BRIDGE NO. 880051 KEY SHEET REVISIONS DATE DT OESCRIPT I ON STRUCTURE SHOP DRAWINGS 70 BE SUBMITTED T0. CESAR GRANADOS. P.E. HARDESTY 8 HANOVER, LLP 1000 SAWGRASS CORPORATE PARKWAY SUNRISE. FLORIDA 33323 PLANS PREPARED 8Y. 3I '1 HARDESTY 8 HANOVER. LLP 1000 SAWORASS CORPORATE PKWY SUITE 544 SUNRISE. FLORIDA 33323 19541 835-9119 CERTIFICATE OF AUTHORIZATION NO.00000171 NOTE. THE SCALE OF THESE; PLANS MAY HAVE CHANGED BY REPRODUCTION. 4 -%S-07 STRUCTURE PLANS ENGINEER OF RECORD, TIMOTHY J. ROLES GATE. AUGUST LITH. 2006 P.E. NO., 49891 06 B - I ITEM NO. ITEM UNIT QUANTITY 101 - 1 Mobilization LS 1.00 102 - 1 Maintenance 0! Traffic LS 1.00 102 - 74 Barricade (Temporary) (Type 171) E0 120.00 104 - 11 Turbidity Barrier Floating LF 2340.00 110 - 3 RemovalOf Existing Structures LS/SF 4432.00 400 - 4 Concrete Class IV (Superstructure) CY 123.66 400 - 4 Concrete Class IV (Substructure) CY 21.70 400 - 134 Epoxy Material GA 18.00 400 - 135 Inject And SeolCrocks LF 31.00 400 - 143 Concrete Surfaces Cleaning And Coating SF 17,836.00 400 - 153 Non -Shrinking Grout CF 3.00 401 - 70 Restore Spoiled Areas (Epoxy) CF 70.00 413 - 149 Penetrant Sealer CA 50.00 415 - 1 Reinforcing Steel (Superstructure) LB 20,107.00 415 - 1 Reinforcing Steel (Substructure) LB 4132.00 450 - 1 Prestressed Beams (Inverted T) LF 1002.00 515 - 2 Pipe Handrail (Reinstall) LF 1113.00 715 - 1 Conductors (F&I) (Insulated) (No 10) LF 4479.00 715 - 1 Conductors (Remove) LF 4479.00 715 - 2 Conduit (F&I - Underground) (PVC SCH 40) (3/4") LF 410.00 715 - 2 Conduit (F&I - Surface Mount) (RGS) (3/4") LF 550,00 715 - 2 Conduit (F&I - Surface Mount) (FMC) (3/4") LF 33.00 715 - 2 Conduit (F&! - Embedded) (RCS) (3/4") LF 500.00 715 - 2 Conduit (Remove) LF 550.00 715 - 7 Load Center (F&I) (Secondary Voltage) EA 2.00 715 - 7 Load Center (Remove) (Secondary Voltage) EA 2.00 715 - 11 Luminaire OW) (Curb Mount) (Special) EA 11.00 715 - 11 Luminaire (F&I) (Curb Embedded) (Special) EA 19.00 715 - 11 Luminaire (Remove) (Curb Mount) (Special) EA 11.00 715 - 14 PullBox (F&I) (Roadside) EA 3.00 715 - 14 PullBox (F&I) (Embedded) EA 1.00 715 - 14 PullBox (F&I) (Surface Mount) EA 12.00 715 - 14 PullBox (Remove) (Surface Mount) EA 24.00 999 - 25 Initial Contingeny Amount LS 1.00 PAY ITEM NOTES 102-1 Includes the cost to furnish Fishing Pier Closed sign and to implement any required traffic control scheme during the construction phase. 110-3 Includes the cost to remove and dispose of the entire East Pier superstructure (deck, railing, curb, prestressed beams and diaphragm) and substructure (pile cops and pile extension). It also includes the partial removal of West Pier superstructure (prestressed beam, deck, curb, diaphragm and roiling) of Span 10. 400-4 Includes the cost of preparation, lobar and materials to provide new concrete curb, concrete deck, (Superstructure) diophrogm,concrete sidewalk modifications and miscellaneous concrete work. 400-4 Includes the cast of preparation, lobar and materials to provide new concrete pile cap, pile extension (Substructure) and new concrete shear blocks. 400-153 Includes the cost of labor and materiels to repair undermine Sidewalk at west pier. 401-70 Includes the cost of labor and materials to repair spoils et west pier superstructure (abutment, curb, deck, prestressed beams and diaphragms) and substructure (shear blocks, pile cops and piles). 415-1 Includes the cost of labor and materials to install the reinforcing for the new concrete curb, deck and (Superstructure) diaphragms. 415-1 Includes the cost of labor and materials to install the reinforcing for the new concrete pile, pie extension (Substructure) and diaphragms. 1454.y1 SE ONs IntEE BY OE5CR1701011 OAR BY DESCRIPIIDN 0705N 60 AKB 8/06 CHECKED BY CC 8/06 DESIGNED BY CG 8/06 EKCKED BY T✓N 8/06 IPPROYED DT T.J. 00/es, P.E. ENO1NEER OF RECORD. HARDESTY & HANOVER, LLP 1000 BAWORASS CORPORATE PKWY SUITE 544 duvin. FL 33323 Cesar A Grenades, P.E. 08422! Certificate of Aufeorbotion 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT COUNTY - P100114. PRODEC1 ID mit /FDA. TABULATION OF QUANTITIES CR 510 INDIAN RIVER Na MAIL CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS SnaT NO. 81-A Mpellm Balm 8/2e/8006 2135124 PY 0510413S1adNA Fisting PI.CYIMWe4 SCa51EBIlnIle4Dn GENERAL NOTES I. GENERAL SPECIFICATIONS 9. NAVIGABLE WATERWAY, FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (DATED 2004), AS AMENDED BY CONTRACT DOCUMENTS. 2. DESIGN SPECIFICATIONS A. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)LRFD BRIDGE DESIGN SPECIFICATIONS (THIRD EDITION) AND APPROVED INTERIMS AS SPECIFIED IN THE STRUCTURES DESIGN GUIDELINES. B. FOOT STRUCTURES DESIGN GUIDELINES JULY 2006. C. FDOT ROADWAY AND TRAFFIC DESIGN STANDARDS, JANUARY 2006 EDITION, AS AMENDED AND MUTCD 2003 EDITION. 3. ENVIRONMENT SUPERSTRUCTURE - EXTREMELY AGGRESSIVE SUBSTRUCTURE - CONCRETE:EXTREMELY AGGRESSIVE STEEL, EXTREMEL Y AGGRESSIVE 4. FIELD VERIFICATION AND CONDITIONS, DIMENSIONS SHOWN IN THE CONTRACT PLANS WERE OBTAINED FROM FIELD OBSERVATIONS, AND ARE INTENDED FOR INFORMATION AND ESTIMATING PURPOSES ONLY. FIELD VERIFY ALL DIMENSIONS AND CONDITIONS REQUIRED TO PERFORM THE REPAIRS. FAILURE TO FIELD VERIFY DIMENSIONS WILL NOT BE JUSTIFICATION FOR CLAIMS. IF ANY DISCREPANCIES ARE FOUND, IMMEDIATELY NOTIFY THE ENGINEER. 5. EROSION CONTROL COMPLY WITH FOOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION SECTION 104 "PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION". COMPLY AS WELL TO STATE, FEDERAL AND LOCAL LAWS, STATUTES AND ORDINANCES. THE CONTRACTOR MUST PROVIDE MEANS TO PREVENT REMOVED MATERIAL FROM FALLING OR ENTERING THE WATERWAY. 6. MANATEE SIGN NOTE THE CONTRACTOR SHALL PROVIDE A MINIMUM OF 4 MANATEE AWARENESS SIGNS, POST MOUNTED AT EACH QUADRANT OF THE FISHING PIER. COUNTY PERSONNEL WILL GIVE INSTRUCTIONS ON EXACT LOCATION AND TYPE OF MOUNTING REQUIRED AT THE PRE -CONSTRUCTION MEETING. IN ADDITION, THE CONTRACTOR WILL BE RESPONSIBLE FOR PROVIDING MANATEE AWARENESS SIGNS ON ALL MOTORIZED VESSELS, INCLUDING BARGES WHICH ARE SUPPORTING DRIVING EQUIPMENT. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN SAID SIGNS FOR THE DURATION OF THE PROJECT. ALL COST ASSOCIATED WITH MANATEE SIGNS IS TO BE INCLUDED UNDER MOBIL IZATION COST. 7. PROTECTION OF SURVEY MONUMENTS, ANY PUBLIC LAND CORNER WITHIN THE LIMITS OF CONSTRUCTION I5 TO BE PROTECTED. IF A CORNER MONUMENT IS IN DANGER OF BEING DESTROYED AND HAS NOT BEEN PROPERLY REFERENCED, THE ENGINEER SHOULD NOTIFY THE COUNTY. 8. MAINTENANCE OF TRAFFIC, PROVIDE INFORMATION SIGN TO PUBLIC AND PROVIDE TYPE I11 BARRICADE TO CLOSE PIER. PAID FOR UNDER MAINTENANCE OF TRAFFIC. AT NO TIME DURING THE REPAIRS WILL THE WATERWAY BE CLOSED TO NAVIGATION. LOCAL MARINE TRAFFIC CONSISTS OF SMALL RECREATIONAL BOATS FROM ADJACENT RESIDENCES AND BUSINESSES. 10. NOISE ORDINANCE, CONTRACTOR SHALL COMPLY WITH LOCAL NOISE ORDINANCES. 11. INSPECTION, THE CONTRACTOR SHALL PROVIDE SAFE ACCESS FOR THE ENGINEER AT ALL TIMES TO INSPECT ALL ASPECTS OF THE PROJECT. THIS INCLUDES (BUT IS NOT LIMITED TO) SCAFFOLDING, INSPECTION BOAT, SAFETY BOAT MANLIFTS AND OTHER EQUIPMENT REQUIRED TO PROVIDE SAFE ACCESS FOR THE ENGINEER TO PERFORM ALL NECESSARY INSPECTIONS. 12. UTILITIES, EXISTING UNDERGROUND AND ABOVE GROUND UTILITIES WITHIN THE CONSTRUCTION ZONE MAY NOT BE SHOWN ON THE PLANS. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING AND AVOIDING ALL UTILITIES. BEFORE BEGINNING OF WORK CONTACT SUNSHINE ONE CALL FOR LOCATION OF EXISTING UTILITIES AT (800) 432-4770. THE FOLLOWING UTILITIES EXIST OR MAY EXIST IN THE PROJECT VICINITY, INDIAN RIVER COUNTY UTILITIES, 1840 25th STREET VERO BEACH, FL 32960 ATTN, MR. BILL McCAIN (561) 770-5325 BELL SOUTH: 3300 OKEECHOBEE ROAD FT. PIERCE, FL 34947 ATTN: MR. RONNIE LUTRELL (561) 562-1618 FLORIDA POWER & LICHT, 810 CHARLOTTE AVENUE WEST PALM BEACH, FL 33401 ATTN, MR. LEONARD CHIOCCA (561) 616-1618 COMCAST, 2501 SW 145 AVENUE MIRAMAR, FL 33027 ATTN: LEONARD MAXWEL (954) 444-5113 ( t E12— Csz yJJAS' 4 - Ica —cY? r MANATEE SIGN See Note 6 on This Sheet ITOSNVW® IrfLSW CLOSED DATE 1TO DATE 2 PIER CLOSED SIGN See Note 8 on This Sheet BRIDLE NO. 880051 R E V 1 5 1 ON S NEWS DOSS ONO BY DESCRIPTION DATE eT DESCRIPTION DNAs BY AKB 8/06 mom Br CG 8/06 DESIGNED BY CG 8/06 CKEIIED NT TJN 8/06 APPROVED BY T.J. NO/an. P.E. ENGINEER OF RECORDa HARDESTY & HANOVER, LLP 0000 MAWGRAST CORPORATE PKWY SUITE 304 6unrio, FL 33333 Caro, A Granada& P5 P64221 Certificate of Authorization P171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD W. OCONEE YINANCIA. PROJECT ID INST TIRE. GENERAL NOTES CR 510 INDIAN RIVER I prinv FPIO3 6/28/2x16 CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS 253416 PY 0,12110Jeggac Flanlro Ner1F/m'War SVenar>Ablredpn SKIT NO. BI -1 STRUCTURAL NOTES: 1. DESIGN LOADS, DEAD LOAD, THE FOLLOWING UNIT LOADS SHALL BE USED IN CALCULATING DEAD LOADS, STRUCTURAL STEEL - 490 pcf REINFORCED CONCRETE - 150 pcf ALUMINUM - 165 pcf 2. DESIGN METHODS, REINFORCED CONCRETE, LOAD AND RESISTANCE FACTOR DESIGN 3. THERMAL FORCES, A. SEASONAL VARIATION.' TEMPERATURE RANGE FOR DESIGN OF STRUCTURE, TEMPERATURE RISE - 30' F TEMPERATURE FALL = 40' F B. MEAN TEMPERATURE = 70' F C. THERMAL COEFFICIENT = 0.000006 PER DEGREE F 4. CREEP AND SHRINKAGE, STRAINS ARE AS PER AASHTO. ULTIMATE CONCRETE SHRINKAGE COEFFICIENT = 0,0004 IN/IN 5. STAY -IN-PLACE FORMS ARE NOT PERMITTED DUE TO EXTREMELY AGGRESSIVE ENVIRONMENT. 6. ALLOWABLE STRESSES/LOADS, REINFORCED CONCRETE, AS PER AASHTO. PRESTRESSED CONCRETE, CONCRETE STRENGTH AT TRANSFER, f'ci= 0.8f'c = 6.8 ksi CONCRETE STRENGTH AT 28 DAYS, ('c = 8.5 ksi A. TEMPORARY STRESSES BEFORE LOSSES, COMPRESSION = 0.60f'ci = 4.08 ksi TENSION (WITHOUT BONDED REINFORCEMENT) = 0.200 ksi TENSION (WITH BONDED REINFORCEMENT) = 0.625 ksi B. SERVICE LIMIT STATES AFTER LOSSES, FULLY PRESTRESSED, DUE TO EFFECTIVE PRESTRESS AND PERMANENT LOADS - DUE TO LL AND %THE SUM OF EFFECTIVE PRESTRESSING AND PERMANENT LOADS = DUE TO PRESTRESS, PERMANENT AND TRANSIENT/LIVE LOAD = TENSION (UNLESS OTHERWISE NOTED) 0.45Pc (3.82 ksi) 0.40I'c (3.40 ksi) 0.6f'c (5.10 ksi) 0.280 ksi 7. MATERIALS, A. EPDXY MORTAR, ALL EPDXY MORTAR SHALL CONFORM WITH FOOT STANDARD SPECIFICATIONS SECTION 346. B. REINFORCING STEEL, ALL REINFORCING STEEL SHALL BE UNCOATED ASTM A615 GRADE 60. CONCRETE COVERS SHALL BE AS FOLLOWS (UNLESS OTHERWISE NOTED), SUPERSTRUCTURE, PRE- STRESSED BEAMS, 2" TOP DECK SURFACE, Vs" ALL OTHER SURFACES, 2" SUBS TRUCTURE+ EXTERNAL FORMED SURFACES, PILE CAPS, SHEAR BLOCKS AND PILE EXTENSIONS NOT IN CONTACT WITH WATER, 4" CONCRETE COVER SHOWN IN THE PLANS DO NOT INCLUDE REINFORCEMENT PLACEMENT AND FABRICATION TOLERANCES UNLESS SHOWN AS "MINIMUM COVER". SEE SPECIFICATIONS FOR ALLOWABLE REINFORCEMENT PLACEMENT TOLERANCES. C. PRESTRESSING STEEL, ALL PRE -STRESSING STEEL SHALL BE STRAND ASTM A416 GRADE 270, LOW RELAXATION. PRESTRESSING PARAMETERS (STRAND), APPARENT MODULUS, 28,000 ksi MAXIMUM JACKING STRESS, 216 ksi (80X ULTIMATE) MAXIMUM ANCHORING $TRESS AT ANCHOR, 202 ksi (757 ULTIMATE) FOR PRETENSIONING STRAND DIAMETER, 0.60" CONTRACTOR SHALL NOT RELEASE PRESTRESSING UNTIL AD£OUATE STRENGTH HAS BEEN ACHIEVED AS SHOWN BY THE RESULTS OF THE TEST CYLINDERS AND APPROVED BY THE ENGINEER. D. CONCRETE, (28 DAY CYLINDER STRENGTH AS NOTED) PRE- STRESSED CONCRETE BEAMS (FLORIDA INVERTED -T) CLASS VI Pc = 8,500 psi CAST -IN-PLACE SUPERSTRUCTURE (BRIDGE DECK, DIAPHRAGMS, CURB) CLASS IV Pc = 5500 psi CAST -IN-PLACE SUBSTRUCTURE (PILE EXTENSION AND PILE CAPS) CLASS IV f'c - 5500 psi E. MAXIMUM AGGREGATE SIZE FOR PRECAST MEMBERS F. PROVIDE V4" CHAMFERS ON ALL EXPOSED EDGES (UNLESS OTHERWISE NOTED). L.""4-A.17---.CoP'aF'S' S' 4 8. ALLOWABLE STRESSES ARE IN ACCORDANCE WITH THE REFERENCED DESIGN SPECIFICATIONS FOR ALL MATERIAL SHOWN ON THE PLANS. 9. EXISTING ELEMENTS TO REPAIR, EXERCISE SPECIAL CARE NOT TO DAMAGE ANY ELEMENTS OF THE STRUCTURE THAT ARE TO REMAIN, INCLUDING EXISTING REINFORCING. REPAIR OR REPLACE, TO THE SATISFACTION OF THE ENGINEER, ANY ELEMENTS THAT ARE TO REMAIN, WHICH ARE DAMAGED DURING CONSTRUCTION AT NO ADDITIONAL COST TO THE COUNTY. 10. DIMENSIONS, VERIFY ALL DIMENSION AND ELEVATIONS WITHIN THESE PLANS PRIOR TO CONSTRUCTION AND REPAIRS. IF ANY DISCREPANCIES ARE FOUND IMMEDIATELY NOTIFY THE ENGINEER. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR FABRICA TfDN AND F1T OF HIS WORK TO PROPERLY INTERFACE WITH THE EXISTING STRUCTURE. ANCn REV ISI O N S IVIES DATES DAR BY DESCRIPTION DATE BY DESEIPTION SAM BY A)(8 8/06 OECTEO BY CG 8/06 DESIGNED BY GG 8/06 CIRCE° NY TJN .8/06 APPROVED BB T.J Wes, P.E. ENGINEER OF RECORD. HARDESTT & HANOVOR. LIP 1000 BAWGRA88 CORPORATE WIWI SUITE 544 auntie.. PL 33123 Cesar A Granada*, P.E. 064221 Ce76ficofe of Aa/Aorira6on 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD N0. CONTI FINANCIAL PROJECT ID STRUCTURAL NOTES CR 510 INDIAN RIVER PAa,aPNAr CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS 00A Et 1711/0 'OILEI TMST N0. 81-2 Repair Undermining. Sheet ti 2 Ebb Sidewalk !CCW See No. B1-5Provide Flow 525'-l•4T5'-6" ii -rfJ� Floating Turbidity Barrier om` I. W (Limits of Rehabilitation) .. N ' v oo b n 0 T ^ .74 ti , ti , h 1.- I` I. , ti ti W W W W W W W W W W LEO' 0 0 0 0 0 0 0 0 0 0 0 (Limits of Superstructure Removal and Replacement) IN N N N N N N N , , , ti , ti , , W W W W W W W W W W 0 0 0 0 0 0 0 0 0 0 Q W I Repair Spells and Cracks in Bulkhead. (See Sheet No. B1-5) 8orric and Pride Closure Barricade Entrance Sign and Provide Closure Slope Sidewalk to Sign WEST PIER PLAN atch New Pier EAST PIER PLAN Deck Elevation /� (See Sheet Nos. Bi -5 to 81 11) (See Sheet Nos. B1-12 to 191-19J Remove and Reinstall Li�NgstBg 21 to (See Sheet Repair Deck Sails and Cracks (Typo) Nos. Bi -21 to BI -231 P yP' (See`Sheet No. 81-9) 5 50 -0' 50'-0" 50'-0" 50'-0" 50'-0' 50'-0' 50'-0" 50'-0' 50'-0" 49'-8' 300'-10' 49'-8" 50'-0' 50'-0' 50'-0 50'-0' 50'-0" 50'-0' 50'-0' 50'-0' ' -10' Spon No. 1 Spon No. 2 Spun No. 3 Spon No. 4 Spon No. Span No. 6 Span No. 7 Span No. 8 Span No. 9 Span Spon No. 10 No. 11 Spon No. 18 Spon No. 19 Span No. 20 Spon Span No. 21 No. 22 Span No. 23 Span Nu. 24 Span No. 25 Spon i No. 26 Span No. 27 ...�. _.: --z- Repair Spalls and Crocks Prestressed (See Sheet for Location) - - Yr in Aop/y Class V T -Beams (Typ.) to Prestressed No. BI -7 Pile, Pi/ecap and (See Sheet No. WEST PIER ELEVATION Finish T -Beam Curb (Typ.) 81-4) Remove anlReplace— Prestressed Only) (See Sheet for Details) Repair Spalls and Cracks in Pile Caps (See Sheet No. B1-6) T -Beam (Span No. BI -10 (Typ.) 10 Remove Existing (See and Roiling. Sheet No. Provide Lighting Sheet to Reinstall B1 -15) New (See Nos. B1-21 81-23) EAST PIER ELEVATION Remove Prestressed Concrete (See and Seams, Deck Sheet Nos. Rep/ace Pile Cops and Concrete B1-12 to 81-20) Curb (Typ.) CE_' P---- r„R 3 E53' 4—f 6-^e'"? BRIDGE NO. 880051 REV I s I ONS MAO DANE. ENO I NEER OF RECORD. INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT 'e''t' GENERAL PLAN & ELEVATION 0010 Or common on DAR 01 DESOIIPnOn D1000 ER MORD RT AKB CG 8/06 8/06 HARDEore & HANOVER, LLP IDOD EAWORASI CORPORATE PEW! SUITE MI B1efl"%FL "'u Cuar A. aron00rrLP.E I642E1 cerNVe or A riall Illi ROAD 50. COMET EINCIEL PROJECT ID 5.10x0 Ri CC 8/06 PROJECT RYA CR 510 OVER INTRACOASTAL WATERWAY MT NO. CR 510 INDIAN RIVER ORCHD RE TJN 8/06 WABASSO FISHING PIER REPAIRS sl -3 1w.ww Br Wares, P.E. 25'-5" (Spon 1) 50'-0" (Spans 2-9) A ',m,� rk Bent 49'-8" Railing (Typ.l (Spon 11) r-- Bent it - 1 I _t 1 _ __ I L Face of Curb ti Beam _ — _ — __ _ _ _ _ _ _ 1 _ - _ - _ _ _ _ _ _ _ _ _ _ _ _ Beam r Face of Curb 2 I _ IL TYPICAL PLAN I'-r/4' 4'-5'/1' 1'-r/.' — € Beam 1 w C Bent - Railing t- C Bent -t- - VrL .. •L- Beam 2 . VCurb - (Typ.) d. Curb - 1 ? 2 l\ / r \ / Class 5 Finish - - — End Diaphragm (Typ.) 1 1 f co Limits of Class 5 Finish r--7 r---I 4 N L Prestressed T-Beam -.-.—Pile Cop (Typ.) - Pile (Typ.) T YPICAL PIER SECTION AT — 14" Ql BENT ti.._ 14" ti) Pile (Typ.) TYPICAL SPAN ELEVATION —1,---- tiTYPICAL C,--....12-- C" 14 fro>, v 4 _ (C ,c,"'? BRIDGE N0. 880051 REVISIONS NYL4 0445 ENGINEER OF RECORD. INDIAN RIVER COUNTY PUBLIC WORK, DEPARTMENT NW 310.4. WEST PIER TYPICAL SECTION, PLAN & ELEVATION 0500 IN OESCNII110N DAIS El 00000 MON in GLCPEO P, AKB CG 8/06 8/06 BARDETTT & BANOVPR LLP ton 3AWGRnscw0PoextYPRYT SUITE AN �^��• PL .wu Cesar AOran fAldos,tho P.E 0e1221 Certificate of Atnor/raflon Plll POFD N0. CONN FINPPCIOC 30010? 10 N 8/06 ° "` "". CR 510 OVER I NTRACOASTAL WATERWAY 0040 110. c0. 510 INDIAN RIVER �F°:cGEP wan or TJN TJ 8/06 WARASSO FISHING PIER REPAIRS e1-4 IWROKP er T.J. Woks, P.E. TYPICAL CRACK REPAIR DETAIL (For Crocks Between 1/25" to %") %" 0.D. steelor copper tubing 1" long. Fiore exposed end. Crocks between 1/25" and 12" shall be "veed" out to a depth of at least %" prior to drilling Voids greater than %" wide by %" deep shall be patched with epoxy repair poste. STEP A Clean out crock with hand tools, high pressure air blast, or vacuum clean sur face. STEP B Drill ho/es for ports to o width and depth sufficient to assure o snug fit of the port. Clean out debris with high pressure air blasting. Insert ports and sealsurfoce of crock with epoxy repair poste. Sealshall extend 'above concrete surface a minimum of %s" and extend o minimum of 1" to either side of crock. Allow a minimum of 6 hours curing before initiating injection process. STEP C Inject epoxy po/ysu/fide grout as detailed in the Specifications. Allow minimum of 6 hours curing time. Remove ports and grind surface smooth to remove a minimum amount of epoxy poste and sealer and to the satisfaction of the engineer. Space ports as detailed in the Specification. Epoxy injection starts of lower end of �verticalcrack and proceed upward to end of crack, or until thickness of crack SIDEWALK UNDERMINING DETAIL decreases to less than 1/25". Patch beam stem with epoxy repair mortar to originollines. °'a m u o UW rq� 1 q�' 1 Sawcut Line (TYp.) —Existing Crock TYPICAL CRACK REPAIR - CHASE AND PATCH (For crocks wider than %2") Front Face of Concrete Sawcut Line SECTION A -A Not to Scale CRACK REPAIR NOTE' Concrete shalbe cut along cracks to form a chase as shown. Chased area shall be cleaned by sandblasting before applying thin coat of cement paste or 1,1 mortar. Fillapproved patching moteriol. Existing Sidewalk Fill Void with Concrete Grout Repair Undermining See Detail On This Sheet Crack Repair Spans as Indicated �B BOn This Sheet 110111 11111111111 Existing Fishing Pier 2'-2e ro Class V Finish (Typ.) Repair Spalls as Indicated On This Sheet WEST BULKHEAD PLAN TABLE OF DEFICIENCIES Location Deficiencies Bulkhead -South End ',10'xl'x8" Spoil Bulkhead -North End IEosed and Corroded Rebar osed and Corroded Rebar .S Remarks 20'x2'xl' Spall - Significant Section L 4-16.07 BULKHEAD SECTION 2'-2 SECTION B -B 1%2" Sow Cul (Typ.) Concrete Class IV (Typical) 4x4-W2.9x2.9 Wire Fabric Tied to Hook Anchor (Typical) #3 Adhesive Hook Anchor Set in Epoxy (3" Min. Em- bedment) (Typ.) SECTION C -C NOTE, SEE SPALL REPAIR NOTES ON SHEET N0. B1-8 BRIDGE NO. 880051 REVISI DNS RUES OYES BY CESCRIPTION GATE 91 DESCRIPTION CCM BY CNEWEU BA AKS CG 8/05 8/06 CESICAO CG 8/06 CREWED Si TJN 8/06 APPROVED ST T.J. rotes, P.E. ENGINEER OF RECORD. HARDERFY & HANOVER. IIP IWD SAWGRAS CORPORATE PKWY SURE 544 0..scl e, FL 31.123 Cesar A Grenades, P.E 864221 Certificate of Authorirobon 8171 Asti, TIN.S. INDIAN RIVER cowry PUBLIC WORM DEPARTMENT FINANCIAL PROJECT ID CR 510 INDIAN RIVER WEST PIER BULKHEAD REPAIR DETAILS �A.e, RAr CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PiER REPAIRS SNEDT Ra. 81-5 •Mrel ITelEe sr Lei —PiloLCap Symm. about C PILE CAP REPAIR DETAIL Longitudinal h of f -sec tion SECTION C -c #5 Bar (Typ.) #5 Bor (Typ.) #5 Bar (Typ.) #5 Bar (Typ.) Concrete Class IV (Typical) Mln. Cover SECTION A -A CONCRETE RESTORATION PROCEDURE (SPALL SI 1. Sowcut 1%2" along perimeter of area to be restored. 2. Remove oflunsound concrete within the sawcut limits by chipping to sound concrete. 3. Sandblast the exposed concrete surfaces and any reinforcing steel to remove allbond-inhibiting materials. 4. Provide on oggregote-fracture surface with a minimum surface profile amplitude of %s" by use of scrabbler or other appropriate means as necessary. 5. Apply on approved epoxy coating to all existing reinforcing steel. (Cost to be included in the unit price for Concrete Class IV). 6. Instollreinforcing steel, wire fabric and adhesive hook anchors. 7. Wet exposed concrete surfaces with clean fresh water: substrate shall be saturated, surface dry. 8. Apply an epoxy -bonding agent to the exposed concrete surfaces. 9. Place Concrete Class IV, 10. Cure as required. Concrete Class IV (Typical) 4x4-W2.9x2.9 Wire Fabric Tied to Hook Anchor (Typical) #3 Adhesive Hook Anchor Set in Epoxy (3" Min. Embedment) (Typical) 1" Saw Cut (Typ,) f 6' (Typ.) L4 1 _�". X• -e 4" Mtn Cover (Tye.) 3'-0' SECTION B -B TABLE OF DEFICIENCIES Location Deficiencies Remarks Bent No. 2 -West End 1'4" Long Delominotion of Bottom Foce Bleeding Bent No. 2 -East End 3"x3" Spoil of Bottom Face Bent No, 3 -South End 3'x6"x2" Deterioration of SW Corner Bent No. 4 -West End 6"x4"xl" Spada"' SW Corner Bent No. 5 -North End Large SpollAlong Length of Cap -15/ Section Loss Exposed and Corroded Rebor Bent No. 5 -East End Large Spall Along Length o! Cap -20/ Section Loss Exposed and Corroded Rebor Bent No. 5 -South End Large Spall Along Length of Cap -20/ Section Loss Exposed and Corroded Rebor Bent No. 7 -South End %B" Crocks Along Depth of Cop Bleeding Bent No. 7 -North End Spoil of Top West Corner Exposed and Corroded Rebor Bent No. 8 -South End Cop Depth x 2' Spoil of SE Corner Exposed and Corroded Rebar Bent No. 8 -South End 3'x1'x4" Spall of East Face Bent No. 8 -South End Numerous Large Cracks Bent No. 12 -East Foce Up to 40/ Section Loss of East Face Exposed and Corroded Rebar Bent No. 12 -East Face Up to 40/ Section Loss of NE Corner Bleeding Bent No, 12 -South Face I'xl'x8" Spada SE Corner ARK /ZE PILE CAP REPAIRS LENGTH FEET N0, BARS TYPE BAR 45 45 r-4' to 2,-6' 45 1l 45 4'-2' 11 * As Required NOTES 1. See Crock Repair Detoits on Sheet No. 81-5. 2. For Bar Bending Details, See Sheet No. B1-20. BRIDGE NO. 880051 REV 1 S ION S RAINS 13/13 DAR BY OESARIPTIN DATE OR DESCRIPi1N1 DRAWN e1 CRECAED RS AKB CG 8/06 8/06 DESIRED BY CG 8/06 CHECKED el TJN 8/06 APPROVED BY T.J. Nobe, P.E. ENGINEER OF RECORD. HARDES[Y & HANOVER, LLP 1000 8AWGRAS3 CORPORATE PERT BURS 344 s.Drb., EL 33313 Cesar A. Cro0000e, P.E 064221 Certificate of AothodlotIon 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD NO. COUNTY FINANCIAL PROJECT ID WEST PIER PILE CAP REPAIR DETAILS CR 510 /80/46 RIVER PNNNA.N. CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS NINE* •EILST SMEs N0. TABLE OF DEFICIENCIES Location Deficiencies Remarks SPAN NO. 1 Beam 1 -West End 1'-10%2" x 8" Deterioration Exposed and Corroded Rebar Beam 2 2'x9"x2" Spoil of Bottom Face of Flange Bleeding SPAN NO. 2 Beam 1 10'Long Crack, up to 1" Wide Beam 1 Minor Spallof Bottom Face of Stem Beam 1 10'xl'Delaminotion with '4" Crack in Bottom Face End Diaphragm 3'xl'x6" Spollof East Face Beam 2 6"x3"xl" Spoil of Bottom Face of Stem End Diaphragm 2'x8"x6" Spoil SPAN NO. 3 Beam 1 8"x8"xt" Spoil of Bottom Foce of Stem Exposed and Corroded Rebor Beam I 8"x5"x1" Spallof Bottom Face of Stem Exposed and Corroded Rebar Beam 1 6"x4"xi" Spalls (3) of Bottom Face of Stem Exposed and Corroded Rebar Beam 2 8"x8"xl" Spoil of Bottom Face of Stem Beam 2 3"x4" Spollof Outside Face of Stem Beam 2 8"x4"xl" Spoil of Outside Face of Stem Beam 2 l' Long Delamination SPAN NO. 4 Beam 1 8"x4"4" Spoil of Bottom Foce of Stem Exposed and Corroded Rebar Beam 1 4"x4"xl" of Bottom Face of Stem Exposed and Corroded Rebar Beam 1 12'Long Crack up to %" Wide Beam 1 Span Length x 8" Delaminated Patch with %" Crack Beam 2 Bleeding and Crocks up to %" SPAN NO. 5 Beom 1 2'x8%2 "x2" Spallof Bottom Face of Stem Exposed and Corroded Rebar Boom 1 6"x6" Spa/Iof Bottom Face of Flange Exposed and Corroded Rebar Beam / (2) Small Spoils at Bottom Face of Flange Exposed and Corroded Rebor Beam 2 6"x3"x1" Spallof Outside Face of Flange Exposed and Corroded Rebor SPAN NO. 6 Beam 1 8"x6"x4" Spallof Bottom Foce Exposed and Corroded Rebar Beam 1 (2) 5"x2" Spalls at Bottom Face of Flange Exposed and Corroded Rebar Beam 1 Span Length Longitudinal Crocking Corrosion Staining Beam 2 Staining, Bleeding and Cracks Beam 2 6" Long Delamination Staining SPAN NO. 7 Beam 1 (2) 2'Long De/ominations of Inside Corner of Flange Beam 1 5'x1' -6"x7" Spoil of Outside Face of Flange Exposed and Corroded Rebor Boom 1 7'Long Oe/omination of Bottom Face of Stem Beam 1 Large Crack Boom 1 2'x1' -6"x3" Spatial Bottom Face of Flange Exposed and Corroded Rebar Beam 2 (4) 6"x6" Spoils of Bottom Face of Stem Exposed and Corroded Rebar Beam 1 3"x4" Spatial Bottom Face of Stem Exposed and Corroded Rebar 24 TABLE OF DEFICIENCIES Location Deficiencies Remarks SPAN NO. 8 End Diaphragm Up to 40/ Section Loss at Support SPAN NO. 9 Beam 1 14" x Stem Width x 4" Spallof Outside Face Exposed and Corroded Rebar Beam 1 1'-6"x8" SpallNear Midspon Exposed and Corroded Reba,- Beam ebar Beam 2 9"x7"x2" Spallof Bottom Face of Flange Exposed and Corroded Rebar Beam 2 7"x7"xl" Spallof Outside Foce of Stem Exposed and Corroded Reber Beam 2 Stem Width x 8" Spallof Bottom Face of Stem Exposed and Corroded Rebar Beam 2 /2Stem Width x 12" Spoil of Bottom Foce of Stem Exposed and Corroded Rebar SPAN NO. 10 Beam 1 1/3 Spon Length x 4" Spall and Delamination Exposed and Heavily Corroded Rebar Boom 1 1'x6"x4" Spallof Stem at Support Exposed and Corroded Rebar Boom 2 2'x6" Spallof Outside Corner of Flange Exposed and Corroded Reber Beam 2 l'x6" Spoil of Outside Corner of Flange Exposed and Corroded Rebar End Diaphragm 8"x4"x2" Spallof East Face SPAN NO. 11 Beam 1 8"x4" Spallof Inside Corner of Stem Exposed and Corroded Rebar Beam 1 25,2"x4" Spallof Bottom Face of Deck Beam 1 3"x3" SpeHaf Outside Foce of Flange Beam 1 5"x3"xl" Spatial Bottom Fore of Flange Exposed and Corroded Rebor 3 Ce - set R---Cc;O .2.14,t2..s 4% 4Am T -BEAM SECTION NOTES 1. There are other small cracks and delaminations in the beams of various locations 2. There is bleeding on the outside face of the flanges at every deck joint. 3. Replace Beam 1, Span 10 due to extensive damage (see sheet no. B1-10). REV I SI ONIS NAN. DAD 021E 05OR1f 10 DATE eY DEsatler DA.um BY CREEPIER eT AKB CG 8/06 8/06, 0E51060 eY CG 8/06 DECKED dY r✓N 8/06 APPROVED BY E.J. ?John, P.E. ENGINEER OF RECORD. HARDESTY & HANOVER, LLP IOW SAWORAS9 CORPORATE PEW! SUITE 524 Sunrw. EL 31123 Cosor A. Crcomics, RE *64221 Certilicole of Aolhar1 oNnn *171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD NO. man FINANCIAL PROJECT 10 DT NLA. BRIDGE N0. 880051 WEST PIER BEAM REPAIR DETAILS I CR 510 INDIAN RIVER 1,4040. K CR 510 OVER INTRACOASTAL WATERWAY WARASSO FISHING PIER REPAIRS 81-1 ANTES 0710E0 1%2" Saw Cut (Typ.) Replace Spoiled Area with Epoxy Mortar 4x4-W2.9x2.9 Galvanized Wir Fabric Tied to Anchor Bolt #3 Adhesive Hook Mchor Set in Epoxy (2" Min. Embedment) 2" Min. Cover 1%2" Saw Cut (Tye.) SPALL REPAIR DETAIL NO.2 Opp /y Epoxy -Bonding Agent to Existing Concrete before Applying Patch (Typ.) 4x4-W2.9x2.9 Galvanized Wire Fabric Tied to Agchor Bolt SPALL REPAIR DETAIL NO.3 Sow Cut 1%2" Deep, Continuous on Both Sides of Upper Edge at Spaliar Crack. Chip Out and Remove Al/Loose Concrete 2" Mn. Cover 4x4-W2.9x2.9 Galvanized Wire Fabric Tied to Anchor Bolt Replace Spelled Ares with Epoxy Mortar 11/2" MIN. COVER #3 Adhesive Hook Anchor Set in Epoxy (2" Min. Embedment) SPALL REPAIR DETAIL Nal 2" Min. Cover #3 Adhesive Hook Anchor Set in Epoxy (2" Min. Embedment) Replace Spoiled Area with Epoxy Mortar SPALL REPAIR DETAIL NO.4 REPAIR NOTES: ).Spalls and cracks shall be repaired as detailed on this sheet. 2.All anchor bolts shollbe installed as not to interfere with existing prestressed strands. 3.Allbolts and WWF shall be hot dip galvanized as per ASTM A-123, 4. The Contractor shall verify all dimensions in the field. WELDED WIRE FABRIC (WWF) NOTES: ).Maximum spacing between adhesive hook anchor is 6". Adhesive hook anchors are to be spaced to avoid any prestressed strands. 2.Field bend WWF to conform with any changes in the concrete surface profile (i.e., bend as to wrap around concrete edges). 3. Tie each adhesive hook anchor to WWF with galvanized wire. 4.Poyment for welded wire fabric, tie wire and adhesive hook anchor shollbe included under Restore Spoiled Areas (Epoxy) 4—te -o? 4x4-W2.9x2.9 Galvanized Wire Fabric Tied to Anchor Bolt #3 Adhesive Hook Anchor Set in Epoxy (2" Min. Embedment) Replace Spoiled Area with Epoxy Mortar CONCRETE RESTORATION PROCEDURE (SPALLS) 1.Sawcut 1%2" along perimeter of area to be restored. 2.Remove all unsound concrete within the sawcul limits by chipping to sound concrete. My reinforcing steel that is damaged is to be repaired at no cost to the Indian River County. 3.Sondblast the exposed concrete surfaces and any reinforcing steel to remove all bond -inhibiting materials. 4.Provide an aggregate -fracture surface with a minimum surface profile amplitude of %s" by use of scrabbler or other appropriate means os necessary. 5.Apply an approved epoxy coating to all existing reinforcing steel. (Cost to be included in the unit price for restoring spoiled areas). 6. When the depth of concrete removal exceeds 2", install galvanized wire fabric and adhesive hook anchors. 7. Wet exposed concrete surfaces with clean fresh water, substrate shollbe saturated, surface dry. 8.Apply an epoxy -bonding agent to the exposed concrete surfaces. 9.Ploce epoxy repair mortar. Match repair mortar surface to surrounding concrete surfaces. Provide "V" groove construction joints to match any existing. 10.Cure as required. 11.For location of deficiencies see table on Sheet No. 81-7. BRIDGE NO. 880051 REVISIONS N11ES DATES DATE BY DEsaInIM 0r DESCRIPTION DRAM er AKB 8/06 [NECKED er CG 8/06 DESIGNED OT CG 8/06 EMCEED BY TJN 8/06 APPROVED BY r.J. Nobs, P.E. ENGINEER OF RECORD. HARDESTY & HANOVER. LLP 1000 SAWORASS CORPORATE PKWY BRIE SII Sundae, PL 31525 Cesar A. Croeodoa, P.E *64221 Certificate or Authorttotlon 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD NO. FINANCIAL PN0.ECr ID WEST PIER BEAM REPAIR DETAILS 11 CR 510 INDIAN RIVER mt a.NK CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS 81-8 00ArE. *twee *RAMI TABLE OF DEFICIENCIES Location Deficiencies Remarks SPAN NO, 1 Post No, 1 Crocks on North and South Curb Drainage Hole Cracks on North and South Curb Between Posts Drainage Hole Crocks on South Curb Beyond Post No. 3 Previously Repaired Post No. 4 Crocks in South Curb Near Post No, 4 Joint Up to %" Cracks on Deck at North and South Sides SPAN NO. 2 Post No. 1 Crocks on South Curb Post No. 5 Delamination on Inside Face of South Curb Post No. 7 Delamination on Inside Face of South Curb Joint Cracks on Deck at North and South Sides SPAN NO. 3 Post No. 1 Crack on South Side Neor Post No. 1 Previously Repaired Post No. 3 3"x3" Spotlof Top Face of South Curb Joint Crocks on Deck at North and South Sides SPAN NO. 4 Post No. 1 Crack on South Side Neor Post No. 1 Previously Repaired Joint Rust Stains Post No.8 Crack on North Curb SPAN NO. 5 Joint Cracks on Deck at North and South Sides Joint Crack on North Curb Neor Joint SPAN N0. 6 Joint -Spon No. 5 and 6 Crocks Across Deck Post No. 8 Crack on North Curb Neor Lost Post Joint -Span No. 6 and 7 SPAN N0. 7 Bleeding Crack on North Curb Near Joint Post No. 3 Crocks Across Deck Joint -Spon No. 7 and 8 Cracks and Spoiling Joint -Span No. 6 and 7 SPAN NO. 9 Bleeding Crock on North Curb Neor Joint Joint -Spon No. 9 and 10 Rust, Crocks, and Spoils Drainage Hole Crock on North Curb Near Lost Drainage Hole SPAN N0. 10 Post No. 1 Crack on South Curb SPAN N0. 11 North Curb Chipping Along Eost Half of Spon NOTES 1. Cracks ore up to %O" wide. 2. Posts are numbered from west to east per span. 3. Drainage holes lie halfway between posts. 4. Spon No. 8 Is in good condition. Clean and Repatch (TypJ Existing Rebar livto Remain (TypJ OM ly...WM.Mk 4— 1.6 -moi 9" TYPICAL CONCRETE DECK REPAIR (Railing Not Shown for Clarity) Curb (Typ,) LII CONCRETE REPAIR PROCEDURE 1. Alldimenslons must be verified in the field by Contractor before proceeding with work. 2. See concrete restoration procedure notes on Sheet No. 81-8. 3. See crack repair details on sheat no. B1-5. BRIDLE NO. 880051 REVISIONS NAPES DAR eY DESCRIPIIPI DAR BY DESCRIPTION DROP BY QiCAED DY AND CG 011ES 8/06 8/06 DESIGNED ST CG 8/06 DIECREO DY TJN 8/06 APPROVED BY T.J. Melee, P.E. ENOINEER OF RECORD. HARDESTY E< HANOVER, LLP IWO BAWORA33 CORPORATE WWII Surat 544 6a.Rn, FL 33313 Cesar A. Granada% RE 064221 Certificate of Aalhardatbn 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD MO. COWER BINOMIAL P RJECI ID WEST PIER DECK REPAIR DETAILS CR 510 INDIAN RIVER MDa...M CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS SMEE NO. 819 SEM OOATE* IrRIE* ESP 50.-0" - Bent No. 10 Bent No. 9 100--5ST04 (Top) and 100-5ST06 (Boltom10 6" 100-45T05 (80110010 6" I` 3 0 Scuppers 0 N)'-0' —4iyt A c of New Inverted -7 Modified and11 Prestressed Beam Reinstalled Existing [(8eom 1) Roiling II S- 1 1 1 1— _ I II I I OI a Top and Bottom New Superstructure _ _ _ _ _ _ _ Pier _ _ _ _ _ _ _ _ _ _II I New Curb - 1 I- 1 1 g • v fL of Existing Beam to Remain (Beam 2) 1 Existing Curb f1o_Rem0 1 _. New Diaphragm A f New Diaphragm New DiaphragmH Existing Superstructure and ¢Spon Existing Railing to Remain to Remain PLAN (SPAN NO. 101 New Superstructure Existin. Superstructure New Superstructura Existin. Superstructure New Superstructure Existing Superstructure Sowcut Deck and Top to Remainto !'-/P • 2 -0' 3'06. Remain Modified Existing to Remain � Flange (See Note 11 N Modify and Reinstall Existing Rolling (See Sheet 81-15) • � r. --i Beam 1 pp Beam 2—y 1 � • N Existing Roiling to Remain � • M New Beam 1 Core and Epoxy 5„ 12-505x2 � • • N • • Roiling New %2" 0 S.S. Bolts (4 per Post) 4SL 01 (Typ.) 3" 0 U.V. Resistant jJPVC Open Drainage i• • • • pl Apy Coss • 4SL01 (Typ.) 11 5 5704 45703 0 B o. c. �j Scupper ' New Concrete B Deck 1 5 Finish Core and Epo " in r 1 1 El 5STO6Ell jimmiain MI • rir zo asro 5' / ��,i ���,� Existing DetailA'- 1` s SDL 03 E.F. T 4SL 01 ' 55704 5ST06 A! A��, Diaphragm (Typ.) N in 4S 705111 ��%��///fr �=I 7-711111111 1111 1" 0 Threaded 'ml 1._�� Bents 9 Inserts (See i _I— and 10 Sheet No. 81-16) C �`--50L 04 E.F. New Inverted -T Cut (xis ing Reinforcing VI (Typ.) New 8ondb eoker New Diaphragm Prestressed Beam 1" M'n. Below Cut Surface. Grout W h Epoxy Mortar Existing Shear !0' 1" Leveling Pour Block 50L02 (Typ.) NEW TYPICAL SECTION (SECTION B -B) (Typ) NEWSECTION 8 DIAPHRAGM (SECTION A -A1 SEAM DEMOLITION``.:=J' 1111111F1 ■�:— 50502 NOTES.'_ 1. Support Existing Structure to Remain Until New — N Superstructure hos Reached the Minimum Design Strength. 2. Stagger VerticalLocation of HorizontalBars. 3. For Detail A, See Sheet No. B1-13. Existing Shear Black SEcUgl D—D SECTION C—C ('--�.r"0`� BRIDGE N0.880051 4-10--,07 RE V I 5I ONS IWEf DR1Es ENGINEER OF RECORD. HARDE3tY & HANOVER, Up INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT LE."in. WEST PIER BEAM REPLACEMENT (SPAN 10) DAR Bl DUMMER N.1E BY SW IPTIOI DD.. m 00010500 AKB CG 8/06 8/06 LBW 9AWGRA910ATT PRWT SUITE 544 &Mue, FL 13]11 Coed A W!Mlhx,P.E x61121 Certiricote of Aotlwrlrotion 6671 ROAD N0' DW"Yl fINNItIK PROJECT ID us1DRDD 07 8/06 """" "� CR 510 OVER INTRACOASTAL WATERWAY fe00i K. CR 510 INDIAN RIVER .-.._ - "ic"iars eY TIN TJ 8/06 WABASSO FISHING PIER REPAIRS .urn, ea n,.aNm w.e...,.. sr.nr,., apnrrmAlim SVIEkille.N.v B)-10 4475000[NECKED ...DV. Br T.J. No/e6, P.E. 2 (10 Tons) Hydraulic Jocks Each End (Typ.1 "Whir.1--11111 111MIL=-11111. EMU SPAN JACKING DETAIL 9 9 3'-0" ti SECTION A -A 33 SUPERSTRUCTURE JACKING NOTES: 1.Spon jocking shalI be used to repair beam stems at bearing location. 2.Submit to County Resident Engineer Jacking Plan and Procedure signed and sealed by Contractor's Engineer Registered in the State of Florida. 3.Obtain flat self locking Jocks with 10 ton capacity for end of span. 4.Place Jocks as shown on cap. 5.Raise the ends of a span simultaneously. A set of jocks is required for each span. Operate the jacking system such that the vertical movement of the deck is even across the bridge. 6.Once superstructure is raised and before the commencement of any work, Contractor shall either secure jack pressure or provide temporary supports to ho/d superstructure at desired elevation. Contractor shall submit shop drawing for Engineer's approval on how to secure jock pressure or how to temporarily support the superstructure. 7.Lower superstructure after stern repair is completed, while keeping the jack loads at the some magnitude. B.During the repair, live load sha/lnot be permitted. 9.Payment for span jacking shot be included in Restore Spelled Areas. c 2�cR1Rl s 4-(E b7 REVISIONS . DALES 0.11E Br BESCRIPDGI NTE BV 0/SCRIPTIM NAM Br REV. BY AKB CC 8/06 8/06 DESIEREO BT CC 8/06 ERECREB el TJN 8/06 APPROVED Br T.J. Abl... P.E. ENGINEER OF RECORD. HARDE3TY & HANOVER. ILP 1000 SAWCRAS3 CORPORATE PHW Y SUITE HI BuRisR, FL 33323 Caa A. Granaries. RE 061221 Certificate o/ Aufhod3oe'on 0171 INDIAN RIVER G9VNTY PDBUC WORKS DEPARTMENT COWRY TIRANCIAC PROTECT ID SEE, II ILE. BRIDGE NO. 880051 WEST PIER JACKING DETAILS CR 510 INDIAN RIVER RD ER1r CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS WIT NO. 81-11 RAFE1 errrE• *FILE* 7'-8' I' -r/,' 14'0 Pile (Tye' 1GG LD fSawcut EXISTING TYPICAL PIER SECTION AT PILE CAP Demolish Concrete Curb, Prestressed Beams, Pile Cops, Diaphragms, and Pile Sections as Indicated REVISIONS MVS DATES DATE RT DESCRIPTION DILE DI DES*1P151 ORM Di AKB 8/06 CED DT CG 8/06 DESIRED RT CC 8/06 MEANER RV TJN 8/06 APPROVED ST T.J. Nolee, P.E. EXISTING TYPICAL SPAN ELEVATION ENGINEER OF RECORD• HARDESIY & HANOVER. LEP NOD SAWGRAE3 CORPORATE PKWY 6UT1E IN RmrW IL 00325 C.tar A. Granada* P.£ 064221 CerPNaole of Aalhodaa6on *171 LZA A Remove and Reinstall Aluminum Roiling Cut Railing Post at Top of Curb Level (Typ.! LEGEND ® Demolition Limits BRIDGE NO. 880051 INOLAN RIVER COUNTY PUBUC WORKO DEPARTMENT ROAD M. ARAD PIRNRIAE PRod<1 ID ArGat tint. EAST PIER DEMOLITION LIMITS CR 510 INDIAN RIVER 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS 61-12 FUSE. *TME 49'-8" (Span 181 C Bent (Sp19-26) 525'-10"O pans 27)C Bent 4" -w11 New 3" 0 Drainage Scuppers a 10'-0" Spacing (TypJ ' itI i I it it _ r¢ Pier ¢ Beam 1 Face of New Curb I II I _ _ _ _ _ e Beam 2 - — _ Face of New Curb I _ _ _ _ _ _ e _ II II I— 11 I Diaphragm S Diaphragm (OmitDiaphragm—+{ CL TYPICAL Span 27) Reinstalled Aluminum Railing PLAN Aluminum 10' 3'-0° 3'-0' M. ¢ Bent 1 Reinstalled Rolling FL Bent C of Pier--w• Modify and Reinstall-----„,Roiling k__ —5 (Tye.) (See Sheet No. B1-15) .. '•—Face of Curb Face of Curb New %1" 0 S.S Bolts (4 per Post) Apply Class 5—New Concrete Limits of Finish—"\ Limits of Deck � S/ope� 2% 5lope� 2% � Class 5 Finish 2 - - 2 Coss 5 Finish ,L Detail (TYP.) - y • - New Concrete Diaphragm -----� Ends Midspon New (overfed-T Prestressed Beam (Typ.) l" Open Joint at and I � New Shear ! Blocks (Typ.) Limits of Class 5 Jake Finish C Beam 1 _ CBeam ?I F New Bondbreaker (Typ.) I I New Concrete Pile Cop �_ �'`'i�{j!'' 1 a 2 v W "T"f" 0.E y D: D' aD►7y•�p���� . b raw-.S —/� -'��- t O W �� �� V— NEW TYPICAL SECTION AT PIER • DETAIL r� A NEW TYPICAL SPAN ELEVATION 4 —t 6 'C'7 BRIDGE NO. 880051 REVISE ONS WIES 54515 / ENGINEER OF RECORD. INDIAN RIPER COUNR PUBLIC WORKS DFPAR 5'ST T'*0, EAST PIER NEW TYPICAL SECT 1ON, PLAN & ELEVATION DATE 01 csRInIW NTE BY OE5RIFTIR NON BY ERECTED BY AKB CG 8/06 8/06 HARDESTY & HANOVER, LID IOOO SAWIIRASS CORPORATE WWI' SUITE 514 &oriea FL 33113 aaor A. dos, P.E re/1 Certificate al AGrnodorroR 0I71 ROAD N0. CCINi3 II0MYI41 5004101 ID ..... CR 510 OVERROSLWATEAY SMUTNT. a5101111365 CC 8/06 CR 510 INDIAN RIVER am,. Palm a/PB/ 060810 Y TJN 8/06 FISHING PERR E118842 PR GI•PNBJiadaes FIM/ry Pler•f'IMWan 5`8E8408.122N el-1s 855000.Brr. Res, P.E.NE 7'-8" `P b Top of Pile Cap Elevation (See Note 1) 4507 E.F. (Typ.) --I m 3-4507 NEW PILE CAP PLAN A 7'-8 10" . 2'-2' 2'-2' 10 4S06 E.F. (Typ.) 4S08 E.F. 4S07 (typ.) Piles & Bent Shear Block (Typ.) 3- 4502 10503 (Typ.)---- F 0 N 8y 1 n _i Existing 14" J' Pile (Typ.) 9 4'-0' .ie =W' NEW PILE CAP ELEVATION Pile (Typ.) NOTES 1. Set the top of pile cap elevation to the Eost Abutment beam seat elevation. 2. Extend the Abutment Bockwall to motch New Deck Elevation and Sidewalk Topping SECTION A—A Modified Roiling New Curb Elevation To• of Pile Cop Java Ion (See Note 1) 4502 (Typ.) E.F. 5SO4 (Typ.) 1' Open Joint Top of New Abutment Backwall Extension Top of Existing Abttment Backwall Trans/flon Sidewalk Topp J Top of New Sidewalk Topping 5 Dowels R6" E.F. Core & Epoxy (Typ.) DETAIL A To Meet New To. of Deck Elevation Transition New Sidewalk Curb To Meet New Curb Elevation New Top of Deck Elevation New Sidewalk Curb New Sidewalk Topping 112 Max. Idewo�S' N Slope Existing Sidewalk Curb Existing Sidewalk Topping m i 2 Existing Abutment Detail A Repave Exist! . Sidewalk and Curb to a Depth of 1" • e 10S03 (Typ.) SECTION 8-8 EAST ABUTMENT & SIDEWALK DETAIL Top of New Abutment Backwall 4505 _ : Elevation (Match deck cross slope and elevation) East Abutment Beam Seat Elevation (See Note 11 New Curb Elevation Top of Existing Abutment Backwall New Bond Breaker (Typ.) Sowcut existing shear blocks os shown Cut Existing Reinforcing " Min. Below Cut Surface. rGrout With Epoxy Mortar EAST ABUTMENT ELEVATION Typ.) 4-16.cil BRIDGE NO. 880051 R E V I SI ONS NAPES DATE rt DESCRIPIIaR DATE BY DESSAIPna DRAW BY CHECKED BY AKB CG DATES 8/06 8/06 OESIOIIED BY CG 8/06 nfCAED N TJN 8/06 APPRDrcD BY T.J. Ab/es. P.E. ENGINEER OF RECORD. HARDESTY & HANOVER, LLP 1000 SAWGRA.33 CORPORATE PRIVY SUTIV 511 &Inds, TL 33323 Cesar A Groncdos, AE *64221 Certificate of Autha/Motion *171 INDIAN RIVER COUN1'T PUBLIC WOR6R DEPARTMENT ROAD NO. 1110010. PROJECT 10 EAST PIER NEW PILE CAP AND ABUTMENT MODIFIC Ii 4 CR 510 INDIAN RIVER *55E00 'React on. CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS wsrb PTIMEI *FILE* VIBES RD. BI -14 100-5ST01 a 6" Top (Typ. Spans 18-26) 5/-5570/8 6' Top (For Spon 27) 50-45702 8 12" Bottom (Typ. Spans 18-26) 26-45702 8 l2' Bottom (For Spon 27) IMIr- I I 4SLO1 B 12' (Typ. Spans 19-261 ro A ¢ Beam 1 _ _ c---- - - - - - --- - - - - - - - - _ — - - 8 $ Foce of Curb `` NN Face of Curb O o aN4¢Beam 2 - ---- - --- --- Z L 11,...4 � 50-45702 Bottom (Typ. Spans 18-26) 26-45T02 8 12" Bottom (For Span 27) r 7 DECK SLAB REINFORCING AND SCUPPER LAYOUT PLAN v (50'-0" Spon Shown, Other Spans Similar) 1"xl%2" Slotted Holes (Typ 1 rp of Deck 0 Modified and O --Reinstalled 3/8" Aluminum Railing Plate 0 0 V .. „eV-- (Typ.) .. V I I SECTION B 11 Existing Post -B Roiling 11 12-5050!a 4' (Aluminum 6061-75 or 6061-76) r ,G 1 .. G' 4SL Bar v 45703 R 8" o. c. • illSDLOI I • j 5" € Diaphragm 5" �� E.F. (Typ.) �,,//, SDL02 (Typ.) JP711kb MIMI I. t"to irm' 0. -min 1111 �,1�'� SSTO1Threaded AD 45702 4SL Bar♦�- 1" (0 '� 8,- 50201 New Inverted -7 Prestressed ( 3' 0 U.V. Resistant Z'11 PVC Open Drainage Inserts (See Sheet No.Bt-16)(Typ.) SOL 02 Beam (Typ.) See Sheet Nos, BI -17 - BI -19 Scupper (Typ.) I 50L02 EF. (Typ.) 0 Beam 1 0 Beam 2 1 2'-2" Lap (MM.) I „1 5DLO1 E.F. (Typ.) �(• 1 SECTION C -C NEW SUPERSTRUCTURE (SECTION A -A) $412— -..i''-61'.1"'"2").4.-3 NEW DIAPHRAGM BRIDGE N0. 880051 4 -(6-0.1 REVISE ONS 02)00 DAIEi ENGINEER OF RECORD• INDIAN RIVER COUNT? PUBLIC WORKS DEPARTMENT 40E141)0.1. EAST PIER NEW DECK SLAB REINFORCING DAR 0Y 000045TIDR DATE 0. OES00000I MIN 0. GTED000e. AKB CG 8/06 8/06 HARDIGTE & HANOVER LLP Roo 6AWGRAAICORPORATE mows SUITE 044 B'"''^' PL3 R Geste A Grenade.P.E 064771 Certificate of AuthwBotien 0171_ ROAD RD. OMNI FINAIICIM PROJECT ID 00"0001..S CR 510 OVER INTRACOASTAL WATERWAY RET MO. DISIDRED IN CG 8/06 CR 510 INDIAN RIVER ,„,,,„.. ,,,..• e/29/806 D. TJN 8/06 WABASSO FISHING PIER REPA IRS 2.121 PM 0,2118 -Wo. 0 TWO, Pler•P rel.of 5,0m15m11alOPAen 81-15 WNP.ED 00 T..) Nabs, P.E. U MARK LENGTH FEET N0. BARS TYPE BAR STY DETAIL DIMENSIONS m SIZE DES A J G 8 I C 1 D I E I F H i J I K WEST PIER - SPAN 10 4 ST03 3'-6" 75 11 1 1 6" 1'0" 1'0" 5 5T04 5"11Y2" 100 1 5"11Y2" 4 ST05 3'-3" 100 32 2" 1'-5" 1'8" 5 5T06 3'-8%" 100 1 3'-8%" 4 SLOT 49'-8" 36 1 49'-8" 5 0502 3'2" 42 4 1 I 6" 6" 5 DLO3 3'-254" 12 1 3'-254" 5 DL04 2'-11 4" 12 1 2'-11 4" EAST PIER DECK - SPANS 18-27 5 5T01 7-4" 951 1 7'-4" 4 ST02 2'-10" 951 28 5" 2'0" 4" 2" 4 STOJ 3'-6" 71J 11 1 1 6" 1'0" 1'0" 5 D501 4'2" 348 4 1 1 1'-0" 6" 5 OLOI 3'-0" 220 1 3'0" 5 DL02 3'-15" 58 1 EAST PIER DECK - SPANS 18 4 SL02 49'-4" 12 1 49'-4" EAST PIER DECK - SPANS 19-26 4 5101 49'-8" 108 1 49'-8" EAST PIER DECK - SPAYS 18 4 SLO3 25'6" 12 1 25'_6" EAST PIER SUBSTRUCTURE 6 501 8'2" 100 11 7'-0" 7" 7" 4 502 7'-0" 20 1 10 503 4'-154" 80 10 3'-154" 1'0" 5 SO4 8'-6" 100 4 1 1 2'-4" 1'-4" 4 505 4'-4" 60 4 1 1 10" 10" 4 S06 3'-2" 40 11 2" 1'6" 1'-6" 4 S07 4'0" 70 11 1'-0" 1'-6" 1'-6" 4 508 4'0" 20 11 1'-0" 1'-6" 1'6" Face of Beam Web SECTION THRU BEAM WEB AT INSERT FOR DIAPHRAGM REINFORCING INSERT NOTES, 1. Insert shall be 1" 0, zinc -electroplated, ferrule wing nut, UNC threads, 1/0 minimum gage wire, not more than 4" in depth and shall have a minimum ultimate tensile strength of 4,000 psi concrete. 2. For locations for inserts, see sheet no. B1-18. 4-(6 'a7 R E V I S I O N S DAYES DATE DT DESCRIPTION DATE DI DESCRIPTION DRAM 00 AKB 8/06 SNEERED EY CG 8/06 DESIGNED DT CC 8/06 SNEERED EY TJN 8/06 APPROVED ST T.J. Notes, P.C. ENO !NEER OF RECORD. HARDESTY es HANOVER, LLP 1000 MAWGRA. CORPORATE PRIVY SUITE ]N Real. FL 13113 Cesar A araeadoe, P.6 M64221 Certificate of Mbar/MI. M171 INDIAN RIVER COUNTY PUHUC WORKS DEPARTMENT ROM ID. 010411011E PROJECT 10 AIME aRE. BRIDGE NO. 880051 BAR LIST CR 510 INDIAN RIVER CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS MEET RO. B1-16 AMMIe Bole 9/28/0006 n31M PM 0 1204.00000, FlgrIng PlerVlneNlex 5,444.14410,4171, Front Face of Backwall or F- 1(1 Pier or Bent y I Beom —` END 1 Edge of Flange £N0 2 Direction of Stolloningr` CASE 1 K2 Front Face of Backwall or C Pier or Bent 1 BEAM NOTES 1. All bar dimensions are out -to -out. 2. Place Iwo (2) Bors 5Z al each end, and then one (N Bar 411 each location as detailed alternating the direction of the ends for each bar (see 'ELEVATION AT END OF BEAM"1. 3. Bars 41. shall be bent prior to the beam leaving the prestressing yard. Bars 4L shall be bent parallel to the ends of the beams. 4. Caution should be used with Bars 4L In the ends of exterior beams to assure the bent portion of the bar Is propery oriented so that the bar will be embedded In the diaphragm concrete. 5. 5lrond N shall be either ASTM A416,Grade 250 or Grade 270, seven -wire strands 3s" 0 or larger, stressed to 10,000 lbs. 6. Unless otherwise noted, the minimum concrete cover for reinforcing steel shall be 2'. 7. At option of the Contractor, welded deformed wire fabric may be used In lieu of Bors 30,41C and 4L except as noted below for skewed end conditions. The wire sizes and spacing shall match those shown on the Standard Beam Details sheet for these bars. In this event, Bars 41( nay be fobrlcoled with the omission of the lower outstanding leg provided that two longitudinal wires are placed (welded)at the lower end of the bar. The first (laver)wlre shal/be located I' from the end of Bars 41( and the second wire 2' minimum from the first wire, but to lass than % of the beam depth from mid -depth of the beam. Welded wire fabric shall conform to ASTM A497. When welded deformed wire fabric Is used, the end Bors 5Z shall remain conventional mild reinforcing. 8. Bors 4K and 5Z shall be placed and fled to the fuly bonded stronds (see 'STRAND PATTERN'). 9. Bars 30 shall be bent around a l' diameter pin. /0. For Bearing and Framing Details, see Structures Plans. II. For Comber and Build-up Details, see Structures Plans. 12. For referenced Dimensions, Angles and Case Numbers see /resorted -T Beam - Table of Beam Variables In Structures Plans. e,2 2 Ge_Qv)aae›_5 4 -cm o7 BRIDGE NO. 880051 DATE BY a-31-05 RG ISI ONS &SERIPH% DATE Standard br6r/,P Issue Dale DATES ORA N BY CNECAED m AKB CC 8/06 8/06 DEEMED BY CO 8/06 CHECKED Dv TJN 8/06 APPROVED BY T.J. Poles. P.E. ENO !NEER OF RECORD. NARDF978 & HANOVER. LLP ICOR BAW5RABB CORPORATE PRWT SUITE 710 &Intim FL 31113 Cesar A Grenade,. P.E 660221 Certificate or Althorle35on 6171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROAD 111. DWI tINANCIAE PROJECT 10 Et1fi TYPICAL INVERTED T -BEAM DETAILS AND NOTES INDEX NO. 310 CR 510 INDIAN RIVER ,RDnD,.K CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS REST NO. 9I-17 N070e Kure. OrIYE. BILL OF REINFORC NG STEEL FOR ONE BEAM ONLY Spacing Bars 4K 5%2' 2 sp. 0 3" SI sp, 0 VI (Max.1 MARK NOTE SIZE.' NUMBER REWIRED LENGTH (N07£ fl A NUMBERS — 5 4 See Table 9' 6. y Bars 5Z 2" C 5 _ 2 10'-5• 0C 7, 8—& 10 3 I2 See Table ..77_,1 Perpendicular 2/p" 02 7, 8 & 10 3 12 See Table x K 2,7,8 & 9 4 See Table 3'-0° g i " to End of Beam Bars 4K L 3, 4 & 7 4 8 3'-10" h :— 4K & 52 N 5" 0 Strand l 0/02 L + 5' `Bars 2 2, B& 9 5 4 3'-0" lki Optional Deck Forming 11 1rI�I�I�i�I�I�i�� $ Narcn rryvJ BENDING DIAGRAMS (5ee Note 11 • ■I ■It �I� �I� �I� �I� V. 1 Bar 5C tied to Strand N • Strand N Bar 5A Strand N ' 1 s , 7/2' /1 Bar 5A tied to Bar 30 P'/e' Clear Bars 5Z , Bar 5C I "� 9 " f/2' Clear �I Bars 5A • �"1�— °t ` J MIn. .n ;r1 Bars 3D1 or 302 B a I� IM 1- (See Table) I 10" _�1111.1 �Mi S �I.I MI.I I e ..I W I �) �I BARS 301& 3D2 BARS 4K & 5Z P Spacing Bars 4L 0. Chamfer Bars 30 (TypJ 7" 7 S 3%4' (Nominal) 4 39.8 6" S,. I " Bars 3D1 or 3D2 ' s,.with /0'-0' /4' Chamfer (Typ. top & bottom of bottom flange) (See Notes 2 & 9) Bars 4K & 51 as shown (See Note 8) See Table r. 2'-O' CI END VIEWNOTES. Work ihls sheet with the following drawings: ELEVATION AT END OF BEAM (Flange Not Shown For Clarity) BARS 5C BARS 5A Index No.3/0 - Typical Beam Details and Notes Index No.5-321 - Table of Beam Variables For referenced notes, see Index No.310. For Dimensions L, R, W /hru V4 and number of spaces SI thru S4, see Table of Beam Variables Index No. S-321. DIM L = Beam Costing Length (Overall Length of Beam along Ct Beam Including length Increase as required for Beam paced on grade and DIM R to compensate for east/a and time dependent shortening effects) �2 5P• 0 3" 5//1" SI Spaces 0 VI (MaxJ Spacing for Bars 4K Symm. about ♦ Beam Olrectlon of Stationing r- nII II p II n II II rn� II •. 2' I 1 12 in h Omll Inserts at I I �CL Beam for Span '^ "! •-1. •f--r+�' 0 Threaded Inserts n _ _ 27 Beams • •• (See Sheer No. B1-161 (TypJ II-- € Beam and Diaphragm "T' "T" DIM END 1 END 2 C ow=s.�--r 86!DC£ NO. 880051 A.REV I s I ONS NNE0 2AIE5 ENGINEER OF RECORD• HARDFsrT & HANOVER, LIP INDIAN RIVER 0OOR4TT PUBLIC WORKS DEPARTMENT RNo TITS' INVERTED -T BEAM - STANDARD DETAILS INDEX NO. 320 (MODIFIED) DATE 2Y DESCRIPTION PATE DI PEERRIN. RRAMI on ARB 8/06 6x0002 CI CG 8/06 1000 eAWGRASS CORPORATE PENT SUITE SH &owl.. PL 33303 Cesar A CranOWs, 9.5 064221 Certificate of Authorisation 02171 0201 R0. =II FINANCIAL PROJECT I0 wwctr N WATERWAY IC00002 "TET "°' DEHORD RI 00 8/06 CR 510 INDIAN RIVER susoos cmr CR 570 OVER INTRACOASTAL WABASSO FISHING PIER REPAIRS • #7110E0 *Safe BI -1a 0I TJN 8/06 ,,,,..s. eI T.J. No es, P.E. 4—ie'�i TABLE OF BEAM VARIABLES LOCATION CONCRETE PROPERTIES STND. PLAN VIEW END OF BEAM AND BEARING DIMENSIONS ** BEAM DIMENSIONS * REINFORCING STEEL SPAN BEAM STRENGTHS (psi) PTRN. CASE ANGLE 05A * 3D1 302 4K NO. OF SPACES BARS 4K SPACING FOR BARS 4K * N0. N0. CLASS 28 Day Release TYPE ENO I END 2 END I END 2 DIM X/ DIM K2 DIM L DIM R 0!M T Length B Length B Length N0. 5/ VI 10 I V/ 8500 6800 / l l 90.00° 90.00° I' I" 49'-10" //e" 5' 49'-1' 1'-8' 2'-1/' I'-8" 2' -ll" 53 48 1'-0" 18 /62 VI 8500 6800 1 / I 90.00° 90.00° !" 1" 49'-6" 3ke' 16' 48'-9' I'-8' 2'-11" I'-8" 2'-11" 53 48 1'-0' 19-26 /62 VI 8500 6800 / I / 90.00° 90.00° 1" 1 49'-10' %6' 16' 49'-1" I'-8' 2' -II" 1'-8' 2' -ll" 53 48 1'-0" 27 /62 VI 8500 6800 2 I I 90.00° 90.00° !" 2' 25'-7" 0" 16' 49'-10" I'-8' 2'-11' 1'-8" 2' -Il" 29 23 I'-0" BUILDUP & DEFLECTION DATA AND BUILDUP NOTES: LOCATION REQUIRED THEORETICAL BUILDUP OVER C BEAM NET BEAM CAMBER DEAD LOAD DEFLECTION m —DIM 'C" o BEAM CAMBER The buildup roues given In the table are based on theoretical beam cambers. The Contractor stall monitor beam cambers for the purpose of predlclf M the based SPAN N0. BEAM NO. AT BEGIN SPAN DIM 'B' AT 1E SPAN DIM 'C" AT ENO SPAN DIM "D" (PRESTRESS - DEAD LOA/) OF BEAM) o 120 DAYS OUR/NG POUR O 120 DAYS DIM "A' Bottom of 8" Slab m comber values al the time of the deck pour. If predicted cambers on ('laid measurements differ more than +/- Vz" from the theoretical "Net 10 I %" 0" fie" %s" fie" FS O Beam Comber to 120 Days' shown In the table, modify the buildup dimensions 18 162 %" 0" y, j§' 11/4" _ 1 as required. When the measured beam cambers create 0 conflict with the Fs" %" 11/4" bottom mat of slob steel, notify the Engineer a minimum o 2l days prior to /9-26 18,2 %e' 0" Top of Beam casting. 27 1&2 0" 0" 0' 0" 0" / � !Span \ Begin Sean BUILD UP End Spon L' DIAGRAM 0,1 F.,m $ I-- DIM 'A" \ \ Span .. (� 8 W DEAD LOAD DEFLECTION DIAGRAM NOTE: Work this sheet with the following drawings: Notes Fully Bonded Strand !TypJ Fully Strand index No.310 - Typical Inverted -T Beam Detolls and Index No.320 - Inverted -T Beam - Standard Details DIMENSION NOTES Bonded 11 All longitudinal beam dimensions shown on this 017 Has sheet with a Sing/a asterisk (al (TypJ ore along the centerline of beams top of beam at ** End of beam bearing dimensions "1and d "K" =IA 11111A ore measured along Me bottom of the beam. 3" 9 s..0 2" rill 3" 9 s..R 2" - TYPE® B STRANDS , TYPE © 2 STRANDS STRAND DESCRIPTION: Use OS_ Diameter, Grade 270_, LOW RELAXATION Strands stressed at43.9- k/ps each. Area per strand equals .Q sq. In. per strand. 880051 STRAND PATTERNS BRIDGE N0. RE V E S I CONS MRES DAHE ENGINEER OF RECORD, INDIAN RIVER COUNTY PUBLIC WORK9 DEPARTMENT SW IMF. INVERTED -T BEAM - TABLE OF BEAM VARIABLES INDEX N0. 5-321 (MODIFIED) DATE 07-30-01 BY SOO DESCRIPTION Semi -Standard Drawing /Seas Date OAS Br l,al DCRarl an1MBY 06E0.7 AKB CG 8/06 8/06 HARDESTY & HANOVER. LLP Iam 9AWORA93 CORPORATE PKWY SUITE SN eaadeN PL 53313 CexarACrm,adee, P.E 1164221 Cere/Mate or A,tnorlxadon 11171 a�..,-, �_..,,.. r, now /10.Daunry 430 FINANCIAL MwrcOt DI ,PRxcr x,�` 510 OVER I NTRACOASTAL WATERWAY Dail no. SFS.. er CC 8/06 CR 5/0 INDIAN RIVER easFRe IDATEI DN.. BF ('JN 8/06 WABASSO FISHING PIER REPAIRS "71190 e711E0 81-19 AP,er 1.1. Naha, P.E. 4—ie'�i B U O No.o1 Lops = N TYPE 1 TYPE 2 -El_�t I 8 8 TYPE 10 TYPE 17 8 TYPE Il B TYPE 18 TYPE 3 C m C D E TYPE 5 N ��m I B .j TYPE 14 B TYPE 12 B C 5 TYPE 19 NOTE: Type 17 Bars used In Superstructures shall be lilted to obloln Minimum cover. TYPE 25 8 C C Threads TYPE 34 H B LU 21 TYPE 26 0 U TYPE 35 TYPE 40 I r TYPE 27 I_ B W[I e'7\ m Number of 860000 or Walls = N Number or 0's = 1.1-1 Number of B's = 2N-1 Number of C's = N-1 45' TyplWl TYPE 36 B 30 TYPE 20 1 D C TYPE 28 8 30 00 C 0 E TYPE 6 C-C6m O N E I TYPE 15 C F . 0 TYPE 21 E 00 TYPE 7 C D f..l 30 TYPE 8 H 1 U 8 TYPE 9 B I� TYPE 22 TYPE 37 B i I IC I� D nE F nH I I K J TYPE 41 J No. of Laps = N w TYPE 31 Spiral—. w O Number of Beans or Walls = N Number or D's = N-1 Number of 8's = 2N-2 B„ Number of C's = N-2 45' Typical TYPE 23 Out Dlamelerrl TYPE 39 TYPE 42 TYPE 24 r—Cy I I 5[Z TYPE 32 Threads Style 6 = No Hook TYPE 33 C = Pitch 8 = ovardil Height 0 = Spirals shall be made of ASTM A6/5 Grade 60 211101 steel using either plain or deformed burs ASTM A6/5 or Cold drawn steel wire ASTM A82. N = Total number of closed turns of Top and Bottom of columns Splices may be accomplished by lopping 1.5 turns. Cost of Channel Spacers and Splices shall be Included In the Contract `Unit Price for Relnf. Steil (SubstrJ I� 0 B C B TYPE 43 NOTE: For Bar Dimensions See BAR LIST Sheet. ly --1C�7 DATE er 0ESC01PTIM R Ey T S; ON5 er DATE 3A/3S DESCRIPTION DRAM et EMCEED et AK8 CG 8/06 8/06 RESIDED NS CO 8/06 aHDAED IS TIN 8/06 APPROVES 01 T.J. No/0e, P.E. ENGINEER OF RECORD. HARDPBTY S HANOVER,,LfP IOW SAWGRA.% CORPORATE DEWY sum 344 Sunda., DL 33323 Ceear A Granada., P.E 0004221 Certificate of Authoric01/on 0171 INDIAN RIVES COUNTY PUBLIC WORKS DEPAETMENT NO NO. CORM 00001IE. 0004031 10 HOOK 0£141.5 180' Hook 0610110g Dim. A oro 90' BAR SIZE D 180' 1100K5 90' HOOKS A OR G A OR G 43 2//�' 5 3 6' 3" 6" 4° 8" #5 354' 7° 5" 10' 41/2' 8' 6' *7 51/x' 10' 7' 1'-2' 48 6' 11" 8' 1.-4' 2/2' P-3" Ih�• P-7' 4/0 104• P-5' I'-0%" /'-10° 411 12° P-7" P-2);" 2-0" 414 181/1' 2'-3" 418 24" 3'-5' STYLE 3 Detailing Dim. 0 EO a 0 90' 135' STIRRUPS !TIES SIMILAR) RECOMMENDED STIRRUP & TIE HOOK DIMENSIONS BAR SIZE 0 90' HOOKS 135' HOOKS A or G A oro Hw 43 f/2" 4' 4" 21/2" 2' 4/2" 4/2' 3' 45 21/2' 6' 51/2" 334° 41/2" /'-0" B' 4/2' 47 5114' I'-2" 9" 51/4" 48 6" P-4° 6' STYLE 4 5 STYLE 6 = NO HOOK * Dimension 1s approximate. Hook Styles Detailed on ihls sheet ore for Illustration Only. Actual Hook Style for oM particular bar will be shown under A or G Heading on REINFORCING BAR LIST sheet. All Dimensions ore out -to -out. BRIDGE N0. 880051 MET 11.. STANDARD BAR BENDING DETAILS INDEX NO. 1300 CR 510 INDIAN RIVER 015E0 .xD" ""K CR 510 OVER INTRACOASTAL WATERWAY WABA5S0 FISHING PIER REPAIRS ODAJE1 11/011 61-20 Existing West Bulkhead New Buried ✓B New "Exterior Wet Usage" Luminaire Mounted to Inside Face of Curb. Locate at Center of Each Span (Typ.) New Curb New Buried Conduit Existing Meter Con and New Lood Center Provide Expansion/Deflection Fittings at Joints ¢ Bent New X" Conduit Mounted Beneath Deck WEST PIER New Curb Mounted Light Fixture New Curb Embedded Steplight and X" Conduit F PIFR LOOKING W W. PIER 1 n(KING F TYPICAL PIER SECTIONS New Curb Embedded Conduit New Curb Embedded Murine Grade or "Exterior Wet Usage" S.S. Steplights GENERAL ELECTRICAL PLAN Flexible Condut Passed Through Drain Slot Flexible Condut Passed Through Drain Slot New A" Conduit and ✓8 Mounted Beneath Deck LIGHTING NOTES, 1 New X" Embedded Conduit EAST PIER 25' I2'-6" € Bent 1. Curb Embedded Stoplight, Provide stoplight with corrosion resistant enclosure (marine grade or suitable for exterior wet locations). Enclosure shall hove vandal resistant fasteners and conduit knockouts on both ends for wire -through. Lamp shall be 120V LED or compact fluorescent. Foce shollbe approximately II" X 4%" and shollbe louvered. 2. Curb Face Mounted Light, Provide wall -sconce type light with corrosion resistant enclosure' (marine grade or suitable for exterior wet locations). Enclosure shall have vondo/resistant fasteners and metal cage lens protection. Lamp shollbe 120V LEO or compact fluorescent. Enclosure shall be ova/ approximately 9" X 4%z" and be suitable for surface mounting with side conduit entry. D5t;2 Ceti, 7 NL�yS REVISIONS NABS DATES DATE BY DESPIPSIDN Dr OPC9PTION DRAIN Or PECKED BY AKB CG 8/06 8/06 NAMPO EY APB 8/06 PECKED BY TIN 8/06 APPREPO BY 7.11I74es. P.E. ENGINEER OF RECORD. HARDESEY & HANOVER. LIP 1000 RAWORASB CORPORATE PKWY 61RIE 546 Sunrise, El. 33313 Clem A Cranedeo, P.E. *64221 CIr6/ioole or AulMrllation *171 Existing East Bulk Head New Buried ✓B New Buried Conduit Existing Meter Can and New Lood Center GENERAL NOTES, D 1. Comply with NEC 2005 and olllocal ordinance and regulations. 2. Coordinote electrical work with structural work. 3. The plans are diagrammatic and ore not to be scaled. Locations shown are approximate. Exact locations shollbe determined based upon approved shop drawings. ABBREVIATIONS, 1PH CF J8 LED NEC NEMA S.S. Single Phase Compact Fluorescent Junction Box Light Emitting Diode National Electrical Code NationalElectricolManufacturers Association Stainless Steel SYMBOL LEGEND, Circuit Breaker -a— ControlRelay Coil b Control Relay Contoct --- Curb Embedded Luminaire — Curb Mounted Luminaire 1C Existing Line J Fuse Ground Hidden Line New Line Transformer BRIDGE NO. 880051 wrmu. INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT GENERAL ELECTRICAL PLAN FINANCIAL PPM ID “"."' CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS ORD DNI. CR 510 OBuen INDIAN RIVER I05ER1 1041 471064 IFSIEY NCH M 61-21 New Junction Box Buried at Grade L New A" 0 Buried Conduit to West Load Center New Curb -Mounted Light New A" Conduit New S.S. JB of Center of Each Spon WEST PIER CONDUIT DETAIL. SOUTH ELEVATION Route Flexible Conduit Through Drain Slot at Center of Each Span Provide Supports, Expansion Fittings and Other Hardware as Necessary Marine Rated or Exterior Wet Usage Curb Embedded Steplighl (S.S Enclosure, LED or CF Lamps) Curb Embedded S.S. Junction Box New Curb Embedded y," 0 Conduit £SPaIZ- (za oiati D -S co Provide Supports, Expansion Fittings, and other Hardware as Necessary I New Junction Box Buried at Grade QONDUIT OETA!LAT__EAST ABUTMENT. SOUTH Fl EVATION 1 F= - New r" 0 Buried Conduit to East Load Center BRIDGE NO. 880051 R E V I SI ONS DAH er ESC/11011M DATE BY DESCRIPi134 DRAIN 01 CNECEED RP AKB CG 10113 8/06 8/06 DESIGNED NY APB 8/06 CXERRO BY TJN 8/06 APPNDYEO 0t T.J. Nobs, P.E. ENOINEER OF RECORD. HARDESTY & HANOVE R. LLP 1000 SAWO1A39 CORPORATE PRWT lUrrE 344 &Lula, FL 33313 Cesar A aronodoo. P.E. +64221 Cs,NAbafe of Aul0orbotbn *171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT 0300 N0. COUNTY FINANCIAL 300131T 10 IMP EI hL CONDUIT DETAILS CR 510 INDIAN RIVER mrtC1 CR 510 OVER INTRACOASTAL WATERWAY WABASSO FISHING PIER REPAIRS BEET ND. 6I-22 INTEP 240/120V 1PH 3W 50A CB a— t Lightning Protector Neutral Block Control Transformer Balance Lighting Load Across Circuits 1 and 4 D Selector Switch Inside Panel A Photocell Panel Board TYPICAL 240/120V LOAD CENTFR WIRING DIAGRAM Existing Panel Support System (To Remain) (tX-.M.YGI— a--1 tea? Existing Meter Cabinet (To Remain) New Load Center. NEMA 4X Enclosure. New Photo - Electric Cell New Panel In fo. Placard. See Detail Below. New Y" Conduit to Lighting (GAD CENTER OFTAU Typ. Eost and West Piers 04 PANEL, WEST FISHING PIER 120/240 1PH PANEL INFORMATION PI AC4RJ) Placard Should Read "East" for East Pier and "West" for West Pier BRIDGE NO. 880051 IKEVISI ONS 0A7ES °elf el DESMIFrllM Dere 110 OESGIIRIIDM MIAMI 0.i AKB 8/06 CHEMED 111 CG 8/06 NSIeNee 0.r APB 8/06 uaED el TJN. 8/06 APPROVED 0.3 r.J. Nobs, P.E. ENGINEER OF RECORD. HARD0ETT & HANOV0E. LLP 1000 MAWORAB* CORPORATE PKWY BORE 3.4 &larks. PL 33313 Cesar A Granada., P.E. 064221 Certificate of AMMorkution 0171 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT ROOD IN. FIMNICl& 100000 ID CR 510 INDIAN RIVER wet, viett. LOAD CENTER DETAILS E.a,Ecrw.aCR 510 OVER INTRACOASTAL WATERWAY WABA550 FISHING PIER REPAIRS Rett MO. 81-2J 01.6.0 re .1040. Attachment Available staging area 100' x 40' at the parking lot on the west side of the bridge. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 2 Issue Date: March 22, 2019 Project Name: Wabasso Causeway Fishing Pier Demolition Project Bid Number:, 2019035 Bid Opening Date: March 28, 2019 This addendum is being released to answer questions received to date. Question and Answer Will the county consider waiving the Builders Risk Insurance? Our insurance carrier is suggesting 1. that the county waive this requirement and that these policies aren't typically written for projects of this type. The policy comes with a very significant cost (expected to be over $25 thousand dollars for a policy). No, we do not need Builders Risk Insurance. LIES! Underwater Engineering Services, Inc. UESI Off Shore Experience CUSTOMER: Florida Power & Light PROJECT NAME: Off Shore Ocean Intake Water Cooling System Repairs STATE/COUNTRY: Florida, Jensen Beach CUSTOMER CONTACT: Ed Belizar/Jeffrey Jenkins: PHONE:772-468-4106 EMAIL: jeffrey.jenkins@fpl.com UESI PROJECT MANAGER: Dean Reynolds UESI PROJECT NUMBER: COM -2010209.00 PROJECT COMPLETION: December 2012 PROJECT DESCRIPTION: UESI was hired to make inspections, cleaning, debris removal, and repairs to the ocean intake systems off shore. UESI utilized a jack up barge to live off of and perform diving and construction operations. UESI utilized off shore vessels to remove and dispose of debris to land based disposal area. Construction Value: $4,167,650.00 CUSTOMER: Broward County PROJECT NAME: Broward County Ocean Outfall Repairs STATE/COUNTRY: Florida, Hollywood CUSTOMER CONTACT: Phil Cooke PHONE: 954-462-2709 UESI PROJECT MANAGER: Randal Bazemore UESI PROJECT NUMBER: COM -2011238.00 PROJECT DATES: 05/01/12 - 8/12/12 PROJECT DESCRIPTION: UESI utilized barge and crane system to repair and cover selected sections of ocean outfall off shore. Dive crews placed articulated concrete block mattresses over the outfall pipe. UESI and scientific divers transplanted coral colonies. Construction Value: $882,599.00. CUSTOMER: US Department of Commerce, NOAA PROJECT NAME: Wellwood Reef Restoration Project STATE/COUNTRY: Florida, Key Largo CUSTOMER CONTACT: Bill Goodwin PHONE: 386-248-8072 EMAIL: bill.goodwin@noaa.gov UESI PROJECT MANAGER: Jack Glanville UESI PROJECT NUMBER: COM PROJECT DATES: 4/19/01-7/26/02 PROJECT DESCRIPTION: Restoration of a vessel grounding site off -shore of Key Largo. Restoration included setting and maintaining exclusion zone buoys, preparation of 14 separate sites for placement of 100 tons of lime stone boulders, placement of 110 yards of concrete, and placement of 22 reef modules. UESI utilized a barge and crane system to dive and perform construction activities. Construction Value: $729,483.00 CUSTOMER: City of Hollywood PROJECT NAME: City of Hollywood Southern Regional Wastewater Treatment Plant Ocean Outfall STATE/COUNTRY: Florida, Hollywood CUSTOMER CONTACT: Phil Cooke PHONE: 954-462-2709 UESI PROJECT MANAGER: Randal Bazemore UESI PROJECT NUMBER: COM -2002224.00 PROJECT DATES: 7/05/02-12/13/02 PROJECT DESCRIPTION: UESI utilized barge and crane system to repair and cover selected sections of ocean outfall off shore. Dive crews placed articulated concrete block mattresses over the outfall pipe. UESI and scientific divers transplanted certain stony coral colonies. Construction Value: $761,590.00. CUSTOMER: McCulley Marine Services, Inc (St. Lucie County Owner) PROJECT NAME: St. Lucie County Off Shore Artificial Reef STATE/COUNTRY: Florida, Fort Pierce CUSTOMER CONTACT: Boo McCulley PHONE: 772-344-4005 EMAIL: boo@mccullymarine.com UESI PROJECT MANAGER: Randal Bazemore UESI PROJECT NUMBER: COM -2015229.00 PROJECT DATES: 06/01/2015 — 07/31/2015 PROJECT DESCRIPTION: UESI was subcontracted for off shore diving services in the Atlantic Ocean off the coast of St. Lucie County. UESI dive crews installed over 100 tons of limestone boulders in selected artificial reef locations. UESI divers had to place the rocks within project limits and under certain tolerances. Construction Value: $292,331.00 Page 1 of 2 el° LIES! Underwater Engineering Services, hw. UESI Marine & Pier Construction Experience CUSTOMER: St. Johns River Water Management District PROJECT NAME: Fort Drum Conservation Area Boardwalk STATE/COUNTRY: Florida, Indian River County CUSTOMER CONTACT: Ray Gibson PHONE:321-863-0009 EMAIL: rgibson@sjrwmd.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2015251.00 PROJECT DATES: 7/27/15 - 10/30/15 PROJECT DESCRIPTION: Construction of an 800 foot timber boardwalk through Cypress Strand. Construction Value: $151,830.00 CUSTOMER: Flagler County PROJECT NAME: Malacompra Elevated Boardwalks STATE/COUNTRY: Florida, Flagler Beach CUSTOMER CONTACT: Amy Kennedy PHONE: 386-313-4006 EMAIL: akennedy@flaglercounty.org UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2014236.00 PROJECT DATES: 10/20/14 - 3/23/15 PROJECT DESCRIPTION: Construction of an 1,100 foot boardwalk through coastal wetlands and upland oak hammock. Construction Value: $522,340.00 CUSTOMER: Volusia County Public Work Coastal Division PROJECT NAME: Smyrna Dunes Park Fishing Pier STATE/COUNTRY: Florida, New Smyrna Beach CUSTOMER CONTACT: Joe Nolin PHONE: 386-248-8072 EMAIL: jnolin@volusia.org UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2016288.00 PROJECT DATES: 01/26/17 PROJECT DESCRIPTION: Construction of an 430 foot timber and composite fishing pier in the Ponce de Leon Inlet. Installed forty-nine each 14" concrete piles from barge and crane system. Construction Value: $646,308.00 CUSTOMER: St. Lucie County Parks and Special Facilities Division PROJECT NAME: Pepper Park Boardwalks and Floating Docks STATE/COUNTRY: Florida, Fort Pierce CUSTOMER CONTACT: Matt Baum PHONE: 772-462-2551 EMAIL: baumm@stlucieco.org UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2017202.00 PROJECT DATES: 01/10/17-01/17/17 PROJECT DESCRIPTION: Construction of four timber boardwalks and two floating docks and gangways. Construction Value: $378,643.84. CUSTOMER: City of Port St. Lucie PROJECT NAME: Rivergate Riverwalk Boardwalk Repairs STATE/COUNTRY: Port St. Lucie, Florida, Fort Pierce CUSTOMER CONTACT: Bradley Keen PHONE: 772-344-4005 EMAIL: bkeen@cityofpsl.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2018246.00 PROJECT DATES: 06/22/18 — 12/22/2018 PROJECT DESCRIPTION: Removed and repaired an existing timber boardwalk to include the removal of thermoplastic handrail system. UESI installed forty four 12" diameter long timber piles with barge and crane and reconstructed the timber boardwalk and installed composite decking. UESI subcontracted and installed 1,200 feet of aluminum handrails. Construction Value: $452,865.91. CUSTOMER: City of South Daytona PROJECT NAME: Veterans Park Riverfront Fishing Pier STATE/COUNTRY: Daytona Beach, Florida, USA CUSTOMER CONTACT: Gregg Bartholomew PHONE: 386-322-3070 EMAIL: gbartholomew@southdaytona.org UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM2018252.00 PROJECT DATES: 07/8/2018 — 09/30/2018 PROJECT DESCRIPTION: Constructed a 110' timber fishing pier with composite grating deck and stainless steel cable handrail system. Construction Value: $195,216.00. Page 1 of 2 LIES! Underwater Engineering Services, Inc. UESI Marine & Pier Construction Experience CUSTOMER: Florida Power & Light PLANT NAME/LOCATION: St. Lucie Nuclear Power Plant PROJECT NAME: FPL Repair East Dock at Big Mud St. Lucie STATE/COUNTRY: Florida, USA CUSTOMER CONTACT: Vince Munne PHONE: 772-263-2847 EMAIL: vince.munne@fpl.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM2013207.77 PROJECT DATES: 10/18/2016 — 11/23/2016 PROJECT DESCRIPTION: Repair East Dock in Big Mud Creek. Construction Value: $3,798.57. CUSTOMER: St. Lucie County PROJECT NAME: South Bridge Boat Ramp Dock Repair and Boat Ramp Inspection STATE/COUNTRY: Florida, Fort Pierce CUSTOMER CONTACT: Kyle Croce, PE PHONE: 772-462-1491 EMAIL: crocek@stlucieco.org UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2017291.00 PROJECT DATES: 11/09/17 — 12/07/2017 PROJECT DESCRIPTION: Inspected boat ramp with dive team and repaired 50 foot boat ramp finger pier. Construction Value: $9,472.00. CUSTOMER: City of Port St. Lucie PROJECT NAME: City Police Department Floating Dock and Boat Lift at Canal Point Park STATE/COUNTRY: Florida, USA CUSTOMER CONTACT: Richard Schichtel PHONE: (772)871-5000 FAX: (772)344-4106 UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2016283.00 PROJECT DATES: 08/2016-09/2016 PROJECT DESCRIPTION: Installed aluminum floating dock system and 16,000 lb capacity boat lift. Construction Value: $62,344.00. CUSTOMER: City of Titusville — Titusville Marina PROJECT NAME: Titusville Marina Dock Repairs STATE/COUNTRY: Titusville Florida CUSTOMER CONTACT: Tom Larson- Marina Manager PHONE: 321-383-5600 EMAIL: tlawson@f3marina.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2017290.00 PROJECT DATES: 01/2017 - 3/2017 PROJECT DESCRIPTION: UESI removed damaged piles and finger piers. Installed long timber piles and new finger piers. Construction Value: $102,659.00 CUSTOMER: City of Titusville — Titusville Marina PROJECT NAME: Titusville Marina — Replace Damaged Pile STATE/COUNTRY: Titusville Florida CUSTOMER CONTACT: Tom Larson- Marina Manager PHONE: 321-383-5600 EMAIL: tlawson@f3marina.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM -2018259.00 PROJECT DATES: 7/19/2018 - 7/20/2018 PROJECT DESCRIPTION: UESI removed damaged dolphin pile and installed new timber dolphin pile. Construction Value: $9,800.00 CUSTOMER: Florida Power & Light PLANT NAME/LOCATION: St. Lucie Nuclear Power Plant PROJECT NAME: FPL Protected Area East Pond Floating Dock & Gangway Installation STATE/COUNTRY: Florida, USA CUSTOMER CONTACT: Robert Glubka PHONE: 772-467-7116 EMAIL: Robert.glubka@fpl.com UESI PROJECT MANAGER: Andrew Connelly Project Manager / Lee Busbin Construction Supervisor UESI PROJECT NUMBER: COM2013207.77 PROJECT DATES: 10/18/2016 — 11/23/2016 PROJECT DESCRIPTION: Furnish and installed a 50' aluminum gangway and 30' floating dock with timber piles in the east pond of the protected area. Construction Value: 79,610.00 Page 2 of 2 McCulley Marine Services, Inc. Off Shore Reef Experience April -May 2013 Martin County Oyster Reef Over 5 -acres of cultch material totaling 3,500 tons were deployed. This was a shallow water project for the creation of oyster habitat in the St. Lucie River. Crews deployed by day and loaded by night, accounting for ten loads in ten working days, all precisely deployed. May 2013 Martin County Taking advantage of our mobilized crew and vessels after completion of the Oyster Reef Project, we rolled right into offshore deployment for Martin County. Two loads culverts, boxes and pile cutoffs were deployed totaling 1,500 Tons. May -August 2013 Volusia County One week after wrapping up our work for Martin County, crews were on site in Volusia County. Over 10,000 Tons of materials, from rail ties to light poles to culverts, were deployed over the course of 29 trips. This marked the biggest year for Volusia County in terms of tonnage deployed, practically doubling their number of artificial reefs in one season. August 2013 Flagler County One day after demobilizing from Volusia County, our Tug Regina T was on station in St. Augustine for, surprisingly, our very first project with Flagler County. This project was bid on short notice and was again challenged by the weather. With three days to spare the seas broke and we were able to deploy the final barge load of material. Though our contract called for 750 tons, overall we deployed 850 tons of demolished bridge sections. August 2013 Martin County With the Regina T working in Flagler County, the Champion was loading out of the Port of Ft. Pierce for deployments offshore Martin County. Culverts, boxes and bridge sections totaling 2,000 tons were deployed in two Toads. April 2014 Martin County and the MCAC Artificial Reef Fund McCulley crews towed the vessel D.M. One, a 225' bulk carrier, from its staging area in Miami to the waters offshore Stuart, FL. With spectacular weather and sea conditions, we sank the ship in 197' of water, across the current, upright and on the numbers. Upon sinking she was redesignated the Hailey Glasrud Reef, and is the largest artificial reef in Martin County. July 2014 Martin County Staging at Phipps Park, our crews deployed over 3,000 tons of concrete culverts, boxes, and piling cutoffs in six separate deployments. July 2014 Palm Beach County Under tight deadlines, MMS crews mobilized and staged to Palm Beach County to deploy 1,000 tons of limestone boulders. Using our ABS barge "D2005" we accomplished this in a single deployment. August 2014 St. Lucie County Staging from home in Ft. Pierce at the County's Harbor Pointe Artificial Reef Staging Area, McCulley crews loaded and deployed 1,500 tons of concrete power poles, culverts, slabs, and boxes in three separate deployments. Page 14 of 17 McCulley Marine Services, Inc. Off Shore Reef Experience August 2014 Volusia County We returned once again this year to Volusia County's reef staging area to deploy fourteen individual reefs. The projects totaled over 5,600 tons and consisted of culverts, boxes, poles, and pile cutoffs. 124. August 2014 Indian River County After a few years with no active reef program, we were very pleased to once again work with Indian River County. This year we staged 1,500 tons of concrete culverts, boxes and light poles at the Port of Ft. Pierce. We made the deployments in loads, making sure to stay well ahead of the construction deadline. September 2014 Palm Beach County Our crews returned for a second deployment for Palm Beach County this year. This was an additional 1,000 tons in one barge load. January — November 2014 Miami Harbor Deepening Mitigation Reef This is our single largest project to date by the measure of tonnage deployed. As mitigation for the Miami Harbor Deepening project, our crews placed 51,601 tons of limestone boulders in 69 individual deployments. The deployments were all precisely placed using a four -point mooring system and DGPS monitoring in forty feet of water, just offshore of Miami. Special care had to be taken during the operation because of the close proximity to existing hardbottom resources. July 2015 Martin County and FOS Oyster Reef In the shallow waters of the St. Lucie River in Stuart, FL, our crews created three acres of oyster reef. This was another precision operation to build the oyster bed within the confines of the permit area. Overall the project involved 2,850 tons of oyster cultch in eight deployments. June — July 2015 St. Lucie County Beach Renourishment Mitigation Reef As mitigation for beach renourishment South of Ft. Pierce Inlet, St. Lucie County contracted us to build 1.89 acres of near shore reef. Over 5,900 tons of limestone boulders were sourced and delivered to the County's Harbor Pointe staging area and loaded onto our barge. The boulders were precisely placed by crane in 10-12 feet of water. The reefs were built to spec in 84 cells, each 20 by 40 foot, using a four - point anchor system and DGPS monitoring to ensure proper placement. The reef was completed in 12 barge loads in 40 working days, all to spec and according to permits and regulations. July 2015 Broward County This July we returned to Broward County for a single deployment of 500 tons of limestone boulders. McCulley Marine procured the boulders and their delivery, loading them in Ft. Pierce and deploying them at the reef site offshore of Deerfield Beach. 2015 Collier County, City of Naples, City of Marco Island An ongoing project that will ultimately total more than 36 individual deployments, we have thus far made thirty deployments totaling 15,000 tons of mixed concrete materials of opportunity and limestone boulders. The project also includes the manufacture and deployment of twelve 6,000 lb Florida Limestone Reef Modules. This effort is a partnership between Collier County, the City of Naples, and the City of Marco Island and is being billed as the Paradise Reef, one of the largest in the Western Hemishere. Page 15 of 17 UEE! Underwater Engineering Services, Inc. RESUME RANDAL K. BAZEMORE OPERATIONS MANAGER / PROJECT MANAGER / DIVER EDUCATION: Florida Institute of Technology 1984 Associate of Science Degree in Underwater Technology MILITARY: US Army 1975 -1977 Nike Missile, Launcher, and Equipment Maintence and Repairman CERTIFICATION: General Contrator License #CGC 1508742 National Highway Institute - FHWA-NHI-130091 Underwater Bridge Inspection Florida Department of Transportation Structure Inspection Part I, II, & III EXPERIENCE: 31 years experience in the Commercial Diving industry. Employed as a Project Manager, Superintenent, Diving Supervisor and Diver on numerous offshore, coastal and inland projects. Extensive experience in concrete and steel restoration projects associated with nuclear, fossil and hydro -electric power plants, water control structures, bridges and piers. Erosion control projects installing articulated concrete block and pump mats. Underwater inspections include bridges, power plant intake and discharge structures, water control structures, locks, dams, and offshore drilling rigs throughout Florida, Ohio, New York, Tennesse, Alabama, Mississippi, and Louisiana. UNDERWATER ENGINEERING SERVICES, INC 2007 - Present, 5/88-6/04 Operations Manager/Project Manager/Diver for numerous inspections and restoration projects on power plant intake and discharge structures, water control structures, bridges, piers and seawalls. Restoration projects include driving pre -stressed, pipe pile and sheet pile, extensive concrete forming and placement. Erosion control projects installing articulated concrete block and pump mats. Installation and repairs to pipelines, submarine cables and cathodic protection systems. Underwater inspections include FDOT bridges (Pile Jacket Re -Encasement / Substructure Rehabilitation), South Florida Water Management District's Water Control Structures, New York State Canal Corporation's locks, spillway's, and dams. SEA HAWK MARINE CONSTRUCTION, INC 9/04 — 8/07 Owner/President — Projects included dock, seawall and boat lift repairs and installations. Diving projects included salvage and removal of derelict barges and vessels, pipeline inspections and repairs, assisted marine biologist with several reef restorations. BUFFALO INDUSTRIAL DIVING COMPANY 7/01 — 7/03 Diver- Installation of pipelines using hydra -pull in Lake Ontario and the Hudson River. Hub line Project, 24" pipeline installed with Gulf Horizon's 340' lay barge offshore Boston, MA. UNDERWATER CONSTRUCTION CORPORATION - 9/98-11/01 Diver for several inspection and restoration projects associated with TVA's nuclear, fossil, and hydro -electric power plants, and Fitzpatrick Nuclear Power Plant. Projects included repairing head gate and trash rack guides, and traveling waterscreens. Randal Bazemore Resume Page 2 RESOLVE TOWING & SALVAGE 1/99 - 7/99 Salvage and repair of 300' of triple deck load/offload barge in San Juan, Puerto Rico. Salvage of 250' dredge ship and 130' freighter. ANCHOR MARINE SERVICES 9/87- 4/91 Diver and supervisor for various marine construction projects including restoration of power plant intake wells, water control structures, bridges and seawalls. Installations, inspections, and repairs to submarine cables, pipelines, and cathodic protection systems. MISENER MARINE CONSTRUCTION, INC. 5/91 - 4/92 Diver at FPL St. Lucie Nuclear Power Plant offshore intake velocity caps. Project included extensive concrete and steel repairs. Demolition and removal of several bridges and piers. SUBSEA INTERNATIONAL 6/86 - 11/93 Diver for pipeline installations, setting of risers and clamps, jet sled operations and installations of cathodic protections systems in support of offshore gas and oil drilling in the Gulf of Mexico. CSA MARINE SERVICES 6/84 - 4/94 Supervisor/Diver for restoration of several intake structures, spillways and bridges, installation and repairs of submarine cables and pipelines. SPECIFIC PROJECTS: PLANT/PROJECT St. Lucie Nuclear Canal Revetment Manatee Protection Systems Subaqueous Main Reef Mitigation Chassahowitzka Headspring Restoration C -41A Canal Bank Stabilization Biota Mitigation Pile Jacker Repair Ocean Outfall Cable Splice and Repair West City & Airport Ditch Repair Y Diffuser Inspection ICW Pipe Repairs Basin Inspection & Repair Rivers of America Inspection Traveling Water Screens Ocean Intake Water Cooling System Cathodic Protection Deck Removal Wellwood Reef Restoration Medard Reservoir Construction of Elevated Boardwalks Waterway Signs Pile Jacket Repair E-5 and Elkcam Canal Hurricane Repairs Navigational Aids LOCATION Jensen Beach, Florida Various Locks, Florida Fort Pierce, Florida Fort Pierce, Florida Homosassa, Florida Okeechobee, Florida Jensen Beach, Florida Tampa, Florida Pompano Beach, Florida Various Locations, Florida Kissimmee, Florida Jensen Beach, Florida Jensen Beach, Florida West Palm Beach, Florida Lake Buena Vista, Florida Jensen Beach, Florida Jensen Beach, Florida Jacksonville, Florida Miami Key Largo, Florida Plant City, Florida Flagler Beach, Florida St. Marks River Port Charlotte, Florida Port St. Lucie, Florida Citrus County, Florida OWNER Florida Power & Light US Army Corps of Engineers Fort Pierce Utilities Authority McCulley Marine Southwest Florida Water Management District South Florida Water Management District Florida Power & Light CEM Enterprises, Inc. Broward County Florida Power & Light City of Kissimmee Florida Power & Light Florida Power & Light City of West Palm Beach Walt Disney World Florida Power & Light Florida Power & Light JEA Construction Engineering Services Engineer Control Systems NOAA Southwest Florida Water Management District Flagler County Florida Department of Environmental Protection Charlotte County City of Port St. Lucie Citrus County el° UESI v Underwater Engineering Services, Inc. Certifications: Employment: RESUME LEE BUSBIN Project Supervisor/Site Superintendent Hazwoper, OSHA 30 Hour and 10 Hour, Fire Watch, Fork Lift Operator, Man Lift Operator, Rigging UNDERWATER ENGINEERING SERVICES, INC. 2009 -present Project Supervisor Overseeing all areas of construction projects, including subcontractor supervision, crew supervision, budgeting, and cost control. SEVEN SEAS MARINE CONSTRUCTION 1994-2006 Crew Foreman Construction of docks, seawalls and dune crossings. Including several public access areas for St. Lucie County. SPEENBURGH CONSTRUCTION Carpenter Construction in all phases of building single family homes. TOM BLACK CONSTRUCTION Carpenter Framing of single family homes. EBASCO SERVICES Carpenter St. Lucie Nuclear Power Plant Construction 1985-1994 1982-1985 1978-1982 Experience & Notable Projects: ICW Discharge Pipes — Big Dig — Florida Power & Light St. Lucie Nuclear Power Plant Force on Force Security Enhancement Project — Florida Power & Light SLC Nuclear Power Plant Stormwater Improvement Structure — Florida Power & Light St. Lucie Nuclear Power Plant Citrus County Navigational Aids — Citrus County, Florida Okeechobee Waterway Markers Repair and Installation — FFWCC Charlotte County Waterway Marker Repair and Installation — Charlotte County, Florida Volusia County Waterway Marker Repairs — Tomoka Basin & Halifax River, Florida Malacompra Elevated Boardwalks — Flagler County — Flagler Beach, Florida Fort Drum Boardwalk Replacement — St. Johns River Water Management District Smyrna Dunes Fishing Pier — Volusia County — New Smyrna Beach, Florida Pepper Park Boardwalks — St. Lucie County — Fort Pierce, Florida UEBI Underwater Engineering Services, Inc. RESUME ANDREW CONNELLY PROJECT DIRECTOR — ESTIMATOR EDUCATION • UNIVERSITY OF FLORIDA — COLLEGE OF DESIGN, CONSTRUCTION, & PLANNING DEPARTMENT OF LANDSCAPE ARCHITECTURE — FIVE YEAR DEGREE GRADUATED SPRING OF 2004 • INDIAN RIVER STATE COLLEGE (IRCC) — GRADUATED 1999 • VERO BEACH HIGH SCHOOL — GRADUATED 1996 CERTIFICATIONS & TRAINING • BA DEGREE IN LANDSCAPE ARCHITECTURE • AA DEGREE IN HORTICULTURE • USACE CONSTRUCTION QUALITY MANAGEMENT FOR CONTRACTORS • OSHA SAFETY TRAINING 30 HOUR & 10 HOUR • FDEP STORMWATER & EROSION CONTROL INSPECTOR CERTIFIED • FDOT MAINTENANCE OF TRAFFIC — INTERMEDIATE 16 HOUR • FLORIDA REAL ESTATE 62 HOUR SALES ASSOCIATE COURSE • NOTABLE COMPUTER SKILLS: AUTOCAD, PHOTOSHOP, GIS/GPS, HCSS, PRIMAVERA, AGTEK, MICROSOFT PROJECTS, EXCEL EMPLOYMENT UNDERWATER ENGINEERING SERVICES, INC. Project Estimator, Project Coordinator PLANT FOODS, INC. Production Manager SITEWERKS & TOTAL GOLF CONSTRUCTION Project Estimator, Project Coordinator KB HOME — TREASURE COAST DIVISION Superintendant of Land Development THOMAS LUCIDO & ASSOCIATES Project Designer — Landscape Architecture & Land Planning 2010 -PRESENT 2010 2006 - 2009 2005 — 2006 2002 —2005 X \RESUMES \Connelly. Andrew 061313 doc Rcviscd070207 UEB! Underwater Engineering Services, Inc. RESUME ANDREW CONNELLY PROJECT DIRECTOR — ESTIMATOR EXPERIENCE NOTABLE PROJECTS: • Howard Franklin Bridge Pile Jackets • Broward County Ocean Outfall • Stormwater Improvement Structure • ICW Discharge Pipes —Big Dig • Force on Force Security Project • Manatee Protection Systems Install • Discharge Structure Repairs • Golden Sands Beach • Round Island Residential Community • Heritage Villas Apartment Comm. • Pine Crest Residential Community • Windy Pines Residential Community • Point West Residential Community • Neil Farms Residential Community • Sebastian River Landings Community • PGA Village Residential Community Tampa, FL Broward County, FL St. Lucie Nuclear Plant, FL St. Lucie Nuclear Plant, FL St. Lucie Nuclear Plant, FL Canaveral Lock, FL Port Everglade Plant, FL Sebastian, FL Vero Beach, FL Vero Beach, FL Port St. Lucie, FL Port St. Lucie, FL Vero Beach, FL Ft. Pierce, FL Sebastian, FL Port St. Lucie, FL FDOT Broward County Florida Power & Light Florida Power & Light Florida Power & Light USACE Florida Power & Light Indian River County Private Owner Private Owner KB HOME KB HOME KB HOME KB HOME KB HOME Kolter Homes X.\RESUMES\Connelly. Andrew 061313.doc Rcviscd070207 SIGNATURE OF BEARER Document Number *USA000299218 UNITED STATES Of AMERICA MERCHANT MARINER CREDENTIAL Issued By: The United States C4>asttGoard NationatOlarltir• ne Center Website: htiplAieww.usaj.mIlrfar Phone: 1-88114-ASK-NNIC ITe Catintiy,tdcifti 4 Reilrence Nage; USA ' 2716030 Rill Name 1. -ANTHO .-pACHMAN • 5913 PALMIeD141vt:: FT. PIERCE. ;FL 34942 Citizenship Heigbk DOB , USA sir 08 -AUG -1961 Sex WeigtiEyeaolor Place of Birth M 241 BUJ SEA ISLE CITY, NJ ssue DateoriDate 04 -MAY -2015 , AY -2020 e . . PGUSABA C HMAN<<5 COT T <ANT HONY<<<<<<<“<<<<< 00029921 85U A61 08089M2005043«(«8 The tawful holder of this credential, SCOTT ANTHONY BACHMAN as endorsed below. is entdied under Tile 46 Miming) U.S. Code to serve in the capacity or capaorries specified (National Onfy), subject to any limitations indicated. CAPACITY LIMITATIONS APPLYING (lr AMY) Master Of Self -Propelled Vessets Not Including Auxiliary Sail Of Less Than 100 Gross Register Tons (GRT) Upon Near Coastal Waters. Master Of Towne Vessels Upon Near Coastal Waters. Radar Observer (Unlimited) Ordinary Seaman Wiper Steward's Department (F.11.) Ref Num 2716030 al Num 0002992/8 JEFFREY P. NOVOTNY. CAPT, USCG Ref Num 2716030 Serial Num 000299218 THIS DOCUMENT IS A SEAFARERS' IDENTITY DOCUMENT FOR THE PURPOSE OF THE SEAFARERS' IDENTITY 'DOCUMENTS. CONVENTION (REVISED). 2003. OF THE INTERNATIONAL LABOR 04RGA NIZATION. • DO SOLEr4NLy SWEAR 3R ? F FIR\• THAT I WILL, FA1THFi"•.L: AN -0 HONESTLY. ACCORDING TO Hv BEST SILL AND JUOG:.;S sT ,AND IA,T?OCT CONCE.ALAtE%T A.ND RESE��ATIO' PERFORb! ALL THE DJT!ES REQJ!RED CF ME BY THE LAWS OF THE UNITED STATES. I ',PILL RA ITHFULLY ANO HO*ESTLI CARRY OJT THE LM ?LL ORDZTIS DF Mt .SUPERIOR OFFICERS ANOARD 4 1 ESSEL S,G.ATURE OF BEARER UNI1 STATES OF AMERICA MERCHANT MARINER CREDENTIAL Issued Sy: The United States Coast Guard National Maritime Center Website: httpJ/www.uscg n tion Phone: 1B884,ASK•NMC Document Number Type Country Code Reference Number USA000397063 PG USA F 2623074 Full Name HOWARD FRANK MASTERS - Present Address 16190 ORANGE AVENUE FT PIERCE, FL 34945 Citizenship Heigh Hair Color USA 511" BRO 240 - -GRIN Issue Date 10 -JAN -2017 DOB 07 -MAY -1957 • Place of Birth FORT PIERCE, FL Expiration Date 17-S.EP-2039 PGUSAIIASTE.RS«HOWARD<FRANK««««««««« 0003970636USA5705078111909177««««««« 6 •14 - Ref Num 262307. - '' ' = Sena1�' .a urn O0O3970.63 s r 3 ` : s ». ...u•- =mss 4a3" !* K .---•!#K674. w'..^C:.�ti��ri.:�iY�.ie�a •.r •,s:,..�i�> .�. � t. r .--w..+er.+e+..��w�� --Tlhe=lav u1Ttaolder•„ofi tta eKiential.._ s --o-t.,----`,'wri5iled rider-Tiie 46 (Shappmg) Li S ;C a "_ . . serve'bnithe capacity or�capac titles speed edt(Nat oiallOnly) Z... . �a' ` �- xsub e t Gray iirn 6nias"era atesl � = ' Fa`..0i PACITY . :� 4J"MITAT ONSFAFF`'i?irfdi f .'�17F`Aat:f Mash= ?==�' /Of:.S21Weell" °Vesselsi.mt:inct'►ia'i`"'.Auzsliar�rf�aif ia.,, -Frt aC„R,a--a• ' 7 4V sp4� E •••x z,«; Of sss tara G°nass ''feHgsr tonst- GRT ) :pm ,--.. --- ,L 4 e2rCosplaters er Towing esseisi ate -•a3r Oberver(Unrm=ted4'r .w --.+ __"CgKTr, + St ward s :( t- :'l.f�'.? ' `a d.'.,",'i�:�. �'' `i.�',i..`a•:. .s''. • - _ .. 1 IS 39.7063 f ;RER l$Gf141♦T17*E JC; .i fU AtRE,/ FIRMA DEL TITULAR Type !Type L3lemeslOritaiis/la&nCr�s i ° ` r} 119ARRD FRANK,;4� -'�� - my ! i iionardt f tiac+sinel LIMITED STATES DF .AMERICA- ti ,/ " bite dtin hfAsle:*pa a1: ifecharajacimiento„' {37 141.1959,' -4 ?` �',. �, ;-- birth/lieu& as eLi44gtr,denacamieito SexlSeu7:5eI9 AfRlaolityl Atittonie t42t ,,n _ •TDepaitrreerat of ". J f DHS. USCG, CO -1270 I RF.V 06.1-1 CE �.b OMB 4PM-A Fp ;..� ITE 1f STATES OF AMERICA I6154: ,7 DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD NATIONAL VESSEL DOCUMENTATION CENTER TIFICATE OF CU ENTATION VESSEL NAME REGINA T OFFICIAL NUMBER 537840 IMO OR OTHER NUMBER 1217 YEAR COMPLETED 1 1972 HAILING PORT PINELAND FL HULL MATERIAL STEEL MECHANICAL PROPULSION YES GROSS TONNAGE 79 GRT NET TONNAGE LENGTH 58 6 BREADTH 23 1 DEPTH 7 9 54 NRT PLACE BUILT LOREAUVILLE LA OWNERS TUG REGINA T INC OPERATIONAL ENDORSEMENTS RECREATION COASTWISE MANAGING OWNER TUG REGINA T INC 2309 N OLD DIXIE HWY FORT PIERCE FL 34946 RESTRICTIONS NONE ENTITLEMENTS NONE REMARKS NONE ISSUE DATE NOVEMBER 27. 2018 THIS CERTIFICATE EXPIRES DECEMBER 31, 2019 / ti`ji•...erlrjr•� 0 Wim' +--,_0 - - 1J 4 DIRECTOR. NATIONAL VESSEL DOCUMENTATION CENTER ,, ,0 C � G 1 t / " DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD NATIONAL VESSEL DOCUMENTATION CENTER CERTIFICATE OF DOCUMENTATION VESSEL NAME MOBRO 126 OFFICIAL NUMBER . 913007 IMO OR OTHER NUMBER C-488 YEAR COMPLETED 1987 HAILING PORT FT PIERCE FL HULL MATERIAL STEEL MECHANICAL PROPULSION ' NO GROSS TONNAGE NET TONNAGE LENGTH BREADTH DEPTH 269 GT ITC 80 NT ITC 115.2 45.0 7.0 PLACE BUILT • / - MORGAN CITY LA OWNERS MCMAR BARGE 'LINES INC OPERATIONAL ENDORSEMENTS REGISTRY COASTWISE MANAGING OWNER MCMAR BARGE LINES INC 2309 NORTH OLD DIXIE HWY FORT PIERCE FL 34946 ! RESTRICTIONS NONE • .I ENTITLEMENTS ' NONE REMARKS NONE ISSUE DATE JUNE 15, 2018 THIS CERTIFICATE EXPIRES JULY 31, 2019 ♦% Citto` J7g0 „.. ' . DIRECTOR, NATIONAL VESSEL DOCUMENTATION CENTER Certificate No.: 8735948-3462465-001 Deadweight: 0 INTERNATIONAL LOAD LINE CERTIFICATE Issued under the provisions of the International Convention on Load Lines, 1966, as modified by the Protocol of 1988 relating thereto under the authority of the Government of United States of America Commandant, U.S. Coast Guard by American Bureau of Shipping Particulars of Ship Name of Ship Distinctive Number or Letters MOBRO 126 913007 Port of Registry Length(L) as defined in Article 2(8) IMO Number' Falling Waters, WV 115 Feet 2-3/8 Inches N/A Freeboard Assigned as: New Freeboard from Tropical Summer Winter Winter North Atlantic Timber Tropical Timber Summer Timber Winter Timber Winter North Atlantic Deck Line: 1 Feet 11-1/8 Inches 2 Feet 3/8 Inches 2 Feet 1-5/8 Inches 2 Feet 3-5/8 Inches N/A N/A N/A N/A Type of Ship: Type B - Reduced (T) (S) (WNA) (LT) (LS) (LW) (LWNA) Allowance for fresh water for all freeboards other than timber: 1-1/4 Inches For timber freeboards: N/A Load Line 1-1/4 Inches Upper edge of line through 1-1/4 Inches 3-1/4 Inches N/A N/A N/A N/A above (S) center of ring below (S) below (S) above (LS) above (S) below (LS) below (LS) The upper edge of the deck line from which these freeboards are measured is: Opposite The Top of Upper Steel deck at side. THIS CERTIFICAE IS VALID ONLY SO LONG AS THE OPERATING RESTRICTIONS IN THE VESSEL'S STABILITY LETTER, ISSUED BY ABS AMERICAS AND DATED 24 APRIL 1997 ARE OBSERVED. THIS CERTIFICATE IS VALID FOR UNMANNED OPERATION ONLY. 1 In accordance with the IMO Ship Identification Number Scheme, adopted by resolution A.600(15) J8 HSSC LL 02K Rev 102.00 Page 1 of 4 Certificate No.: 8735948-3462465-001 Deadweight: 0 THIS IS TO CERTIFY: 1. That the ship has been surveyed in accordance with the requirements of article 14 of the Convention. 2. That the survey showed that the freeboards have been assigned and load lines shown above have been marked in accordance with the Convention. This certificate is valid until 29 April 2023 2 Subject to the annual surveys in accordance with article 14(1)(c) of the Convention. Completion date of the survey on which this certificate is based: 27 July 2018 Issued at Fort Pierce, Florida on 27 July 2018 (Place of issue of certificate) (Date of issue) Electronically Signed By Tinsley, John, Jacksonville Station (Surveyor, American Bureau of Shipping) NOTES: 1. When a ship departs from a port situated on a river or inland waters, deeper loading shall be permitted corresponding to the weight of fuel and all other materials required for consumption between the point of departure and the sea. 2. When a ship is in fresh water of unit density the appropriate load line may be submerged by the amount of fresh water allowance shown above. Where the density is other than unity, an allowance shall be made proportional to the difference between 1.025 and the actual density. 3. It is the owner's responsibility to furnish the master with approved information and instructions for loading and ballasting this vessel to provide guidance as to stability of the vessel under varying conditions of service and to avoid unacceptable stresses in the vessel's structure, as defined in 46 CFR 42.09-1. 4. The Winter North Atlantic Load Line applies only to vessels of 328 ft. in length or less, which enter any part of the North Atlantic Ocean during the winter months as defined by the Load Line Regulations in 46 CFR 42.30-5 and 42.30-35. The periods during which the other seasonal load lines apply in different parts of the world are stated in the Load Line Regulations 46 CFR 42.30-5 to 42.30-30, inclusive. 5. This Load Line Certificate will be cancelled by the Commandant, U. S. Coast Guard, if... a) The annual surveys have not been carried out within three months either way of each anniversary date of the certificate. b) The certificate is not endorsed to show that the ship has been surveyed as indicated in (a). c) Material alterations have been made to the hull or superstructures such as would necessitate the assignment of an increased freeboard. d) The fittings and appliance for the protection of the openings, guardrails, freeing ports, or the means of access to the crew's quarters have not been in as effective a condition as they were when the Certificate was issued. e) The structural strength of the ship is lowered to such an extent that the ship is unsafe. 6. When this Certificate has expired or been cancelled, it must be delivered to the Assigning Authority. 2 Insert the date of expiry as specified by the Administration in accordance with article 19(1) of the Convention. The day and the month of this date correspond to the anniversary date as defined in article 2(9) of the Convention, unless amended in accordance with article 19(8) of the Convention. 38 HSSC LL 02K Rev 102.00 Page 2 of 4 Certificate No.: 8735948-3462465-001 Deadweight: 0 ENDORSEMENT FOR ANNUAL SURVEYS THIS IS TO CERTIFY that, at an annual survey required by article 14(1)(c) of the Convention, the ship was found to comply with the relevant requirements of the Convention. Annual Survey: Annual Survey: Annual Survey: Annual Survey: Signed: Place: Date: Signed: Place: Date: Signed: Place: Date: Signed: Place: Date: (Surveyor, American Bureau of Shipping) (Surveyor, American Bureau of Shipping) (Surveyor, American Bureau of Shipping) (Surveyor, American Bureau of Shipping) ANNUAL SURVEY IN ACCORDANCE WITH ARTICLE 19(8)(c) THIS IS TO CERTIFY that, at a survey in accordance with article 19(8)(c) of the Convention, the ship was found to comply with the relevant requirements of the Convention. Signed: Place: Date: (Surveyor, American Bureau of Shipping) ENDORSEMENT TO EXTEND THE CERTIFICATE IF VALID FOR LESS THAN 5 YEARS WHERE ARTICLE 19(3) APPLIES The ship complies with the relevant requirements of the Convention, and this certificate shall, in accordance with article 19(3) of the Convention, be accepted as valid until 38 HSSC LL Signed: Place: Date: (Surveyor, American Bureau of Shipping) 02K Rev 102.00 Page 3 of 4 Certificate No.:8735948-3462465-001 Deadweight: 0 ENDORSEMENT WHERE THE RENEWAL SURVEY HAS BEEN COMPLETED AND ARTICLE 19(4) APPLIES The ship complies with the relevant requirements of the Convention, and this certificate shall, in accordance with article 19(4) of the Convention, be accepted as valid until Signed: Place: Date: (Surveyor, American Bureau of Shipping) ENDORSEMENT TO EXTEND THE VALIDITY OF THE CERTIFICATE UNTIL REACHING THE PORT OF SURVEY OR FOR A PERIOD OF GRACE WHERE ARTICLE 19(5) OR 19(6) APPLIES This certificate shall, in accordance with article 19(5)/19(6)3 of the Convention, be accepted as valid until Signed: Place: Date: (Surveyor, American Bureau of Shipping) ENDORSEMENT FOR ADVANCEMENT OF ANNIVERSARY DATE WHERE ARTICLE 19(8) APPLIES In accordance with article 19(8) of the Convention, the new anniversary date is Signed: Place: Date: (Surveyor, American Bureau of Shipping) In accordance with article 19(8) of the Convention, the new anniversary date is CABS 3 Delete as appropriate 38 HSSC LL Signed: Place: Date: (Surveyor, American Bureau of Shipping) 02K Rev 102.00 Page 4 of 4 UEE! Underwater £ngincc4ng Services, Inc. Current Workload Client Project Amount of Contract Anticipated Completion LM Heavy Civil Construction Dive Support at 5-140 $ 580,378.00 06/30/19 Harry Pepper & Associates Interlock Inspections $ 18,500.00 12/31/20 US Army Corps of Engineers Manatee Protection Systems $ 247,244.00 05/31/19 Fort Pierce Utilities Authority Underwater Line Inspections $ 8,650.00 05/17/19 Mid -State Industrial Maintenance Unit 1 Intake Well $ 48,950.00 02/15/19 City of West Palm Beach East Central Regional Wastewater Treatment Facility Repair and Maintenance $ 50,000.00 12/31/19 Florida Power & Light - Martin Unit 3 and 4 Trash Rake Systems $ 12,600.00 02/08/19 Florida Power & Light - St. Lucie SL1-29 O&M Intake Well Inspection $ 98,840.00 10/04/19 Florida Power & Light - St. Lucie 5" Turtle Net Retensioning $ 167,313.00 06/30/19 Florida Power & Light - St. Lucie SL1-29 Dewater 1B1 Intake Well $ 111,142.00 10/11/19 Florida Power & Light - St. Lucie Ultimate Heat Sink Stop logs $ 21,456.00 10/01/19 Florida Power & Light - Canaveral Horseshoe crab Fence Inspections $ 12,000.00 02/06/20 Florida Power & Light - Everglades PEEC Intake Culvert Joint Repair $ 129,340.00 12/31/19 Florida Power & Light - Fort Myers Unit 2 A&B Stop Logs & Dewatering $ 24,000.00 06/30/19 South Florida Water Mgmt. District Underwater Support at S-65 $ 6,110.00 04/02/19 Florida Power & Light - West County Unit 2 Screen Cleaning $ 2,750.00 04/07/19 Florida Institute of Technology Dive Services $ 9,606.00 04/30/19 Florida Power & Light - PAFB Canal Pipe Inspection $ 3,540.00 04/15/19 Custom Built Marine Burning Sheet Pile $ 6,000.00 04/15/19 Florida Power & Light - St. Lucie Refurbish Walton Rocks Bathroom $ 19,224.00 06/01/19 Central Maintenance & Welding Stop Log Install, Removal & Dewater $ 7,975.00 05/31/19 Southern Grove Community Devel. Pipe Inspection $ 3,500.00 03/28/19 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Underwater Engineering Services, Inc. 3306 Enterprise Road Fort Pierce, FL 34982 as Principal, hereinafter called the Principal, and Lexon Insurance Company 240 Cedar Knolls Road, Suite 404 Cedar Knolls, NJ 07927 A corporation duly organized under the laws of the State of Texas as Surety, hereinafter called the Surety, are held and firmly bound unto Indian River County Florida 1800 27th St, BId B Vero Beach, FL 32960 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Total Amount Bid (5%) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Wabasso Causeway Fishing Pier Demolition Project Project No. IRC -1712; Bid No. 2019035 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms, of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 28th beth Schneider, Witness Surety Day of March, 2019 Underwater En • ineerin • Services, Inc. (Pr - .� 441M10(Title Tr Opel Lexon Insurance Company (Seal) (Seal) (Title Le lie A. Worley, Attorney In Fact Florida Non -Resident License No. W245125 Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in MA document A310, February 1970 ED.. POWER OF ATTORNEY LX - 9885 Lexon Insurance Company KNOW ALL MEN BY THESE PRESENTS, that LEXON INSURANCE COMPANY, a Texas Corporation, with its statutory home office in Austin, Texas, does hereby constitute and appoint: Leslie A. Worley its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of LEXON INSURANCE COMPANY on the 1st day of July, 2003 as follows: Resolved, that the President of the Company is hereby authorized to appoint and empower any representative of the Company or other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed $10,000,000.00, Ten Million Dollars, which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In - Fact, so appointed, may be removed for good cause and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Assistant Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF, LEXON INSURANCE COMPANY has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 22nd day of June, 2018. ACKNOWLEDGEMENT BY LEXON INSURANCE COMPANY Brian Beggs President On this 22nd day of June, 2018, before me, personally came Brian Beggs to me known, who be duly sworn, did depose and say that he is the President of LEXON INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. ,,,,1I 11,,,,, • AMY TAYLOR Notary Public- State of Tennessee Davidson County My Commission Expires 07-08-19 CERTIFICATE BY Amy Nota ylor Public I, the undersigned, Assistant Secretary of LEXON INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the forgoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. 4 Signed ,3nd Seal at Mount Juliet, Tennessee this 2 p411 Day of` , , 20 1 ! G . BY Andrew Smith Assistant Secretary "WARNING: Any person who knowingly and with intent to defraud any insurance company or other person, files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties." LEXON INSURANCE COMPANY FINANCIAL STATEMENT SUMMARY As of December 31, 2017 ASSETS Bonds $118,073,408 Money Market &/or Stocks 6,882,799 Real Estate 8,459,456 Cash and Short -Term Investments 85,291,692 Receivables for Securities 1,000,000 Agents' Balances &/or Uncollected 8,404,649 Premiums Investment Income Due & Accrued 763,195 Aggregate Write-ins for Invested Assets 0 Amounts Recoverable from Reinsurers -646,845 Funds Held or Deposited with Reinsured Companies 0 Receivable from Parent, Subsidiaries and Affiliates 1,489,458 Aggregate write-ins for other than 10,483,210 Invested Assets Other Assets Total Assets 4,256,958 $244,457,980 LIABILITIES Reserve for Losses and Loss Expense Reinsurance payable on paid losses Reserve for Unearned Premiums Reserve for Other Expenses Reserve for Taxes, Licenses, and Fees Reserve for Current Federal Income Taxes Ceded Reinsurance Premiums Payable Funds Held Under Reinsurance Treaty Reserve for Unauthorized Reinsurance Payable to Parent, Subsidiaries and Affiliates Collateral Heid Other Liabilities Total Liabilities • POLICYHOLDERS' SURPLUS $31,687,770 59,960 35,690,610 2,461,085 499,416 0 1,916,303 0 593,000 2,829,000 96,546,114 4,127,440 $176,410,6 Capital Stock & Paid in Surplus Surplus Total Policyholder Surplus Total Liabilities & Policyholder Surplus $41,522,749 26,524,533 $68,047,282 $244,457,980 CERTIFICATE I certify that the above financial statements to the best of my knowledge are a true and accurate reflection of the financial condition of the Company as of December 31, 2017. Additionally, I certify that the above financial statements are in agree - t • h the Statutory Financial Statements filed with ': •artment of Insur ' .s of the same date. regory quer VP, CFO, ecretary, and Treasurer SUBSCRIBED and sworn to me this pi day of My commission expires: 7),(dont;" 2018. aiD at A 64-0WptaryP blic dUrvl� Printed Name fiettit0 CORPORATE ACKNOWLEDGEMENT On this day of 20 1°1 before me_,, Notaryublic within and for said County and State, personally appeare tome ersona y known, who being duly sworn, a on V? i5-14.. of and for the eitiAtWW- e is the , a corporation anized and existing under and by the virtuef the law of the State of that the Corporate seal affixed to the foregoing instrt is the seal at the seal was affixed; and the sai said Corporati acknowledge that Corporation. e executed the said instrument as the free act d deed of said g '6 TINA M. PETERSON .';a- Notary Public - State of Florida Commission 9 GG 235926 NpF n: My Comm. Expires Nov 2, 2022 ,. Bonded through National Notary Assn. Acknowledgement of Surety State of Tennessee County of Wilson On this 28th day of March, 2019 located in and for said County and State, before me personally came Elizabeth Schneider, to me known, who, being by me duly sworn, did depose and say that she resides in XXXXXXXXXX, TN; that he is the Attorney -in -Fact for Lexon Insurance Company, the corporation described in and which she executed the above instrument; and that she signed their name thereto by authority of the Board of Directors of said corporation for Underwater Engineering Services, Inc., as Principal and Borough of Roselle Park as Obligee in the amount of $1,457,500.00. In Witness hereof, I here unto set my hand and official seal. Michele M Keeler County of Residence: Wilson My Commission Expires: September 28, 2022 SEAL: • OF��n �.��4�srii . . ...?-.5 , !_k•-••••-••-‘,1; • • • RICK SCOTT, GOVERNOR *JONATHAN ZACHEM, SECRETARY • . . . . • . . . • III STATE OF FLORIDA DEPARTMENT -OF BUSINESSaAN�D:PROFESSIONAL REGULATION' •. FI rida • • .1% • • CONSTRUCT. t I LIN tf l:41C ` TIG BOARD • • • - .,• " � �' � • , , THE•GENERA CON,;'A►ETOftt ER.EtN IS"CEE EH �, UNDER THE • ' ,• • , , r • ;.-. \ —,: : PROVIS1 O HA-PIE-ORIDA*.TATUTES•• • . • –"-= , .• •, . . . " •_.... . .•. . r_., R . : f . N• , . `` !i�►N;.S ...... .._. EVENB E€' $�1 • . •. . .' �RIi�tERWA "ER NGINEER GTSER CI NG , • • . (4.3061kENgERPR1SErROi46"-- : . ,, •, ORT ' IERCE - •, w FL 34.9.82 ; •; • • LI ENSE� M : ER:4`�G'C150- 554 . EXPIRATIONeDAT E.UGUST 31, 2020 , Always verify licenses online at MyFloridaLicense.com . , ' ' , , ' , I. ' i:4.$, Ill . . . . . . . • • . ■ ,1-34.71.,,:;.Do not alter,this document in any form.• , ';o . : This is your license. It is unlawful for anyone other than the licensee to use this document. ' 7 .., t CHRIS CRAFT SmogdoNdghbwt TAX COLLECTOR ST. LUCIE COUNTY Facilities or machines # 2018 - 2019 St. Lucie County Local Business Tax Receipt Rooms # Seats # Type of business 7399 PROFESSIONAL MISC (CONSULTING ENGINEER) DBA name Mailing address: Underwater Engineering Services Inc 3306 Enterprise Rd #100 Fort Pierce, FL 34982 RENEWAL Original tax: Penalty: Collection cost: Total: $27.55 $27.55 City of Fort Pierce Employees #10 Receipt #1009626 Expires SEPTEMBER 30, 2019 Business Underwater Engineering Services Inc Business location: 3306 Enterprise Rd #100 Fort Pierce, FL 34982 Paid 09/11/2018 27.55 0217-20180911-004370 Law requires this Local Business Tax Receipt to be displayed conspicuously at the place of business in such a manner that it can be open to the view of the public and subject to inspection by all duly authorized officers of the county. Upon failure to do so, the local business taxpayer shall be subject to the payment of another Local Business Tax for the same business, profession or occupation. Pursuant to Florida law, all Local Business Tax Receipts shall be sold by the Tax Collector beginning July 1 of each year and shall expire on September 30 of the succeeding year. Those Local Business Tax Receipts renewed beginning October 1 shall be delinquent and subject to a delinquency penalty of 10 percent for the month of October. An additional 5 percent penalty for each month of delinquency is added until paid, provided that the total delinquency penalty shall not exceed 25 percent of the Local Business Tax for the delinquent establishment. In addition to the penalty, the Tax Collector Is entitled to a collection fee of $1 to $5. This fee is based on the amount of Local Business Tax, which will be collected from delinquent taxpayers after September 30 of the business year. This receipt Is a Local Business Tax only. It does not permit the local business taxpayer to violate any existing regulatory or zoning laws of the state, county or city. It also does not exempt the local business taxpayer from any other taxes, licenses or permits that may be required by law. Pursuant to Florida law, Local Business Taxes are subject to change. Underwater Engineering Services Inc 3306 Enterprise Rd #100 Fort Pierce, FL 34982 Proof of Registration with Indian River County Certificate No 20957 Qualifier Name GREENMAN , STEVE, BEE0-15 DBA UNDERWATER ENGINEERING SERVICES INI Status ACTIVE Deta1 1DBA Info LIAR Ins WC Ins Bond Ins Associated Tables Update Info Audit Info Class Code Original Issue Date i Renewal Date Expiration Date Cancel Date Reinstate Date Debit Account Riwar mag Comm. 1000 rbc GENERAL CONTRACTOR CER i ti-1tU 7/2812015 8/31/2020 J Pot County Comp Card OL Exempt ❑ 01'Nurn'ber ST LUCIE Expiration Date OL :Expiration Date 913012019 I�® State Number CGC 1507554 Expiration Date 8/31/2020 E —Other OL iNuniber Expiration Date rub IBrowse . [101,30/201909:18AM State of Florida Department of State I certify from the records of this office that UNDERWATER ENGINEERING SERVICES, INC. is a corporation organized under the laws of the State of Florida, filed on April 13, 1984. The document number of this corporation is G96204. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 16, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of January, 2019 Secretary Of State Tracking Number: 3500468976CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https: //services.su n biz.o rg/Filings/CertificateOfStatus/CertificateAuthentication Detail by Entity Name Page 1 of 3 Florida Department of State Department of State / Division of Corporations / Search Records / Detail By Document Number / DIVISION OF CORPORATIONS Detail by Entity Name Florida Profit Corporation UNDERWATER ENGINEERING SERVICES, INC. Filing Information Document Number G96204 FEI/EIN Number 59-2405375 Date Filed 04/13/1984 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/17/2009 Event Effective Date NONE Principal Address 3306 ENTERPRISE ROAD FORT PIERCE, FL 34982 Changed: 01/04/2011 Mailing Address 3306 ENTERPRISE ROAD #203 FORT PIERCE, FL 34982 Changed: 04/03/2017 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed: 10/29/2003 Address Changed: 10/29/2003 Officer/Director Detail Name & Address Title P VALLANCE, CHARLES C/O 3306 ENTERPRISE ROAD FORT PIERCE, FL 34982 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/26/2019 Detail by Entity Name Page 2 of 3 Title VP O'CONNOR„JEFFREY 3306 ENTERPRISE ROAD, STE. 103 FORT PIERCE, FL 34982 Title Secretary Walcheski, Robert 3306 Enterprise Boulevard Fort Pierce, FL 34982 Annual Reports Report Year Filed Date 2017 04/03/2017 2018 01/16/2018 2019 02/17/2019 Document Images 02/17/2019 -- ANNUAL REPORT 01/16/2018 — ANNUAL REPORT 04/03/2017 —ANNUAL REPORT 01/07/2016 — ANNUAL REPORT 01/28/2015 — ANNUAL REPORT 09/15/2014 — AMENDED ANNUAL REPORT 01/08/2014 —ANNUAL REPORT 06/03/2013 — AMENDED ANNUAL REPORT 01/21/2013 — ANNUAL REPORT 01/16/2012 — ANNUAL REPORT 01/04/2011 — ANNUAL REPORT 03/19/2010 — ANNUAL REPORT 01/07/2010 — ANNUAL REPORT 09/17/2009 — Amendment 01/15/2009 — ANNUAL REPORT 04/25/2008 — ANNUAL REPORT 09/26/2007 -- ANNUAL REPORT 09/24/2007 -- ANNUAL REPORT 06/20/2007 — ANNUAL REPORT 03/20/2007 — Name Change 01/23/2006 — ANNUAL REPORT 01/17/2005 --ANNUAL REPORT 01/07/2004 —ANNUAL REPORT 10/29/2003 — Req. Agent Change 01/27/2003 — ANNUAL REPORT 02/13/2002 — ANNUAL REPORT 08/14/2001 — ANNUAL REPORT 06/13/2000 — ANNUAL REPORT 05/06/1999 — ANNUAL REPORT View ,image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in .PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image' in PDF format View image in ;PDF format View image in PDF format View image in PDF format http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/26/2019 Detail by Entity Name Page 3 of 3 03/12/1998 — ANNUAL REPORT 02/11/1997 —ANNUAL REPORT 02/02/1996 -- ANNUAL REPORT 02/28/1995 — ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations http://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 3/26/2019 ACORO® �� CERTIFICATE OF LIABILITY INSURANCE - DATE (MM/DD/YYYY) 2/28/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PG Genatt Group LLC 3333 NEW HYDE PARK RD SUITE 409 NEW HYDE PARK NY 11042 CONTACT Karl Hucke PHONE (A/C. No. Ext): 516-869-8788 FAX No): 1-516-706-2973 ADDRESS: khucke@genattgrp.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Great American Insurance Company COMMERCIAL GENERAL LIABILITY INSURED Underwater Engineering Services, Inc. 3306 Enterprise Road Suite 203 Fort Pierce FL 34982 INSURER B : Commerce & Industry Insurance Company 19410 INSURER c : Endurance American Insurance Company 2/28/2020 INSURER D : New York Marine & General Insurance Company $ 1,000,000 INSURER E: United States Liability Insurance Company 25895 INSURER F : X COVERAGES CERTIFICATE NUMBER: 1721588037 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY OMH8915785 2/28/2019 2/28/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 X Contractual Liab MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1000,000 GE X 'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ E AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS $1,000 COMP X X SCHEDULED AUTOS NONOS -OWNED AUT $1,000 COLL 1337452209 2/28/2019 2/28/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE ML201900001988 OMX10004639805 2/28/2019 2/28/2019 2/28/2020 2/28/2020 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 DED X RETENT ON $ 15 000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WC33464099 2/28/2019 2/28/2020 X PER STATUTE OTH- ER E L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Maritime WC33464099 2/28/2019 2/28/2020 Limit $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) (F) HULL POLLUTION - GREAT AMERICAN INS. CO. POLICY#OMH3491629 02/28/19-2/28/20 $5,000,000 LIM T (G) P&I/HULL LIABILITY - GREAT AMERICAN INS. CO. POLICY#OMH8915912 02/28/19-2/28/20 $1,000,000 LIMIT US LONGSHORE & HARBOR WORKERS ACT COVERAGE IS PROVIDED UNDER FORM NUMBER WC000106A (H) INLAND MARINE - AGCS MARINE INSURANCE COMPANY POLICY#MXI93048261 02/28/19-2/28/20 $500,000 FOR LEASED/RENTED EQUIPMENT $1,000 DEDUCTIBLE (I) PROFESSIONAL LIABILITY, POLICY# PUNDE000419, CARRIER: LLYODS OF LONDON, TERM: 02/28/19-2/28/20 $1,000,000 EACH CLAIM, $1,000,000 AGGREGATE EVIDENCE OF INSURANCE CERTIFICATE HOLDER CANCELLATION 30 day notice applies EVIDENCE OF INSURANCE * * * *1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Issued to: Evidence of Insurance This is to Certify, that insurance has been issued as follows: Assured: Coverage: Limits: Security: Policy Numbers: Term: Pine Island Towing Company, Inc. andMcCulley Marine Service, Inc. 1) Hull & Machinery including Collision & Tower's Liability and P&I including Crew 2) Comprehensive Marine General Liability including Stevedore's and Salvor's Legal Liability 3) Property / Contractor's / Rental Package Policy 4) Pollution Liability 5) Excess Liability 6) Worker's Compensation including Employer's Liability & USL&H 1) To Scheduled Hull Values as per the attached plus $1,000,000 C.S.L P&I Limit of $1,000,000 2) $1,000,000 any one accident 3) $500,000 scheduled property any one occurrence or Rented / Leased as may be declared 4) $5,000,000 any one accident 5) To $4,000,000 any one accident excess of Underlying Liability Policies including P&I, Pollution, MGL, Employers Liability, & Auto 6) Statutory / $1,000,000 1) Allianz / XL Catlin USA 2) Allianz 3) Allianz 4) Lloyds through (EPG) 5) New York Marine & General (ProSight) & Starstone 6) StarNet Insurance Company 1) OHL92010701 / HLOQ50651114 2) OML92010285 3) MXI93058185 4) EPG -06266-09 5) ML2018000015 6) KEY0135511 1) 11/18/2018 —11/18/2019 2) 5/20/2018 — 5/20/2019 3) 4/24/2018 — 4/24/2019 4) 3/14/2018 — 3/14/2019 5) 7/2/2018 — 7/2/2019 6) 10/6/2018 —10/6/2019 This Certificate of Insurance is listed as a matter of information only and confers no rights upon the Certificate Holder. This Certificate neither affirmatively nor negatively amends, extends or alters the coverage afforded by those policy(ies) indicated above. This Certificate of Insurance does not constitute a contract between the insurers, representatives, the producer and / or the Certificate Holder. Granting of an additional named insured status hereon does not provide first party coverage to the additional named insured. If the Certificate Holder is an Additional Assured and / or if subrogation is waived, the policy or policies must be endorsed and a statement on this Certificate does not confer rights to the Certificate Holder in lieu of such endorsement. This Certificate shall replace and supersede any previous certificate issued. Should any of the above described policies be canceled before the expiration date thereof, the issuing company will endeavor to mail 30 days prior written notice to the above name certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon that company or this agency. Dated, this 6th day of December 2018 INTEGRO INSURANCE BROKERS Zrvirt-to,—) Jenna L. Brown UNDERWATER ENGINEERING SERVICES, INC. FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 UNDERWATER ENGINEERING SERVICES, INC. CONTENTS Pace Independent Auditors' Report 1-2 Financial Statements Balance Sheets at December 31, 2017 and 2016 3 Statements of Income for the Years Ended December 31, 2017 and 2016 4 Statements of Changes in Stockholder's Equity for the Years Ended December 31, 2017 and 2016 5 Statements of Cash Flows for the Years Ended December 31, 2017 and 2016 6 Notes to Financial Statements 7-14 GRASSI & CO. Accountants and Success Consultants® INDEPENDENT AUDITORS' REPORT To The Stockholder Underwater Engineering Services, Inc. Fort Pierce, Florida Accounting, Auditing, Tax, Litigation Support, Valuation, Management & Technology Consulting We have audited the accompanying financial statements of Underwater Engineering Services, Inc., which comprise the balance sheets at December 31, 2017 and 2016, and the related statements of income, changes in stockholder's equity, and cash flows for the years then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. 1 «ww.grassicpas.com An Independent Finn Associated with Moore Stephens International Limited 50 Jericho Quadrangle, Suite 200 Offices: Park Ridge, NJ Jericho, NY 11753 New York, NY White Plains, NY (516) 256-3500 0 Fax (516) 256-3510 Jericho, NY Ronkonkoma, NY Opinion In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Underwater Engineering Services, Inc., at December 31, 2017 and 2016, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. ei,cf &,,CPAs) P.C. GRASSI & CO., CPAs, P.C. Jericho, New York March 29, 2018 2 UNDERWATER ENGINEERING SERVICES, INC. BALANCE SHEETS DECEMBER 31, 2017 AND 2016 CURRENT ASSETS: Cash and cash equivalents Accounts receivable, net Accounts receivable - related party Advances to related parties Prepaid expenses and other current assets Total Current Assets PROPERTY AND EQUIPMENT, NET OTHER ASSETS: Advances to related parties Other assets Total Assets ASSETS 2017 $ 105,572 1,538,485 35,591 3,500,000 111,108 5,290,756 250,701 20,731,491 31,807 20,763,298 2016 $ 19,367 1,383,168 12,551 3,500,000 100,837 5,015,923 334,301 19,971,391 31,807 20,003,198 $ 26,304,755 $ 25,353,422 LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable Deferred revenue Accrued expenses and other current liabilities Total Current Liabilities COMMITMENTS AND CONTINGENCIES STOCKHOLDER'S EQUITY: Common stock, $.10 par value; authorized 50,000 shares; 25,005 shares issued and outstanding Additional paid -in capital Retained earnings Total Stockholder's Equity Total Liabilities and Stockholder's Equity $ 203,748 94,368 1,959,389 2,257,505 2,500 1,411,196 22,633,554 24,047,250 $ 282,389 71,515 2,327,311 2,681,215 2,500 1,411,196 21,258,511 22,672,207 $ 26,304,755 $ 25,353,422 The accompanying notes are an integral part of these financial statements. 3 REVENUES UNDERWATER ENGINEERING SERVICES, INC. STATEMENTS OF INCOME FOR THE YEARS ENDED DECEMBER 31, 2017 AND 2016 2017 2016 $ 11,202,583 $ 8,929,744 LESS DIRECT COSTS: Consultants 1,394,102 701,150 Other expenses 2,077,796 1,376,363 Total Direct Costs 3,471,898 2,077,513 NET REVENUES 7,730,685 6,852,231 DIRECT LABOR 2,633,251 2,337,494 GROSS PROFIT 5,097,434 4,514,737 OVERHEAD 3,731,969 3,726,848 INCOME FROM OPERATIONS 1,365,465 787,889 OTHER INCOME (EXPENSE): Other income 14,910 34,829 Interest income 1,262 3,236 Loss on disposal of property and equipment (6,594) (3,030) Total Other Income 9,578 35,035 NET INCOME $ 1,375,043 $ 822,924 The accompanying notes are an integral part of these financial statements. 4 UNDERWATER ENGINEERING SERVICES, INC. STATEMENTS OF CHANGES IN STOCKHOLDER'S EQUITY FOR THE YEARS ENDED DECEMBER 31, 2017 AND 2016 Total Common Stock Additional Retained Stockholder's Shares Amount Paid -In Capital Earnings Equity BALANCE, JANUARY 1, 2016 25,005 $ 2,500 $ 1,411,196 $ 20,435,587 $ 21,849,283 NET INCOME BALANCE, DECEMBER 31, 2016 25,005 $ 2,500 $ 1,411,196 $ 21,258,511 $ 22,672,207 NET INCOME 1,375,043 1,375,043 BALANCE, DECEMBER 31, 2017 25,005 $ 2,500 $ 1,411,196 $ 22,633,554 $ 24,047,250 822,924 822,924 The accompanying notes are an integral part of these financial statements. 5 UNDERWATER ENGINEERING SERVICES, INC. STATEMENTS OF CASH FLOWS FOR THE YEARS ENDED DECEMBER 31, 2017 AND 2016 2017 2016 CASH FLOWS FROM OPERATING ACTIVITIES: Net income $ 1,375,043 $ 822,924 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation 80,976 96,816 Provision for (recovery of) bad debts 4,700 (28,220) Loss on disposal of property and equipment 6,594 3,030 Changes in Assets (Increase) Decrease: Accounts receivable (160,017) 706,680 Accounts receivable - related party (23,040) 49,067 Prepaid expenses and other current assets (10,271) (5,611) Changes in Liabilities Increase (Decrease): Accounts payable (78,641) (233,289) Deferred revenue 22,853 (110,205) Accrued expenses and other current liabilities (367,922) (18,297) NET CASH PROVIDED BY OPERATING ACTIVITIES 850,275 1,282,895 CASH FLOWS FROM INVESTING ACTIVITIES: Advances to related parties, net (760,100) (1,275,971) Purchases of property and equipment (3,970) (34,249) NET CASH USED IN INVESTING ACTIVITIES (764,070) (1,310,220) NET INCREASE (DECREASE) IN CASH 86,205 (27,325) CASH, BEGINNING OF YEAR 19,367 46,692 CASH, END OF YEAR $ 105,572 $ 19,367 The accompanying notes are an integral part of these financial statements. 6 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 1 - Nature of Operations Underwater Engineering Services, Inc. (the "Company") provides heavy and marine construction and other commercial diving services to clients including municipalities, utilities, industrial and commercial industries. The Company's staff consists of personnel who specialize in construction above, near and below water and corrosion specialists and inspectors who have specialized in the field of corrosion control. Engagements requiring underwater services are accomplished with cross -trained divers and supervisory personnel. The Company is wholly owned by the Greenman - Pedersen, Inc. Employee Stock Ownership Trust ("ESOT"). Note 2 - Summary of Significant Accounting Policies Use of Estimates The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America ("U.S. GAAP") requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Fair Value of Financial Instruments Fair value is defined as the price that would be received to sell an asset or paid to transfer a liability in an orderly transaction between market participants at the measurement date. To increase the comparability of fair value measurements, a three-tier fair value hierarchy, which prioritizes the inputs used in the valuation methodologies, is as follows: Level 1 - Valuations based on quoted prices for identical assets and liabilities in active markets. Level 2 - Valuations based on observable inputs other than quoted prices included in Level 1, such as quoted prices for similar assets or liabilities in active markets, quoted prices for identical or similar assets and liabilities in markets that are not active, or other inputs that are observable or can be corroborated by observable market data. Level 3 - Valuations based on unobservable inputs reflecting the Company's own assumptions, consistent with reasonably available assumptions made by other market participants. These valuations require significant judgment. At December 31, 2017 and 2016, the fair value of the Company's financial instruments, including cash, accounts receivable, accounts receivable - related party, advances to related parties, accounts payable, and accrued expenses and other current liabilities, approximated book value due to the short maturity of these instruments. At December 31, 2017 and 2016, the Company does not have any assets or liabilities required to be measured at fair value in accordance with Financial Accounting Standards Board ("FASB") Accounting Standards Codification ("ASC") Topic 820, Fair Value Measurements. 7 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 2 - Summary of Significant Accounting Policies (cont'd.) Accounts Receivable The Company carries its accounts receivable at cost Tess an allowance for doubtful accounts. The Company grants credit to commercial customers based upon analysis of their financial position and other factors. Consequently, an adverse change in those factors could affect the Company's estimate of its bad debts. Receivables more than 120 days old are considered past due. The Company estimates an allowance for doubtful accounts based on a percentage of net revenue, which reflects historical experience. Accounts receivable over 270 days outstanding are written off. In addition, accounts receivable are periodically evaluated for collectability based on past credit history with customers and their current financial condition. The Company does not accrue interest on past due receivables. Property and Equipment Property and equipment is stated at cost. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. When items of property and equipment are sold or retired, the related costs and accumulated depreciation and amortization are removed from the accounts and any gain or loss is included in income. Depreciation of property and equipment for financial statement purposes is computed on the straight-line method over the estimated useful lives of the assets, as follows: Barges 10 years Furniture, fixtures and equipment 3 to 10 years The Company reviews the carrying value of the long-lived assets to determine if facts and circumstances exist which would suggest that the assets might be impaired. If impairment is indicated, an adjustment will be made to reduce the carrying amount of the long-lived assets to their fair value. Based on the Company's review at December 31, 2017 and 2016, no impairment of long-lived assets was evident. Revenue and Fee Recognition Revenue is recognized on "cost plus" contracts as direct costs are incurred. Revenue on other contracts is generally accrued on the basis of the Company's estimates of the percentage of completion. Progress toward completion is measured on a contract -by -contract basis using direct labor costs incurred to date as compared with estimated total labor cost to completion. The Company includes revenue accrued on this basis in accounts receivable. Additionally, where contracts permit, deferred revenue includes amounts billed in advance of services performed, which will be recognized as related costs are incurred. Overhead and related expenses are charged to operations as incurred. A provision, if necessary, is made for anticipated contract losses when they become known. At December 31, 2017 and 2016, there were no such anticipated losses on contracts. At December 31, 2017 and 2016, deferred revenue was $94,368 and $71,515, respectively. In accordance with normal industry practice, the Company includes in current assets and current liabilities amounts relating to long-term contracts realizable and payable over a period in excess of one year. 8 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 2 - Summary of Significant Accounting Policies (cont'd.) Income Taxes The Company has elected qualified subchapter "S" status. As such, the Company's income or Toss and credits are passed through to the stockholder. The Company files its corporate tax returns on a cash basis. The Company files income tax returns in the U.S. in federal, state and local jurisdictions. With few exceptions, the Company is no longer subject to U.S. federal, state or local tax examinations by taxing authorities for years before 2014. The years 2014 to 2016 remain subject to examination by the taxing authorities. New Accounting Pronouncements ASU No. 2016-02 In February 2016, the FASB issued Accounting Standards Update ("ASU") No. 2016-02, Leases (Topic 842). This ASU is the result of a joint project of the FASB and the International Accounting Standards Board ("IASB") to increase transparency and comparability among organizations by recognizing lease assets and lease liabilities on the balance sheet and disclosing key information about leasing arrangements for U.S. GAAP and International Financial Reporting Standards ("IFRS"). The guidance in this ASU affects any entity that enters into a lease (as that term is defined in this ASU), with some specified scope exemptions. The guidance in this ASU will supersede Topic 840, Leases. The ASU provides that lessees should recognize lease assets and lease liabilities on the balance sheet for leases previously classified as operating leases that exceed 12 months, including leases existing prior to the effective date of this ASU. It also calls for enhanced leasing arrangement disclosures. For nonpublic entities, the amendments of ASU No. 2016-02 are effective for annual reporting periods beginning after December 15, 2019, and interim periods within annual periods beginning after December 15, 2020. Early application is permitted for all entities. ASU No. 2014-09 In May 2014, the FASB issued ASU No. 2014-09, Revenue from Contracts with Customers (Topic 606). This ASU is the result of a joint project of the FASB and the IASB to clarify the principles for recognizing revenue and to develop a common revenue standard for U.S. GAAP and IFRS. The guidance in this ASU affects any entity that either enters into contracts with customers to transfer goods or services or enters into contracts for the transfer of nonfinancial assets unless those contracts are within the scope of other standards. 9 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 2 - Summary of Significant Accounting Policies (cont'd.) New Accounting Pronouncements (cont'd.) ASU No. 2014-09 (cont'd.) The ASU provides that an entity should recognize revenue to depict the transfer of promised goods or services to customers in an amount that reflects the consideration to which the entity expects to be entitled in exchange for those goods or services. An entity should apply the following five-step process to recognize revenue: Step 1: Identify the contract with a customer. Step 2: Identify the performance obligations in the contract. Step 3: Determine the transaction price. Step 4: Allocate the transaction price to the performance obligations in the contract. Step 5: Recognize revenue when (or as) the entity satisfies a performance obligation. For nonpublic entities, the amendments of ASU No. 2014-09 are effective for annual reporting periods beginning after December 15, 2018, and interim periods within annual periods beginning after December 15, 2019. Early application is permitted under certain circumstances. The Company has not yet determined if these ASUs will have a material effect on its financial statements. Note 3 - Concentrations of Credit Risk The Company maintains cash balances in various financial institutions which are insured by the Federal Deposit Insurance Corporation ("FDIC") for up to $250,000 per institution. From time to time, the Company's balances may exceed these limits. The Company's customer base consists principally of governmental agencies, municipalities, land developers and engineering firms. The Company's commercial customer base is susceptible to fluctuations in the real estate development and construction industry. The Company's governmental customer base may be susceptible to reduced purchasing ability in Tight of government budgeting constraints. At December 31, 2017 and for the year then ended, there were three major customers comprising approximately 59% of the Company's accounts receivable and there were two major customers comprising approximately 28% of the Company's revenues, respectively. At December 31, 2016 and for the year then ended, there were two major customers comprising approximately 28% and 28% of the Company's accounts receivable and revenues, respectively. 10 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 4 - Accounts Receivable, Net Accounts receivable, net at December 31, 2017 and 2016 is comprised of the following: 2017 2016 Fees billed Accrued fees Less: Allowance for doubtful accounts $ 1,537,737 $ 1,373,055 63,439 54,764 1,601,176 1,427,819 27,100 32,100 $ 1,574,076 $ 1,395,719 Accrued fees represent the unbilled portions of the contract, which are applicable to the work performed. These fees are billable upon completion of various stages of the contracts and should be billed in the subsequent year. Under certain contracts, fees billed to customers include retainage, which are due upon completion of the contracts and acceptance by the customer. Total retainage amounted to $4,261 and $87,698 at December 31, 2017 and 2016, respectively. At December 31, 2017 and 2016, the Company does not anticipate collection of approximately $3,000 and $66,000, respectively, of the retainage within one year. Note 5 - Related Party Transactions The Company is related to Greenman -Pedersen, Inc., GPI Geospatial, Inc., GPI Laboratories, Inc., Keller & Kirkpatrick, Inc., and GPI Michigan, Inc. (collectively, "the related parties") through common ownership. At December 31, 2017 and 2016, advances to these related parties were $24,231,491 and $23,471,391, respectively. These advances are unsecured, noninterest -bearing, and $3,500,000 is expected to be collected within one year. During the years ended December 31, 2017 and 2016, the Company advanced $760,100 and $1,275,971, respectively, to these related parties. At December 31, 2017 and 2016, included in total accounts receivable (see Note 4) are amounts related to these entities totaling $35,591 and $12,551, respectively. Included in revenues for the years ended December 31, 2017 and 2016 are amounts related to these entities of approximately $47,000 and $85,000, respectively. 11 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 6 - Property and Equipment Property and equipment, net is stated at cost. A summary of property and equipment at December 31, 2017 and 2016 is as follows: Barges Furniture, fixtures and equipment Less: Accumulated depreciation 2017 2016 616,192 $ 616,192 1,154,124 1,128,016 1,770,316 1,744,208 1,519,615 1,409,907 $ 250,701 $ 334,301 Depreciation expense relating to property and equipment amounted to approximately $81,000 and $97,000 for the years ended December 31, 2017 and 2016, respectively. Note 7 - Retirement Plans During the years ended December 31, 2017 and 2016, the Company participated in three retirement plans, as noted below, with its related parties in a multiple employer agreement. Through an amendment, the Company maintains a 401(k) profit sharing plan ("401(k) Plan") for all eligible employees who are at least 21 years of age. The 401(k) Plan allows for employees to defer up to 25% of annual compensation up to the Internal Revenue Service ("IRS") dollar limit that is adjusted annually for inflation. The 401(k) Plan provides for the Company to make a safe - harbor matching contribution. Effective January 1, 2016, the Company amended the Plan to modify the safe -harbor match to be 100% of the first 6% of qualified deferrals, which was in place as of December 31, 2016. The 401(k) Plan does not provide for the Company to make profit sharing contributions. An independent party has been selected to administer the 401(k) Plan. The Company has provided for a contribution to the 401(k) Plan for the years ended December 31, 2017 and 2016 of approximately $124,000 and $106,000, respectively. These amounts are also included in accrued expenses and other current liabilities in the accompanying balance sheets at year-end. The Company also sponsors a Non -Qualified Deferred Compensation Plan ("Rabbi Plan") for certain key executives providing for distributions upon retirement, death, disability, termination, or within one (1) year after a change in control of the Company. Participants in the Rabbi Plan are entitled to enter into a Salary Reduction Agreement providing for a reduction in the participants' compensation inclusive of bonuses. This reduction is contributed to the Rabbi Plan. Employer contributions to the Rabbi Pian are discretionary. These contributions may be allocated as specified by the employer and become fully vested after ten (10) years of service. Under the provisions of the Rabbi Plan, distributions of employee deferrals or employer contributions are to be in accordance with the annual election made in connection with the plan year's contribution. 12 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 7 - Retirement Plans (cont'd.) The obligation of the Company to provide benefits to the Rabbi Plan shall be the sole unsecured promise of the Company with respect to this plan. The Company has a Trust agreement for the purpose of setting aside funds to provide for the payment of benefits under the Rabbi Plan. The assets of the Trust shall at all times remain subject to the claims of the general creditors of the Company and no participant or beneficiary shall have any claim or right with respect to the assets held in the Trust, except to the extent that the participant is a general creditor of the related party. The Company is part of an Employee Stock Ownership Plan ("ESOP") for all eligible employees who are at least 21 years old and have a minimum of one (1) year of service (generally, 1,000 or more hours of service per year). The ESOP's records are maintained on a twelve-month period of time ("Plan Year"), January 1 to December 31. Contributions may be made in the form of either cash or employer stock at the sole discretion of the Company. Cash and/or stock contributed to the ESOP will be put into a Trust run by a duly appointed trustee. If the employer's stock is contributed, it will be valued at its current fair market value. The employer's contribution will be "allocated" to, or divided among, participants eligible to share in the contribution for the Plan Year. Half of the contribution will be allocated among the participants based upon an employee's total compensation of $270,000, as indexed, during the Plan Year as a percentage of the total compensation of eligible participants. The other half of the contribution will be allocated among the participants based upon an employee's credited years of service as a percentage of the total number of credited years of service of all eligible participants. A credited year equals a year in which an employee was credited with 1,000 hours or more of service, including service prior to the effective date of the ESOP with the Company or its acquired companies. The law limits the amount allowed to be allocated to an employee to the lesser of $54,000, as indexed, or 100 percent of an employee's compensation. This limit is increased by a $6,000 catch-up for employees 50 and older in 401(k), 403(b), and 457 plans. Note 8 - Commitments and Contingencies Leases The Company leases office space, equipment and automobiles under noncancellable operating leases requiring future minimal rental payments as follows: Years Ending December 31: 2018 $ 9,336 2019 7,898 2020 7,898 2021 7,898 $ 33,030 Rent expense charged to operations for the years ended December 31, 2017 and 2016 was approximately $135,000 and $140,000, respectively, of which, approximately $118,000 and $118,000, respectively, was paid to the related parties under a month-to-month lease arrangement. 13 UNDERWATER ENGINEERING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2017 AND 2016 Note 8 - Commitments and Contingencies (cont'd.) Legal Proceedings Liabilities for Toss contingencies arising from claims, litigation and other sources are recorded when it is probable that a liability has been incurred and the amount can be reasonably estimated. At December 31, 2017 and 2016, in the opinion of management and legal counsel, the outcome of such proceedings and litigation will not have a material adverse effect on the Company's financial statements. State and Local Government Contracts Under the terms of state and local contracts, periodic overhead audits are required and, as a result, certain costs may be questioned as not being allowable expenditures under the terms of the contracts. Such audits could lead to reimbursement to the applicable governmental agency. Based upon its experience with prior overhead audits, which have not resulted in any material disallowances, management believes that any such disallowances as a result of these audits would be immaterial. Financing Arrangements The Company has joint and several liabilities as co -borrowers under a financing arrangement with its related parties. The related parties may borrow up to $32,500,000 with a maturity date of September 30, 2020. Additionally, the agreement provides for a sublimit for standby letters of credit for up to $1,500,000. The line of credit contains several covenants requiring among other items, specific levels of debt service and collateral coverage. The line is secured by the assets of the related parties excluding real estate. If the related parties default on this line of credit, the Company is liable for the then outstanding balance. At December 31, 2017 and 2016, the balances outstanding against this line of credit were $3,100,000 and $6,350,000, respectively. Surety The Company is contingently liable to its surety under a general indemnity agreement. Under this agreement, the Company agrees to indemnify the surety for payments made on its behalf. The Company believes that all contingent liabilities will be satisfied by its performance on the specific contracts covered by the agreement. Note 9 - Subsequent Events The Company has evaluated all events or transactions that occurred after December 31, 2017 through March 29, 2018, which is the date that the financial statements were available to be issued. During this period, there were no material subsequent events requiring disclosure. 14 BOARD OF COUNTY COMMISSIONERS April 9, 2019 via Email Underwater Engineering Services, Inc. Attn: Andrew Connelly 3306 Enterprise Road Fort Pierce, FL 34982 aconnelly@uesi.com NOTICE OF AWARD Reference: Indian River County Bid No. 2019035 Wabasso Causeway Fishing Pier Demolition Project Dear Mr. Connelly: It is my pleasure to inform you that on April 9, 2019, 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 ($944,824.00). 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. 4. W-9. 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, W-9, 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, April 24, 2019. 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, Purchasing Manager Office of Management and Budget • Purchasing Division 1800 27th Street, Vero Beach, Florida 329600(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE 1 - WORK 2 ARTICLE 2 - THE PROJECT 2 ARTICLE 3 — ENGINEER 2 ARTICLE 4 - CONTRACT TIMES 2 ARTICLE 5 - CONTRACT PRICE 3 ARTICLE 6 - PAYMENT PROCEDURES 3 ARTICLE 7 - INDEMNIFICATION 5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 5 ARTICLE 9 - CONTRACT DOCUMENTS 6 ARTICLE 10 - MISCELLANEOUS 7 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 1 B•\2018.2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT 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 Underwater Engineering Services, Inc. (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: The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is approximately 1000 feet long will be removed and placed at a permitted offshore artificial reef site. 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: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT County Project Number: IRC -1712 Bid Number: 2019035 Project Address: 3105 Wabasso Bridge Road Vero Beach, Florida 32967 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. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 60th 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 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 2 B:12018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT.doc 14.07 of the General Conditions on or before the 90th 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 $1,665.00 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 $1,665.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $944,824.00 Written Amount: Nine hundred forty four thousand, eight hundred twenty four dollars. 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. 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 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 3 ' 8:\2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 05-14 DRAFT.doc 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 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 4 B:\2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT.doc other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 5 1312018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo100520 - Agreement (Public Works) REV 06-14 DRAFT doc H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 0610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. General Conditions (pages 00700-1 to -700-44, inclusive); 7. Supplementary Conditions (pages 00800-i to 00800-11, inclusive); 8. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Specifications — by Atkins North America, Inc); 9. Drawings consisting of a cover sheet and sheets numbered G-001 through C-501, inclusive, with each sheet bearing the following general title: Wabasso Fishing Pier Demolition and Debris Removal; 10. Addenda 1 and 2 11. Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Fertilizer Ordinances Appendix C — Indian River County Traffic Engineering Division Special Conditions for Right-of-way Construction Appendix D — Existing Conditions Report 12. CONTRACTOR'S BID (pages 00310-1 to 00310-6, inclusive); 13. Bid Bond (page 00430-1); 14. Qualifications Questionnaire (page 00456-1 to 00456-4 inclusive); 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 6 B \2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT.doc 15. List of Subcontractors (page 00458-1); 16. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 17. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2 inclusive); 18. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); 19. Contractor's Final Certification of the Work (page 00632-1 to 00632-2 of the Specifications). 20. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); ARTICLE 1,0 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 7 B:\2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT doc 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: (772) 226-1424 publicrecords(aiircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 8 B \2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT.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 April 9 , , 2019_ (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY By: By: CONTRACTOR: Underwater Engineering Services, Inc. c.„ . S../0 �F Jason , Coun ministratkr�: APPROVED AS TO FORM AND SUFFLCI (Contractor) (CORPORATE SEAL) GAL By:/(d/--�f Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comp Attest: Iler (SEAL) Depu Jerk Designated Representative: Name: James W. Ennis, P.E. PMP Title: Assistant Public Works Director 1801 27th Street Vero Beach,' Florida 32960 (772) 226-1221 Facsimile: (772) 778-9391 Address for giving notices: of 1 5 r -r d�LQ r -c C,, VAI n License No. C& C 115-07 (Where applicable) Agent for service of process: Designated RepresentOve: Name: P•mdre LONA Title: ?I(t5j�C.t YUIQ.n PX J Address: U 330 (n��Se- 1 .Frey l- •P (LrC Q t csn' • 3 (14‘ Phone: fl 12) 33 -7' 3 L (iD Facsimile: (Z122) 337- D 2-q4 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) **END OF SECTION** 00520 - Agreement (Public Works) REV 06-14 DRAFT 00520 - 9 B \2018-2019 FY (2019000)\2019035 Wabasso Causeway Fishing Pier Demo\00520 - Agreement (Public Works) REV 06-14 DRAFT.doc uEBI Underwater Engineering Services, Inc. At a meeting of the Board of Directors of Underwater Engineering Services, Inc., at which all the Directors were present or waived notice, it was VOTED, John T. Glanville III, Vice President, be and he hereby is authorized to execute contracts and bonds in the name and behalf of said Company, and affix its corporate seal thereto; and such execution of any contract or obligation in this Company's name on its behalf by such Vice President, under seal of the Company, shall be valid and binding upon this Company. A true copy ATTEST: �ki Robert J. Secretary/Treasurer Place of Business: Underwater Engineering Services, Inc. 3306 Enterprise Road Fort Pierce, Florida 34982 January 4, 2016 I hereby certify that I am the Secretary/Treasurer of Underwater Engineering Services, Inc. and that John T. Glanville III is the duly elected Vice President of said Company, and that the above vote has not been amended or rescinded and remains in full force and effect as of this date. Secretary/Treasurer Company Seal 3306 Enterprise Road 0 Fort Pierce 0 Florida 34982 Phone: 772-337-3116 0 Fax: 772-337-0294 SECTION 00550 - Notice to Proceed TO: Dated (BIDDER) ADDRESS: Contract For: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No: IRC -1712 IRC Bid No. 2019035 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 60 calendar days for Substantial Completion of this project and 90 calendar days for Final Completion. In accordance with Article 4 of the Agreement the date of Substantial Completion is and the date of readiness for final payment is CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Also, before you may start any Work at the Site, you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) 00550 - Notice to Proceed REV 1-4-11 00550 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\00550 - Notice to Proceed REV 1-4-11. doc Rev. 05/01 3120190023013 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3200 PG: 1258, 4/18/2019 3:52 PM Public Work F.S. Chapter255.05 (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: 1144044 CONTRACTOR NAME: Underwater Engineering Services. Inc. CONTRACTOR ADDRESS: 3306 Enterprise Road Fort Pierce, FL 34982 CONTRACTOR PHONE NO: 772-337-3116 SURETY COMPANY NAME Lexon Insurance Company SURETY PRINCIPAL 12890 Lebanon Rd BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME OWNER ADDRESS: Mt. Juliet. TN 37122 615-553-9500 Indian River County 1800 27th St Vero Beach, FL 32960 OWNER PHONE NO: 772-226-1416 OBLIGEE NAME (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: Of applicable) S944.824.00 DESCRIPTION OF WORK: Wabasso Causeway Fishing Pier Demolition Project PROJECT LOCATION: Wabasso Causeway Fishing Pier Demolition Project LEGAL DESCRIPTION: (If applicable) FRONT PAGE All other bond page(,) are deemed subsequent to this page regardless or any page number(*) that may be printed thereon. 00610 - 2 00610 - Public Construction Bond F:Wublic Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge RemovaM-Admin\Bid Documents\Contract Documents 00610 - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH. CLERK BK: 3200 PGS 1259 PUBLIC CONSTRUCTION BOND Bond No. 1144044 (enter bond number) BY THIS BOND, We Underwater Engineering Services, Inc. , as Principal and Lexon Insurance Company , a corporation, as Surety, are bound to IndianRiver County , herein called Owner, in the sum of $ 944.824.00 , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BO► ' is that if Principal: 1. Performs the contract date•�►,.S * , (-901 01, between Principal and Owner for construction of Wabasso Causeway Fishing Pier Demolition Proiect , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON April 11.2019 Underwater Engineering Servi. (Name of Principal) ..• B ,4 . e Leslie A Worley ( s Attomeyyln'F FL Non -Resident License No W24.5100 , .3 Lexon Insurance Company (Name of= Sul l} 00610-3 OsitKiltb t e: 00610 - Public Construction Bond F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1 Admin\Bid Documents\Contract Documents\00610 - Public Construction Bond.doc A TRUE COPY CERTIFICATION ON LAST PAGE J.R. SMITH, CLERK BK: 3200 PG:, 1260 POWER OF ATTORNEY LX - 9885 Lexon Insurance Company KNOW ALL MEN BY THESE PRESENTS, that LEXON INSURANCE COMPANY, a Texas Corporation, with its statutory home office in Austin, Texas, does hereby constitute and appoint: Leslie A. Worley its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of LEXON INSURANCE COMPANY on the 1st day of July, 2003 as follows: Resolved, that the President of the Company is hereby authorized to appoint and empower any representative of the Company or other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed $10,000,000.00, Ten Million Dollars, which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attomey-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attomey-In- Fact, so appointed, may be removed for good cause and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attomey granted, and the signature of the Assistant Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF, LEXON INSURANCE COMPANY has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 22nd day of June, 2018. ACKNOWLEDGEMENT BY LEXON INSURANCE COMPANY Brian Beggs President On this 22nd day of June, 2018, before me, personally came Brian Beggs to me known, who be duly swom, did depose and say that he is the President of LEXON INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. AMY TAYLOR Notary Public- State of Tennessee Davidson County My Commission Expires 07-08-19 CERTIFICATE BY I, the undersigned, Assistant Secretary of LEXON INSURANCE COMPANY, A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attomey of which the forgoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Seal at Mount Juliet, Tennessee th*ND of THIS ISTO CERTIFY THAT THIS tS A TRUE AND CORRECT COPY OF THE ORIGINAL ON FILE IN THIS OFFICE. THIS ORIGINAL MAY HAVE REDACTED INFORMATION AS ITED IN FLORIDA STATUE 119.07. yoy\tom•.. ,20 19 CLEW CLERK 1 "WARNIN : tidi/ReNtirriOdidAte y and with inten to defraud any insurance company or other person, files and application for insurance of claim.corinfti art nfMt4fially f information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a friudutisiy,ijrlsurarlca,•>i8t, which is a crime and subjects such person to criminal and civil penalties." Andrew Smith Assistant Secretary DATE11: ACORO® CERTIFICATE OF LIABILITY INSURANCE `.-----" DATE(MMIDD/WW) 4/10/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER PG Genatt Group LLC 3333 NEW HYDE PARK RD(A/C. SUITE 409 NEW HYDE PARK NY 11042 CONTACT NAME: Karl man PHONE FAX No. Ext): 516-869-8788 (A/C, No): 1-516-706-2973 ADDRESS: khUCke @genattgrp.com INSURER(S)AFFORDINGCOVERAGE NAIC# INSURER A : Great American Insurance Company COMMERCIAL GENERAL LIABILITY INSURED Underwater Engineering Services, Inc. 3306 Enterprise Road Suite 203 Fort Pierce FL 34982 INSURER B: Commerce & Industry Insurance Company 19410 INSURER C : Endurance American Insurance Company 2/28/2020EACH INSURER D : New York Marine & General Insurance Company $ 1,000,000 INSURER E: United States Liability Insurance Company 25895 INSURER F : X COVERAGES CERTIFICATE NUMBER: 231173987 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/WW) POLICY EXP (MMIDD/YYVV) LIMITS A X' COMMERCIAL GENERAL LIABILITY Y Y OMH8915785 2/28/2019 2/28/2020EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 X Contractual Liab MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ E AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS $1,000 COMP X X SCHEDULED AUTOS NONAU•OTOSWNED $1,000 COLL Y Y 1337452209 2/28/2019 2/28/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1.000.000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ D C X UMBRELLA LIABX EXCESS LIAB --� OCCUR CLAIMS -MADE Y Y ML201900001988 OMX10004639805 2/28/2019 2/28/2019 2/28/2020 2/28/2020 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 DED X RETENT ON $ 15 000 $ B WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A Y WC33464099 2/28/2019 2/28/2020 STATUTE X MUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 8 Maritime WC33464099 2/28/2019 2/28/2020 Limit $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mo a space Is required) (F) HULL POLLUTION - GREAT AMERICAN INS. CO. POLICY#OMH3491629 02/28/19-2/28/20 $5,000,000 LIMIT (G) P&I/HULL LIABILITY - GREAT AMERICAN INS. CO. POLICY#OMH8915912 02/28/19-2/28/20 $1,000,000 LIMIT US LONGSHORE & HARBOR WORKERS ACT COVERAGE IS PROVIDED UNDER FORM NUMBER WC000106A (H) INLAND MARINE - AGCS MARINE INSURANCE COMPANY POLICY#MX193048261 02/28/19-2/28/20 $500,000 FOR LEASED/RENTED EQUIPMENT $1,000 DEDUCTIBLE (I) PROFESSIONAL LIABILITY, POLICY# PUNDE000419, CARRIER: LLYODS OF LONDON, TERM: 02/28/19-2/28/20 $1,000,000 EACH CLAIM, $1,000,000 AGGREGATE See Attached... 1 Indian River County 1801 27th Street Vero Beach FL 32960 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SECTION 00622 - Contractor's Application for Payment WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Bid No.: 2019035 Project No.: IRC -1712 1) Attach detailed schedule and copies of all paid invoices. 1 Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price (1 plus 2): $ 4. Total completed and stored to date: $ 5 Retainage (per Agreement): of completed Work: of retainage: $ Total Retainage: $ Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8 DUE THIS APPLICATION (6 MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 1 F:\Public Works ENGINEERING DIVISION PROJECTS ‘1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev 05/01 2. Updated Construction Schedule per Specification Section 01310, and Dated By: STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , who being by me first duly sworn upon oath, says that he/she is the of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this day of , 20 is personally known to me or has produced as identification. (SEAL) Please remit payment to: Contractor's Name: Address: NOTARY PUBLIC: Printed name: Commission No.: Commission Expiration: **************************************************************************************************** [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 2 F:\Public Works ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 3 of 5 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, ,a corporation, in accordance with Public Construction Bond Number , hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: Attest: Secretary Corporate Surety STATE OF FLORIDA COUNTY OF INDIAN RIVER Business Address BY: Print Name: Title: (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared , to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of , 20 Notary Public, State of My Commission Expires: [The remainder of this page was left blank intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS V1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 Page 4 of 5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE **************************************************************************************************** [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 4 F:\Public Works \ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents \00622 - Contractor's Application for Payment - 03-10 rev.doc Rev. 05/01 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1 712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00622 - Contractors Application for Payment - 03-10 rev.doc Rev. 05/01 PROJECT NAME: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No. IRC -1712 Payment Application No. F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00622 -Contractor's Application for Payment Spreadsheet Example.doc SCHEDULED VALUE WORK COMPLETED % MATERIALS BALANCE TO FINISH PREVIOUS APPLICATION THIS PERIOD TOTAL COMPLETED Item No. Description Unit Quantity Unit Price Amount QUANTITY TOTAL QUANTITY TOTAL QUANTITY TOTAL STORED QUANTITY TOTAL SUBTOTAL SUBTOTAL 0.00 0.00 0.00 0.00 0.00 0.00 FORCE ACCOUNT 1 LS I GRAND TOTAL TOTAL 1 0.00 1 r 1 1 I AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETED TO -ti DATE m RETAINAGE AT 10% o TOTAL COMPLETED AND STORED LESS RETAINAGE o nN i LESS PREVIOUS PAYMENT b) AMOUNT DUE CONTRACTOR $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00622 -Contractor's Application for Payment Spreadsheet Example.doc SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County CONTRACTOR. CONTRACT FOR: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No. IRC -1712 Project Description: The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is approximately 1000 feet long will be removed and placed at a permitted offshore artificial reef site. OWNER's Bid No. 2019035 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To. OWNER And To. CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: 00630 - Certificate of Substantial Completion REV 04-07 00630 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc OWNER: CONTRACTOR: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: (Date). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION * * 00630 - Certificate of Substantial Completion REV 04-07 00630 - 2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents \ Contract Documents\00630 - Certificate of Substantial Completion REV 04-07.doc SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT PROJECT NO: IRC -1712 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: The project consists of the demolition and disposal of the existing Wabasso Causeway Fishing Pier, approach sidewalks and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying at the river bottom. The entire pier and support structure, which is approximately 1000 feet long will be removed and placed at a permitted offshore artificial reef site. UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1. CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below 00632-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\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) By: Subscribed and sworn to before me this _ day of , 20 Notary Public State of Florida at Large My Commission expires: + + END OF SECTION + + 00632-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00632 - Contractor's Final Certification REV 04-07.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT INDIAN RIVER COUNTY PROJECT # IRC -1712 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. FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] CERTIFIED BY: (SURVEYOR'S SEAL) Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: Telephone Number: 00634 - Professional Surveyor and Mappers Cert 00634 - 1 F:\Public Works ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge Remova61-Admin\Bid Documents\Contract Documents100634 - Professional Surveyor and Mapper's Cert.doc Rev. 06/01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W., Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 5 1.01 Defined Terms 5 1.02 Terminology 7 ARTICLE 2 - PRELIMINARY MATTERS 8 2.01 Delivery of Bonds 8 2.02 Copies of Documents 8 2.03 Commencement of Contract Times; Notice to Proceed 8 2.04 Starting the Work 8 2.05 Before Starting Construction 8 2.06 Preconstruction Conference 9 2.07 Initial Acceptance of Schedules 9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 9 3.01 Intent 9 3.02.Reference Standards 10 3.03 Reporting and Resolving Discrepancies 10 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 11 4.01 Availability of Lands 11. 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 11 4.04 Underground Facilities 12 4.05 Reference Points 13 4.06 Hazardous Environmental Condition at Site 13 ARTICLE 5 - BONDS AND INSURANCE 14 5.01 Performance, Payment, and Other Bonds 14 5.02 Licensed Sureties and Insurers 15 5.03 Certificates of Insurance 15 5.04 CONTRACTOR's Liability Insurance 15 5.05 OWNER's Liability Insurance 16 5.06 Property Insurance 16 5.07 Waiver of Rights 17 5.08 Receipt and Application of Insurance Proceeds 18 5.09 Acceptance of Bonds and Insurance; Option to Replace 18 5.10 Partial Utilization, Acknowledgment of Property Insurer 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 18 6.01 Supervision and Superintendence 18 6.02 Labor, Working Hours 19 6.03 Services, Materials, and Equipment 19 6.04 Progress Schedule 19 6.05 Substitutes and "Or -Equals" 19 6.06 Conceming Subcontractors, Suppliers, and Others 21 00700 - General Conditions REV 5-10-13 00700 - 2 F -\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10-13.doc 6.07 Patent Fees and Royalties 22 6.08 Permits 22 6.09 Laws and Regulations 22 6.10 Taxes 22 6.11 Use of Site and Other Areas 22 6.12 Record Documents 23 6.13 Safety and Protection 23 6.14 Safety Representative 24 6.15 Hazard Communication Programs 24 6.16 Emergencies 24 6.17 Shop Drawings and Samples 24 6.18 Continuing the Work 25 6.19 CONTRACTOR's General Warranty and Guarantee 25 6.20 Indemnification 26 ARTICLE 7 - OTHER WORK 26 7.01 Related Work at Site 26 7.02 Coordination 27 ARTICLE 8 - OWNER'S RESPONSIBILITIES 27 8.01 Communications to Contractor 27 8.02 Replacement of ENGINEER 27 8.03 Furnish Data 27 8.04 Pay Promptly When Due 27 8.05 Lands and Easements; Reports and Tests 27 8.06 Insurance 28 8.07 Change Orders 28 8.08 Inspections, Tests, and Approvals 28 8.09 Limitations on OWNER's Responsibilities 28 8.10 Undisclosed Hazardous Environmental Condition 28 8.11 Evidence of Financial Arrangements 28 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 28 9.01 OWNER'S Representative 28 9.02 Visits to Site 28 9.03 Project Representative 28 9.04 Clarifications and Interpretations 29 9.05 Authorized Variations in Work 29 9.06 Rejecting Defective Work 29 9.07 Shop Drawings, Change Orders and Payments 29 9.08 Determination for Unit Price Work 29 9.09. Decisions on Requirements of Contract Documents and Acceptability of Work 29 9.10 Limitations on ENGINEER's Authority and Responsibilities 30 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 30 10.01 Authorized Changes in the Work 30 10.02 Unauthorized Changes in the Work 30 10.03 Execution of Change Orders 30 10.04 Notification to Surety 31 10.05 Claims and Disputes 31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 31 11.01 Cost of the Work 31 11.02 Cash Allowances 33 00700 - General Conditions REV 5-10-13 00700 - 3 F -\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\I-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10-13.doc 11.03 Unit Price Work 34 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 34 12.01 Change of Contract Price 34 12.02 Change of Contract Times 35 12.03 Delays Beyond CONTRACTOR's Control 35 12.04 Delays Within CONTRACTOR's Control 35 12.05 Delays Beyond OWNER'S and Contractor's Control 35 12.06 Delay Damages 35 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 36 13.01 Notice of Defects 36 13.02 Access to Work 36 13.03 Tests and Inspections 36 13.04 Uncovering Work 36 13.05 OWNER May Stop the Work 37 13.06 Correction or Removal of Defective Work 37 13.07 Correction Period 37 13.08 Acceptance of Defective Work 37 13.09 OWNER May Correct Defective Work 38 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 38 14.01 Schedule of Values 38 14.02 Progress Payments 38 14.03 CONTRACTOR's Warranty of Title 40 14.04 Substantial Completion 40 14.05 Partial Utilization 41 14.06 Final Inspection 41 14.07 Final Payment 41 14.08 Final Completion Delayed ..42 14.09 Waiver of Claims 42 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 42 15.01 OWNER May Suspend Work 42 15.02 OWNER May Terminate for Cause 43 15.03 OWNER May Terminate For Convenience 43 15.04 CONTRACTOR May Stop Work or Terminate 44 ARTICLE 16 - DISPUTE RESOLUTION 44 16.01 Methods and Procedures 44 ARTICLE 17 - MISCELLANEOUS 44 17.01 Giving Notice 44 17.02 Computation of Times 44 17.03 Cumulative Remedies 44 17.04 Survival of Obligations 44 17.05 Controlling Law 44 00700 - General Conditions REV 5-10-13 00700 - 4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \I-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10-13.doc GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract Documents and printed with initial or all capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between OWNER and CONTRACTOR covering the Work. 3. Application for Payment—The form acceptable to ENGINEER which is to be used by CONTRACTOR during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupa- tional Safety and Health Administration. 5. Bid—The offer or proposal of a bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). 7. Bidding Requirements—The Advertisement or Invitation to Bid, Instructions to Bidders, Bid security form, if any, and the Bid form with any supplements. 8. Bonds—Performance and payment bonds and other instruments of security. 9. Change Order—A document recommend- ed by ENGINEER which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents—The Contract Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Contract Documents), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed, the Bonds, these General Conditions, the Supplementary Conditions, the Specifications and the Drawings as the same are more specifically identified in the Agreement, together with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's written interpretations and clarifications issued on or after the Effective Date of the Agreement. Approved Shop Drawings and the reports and drawings of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by OWNER to CONTRACTOR are not Contract Documents. 13. Contract Price—The moneys payable by OWNER to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.03 in the case of Unit Price Work). 14. Contract Times --The number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final pay- ment. 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement. 16. Cost of the Work—See paragraph 11.01.A for definition. 00700 - General Conditions REV 5-10-13 00700 - 5 F.\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\l-Admin\Bid Documents\Contract Documents \00700 - General Conditions REV 5-10-13.doc 17. Drawings—That part of the Contract Documents prepared or approved by ENGINEER which graphically shows the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER—The individual or entity named as such in the Agreement. s such ' Genc itieRs 21. Field Order—A written order issued by ENGINEER which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 22. General Requirements—Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifica- tions. 23. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 25. Laws and Regulations; Laws or Regulat- ions—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all govern- mental bodies, agencies, authorities, and courts having jurisdiction. 26. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 27. Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Comple- tion of all the Work. 28. Notice of Award—The written notice by OWNER to the apparent successful bidder stating that upon timely compliance by the apparent successful bidder with the conditions precedent listed therein, OWNER will sign and deliver the Agreement. 29. Notice to Proceed—A written notice given by OWNER to CONTRACTOR fixing the date on which the Contract Times will commence to run and on which CONTRACTOR shall start to perform the Work under the Contract Documents. 30. OWNER—The individual, entity, public body, or authority with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be performed. 31. Partial Utilization—Use by OWNER of a substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 32. PCBs—Polychlorinated biphenyls. 33. Petroleum --Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 34. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract Documents. 35. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 36. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 37. Resident Project Representative—The authorized representative of ENGINEER who may be assigned to the Site or any part thereof. 00700 - General Conditions REV 5-10-13 00700 - 6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc 38. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings—AII drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site—Lands or areas indicated in the Contract Documents as being furnished by OWNER upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 41. Specifications—That part of the Contract Documents consisting of written technical descriptions of materials, equipment, systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. 42. Subcontractor—An individual or entity having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the Site. 43. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 44. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 45. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR or any Subcontractor. 46. Underground Facilities—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 DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00700 - General Conditions REV 5-10- 13.doc concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGI- NEER any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.10 or any other provision of the Contract Documents. B. Day 1. The word "day" shall constitute a calendar day of 24 hours measured from midnight to the next midnight. C. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recom- mendation of final payment (unless responsi- bility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.04 or 14.05). D. Furnish, Install, Perform, Provide 1. The word `furnish," when used in connection with cervices, materials, or rendition. 2. The word "install," when used in connection with services, materials, or 3. The words "perform" or "provide," when used in conncction with Services, and install said services, materials, or ase 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be fumished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro- ceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. CONTRACTOR's Review of Contract Docu- ments: Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the 00700 - General Conditions REV 5-10-13 00700 - 8 F:\Public Works ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc Contract Documents and check and verify pertinent figures therein and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error, ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless CONTRACTOR knew or reasonably should have known thereof. B. Preliminary Schedules: Within ten days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRAC- TOR shall submit to ENGINEER for its timely review: 1. a preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for sub- mitting, reviewing, and processing such submittal; and 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. each deliver to the other, with copies to each CONTRACTOR and OWNER respectively arc Article -5:. 2.06 Preconstruction Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.B. CONTRACTOR shall have an additional ten days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to CONTRACTOR until acceptable schedules are submitted to ENGINEER. 1. The progress schedule will be acceptable to ENGINEER if it provides an orderly progression of the Work to completion within any specified Milestones and the Contract Times. Such acceptance will not impose on ENGINEER responsibility for the progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve CONTRACTOR from CONTRACTOR's full responsibility therefor. 2. CONTRACTOR's schedule of Shop Drawing and Sample submittals will be acceptable to ENGINEER if it provides a workable arrangement for reviewing and processing the required submittals. 3. CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are comple- mentary; what is called for by one is as binding as if called for by all. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract 00700 - General Conditions REV 5-10-13 00700 - 9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. C. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifica- tions, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the stan- dard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of OWNER, CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- ees from those set forth in the Contract Documents, nor shall any such provision or instruction be effective to assign to OWNER, ENGINEER, or any of ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, CONTRACTOR shall report it to ENGINEER in writing at once. CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as required by paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.04; provided, however, that CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any such conflict, error, ambiguity, or discrepancy unless CON- TRACTOR knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: (i) a Written Amendment; (ii) a Change Order; or (iii) a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: (i) a Field Order; (ii) ENGINEER's approval of a Shop Drawing or Sample; or (iii) ENGINEER's written interpretation or clarifi- cation. 3.05 Reuse of Documents A. CONTRACTOR and any Subcontractor or Supplier or other individual or entity performing or 00700 - General Conditions REV 5-10-13 00700 - 10 F:\Public Works ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge Removal l-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc furnishing any of the Work under a direct or indirect contract with OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER or ENGINEER's Consultant, including electronic media editions; and (ii) shall not reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaption by ENGINEER. This prohibition will survive final payment, completion, and acceptance of the Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from retaining copies of the Contract Documents for record purposes. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. OWNER shall furnish the Site. OWNER shall notify CONTRACTOR of any encumbrances or restrictions not of general application but specifically related to use of the Site with which CONTRACTOR must comply in performing the Work. OWNER will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and OWNER's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the Site that ENGINEER has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGI- NEER has used in preparing the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa- ry Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If CONTRACTOR believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which CONTRAC- TOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 00700 - General Conditions REV 5-10-13 00700 - 11 F:\Public WorksENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin \Bid Documents Contract Documents\00700 - General Conditions REV 5-10- 13.doc 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inher- ent in work of the character provided for in the Contract Documents; then CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), notify OWNER and ENGINEER in writing about such condition. CONTRACTOR shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. ENGINEER's Review: After receipt of written notice as required by paragraph 4.03.A, ENGINEER will promptly review the pertinent condition, determine the necessity of OWNER's obtaining additional exploration or tests with respect thereto, and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an in- crease or decrease in CONTRACTOR's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in para- graph 4.03.A; and b. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of paragraphs 9.08 and 11.03. 2. CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. CONTRACTOR knew of the existence of such conditions at the time CONTRACTOR made a final commitment to OWNER in respect of Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for CON- TRACTOR prior to CONTRACTOR's making such final commitment; or c. CONTRACTOR failed to give the written notice within the time and as re- quired by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data fumished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or com- pleteness of any such information or data; and 2. the cost of all of the following will be included in the Contract Price, and CONTRAC- TOR shall have full responsibility for: a. reviewing and checking all such information and data, 00700 - General Conditions REV 5-10-13 00700 - 12 F:\Public Works\ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge Removal11-Admin\Bid Documents Contract Documents100700 - General Conditions REV 5-10- 13.doc b. Iocating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions afi?ected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGI- NEER. ENGINEER will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, CONTRACTOR shall be responsible for the safety and protection of such Underground Facility. 2. If ENGINEER concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that CONTRACTOR did not know of and could not reasonably have been expected to be aware of or to have anticipated. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, OWNER or CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 4.05 Reference Points A. OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CON- TRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the ENGINEER in the preparation of the Contract Documents. B. Limited Reliance by CONTRACTOR on Technical Data Authorized: CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER or any of ENGINEER's Consultants with respect to: 1. the completeness of such reports and drawings for CONTRACTOR's purposes, including, but not limited to, any aspects of the means, methods; techniques, sequences and procedures of construction to be employed by CONTRACTOR and 'safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. 00700 - General Conditions REV 5-10-13 00700 - 13 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc C. CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. CONTRACTOR shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by CONTRACTOR, Subcontractors, Suppliers, or anyone else for whom CONTRACTOR is responsible. D. If CONTRACTOR encounters a Hazardous Environmental Condition or if CONTRACTOR or anyone for whom CONTRACTOR is responsible creates a Hazardous Environmental Condition, CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by paragraph 6.16); and (iii) notify OWNER and ENGI- NEER (and promptly thereafter confirm such notice in writing). OWNER shall promptly consult with ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or take corrective action, if any. E. CONTRACTOR shall not be required to resume Work in connection with such condition or in any affected area until after OWNER has obtained any required permits related thereto and delivered to CONTRACTOR written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by CONTRACTOR, either party may make a Claim therefor as provided in paragraph 10.05. F. If after receipt of such written notice CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.F shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 00700 - General Conditions REV 510-13 00700 - 14 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-AdmireBid Documents\Contract Documents \00700 - General Conditions REV 510- 13.doc mance and payment of all CONTRACTOR'a B. All Bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. C. If the surety on any Bond furnished by CON- TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 5.01.B, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01. 13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. other evidence of insurance requested by CONTRA 5.04 CONTRACTOR's Liability Insurance A. CONTRACTOR shall purchase and maintain such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be per- formed by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (ii) by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, mainte- nance or use of any motor vehicle. B. The policies of insurance so required by this paragraph 5.04 to be purchased and maintained shall: 1. with respect to insurance required by paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insureds (subject to any customary exclusion in respect of professional liability) OWNER, ENGINEER, ENGINEER's 00700 - General Conditions REV 5-10-13 00700 - 15 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removalll-Admin \Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc Consultants, and any other individuals or entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall fumish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance A. In addition to the insurance required to be Documents. 5.06 Property Insurance 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants, and any other individuals or entities identified in the directors, partners, employees, agents, and 3. include expenses incurred in the 4. cover -materials and equipment 00700 - General Conditions REV 5-10-13 00700 - 16 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal11-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc ENGINEER• Cf'�lT by OWNED; v�--vvmcrr writing by OWNER, CONTRACTOR, and B. OWNER shall purchase and maintain such C. All the policies of insurance (and the ccrtifi cates or other evidence thcrcof) required to be pur RPh -5:07. D. OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified in this paragraph 5.06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such Toss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If CONTRACTOR requests in writing that TOR by appropriate Change Order or Written 5.07 Waiver of Rights will protect OWNER, CONTRACTOR, waive all rights against each other and thei r respective officers, directors, partners, employees, and, in addition, waive all such rights against Subcontractors, ENGINEER, ENGINEER'S issued. B. OWNER waives all rights against CONTRACTOR, Subcontractors, ENGINEER, 00700 - General Conditions REV 5-10-13 00700 - 17 F:\Public Works\ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc cause of loss covered by any property or part thereof by OWNER during partial 14.04, or after final payment pursuant to paraagraph 1�r14.0 . referred to in paragraph 5.07.B shall contain 5.08 Receipt and Application of Insurance Proceeds cions of the Bonds or insurance required to be receipt of the certificates (or other evidence provided as the other may reasonably request. If any change in the required coverage. Without and a Change Order shall be izcucd to adjust the A. Any insured Io: a under the policies of 5.10 Partial Utilization, Acknowledgment of • _ _ _ - Property Insurer ez fiduciary for the insureds, as their interests may B. OWNER as fiduciary shall have power to 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 00700 - General Conditions REV 5-10-13 00700 - 18 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. CON- TRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. B. At all times during the progress of the Work, CONTRACTOR shall assign a competent resident superintendent thereto who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the Site and shall have authority to act on behalf of CONTRACTOR. All communications given to or received from the superintendent shall be binding on CONTRACTOR. 6.02 Labor,. Working Hours A. CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- ments. CONTRACTOR shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without OWNER's written consent (which will not be unreasonably withheld) given after prior written notice to ENGINEER. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the General Re- quirements, CONTRACTOR shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All warranties and guarantees specifically called for by the Specifica- tions shall expressly run to the benefit of OWNER. If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.07 as it may be adjusted from time to time as provided below. 1. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- cated in paragraph 2.07) proposed adjustments in the progress schedule that will not result in changing the Contract Times (or Milestones). Such adjustments will conform generally to the progress schedule then in effect and additional- ly will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the progress schedule that will change the Contract Times (or Milestones) shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Written Amendment in accor- dance with Article 12. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to ENGINEER for review under the circumstances described below. 1. "Or -Equal" Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in 00700 - General Conditions REV 5-10-13 00700 - 19 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substi- tute items. For the purposes of this paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to fumish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the pro- posed substitute item will prejudice CONTRACTOR's achievement of Substan- tial Completion on time, whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute item and whether or not incorporation or use of the proposed substi- tute item in connection with the Work is sub- ject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.B. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise 00700 - General Conditions REV 5-10-13 00700 - 20 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100700 - 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.B and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER approves a substitute item so pro- posed or submitted by CONTRACTOR, CON- TRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute. F. CONTRACTOR's Expense: CONTRACTOR shall provide all data in support of any proposed substitute or "or -equal" at CONTRACTOR's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.B), whether initially or as a replacement, against whom OWNER may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reason- able objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to OWNER in advance for acceptance by OWNER by a specified date prior to the Effective Date of the Agreement, and if CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions, OWNER's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcon- tractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. CONTRACTOR shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of OWNER or ENGINEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or fumishing 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\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, CONTRACTOR will obtain the same. 6.07 Patent Fees and Royalties A. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract Documents. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees or agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto, such as plant investment fees. 6.09 Laws and Regulations A. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations. B. If CONTRACTOR performs any Work know- ing or having reason to know that it is contrary to Laws or Regulations, CONTRACTOR shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve CONTRACTOR of CONTRACTOR's obligations under paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Times. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in paragraph 10.05. 6.10 Taxes A. CONTRACTOR shall pay all sales, consum- er, use, and other similar taxes required to be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. B. OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. CONTRACTOR shall confine construction equipment, the storage of 00700 - General Conditions REV 5-10-13 00700 - 22 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents Contract Documents\00700 - General Conditions REV 5-10- 13.doc materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultant, and the officers, directors, partners, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon CONTRACTOR's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work CONTRAC- TOR shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materi- als, rubbish, and other debris shall conform to applica- ble Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work CONTRACTOR shall clean the Site and make it ready for utilization by OWNER. At the com- pletion of the Work CONTRACTOR shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. CONTRACTOR shall maintain in a safe place at the Site one record copy of all Drawings, Specifica- tions, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGI- NEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to ENGINEER for OWNER. 6.13 Safety and Protection A. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equip- ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury, or loss to any property referred to in paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by 00700 - General Conditions REV 5-10-13 00700 - 23 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc CONTRACTOR, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or .ENGINEER's Consultant, or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 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 Toss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 00700 - General Conditions REV 5-10-13 00700 - 24 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge RemovaM-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to ENGINEER. ENGINEER's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. ENGINEER's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. CON- TRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. 6.18 Continuing the Work A. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.04 or as OWNER and CONTRACTOR may otherwise agree in writing. 6.19 CONTRACTOR's General Warranty and Guarantee A. CONTRACTOR warrants and guarantees to OWNER, ENGINEER, and ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than CONTRACTOR, Subcontractors, Suppliers, or any other individual or entity for whom CONTRACTOR is responsible; or 2. normal wear and tear under normal usage. 00700 - General Conditions REV 5-10-13 00700 - 25 F:\Public Works \ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00700 -General Conditions REV 5-10- 13.doc B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: 1. observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Sub- stantial Completion by ENGINEER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the Toss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of an individual or entity indemnified hereunder or whether liability is imposed upon such indemni- fied party by Laws and Regulations regardless of the negligence of any such individual or entity. B. In any and all claims against OWNER or ENGINEER or any of their respective consultants, agents, officers, directors, partners, or employees by any employee (or the survivor or personal representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for CONTRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compen- sation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CON- TRACTOR under paragraph 6.20.A shall not extend to the liability of ENGINEER and ENGINEER's Consultants or to the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them arising out of: 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. ARTICLE 7 - OTHER WORK 7.01 Related Work at Site A. OWNER may perform other work related to the Project at the Site by OWNER's employees, or let other direct contracts therefor, or have other work 00700 - General Conditions REV 5-10-13 00700 - 26 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to CONTRACTOR prior to starting any such other work; and 2. if OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in paragraph 10.05. B. CONTRACTOR shall afford each other contractor who is a party to such a direct contract and each utility owner (and OWNER, if OWNER is per- forming the other work with OWNER's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, CONTRACTOR shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. C. If the proper execution or results of any part of CONTRACTOR's Work depends upon work per- formed by others under this Article 7, CONTRACTOR shall inspect such other work and promptly report to ENGINEER in writing any delays, defects, or deficien- cies in such other work that render it unavailable or unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to so report will constitute an acceptance of such other work as fit and proper for integration with CONTRACTOR's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If OWNER intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole authority and responsibility for such coordination. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. 8.02 Replacement of ENGINEER A. In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer to whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. 8.03 Furnish Data A. OWNER shall promptly furnish the data required of OWNER under the Contract Documents. 8.04 Pay Promptly When Due A. OWNER shall make payments to CONTRAC- TOR promptly when they are due as provided in paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 00700 - General Conditions REV 5-10-13 00700 - 27 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respectto purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. OWNER is obligated to execute Change Orders as indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.B. 8.09 Limitations on OWNER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visits to the Site at intervals appropriate to the various stages of construc- tion as ENGINEER deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of CONTRACTOR's executed Work. Based on information obtained during such visits and observations, ENGINEER, for the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGI- NEER will fumish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 00700 - General Conditions REV 5-10-13 00700 - 28 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removah1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc authority and limitations thereon of any such Resident Project Representative and assistants will be as provided in paragraph 9.10 and in the Supplementary Conditions. If OWNER designates another represen- tative or agent to represent OWNER at the Site who is not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Clarifications and Interpretations A. ENGINEER will issue with reasonable promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably inferable from the Contract Documents. Such written clarifications and interpretations will be binding on OWNER and CONTRACTOR. If OWNER and CON- TRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a written clarification or interpretation, a Claim may be made therefor as provided in paragraph 10.05. 9.05 Authorized Variations in Work A. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compati- ble with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved promptly. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of a Field Order, a Claim may be made therefor as provided in paragraph 10.05. 9.06 Rejecting Defective Work A. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, or that ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. ENGINEER will also have authority to require special inspection or testing of the Work as provided in paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.07 Shop Drawings, Change Orders and Payments A. In connection with ENGINEER's authority as to Shop Drawings and Samples, see paragraph 6.17. B. In connection with ENGINEER's authority as to Change Orders, see Articles 10, 11, and 12. C. In connection with ENGINEER's authority as to Applications for,Payment, see Article 14. 9.08 Determinations for Unit Price Work A. ENGINEER will determine the actual quanti- ties and classifications of Unit Price Work performed by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decision thereon will be final and binding (except as modified by ENGINEER to reflect changed factual conditions or more accurate data) upon OWNER and CONTRACTOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work, the quantities and classifications of Unit Price Work, the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, and Claims seeking changes in the Contract Price or Contract Times will be referred initially to ENGINEER in writing, in accordance with the provisions of paragraph 10.05, with a request for a formal decision. B. When functioning as interpreter and judge under this paragraph 9.09, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to this paragraph 9.09 with respect to any such Claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.07) will be a condition precedent to any exercise by OWNER or 00700 - General Conditions REV 5-10-13 00700 - 29 F:1Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents100700 - General Conditions REV 5-10- 13.doc CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim, dispute, or other matter. 9.10 Limitations on ENGINEER's Authority and Responsibilities A. Neither ENGINEER's authority or respon- sibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- tractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. ENGINEER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to ari increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01.A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract. Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by ENGINEER 00700 - General Conditions REV 5-10-13 00700 - 30 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regula- tions, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accu- rate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.B. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.B, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the 00700 - General Conditions REV 5-10-13 00700 - 31 F:\Public WorksENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removah1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in para- graph 11.01.B. 1. Payroll costs for employees in the the basis of their time spent on the Work. salaries and wages plus the cost of fringe contributions, unemployment, excise, and and retirement benefits, bonuses, sick leave, 2. Cost of all materials and equipment furnished and incorporated in the Work, includ- ing costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 3. Payments made by CONTRACTOR to Subcontractors for Work performed by Subcontractors. If required by OWNER, CON- TRACTOR shall obtain competitive bids from subcontractors acceptable to OWNER and CONTRACTOR and shall deliver such bids to OWNER, who will then determine, with the advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as CONTRACTOR's Cost of the Work and fee as provided in this para- graph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary trans- portation, travel, and subsistence expenses of CONTRACTOR's employees incurred in dis- charge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip- ment, machinery,, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not con- sumed which remain the property of CON- TRACTOR. 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 00700 - General Conditions REV 5-10-13 00700 - 32 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents \00700 - General Conditions REV 5-10- 13.doc and damages within the deductible amounts of property insurance established in accordance with paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.B. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of theiWork, 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 00700 - General Conditions REV 5-10-13 00700 - 33 • F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc 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 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 12.01.6.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under para- graphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's fee shall be 15 percent; 00700 - General Conditions REV 5-10-13 00700 - 34 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc b. for costs incurred under paragraph 11.01.A.3, the CONTRACTOR's fee shall be five percent; c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcon- tractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in CONTRACTOR's fee shall be computed on the basis of the net change in accordance with paragraphs 12.01.C.2.a through 12.01.C.2.e, inclusive. 12.02 . Change of Contract Times A. The Contract Times (or Milestones) may only be changed by a Change Order or by a Written Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on written notice submitted by the party making the claim to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10.05. B. Any adjustment of the Contract Times (or Milestones) covered by a Change Order or of any Claim for an adjustment in the Contract Times (or Milestones) will be determined in accordance with the provisions of this Article 12. 12.03 Delays Beyond CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12.02.A. Delays beyond the control of CONTRACTOR shall include, but not be limited to, acts or neglect by OWNER, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. 12.04 Delays Within CONTRACTOR's Control A. The Contract Times (or Milestones) will not be extended due to delays within the control of CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of CONTRAC- TOR. 12.05 Delays Beyond OWNER's and CONTRACTOR's Control A. Where CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay beyond the control of both OWNER and CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount 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 00700 - General Conditions REV 5-10-13 00700 - 35 F:\Public Works\ENGINEERING DIVISION PROJECTS11712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc actions or inactions of OWNER or anyone for whom OWNER is responsible. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of OWNER, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. CONTRACTOR shall provide them proper and safe conditions for such access and advise them of CONTRACTOR's Site safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. OWNER shall employ and pay for the 1. for inspections, tests, or approval • below; C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and fumish ENGINEER the required certificates of inspec- tion or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGI- NEER, it must, if requested by ENGINEER, be uncov- ered for observation. F. Uncovering Work as provided in paragraph 13.03.E shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- ness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGI- NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense. B. If ENGINEER considers it necessary or advisable that covered Work be observed by ENGI- NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose, or otherwise make available for observation, inspec- tion, or testing as ENGINEER may require, that portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory 00700 - General Conditions REV 5-10-13 00700 - 36 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents Contract Documents \00700 - General Conditions REV 5-10- 13.doc replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If, however, such Work is. not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work A. If the Work is dcfcctive, or CONTRACTOR 13.06 Correction or Removal of Defective Work A. CONTRACTOR shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by ENGI- NEER, remove it from the Project and replace it with Work that is not defective. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). 13.07 Correction Period the Project and replace it with Work that is not Frere- If CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, and all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all 00700 - General Conditions REV 5-10-13 00700 - 37 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removak1-Admin\Bid Documents\Contract Documents 100700 - General Conditions REV 5-10- 13.doc fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to ENGINEER's recom- mendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. 13.09 OWNER May Correct Defective Work A. If CONTRACTOR fails within a reasonable time after written notice from ENGINEER to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days written notice to CONTRACTOR, correct and remedy any such deficiency. B. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's representatives, agents and employees, OWNER's other contractors, and ENGINEER and ENGINEER's Consultants access to the Site to enable OWNER to exercise the rights and remedies under this paragraph. C. All Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by OWNER in exercising the rights and remedies under this paragraph 13.09 will be charged against CON- TRACTOR, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, OWNER may make a Claim therefor as provided in paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR's defective Work. D. CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones) because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies under this paragraph 13.09. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The schedule of values established as provid- ed in paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- NEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip - 00700 - General Conditions REV 5-10-13 00700 - 38 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1 -Admin \Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance orother arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated- in the Agreement. B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9.08, and to any other qualifications stated in the recommendation); and c. The conditions precedent to CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER's responsibility to observe the Work. 3. By recommending any such payment ENGINEER will not thereby be deemed to have represented that: (i) inspec- tions made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or entitle OWNER to withhold payment to CONTRACTOR. 4. Neither ENGINEER's review of CONTRACTOR's Work for the purposes of recommending payments nor ENGINEER's recommendation of any payment, including final payment, will impose responsibility on ENGINEER to supervise, direct, or control the Work or for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for CONTRACTOR's failure to comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. Additionally, said review or recommendation will not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes CONTRACTOR has used the moneys paid on account of the Contract Price, or to determine that title to any of the Work, materials, or equipment has passed to OWNER free and clear of any Liens. 5. ENGINEER may refuse to recom- mend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make the representations to OWNER referred to in paragraph 14.02.6.2. ENGINEER may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in 00700 - General Conditions REV 5-10-13 00700 - 39 F1Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc C. 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 atcd in paragraph 15.02.A. Payment Becomes Due 1. Tcn days after presentation of the D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.1. 14.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefore. If ENGINEER considers the Work that the Work is not substantially complete, e e • in writing, stating the reasons therefor. If, after • .. considers the Work substantially complete, 00700 - General Conditions REV 5-10-13 00700 - 40 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc tentative list of items to be completed or corrected) responsibilities pending final payment between • operation, safety, and protection of the Work, and guarantecs. Unless OWNER and payment B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following conditions. 1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will certify to OWNER and ENGINEER that such part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substan- tially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will promptly make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment 1. After CONTRACTOR has, in the opinion of ENGINEER, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guaran- tees, Bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in paragraph 6.12), and other documents, CONTRACTOR may make application for final payment follow- ing the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by subparagraph 5.04.B.7; (ii) consent of the surety, if any, to final payment; and (iii) 00700 - General Conditions REV 5-10-13 00700 - 41 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removall1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in paragraph 14.07.A.2 and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full and an affidavit of CONTRACTOR that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible have been paid or otherwise satis- fied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CON- TRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. B. Review of Application and Acceptance 1. If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons , for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Dug 1. Thirty days after the presentation to CONTRACTOR. 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted 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 TERMI NATION 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 - 00700 - General Conditions REV 5-10-13 00700 - 42 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc TRACTOR shall resume the Work on the date so fixed. 15.02 OWNER May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. CONTRACTOR's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.07 as adjusted from time to time pursuant to paragraph 6.04); 2. CONTRACTOR's disregard of Laws or Regulations of any public body having jurisdiction; 3. CONTRACTOR's disregard of the authority of ENGINEER; or 4. CONTRACTOR's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in paragraph 15.02.A occur, OWNER may, after giving CONTRACTOR (and the surety, if any) seven days written notice, terminate the services of CONTRACTOR, exclude CONTRACTOR from the Site, and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the Site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by OWNER arising out of or relating to completing the Work, such excess will be paid to CONTRACTOR. If such claims, costs, losses, and damages exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such claims, costs, losses, and damages incurred by OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the lowest price for the Work performed. C. Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CON- TRACTOR from liability. 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. 00700 - General Conditions REV 5-10-13 • 00700 - 43 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc 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, _ _ e -- —' • - - - •• • - , 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, _ e e - 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 A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or comple- tion of the Agreement. 17.05 Controlling Law A. This Contract is to be govemed by the law of the state in which the Project is located. 00700 - General Conditions REV 5-10-13 00700 - 44 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00700 - General Conditions REV 5-10- 13.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction SC — 1.00 Defined Terms SC — 1.01 Terminology SC —1.02 Before Starting Construction SC — 2.05 Preconstruction Conference SC — 2.06 Coordination of Plans, Specifications, and Special Provisions SC — 3.06 Subsurface and Physical Conditions SC — 4.02 Performance, Payment and Other Bonds SC — 5.01 Certificates of Insurance SC — 5.03 CONTRACTOR's Liability Insurance SC — 5.04 OWNER's Liability Insurance SC — 5.05 Property Insurance SC — 5.06 Waiver of Rights SC — 5.07 Receipt and Application of Insurance Proceeds SC — 5.08 Acceptance of Bonds and Insurance; Option to Replace SC — 5.09 Labor; Working Hours SC — 6.02 Concerning Subcontractors, Suppliers and Others SC — 6.06 Permits SC — 6.08 Cost of the Work SC — 11.01 Test and Inspections SC —13.03 OWNER May Stop the Work SC —13.05 Correction Period SC —13.07 Progress Payments SC —14.02 Substantial Completion SC —14.04 00800-i 00800 - Supplementary Conditions 05-13 rev 00800 IF:\Public WorksENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc Final Payment SC — 14.07 OWNER May Suspend Work SC —15.01 OWNER May Terminate for Cause SC —15.02 CONTRACTOR May Stop Work or Terminate SC —15.04 Mediation SC —16.02 Liens SC —17.06 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ 00800 -ii 00800 - Supplementary Conditions 05-13 rev 00800 IIF:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Remova1\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC -1.00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No. 1910-8, 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions, which are not so amended or supplemented, remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions. SC -1.01 Defined Terms SC -1.01.A.20. Delete paragraph GC 1.01.A.20 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. 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 1F -Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc the work and to discuss schedules referred to in paragraph 2.05.B, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law 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, Division1 and Division 2 4. Supplementary Conditions to the General Conditions 5. Standard General Conditions of the Construction Contract 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. 00800-2 00800 - Supplementary Conditions 05-13 rev 00800 2F:1Public Works ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin \Bid Documents\Contract Documents\00600 - Supplementary Conditions 05-13 rev.doc SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.B: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of existing conditions at the Site: Existing Conditions Report: Atkins North America. Inc. dated August 10, 2018 D. Reports and drawings itemized in SC -4.02.0 are included with the Bidding Documents. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04.8: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida. This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 00800-3 00800 - Supplementary Conditions 05-13 rev 00800 3F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 2. Longshore and Harbor Workers' Compensation and/or Jones Act workers' protection coverages as required for this project shall also be provided. 3. Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations b. Products/Completed Operations c. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned Autos b. Hired Autos c. Non -Owned Autos. 4. CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work 5. Longshoreman's Insurance: Contractor shall secure and maintain Longshoreman Insurance to the extent required by law. 6. Marine Operators Legal Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence 7. 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: 00800-4 00800 - Supplementary Conditions 05-13 rev 00800 4F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 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. 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 5F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\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.B. Add the following paragraphs immediately after paragraph GC -6.02.B: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. Lane closures are limited to the hours of 9:00 a.m. to 4:00 p.m., unless otherwise authorized by the OWNER in writing. 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. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: 00800-6 00800 - Supplementary Conditions 05-13 rev 00800 6F:\Public Works \ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 1. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "A"): A. US Army Corps of Engineers Permit No.SAJ-2017-00473 (NWP-CMM) B. US Army Corps of Engineers Permit No.SAJ-2016-02916 (SP -AWP) C. Florida Department of Environmental Protection Permit No. 31 -0354699- 006 -EE 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item in which the work is most closely associated with. SC -11.01 Cost of the Work SC -11.01.A.1. Delete paragraph GC -11.01.A.1 in its entirety, and insert the following sentences in its place: 1. CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC -2.06.B) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. SC -13.03 Test and Inspections SC -13.03.B. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: 1. inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.D below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.6 shall be paid as provided in said paragraph 13.04.B; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work 00800-7 00800 - Supplementary Conditions 05-13 rev 00800 7F:\Public Works \ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SC -13.05.A. Delete paragraph GC -13.05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. Correction Period SC -13.07 SC -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place B. SC -14.02 SC -14.02.B.5. in its place: d. SC -14.02.6.5. e. In special circumstances where a particular item of equipment is placed in continu- ous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Progress Payments Delete paragraph GC -14.02.8.5.d in its entirety and insert the following paragraph ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or Add the following sentences at the end of paragraph GC -14.02.8.5: OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or 00800-8 00800 - Supplementary Conditions 05-13 rev 00800 8F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc f OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04 Substantial Completion SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion. The Owner and Contractor acknowledge and agree that: 1) the' failure to include any corrective work, or pending items that are not yet completed, on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.04B Add the following new paragraph immediately after paragraph GC 14.04B: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees 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 00800-9 00800 - Supplementary Conditions 05-13 rev 00800 9F:\Public Works \ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin1Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc 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 Toss 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. 7. CONTRACTOR certifies that it and those related entities of respondent as defined by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars or more, CONTRACTOR certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. OWNER may terminate this Contract if Company is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as defined by section 287.135, Florida Statutes. OWNER may terminate this Contract if Company, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies, that exist for the purpose of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel as set forth in section 215.4725, Florida Statutes. 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: 00800-10 00800 - Supplementary Conditions 05-13 rev 00800 10F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents \00800 - Supplementary Conditions 05-13 rev.doc a .. SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: dues 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 GC17.05: SC -17.06 Liens A. This project is a "Public Works" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice: Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name), pursuant to Chapter 255 of the Florida Statutes. This paragraph shall be inserted in every sub - subcontract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.01, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the Work, have been paid in full. The OWNER may rely on said affidavit at face value. The CONTRACTOR does hereby release, remiss and quit -claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job. ++END OF SUPPLEMENTARY CONDITIONS++ 00800-11 00800 - Supplementary Conditions 05-13 rev 00800 11 F:\Public WorksENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal VI -Admin \Bid Documents\Contract Documents\00800 - Supplementary Conditions 05-13 rev.doc SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT OWNER's Project No. IRC -1712 OWNER'S Bid No. 2019035 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from previous Change Orders No. to $ Substantial Completion: Final Completion: Contract Price prior to this Change Order: $ Net increase (decrease) of this Change Order: $ , Contract Price with all approved Change Orders: $ ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACT TIMES Description Time Original Contract Time: Substantial Completion: Final Completion: (days or dates) Net change from previous Change Orders No. to (days) Substantial Completion: Final Completion: Contract Time prior to this Change Order: Substantial Completion: Final Completion: (days or dates) Net increase (decrease) this Change Order: Substantial Completion: Final Completion: (days or dates) Contract Time with all approved Change Orders: Substantial Completion: Final Completion: (days or dates) RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: 00942 - Change Order Form REV 04-07 00942 - 1 F:1Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal11-Admin\Bid Documents\Contract Documents\00942 - Change Order Form REV 04-07.doc Rev. 05/01 SECTION 00946 - Field Order Form Field Change No.: DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT OWNER's Project No. IRC -1712 OWNER'S Bid No. 2019035 Field Activity Description: Reason for Change: Recommended Disposition: Field Operations Officer / Engineer (Signature) Date Disposition: Contractor's Onsite Supervisor (Signature) Date Distribution: Field Operations Officer Others as Required: On-site Supervisor Project File ** END OF SECTION * * 00946 - Field Order Form REV 04-07 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00946 - Field Order Form REV 04-07.doc SECTION 00948 - Work Change Directive No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR: Project: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT OWNER's Project No. IRC -1712 You are directed to proceed promptly with the following changes: Description: Purpose of Work Change Directive: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Method of determining change in Contract Prices Contract Times Q Unit Prices Q Lump Sum Q Other: 0 By Change Order: 0 Contractor's Records 0 Engineer's Records Q Other: 0 By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: By: RECOMMENDED: By: APPROVED: By: CONTRACTOR (Signature) Date: ENGINEER (Signature) Date: OWNER (Signature) Date: * * END OF SECTION * * 00948 - Work Change Directive F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\00948 - Work Change Directive Rev 06-2013.doc SPECIFICATIONS Division 1 — General Provisions SPECIFICATIONS DIVISION 1 - GENERAL PROVISIONS DIVISION 1 - GENERAL PROVISIONS SECTION 01009 - SPECIAL PROVISIONS SECTION 01010 - SUMMARY OF WORK SECTION 01024 - FORCE ACCOUNT SECTION 01025 - MEASUREMENT AND PAYMENT SECTION 01040 - COORDINATION SECTION 01091 - REFERENCE STANDARDS SECTION 01100 - SPECIAL PROJECT PROCEDURES SECTION 01215 - GENERAL QUALITY CONTROL SECTION 01220 - PROGRESS MEETINGS SECTION 01310 - CONSTRUCTION SCHEDULES SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS SECTION 01350 - ENVIRONMENTAL PROTECTION SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01530 - BARRIERS AND SECURITY FENCING SECTION 01541 - PROTECTION OF THE WORK AND PROPERTY SECTION 01545 - HURRICANE AND SEVERE STORM PLAN SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS SECTION 01570 - LANDSIDE MAINTENANCE AND ACCESS SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT SECTION 01611 - STORAGE OF MATERIAL AND EQUIPMENT SECTION 01630 - SUBSTITUTIONS SECTION 01700 - CONTRACT CLOSEOUT SECTION 01710 - SITE CLEANUP AND RESTORATION SECTION 01820 - POST FINAL INSPECTION F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01009 - SPECIAL PROVISIONS 1.1 GENERAL B. 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. C. 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. D. 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, Vero Beach, Florida 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. E. 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. F. 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. END OF SECTION 01009 01009-1 01009 -Special Provisions F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01010 - SUMMARY OF WORK 1 GENERAL 1.1 PROJECT DESCRIPTION A. The project consists of the demolition and disposal of the existing Wabasso fishing pier, approach sidewalks, and associated debris. The pier was severely damaged during Hurricane Matthew in 2016, with eight sections displaced and laying on the river bottom. The entire pier and support structure, both, intact and displaced sections, will be removed and portions of these structures that meet the requirements of this project shall be placed at a permitted offshore artificial reef site. B. The project is located on the south side of and parallel to the westernmost span of the Wabasso Causeway (Bridge Blvd / CR 510), in Wabasso, Florida and is referred to as the Wabasso Fishing Pier Demolition and Debris Removal Project. 1.2 WORK DESCRIPTION A. The Work of this project consists of: 1. Removal of the existing pier, access ramps, access walkways, and other structures and disposal of the associated debris as shown on the Drawings. This work includes: i. Demolition, removal, and disposal of the current concrete pier including the concrete decking, the concrete piles, concrete caps, the handrails, and other associated structures. i. Demolition, removal, and disposal of the current pier access sidewalks. i. Demolition, removal, and disposal of underwater debris at the project site within the boundary shown on the Drawings. 2. Place all clean concrete component(s) at 1 of the 12 approved offshore artificial reef sites located approximately five miles east-southeast of Sebastian Inlet. This reef site was authorized by USACE Permit SAJ-2016- 02916 (SP -AWP). All conditions and requirements of that permit must be complied with. 3. Removal of all metal railings, brackets, exposed reinforcing or other fittings of the concrete structures. Said material shall be disposed of at an approved upland facility. 4. All incidental work and items necessary to complete the project as shown on the Drawings and specified herein. B. In carrying out the Work, the CONTRACTOR is to comply with all applicable material and construction requirements specified in these Contract Documents. C. The Drawings and Specifications are complementary, so that materials and work indicated, called for, or implied by the one and not by the other shall be supplied 01010- 1 01010 — Summary of Work F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions and installed as though specifically called for by both. The Drawings are to be considered diagrammatic, not necessarily showing in detail or to scale the arrangement and position of the pier components. If the CONTRACTOR discovers any discrepancies in the Contract Documents, the OWNER or ENGINEER shall be shall be notified immediately. 1.3 CONTRACT PRICE A. The CONTRACTOR's compensation for all demolition, materials, labor, equipment, and other costs associated with completing work shown on the Drawings and included in the Specifications will be deemed to be included in the unit prices for each item of work listed in the itemized bid schedule submitted with the CONTRACTOR's Bid. B. The Contract Price will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item. 1.4 WORKING HOURS A. Unless otherwise approved in advance by the OWNER or ENGINEER, working hours at the project site will be restricted to the following: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, generally from 7 AM to 5 PM and limited to one half hour after sunrise through one half hour before sundown; no nighttime operations will be allowed. Work outside these hours/days will not be permitted without the written approval from the OWNER or ENGINEER. END OF SECTION 01010 01010- 2 01010 — Summary of Work F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. 1.2 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 01024- 1 01024 — Force Account F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01025 - MEASUREMENT AND PAYMENT 1 GENERAL 1.1 MEASUREMENT OF QUANTITIES A. All work completed under the Contract will be measured by the OWNER or ENGINEER based on observed progress of each item specified on the Itemized Bid Schedule. B. This contract is being awarded and paid on unit price basis for each item of work listed in the itemized bid schedule. C. The lump sum and unit prices specified on the itemized bid schedule include all costs including equipment, labor, direct charges, indirect charges, profit, incidental cost, taxes, and/or any other cost associated with that item. All appropriate costs shall be applied to the closest applicable item. D. The term "lump sum," when used as an item of payment, will mean complete payment for the work described for that item. E. The term "unit price," when used as an item of payment, will mean complete payment for the work described for that item. F. An inspector designated by the OWNER or ENGINEER will observe all work. The inspector shall confirm that work has been completed in accordance with the contract documents and all work has been completed to the satisfaction of the OWNER. G. The CONTRACTOR is responsible for all work until it is inspected and accepted by the OWNER or ENGINEER. This includes replacing or repairing damages from wind, waves, and storms to the satisfaction of the OWNER or ENGINEER. Work will be inspected and accepted by the OWNER's or ENGINEER's Representative as sections of the pier removal are completed. END OF SECTION 01025 1025-1 01025 Measurement F:\Public Works \ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01040 - COORDINATION 1 GENERAL 1.1 PRE -CONSTRUCTION MEETING A. Prior to commencement of work, CONTRACTOR will attend a pre -construction meeting with the OWNER, the ENGINEER, and other parties as deemed necessary by the OWNER and the ENGINEER to clarify the administrative procedures for prosecution of the work and explain any requirements of the Contract Documents which are not understood. 1.2 COORDINATION OF DRAWINGS AND SPECIFICATIONS A. Before execution of the Work, the CONTRACTOR is to review all Drawings and Specifications and immediately report to the ENGINEER, in writing, all errors, discrepancies, and/or omissions discovered and submit one set of Contract Documents marked in red pencil clearly indicating the discrepancies. B. Where variances occur between the Drawings and Specifications, or within either document itself, the CONTRACTOR is to include the item or arrangement of better quality, greater quantity, or higher cost in the Bid Price. The ENGINEER will have the final decision regarding the item and manner in which the work is to be installed. C. Where such variances are encountered, the CONTRACTOR is to notify the ENGINEER for interpretation or decision before proceeding with the work, and such interpretation or decision will be final. D. The CONTRACTOR is to compare the Drawings and verify the figures before laying out work. The CONTRACTOR will be held responsible for conflicts, which might have been avoided by such verification. E. Drawings are diagrammatic and indicate general arrangement of systems and work included in the Contract. The CONTRACTOR will: 1. Follow the Drawings in laying out the work and check the Drawings of various trades to verify spaces in which work is to be installed. 2. Notify the ENGINEER where space conditions appear inadequate before proceeding. 3. If directed by the ENGINEER, make reasonable modifications in layout as needed to prevent conflict with work of various trades or for proper execution of work, without extra charge. 1040-1 01040 Coordination F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 1.3 COORDINATION RESPONSIBILITIES A. Subcontractor Coordination. The CONTRACTOR will: 1. Verify Subcontractors are knowledgeable of all applicable Contract Documents and are responsible for conforming to applicable requirements and instructions stated, including all permit requirements. 2. Assume responsibility for administering Work performed by Sub- CONTRACTORs. END OF SECTION 01040 1040-2 01040 Coordination F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01091 - REFERENCE STANDARDS 1.1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body, it shall be construed to mean the latest standard, code, specification or tentative specification adopted and published at the date of advertisement for bids, unless noted otherwise in the Technical Specifications or on the Drawings. When a reference standard is specified, comply with requirements and recommendations stated in that standard, except when they are modified by the Contract Documents, or when applicable laws, ordinances, rules, regulations or codes establish stricter standards. The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full. B. Reference to a technical society, organization, or body may be made in the Specifications by abbreviations, in accordance with the following list: AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED.SPEC. Federal Specifications 01091-1 01091 Reference Standards F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection DNR Department of Natural Resources NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. USACE US Army Corps of Engineers 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 01091-2 01091 Reference Standards F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01100 - SPECIAL PROJECT PROCEDURES 1 GENERAL 1.1 EQUIPMENT, PERSONNEL, SUBCONTRACTORS, AND OPERATING LIMITS AND SAFETY PLAN A. Unless approved in advance by the OWNER or ENGINEER, the CONTRACTOR is to employ the Equipment, Key Personnel, Subcontractors, and Safety Plan contained within the Bid. B. Failure of the CONTRACTOR to employ the Equipment, Key Personnel, Subcontractors, or Safety Plan contained within its Bid shall be sufficient cause for certification by the ENGINEER that the CONTRACTOR is not performing Work in accordance with this Contract. In this event, the OWNER may elect to terminate the Contract in accordance with the terms of the General Provisions. 1.2 EXISTING SITE CONDITIONS A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Where the work of this Project is to be performed in areas of existing facilities and improvements, the CONTRACTOR is to: 1. OWNER Occupancy: Allow for OWNER occupancy of portions of the site and for use by the public at any and all times during the life of the contract. The OWNER reserves the right to maintain and provide full public access to the Site within the contract limits at any time during the entire life of the contract. CONTRACTOR will be responsible for securing and maintaining temporary construction fencing as necessary to achieve and maintain this access. 2. CONTRACTOR shall, throughout the life of the contract, maintain clear access to all areas of the pier to personnel of Indian River County (OWNER) for maintenance and repair operations. Specifically, the OWNER and/or its agents shall be unencumbered from performing all required maintenance operations for all areas adjacent to and within the contract limits. 3. Construction Entrances: Keep all construction entrances, if required, serving the premises clean, clear and available to the OWNER, OWNER's employees, emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Provide flag -person services for all deliveries into and out of the site so as to protect the public. b. Secure all construction entrances to the site at all times. Wabasso Fishing Pier Demolition and Debris Removal 01100-1 SPECIFICATIONS Division 1 — General Provisions c. Provide durable signage limiting public access to the construction site at all entrances as directed by the Construction Manager. f.. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 4. Coordinate the work with the OWNER's utilization of such facilities and improvements. 5. Make provisions to minimize restriction of access to public and private property and facilities. 6. Minimize disruption of traffic. 7. Exercise extreme care to prevent damage to and interference with the existing facilities and improvements. C. Use of Existing Site: Maintain existing site throughout the construction period. Repair damage caused by construction operations. D. The CONTRACTOR is to provide, install, and maintain highly visible warning signs, fences, barriers and other safety devices to warn the public of the dangers of the construction site. 1.3 EXISTING UTILITIES A. All existing utilities and appurtenances may not be shown on the Drawings. The CONTRACTOR shall locate the character and depths of all existing utilities in the project area prior to performing any Work. The CONTRACTOR shall contact each utility agency to obtain its requirements concerning the work in the vicinity of its facilities and exercise extreme caution to eliminate any possibility of damage to utilities resulting from project operations. Specifically concerning the FPL sub -aqueous crossing, the CONTRACTOR shall submit to the OWNER or ENGINEER a plan approved by FPL identifying required clearances and protection methods. The OWNER and ENGINEER will assume no liability for damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures. The CONTRACTOR shall have no claim for delay or for extra compensation and that they shall have no claims for relief from any obligation or responsibility under the Contract on account of any utility conflict encountered. 1.4 WATER POLLUTION PREVENTION AND EROSION CONTROL A. The CONTRACTOR shall take all actions necessary to prevent contamination of or disturbance to the environment or natural habitat of the properties adjacent to the site, and comply with the requirements and restrictions set by the federal, state and local regulatory agencies having jurisdiction. This includes the requirements contained in these specifications, the drawings, and the permits issued by the Florida Department Wabasso Fishing Pier Demolition and Debris Removal 01100-2 SPECIFICATIONS Division 1 — General Provisions of Environmental Protection (FDEP) and the U.S. Army Corps of Engineers that are included as Exhibits with this Contract. 1.5 EXISTING BATHROOMS A. Unless otherwise approved by the ENGINEER, the CONTRACTOR shall keep the existing public restrooms open for use by the public during construction. 1.6 STORM PROTECTION MEASURES A. The CONTRACTOR is responsible for taking measures needed to protect the Project during storm events and times of high wind and wave conditions. This includes: 1. Securing or removing all loose materials on the uplands. 2. Removing and/or securing all vessels and on -water equipment. 1.7 RESTORATION OF CONSTRUCTION ACCESS AND STAGING AREAS A. At the completion of all construction work, the CONTRACTOR is responsible for restoring the construction access and staging areas to their condition at the start of the project. This includes: 1. Removing all construction equipment, supplies, materials, and other related facilities. 2. Removing all security fencing, temporary signs, and temporary utilities. 3. Restoring the parking lot, walkways, curbing, pavement markings, signage, irrigation systems, utilities, and other existing features to their original condition. 4. Restore landscaping to its original condition. END OF SECTION 01100 Wabasso Fishing Pier Demolition and Debris Removal 01100-3 SPECIFICATIONS Division 1 — General Provisions SECTION 01215 - GENERAL QUALITY CONTROL 1.1 DESCRIPTION OF REQUIREMENTS A. Definitions: Specific quality control requirements for the work are indicated throughout the Contract Documents. The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products. The term "Quality Control" includes, but is not necessarily limited to, inspection and testing and associated requirements. This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance. 1.2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests. B. CONTRACTORS General Responsibility: No failure of test agencies, whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents. It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR, OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program, as needed for general assurance of compliance. 1.3 QUALITY ASSURANCE A. General Workmanship Standards: It is a requirement that each category of tradesman or installer performing the work be pre -qualified, to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards. 1.4 PRODUCT DELIVERY -STORAGE -HANDLING Handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at the project site prior to installation. 01215-1 01215 General Quality Control F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 in the area of the pier demolition site and parking areas on both side. The purpose of the videos is to determine any damage to private or public property during construction. The pre -construction 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 construction area. 3) 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 01215-2 01215 General Quality Control F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01220 - PROGRESS MEETINGS 1.1 GENERAL A. This Section specifies administrative and procedural requirements for project meetings including but not limited to: 1. Pre -Construction Meeting 2. Weekly Progress Meetings 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 PRE -CONSTRUCTION MEETING A. The OWNER or ENGINEER will schedule a pre -construction conference and organization meeting at a convenient location prior to commencement of construction activities. The purpose of the meeting will be to review responsibilities and personnel assignments, to clarify the administrative procedures for prosecution of the work, and to explain any requirements of the Contract Documents which are not understood. B. Agenda: Discuss items of significance that could affect progress including such topics as: 1. The Project Team and its responsibilities 2. The lines of communication 3. Project demolition, removal, and disposal schedule and sequence of demolition, removal, and disposal 4. Payments to the CONTRACTOR 5. Schedule of Values 6. Safety plan 7. Mobilization and staging 8. Plans for demolition and disposal of the existing pier and associated facilities, including the artificial reef site to be used 9. Traffic maintenance 10. Progress meetings 11. Changes in the work 12. Substitutions 13. Inspections 14. Environmental Monitoring and Permit Conditions 15. Clarifications 01220-1 01220 Progress Meetings F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 16. Time extensions 17. Project acceptance procedures 18. Retainage and final payment 1.3 PROGRESS MEETINGS A. The CONTRACTOR shall attend progress meetings held at the project site with the ENGINEER and other entities. Meetings will be held once per week or as agreed upon. B. Meetings will be administered by the OWNER or ENGINEER. The following list of suggested agenda items may be incorporated into progress meetings as directed by the ENGINEER: 1. Review, approval of minutes of previous meeting. 2. Review of work progress since last meeting. 3. Review of construction schedule, and planned progress for next period. 4. Field observations, problems, and conflicts. 5. Problems which impede demolition schedule. 6. Corrective measures and procedures to regain projected schedule. 7. Revision to demolition schedule. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Review submittal schedules; expedite as required. 10. Change Orders. 11. Maintenance of quality standards. 12. Review proposed changes for effect on demolition schedule and on completion date. 13. Coordination between parties. 14. Safety concerns. 15. Other business. C. Reporting: 1. The OWNER or ENGINEER will distribute copies of minutes of the meeting to each party present and to other parties as deemed appropriate by the ENGINEER. 2. Schedule Updating: The CONTRACTOR shall revise the construction schedule after each progress meeting where revisions to the schedule have been approved or recognized and issue the revised schedule concurrently with the report of each meeting. 1.4 MINIMUM ATTENDANCE A. CONTRACTOR 01220-2 01220 Progress Meetings F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. END OF SECTION 01220 01220-3 01220 Progress Meetings F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01310 - CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B. Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. C. Prior to pre -construction meeting, the CONTRACTOR shall prepare and submit to the OWNER or ENGINEER for review, a proposed construction schedule as described below. 1 The CONTRACTOR shall submit to the OWNER or ENGINEER a detailed schedule showing the start and end dates of the various tasks needed to complete the project within the time allotted by the Contract. 2. The schedule shall show initial start work dates and duration for each major demolition stage, and work sequence. 3. The CONTRACTOR shall identify elements of the demolition schedule, which the CONTRACTOR determined to be critical to orderly progress the Work and to the sequence of demolition. 4. The schedule shall depict the timeline of the project in a critical path format showing the proposed times of starting and completing the various activities of the Work to be encountered in completing the Project. The demolition schedule shall be provided in a form permitting determination of the relative significance between each activity and establishing their ultimate sequence and duration. 5. The following list is provided as the minimum number of activities to be included in the construction schedule. • Mobilization • Removal of the damaged/submerged existing pier and associated debris • Demolition and removal of intact existing pier • Placement of acceptable material within permitted offshore artificial reef area • Disposal of unsuitable materials at upland facility • Sidewalk demolition, including grading and sodding • Site cleanup and restoration • Demobilization 6. Weather delay days will not be allowed for typical weather events (i.e. afternoon thunder storms). The CONTRACTOR may request weather delay days for non -typical weather events that prevent operations for 01310-1 01310 Construction Schedule F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions more than half the available working hours in a given day. Requests for weather delay days must be submitted to the OWNER or ENGINEER via email for verification and approval. 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. 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 01310-2 01310 Construction Schedule F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. 01340-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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] 01340-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions CONTRACTOR SUBMITTALS SUBMITTAL NO. CONTRACTOR: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No.: IRC -1712 ['Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -CONTRACTOR: Remarks: *********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ 1 R C ENGINEERing Div. ❑ 1 R C Utilities Services Remarks: * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * IRC Engineering Division 1801 27th Street Vero Beach, FI. 32960 Remarks: Date Rec'd from CONTRACTOR Date Ret'd to CONTRACTOR No. Copies Ret'd Distribution of Copies: IRC Engineering Division Office File Field Office File 01340-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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, I. 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 equipment which is fabricated or delivered prior to the approval of Shop Drawings. Materials or equipment requiring Shop Drawings which have 01340-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. O. 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. P. 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. 1.7 PROJECT SUBMITTALS A. CONTRACTOR Construction Schedule — The CONTRACTOR shall submit an initial schedule two weeks prior to the preconstruction meeting. Schedule updates shall be submitted on a weekly basis at the weekly progress meetings. B. Daily Progress Reports — The CONTRACTOR shall submit a sample daily progress report two weeks prior to the preconstruction meeting. Daily progress reports shall be submitted to the OWNER or ENGINEER on a weekly base. Daily progress reports shall include the following information: 1. Date and signature of the author of the report; 2. Field notes of all surveys; 3. Notes on all inspections; 4. Details of Health and Safety inspections and meetings; 5. A brief description of any Change Orders, Field Orders, Claims, Clarifications, or Amendments; 6. Condition of all navigation aids (i.e., warning signs, lighted marker buoys) and any repairs performed on them; 7. Weather conditions (adverse weather day, wind speed and direction, temperature, wave height, precipitation, etc.); 8. Basic progress details for demolition and offshore placement work. 9. The amount of time lost to severe weather, personnel injury, turbidity violations, encounters with threatened or endangered species, etc.; 10. Notes regarding compliance with the Progress Schedule; 01340-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 11.1 Visitor log. C. Hurricane and Severe Storm Plan — The CONTRACTOR shall develop and maintain a written Hurricane and Severe Storm Plan. Said plan shall be submitted to the OWNER or ENGINEER two weeks prior to the preconstruction meeting. The Plan shall address the severe storm requirements included in the contract documents. D. Environmental Protection Plan — The CONTRACTOR shall develop and maintain a written Environmental Protection Plan. Said plan shall be submitted to the OWNER or ENGINEER two weeks prior to the preconstruction meeting. The Plan shall address the environmental protection requirements included in the contract documents. E. Health and Safety Plan — The CONTRACTOR shall develop and maintain a written Health and Safety Plan. This plan shall include all site-specific protection measures that the CONTRACTOR will employ during construction. Said plan shall be submitted to the OWNER or ENGINEER two weeks prior to the preconstruction meeting. F. Turbidity Monitoring Reports — The CONTRACTOR shall submit Turbidity Monitoring Reports to the OWNER or ENGINEER for review daily. Turbidity monitoring shall be conducted by the CONTRACTOR as specified in the Florida Department of Environmental Protection Environmental Resource Permit and the Specifications. G. Work Plan — The CONTRACTOR shall submit a Work Plan to the OWNER or ENGINEER for two weeks prior to the preconstruction meeting. The work plan shall include description of proposed equipment, demolition methodologies, offshore placement methodologies, upland disposal arrangements, utility protection plans, and other pertinent information necessary to generally describe proposed operations. The Hurricane and Severe Storm Plan, Environmental Protection Plan, and Health and Safety Plan may be incorporated into a single Work Plan document. END OF SECTION 01340 01340-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01350 - ENVIRONMENTAL PROTECTION 1 GENERAL 1.01 SUMMARY This section covers monitoring and prevention of environmental pollution and damage as the result of construction operations under this Contract and for those measures set forth in other technical requirements of these Specifications. For the purpose of this Specification, environmental pollution and damage are defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic, cultural, and/or historical purposes. The monitoring and control of environmental pollution and damage requires consideration of air, water, and land, and includes management to visual esthetics, noise, solid waste, radiant energy and radioactive materials, as well as other pollutants. 1.02 REFERENCES The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by basic designation only. U.S. Code of Federal Regulations 40 CFR 260 Hazardous Waste Management System: General 40 CFR 261 Identification and Listing of Hazardous Waste 49 CFR 171 — 178 Hazardous Materials Regulations 1.03 DEFINITIONS A. Environmental Protection: Environmental protection is the prevention/control of pollution and habitat disruption that may occur to the environment during construction. The control of environmental pollution and damage requires consideration of land, water, and air; biological and cultural resources; and includes management of visual aesthetics; noise; solid, chemical, gaseous, and liquid waste; radiant energy and radioactive material as well as other pollutants. B. CONTRACTOR Generated Hazardous Waste: CONTRACTOR generated hazardous waste means materials that, if abandoned or disposed of, may meet the definition of a hazardous waste. These waste streams would typically consist of material brought on site by the CONTRACTOR to execute Work, but are not fully consumed during the course of construction. Examples include, but are not 01350-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions limited to, excess paint thinners (i.e., methylethylketone; toluene, etc.}, waste thinners, excess paints, excess solvents, waste solvents, and excess pesticides, and contaminated pesticide equipment rinse water. C. Land Application for Discharge Water: The term "Land Application" for discharge water implies that the CONTRACTOR shall discharge water at a rate which allows the water to percolate into the soil. No sheeting action, soil erosion, discharge into storm sewers, discharge into defined drainage areas, or discharge into the "waters of the State" shall occur. Land Application shall be in compliance with all applicable Federal, State, and local laws and regulations. D. Surface Discharge: The term "Surface Discharge" implies that the water is discharged with possible sheeting action and subsequent soil erosion may occur. Waters that are surface discharged may terminate in drainage ditches, storm sewers, creeks, and/or "waters of the United States" and would require a permit to discharge water from the governing agency. E. Quality Control: The CONTRACTOR shall establish and maintain quality control for environmental protection of all items set forth herein. The CONTRACTOR shall record on Daily Progress Reports or attachments thereto, any problems in complying with laws, regulations and ordinances, and corrective action taken. 1.04 PERMITS The CONTRACTOR shall be responsiblefor obtaining all required federal, state, municipal, and environmental permits not supplied by the OWNER or ENGINEER. The CONTRACTOR shall familiarize himself and his personnel with all building and environmental protection permits (Appendix) issued for this Project, and shall comply with all requirements under the terms and conditions set forth therein. A copy of all permits shall be kept onsite at all times and shall be attached to the Environmental Protection Plan. Permits shall be displayed in accordance with all federal, state, and local laws. 1.05 SUBMITTALS A. Pre -Construction Submittals The following shall be submitted to the OWNER or ENGINEER no less than fourteen (14) days prior to the Pre -Construction Conference for approval: A. Environmental Protection Plan: No less than fourteen (14) days prior to the Pre -Construction Conference, the CONTRACTOR shall submit to the 01350-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions OWNER or ENGINEER, in writing, an Environmental Protection Plan. Approval of the CONTRACTOR 's plan will not relieve the CONTRACTOR of his responsibility for adequate and continuing control of pollutants and other environmental protection measures. A copy of the Environmental Protection Plan shall be kept onsite at all times. The Environmental Protection Plan shall include, but not be limited to, the following: a. A list of federal, state, and local laws, regulations, and permits concerning environmental resource protection including, but not limited to: protection of fish and wildlife; protection of threatened and endangered species; protection of water quality; and, pollution control and abatement that are applicable to the CONTRACTOR 's proposed operations and the requirements imposed by those laws, regulations, and permits. b. Methods of protection of features to be preserved within Work areas. The CONTRACTOR shall prepare a listing of methods to protect resources needing protection (i.e., trees, grasses and ground covers, air and water quality, fish and wildlife, soil, and archeological and cultural resources). c. Procedures to be implemented to provide the required environmental protection and to comply with the applicable laws and regulations. The CONTRACTOR shall provide written assurance that immediate corrective action will be taken to correct pollution of the environment due to accident, natural causes or failure to follow the procedures set out in accordance with the environmental protection plan. d. A permit or license for and the location of the solid waste disposal facility to be used for disposal of solid wastes resulting from this Project. e. Drawings showing locations of material storage areas, sanitary facilities, and stockpiles of excess or spoil materials. f. Environmental monitoring plans for the job site including land, water, air, noise and protected species monitoring. g. Methods of protecting surface and ground water during construction activities. h. Methods of controlling dust resulting from construction operations. i. Oil spill prevention plan. j. Oil spill contingency plan. k. A statement as to the person(s) who will be responsible for implementation of the Environmental Protection Plan. The CONTRACTOR personnel responsible shall report to the 01350-3 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions CONTRACTOR 's top management, and shall have the authority to act for the CONTRACTOR in all environmental protection matters. The names and qualifications of those entities selected by the CONTRACTOR to conduct the turbidity monitoring. m. An erosion and sediment control plan which identifies the type and location of the erosion and sediment controls to be provided. The plan shall include monitoring and reporting requirements to assure that the control measures are in compliance with the erosion and sediment control plan, Federal, State, and local laws and regulations. n. Drawings showing locations of proposed temporary excavations or embankments for haul roads, stream crossings, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials including methods to control runoff and to contain materials on the site. o. Traffic control plans including measures to reduce erosion of temporary roadbeds by construction traffic, especially during wet weather. Plan shall include measures to minimize the amount of mud transported onto paved public roads by vehicles or runoff. Plan shall also include dust control measures. p. A contaminant prevention plan that identifies potentially hazardous substances to be used on the job site; identifies the intended actions to prevent introduction of such materials into the air, water, or ground; and, details provisions for compliance with Federal, State, and local laws and regulations for storage and handling of these materials. A copy of the Material Safety Data Sheets (MSDS) and the maximum quantity of each hazardous material to be on site at any given time shall be included in the contaminant prevention plan. As new hazardous materials are brought on site or removed from the site, the plan shall be updated. q. A waste water management plan that identifies the methods and procedures for management and/or discharge of waste waters which are directly derived from construction activities, such as concrete curing water, clean-up water, dewatering of ground water, disinfection water, hydrostatic test water, and water used in flushing of lines. If a settling/retention pond is required, the plan shall include the design of the pond including drawings, removal plan, and testing requirements for possible pollutants. If land application will be the method of disposal for the waste water, the plan shall include a sketch showing the location for land application along with a description of the pretreatment methods 01350-4 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions to be implemented. If surface discharge will be the method of disposal, a copy of the permit'and associated documents shall be included as an attachment prior to discharging the waste water. If disposal is to a sanitary sewer, the plan shall include documentation that the Waste Water Treatment Plant Operator has approved the flow rate, volume, and type of discharge. r. A historical, archaeological, cultural resources, biological resources, and wetlands plan that defines procedures for identifying and protecting historical, archaeological, cultural resources, biological resources and wetlands known to be on the Project site, and/or identifies procedures to be followed if historical, archaeological, cultural, or biological resources and wetlands not previously known to be onsite or in the Project area are discovered during construction. The plan shall include methods to assure the protection of known or discovered resources and shall identify lines of communication between CONTRACTOR personnel and the OWNER or ENGINEER. B. Turbidity Monitoring and Control Plan: No less than fourteen (14) days prior to the Pre -Construction Conference, the CONTRACTOR shall submit to the OWNER or ENGINEER, in writing, a Turbidity Monitoring and Control Plan. The turbidity monitoring portion of the plan shall be consistent with, but not limited to, the Specific Conditions set forth in the FDEP Permit. The turbidity control portion of the plan shall detail the means and methods for discharge of water from the dewatering facility including a description of any water control structures proposed for use. C. Threatened and Endangered Species Monitoring and Protection Plan: No Tess than fourteen (14) days prior to the Pre -Construction Conference, the CONTRACTOR shall submit to the OWNER or ENGINEER, in writing, a Threatened and Endangered Species Monitoring and Protection Plan consistent with, but not limited to, the requirements set forth in the FDEP Permit and the U.S. Army Corps of Engineers Nationwide Permit (See Appendix). B. During Construction Submittals The following shall be submitted to the OWNER or ENGINEER during construction activities: 01350-5 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions A. Turbidity Monitoring Reports: The CONTRACTOR shall provide the OWNER or ENGINEER turbidity monitoring reports daily during dredging and dewatering of muck material. Turbidity monitoring reports for the previous work day shall be submitted to the OWNER or ENGINEER no later than 2:00 pm the following day. B. Turbidity Violations and Corrective Action: The CONTRACTOR shall immediately report to the OWNER or ENGINEER any turbidity violations where turbidity measurements exceed 29 Nepholometric Turbidity Units (NTU) above natural background conditions at either the dredge area or at the effluent discharge from the dewatering facility as specified in the FDEP Permit. The CONTRACTOR shall also include a description of the corrective actions to be taken. C. Manatee, Sea Turtle, or Smalltooth Sawfish Collision or Injury: The CONTRACTOR shall immediately report to the OWNER any collision with and/or injury to a manatee, sea turtle, or smalltooth sawfish. 1.06 NONCOMPLIANCE The OWNER or ENGINEER will notify the CONTRACTOR in writing of any observed noncompliance with the aforementioned federal, state, or local laws or regulations, permits and other elements of the CONTRACTOR 's Environmental Protection Plan. The CONTRACTOR shall, after receipt of such notice, inform the OWNER or ENGINEER of proposed corrective action and take such action as may be approved. If the CONTRACTOR fails to comply promptly, the OWNER or ENGINEER may issue a verbal or written order stopping all or part of the Work until satisfactory corrective action has been taken. No time extensions shall be granted, or costs or damages allowed to the CONTRACTOR, for any such suspension. Monitoring of permit and/or regulatory compliance by the OWNER or ENGINEER is for the sole benefit of the OWNER or ENGINEER and shall not relieve the CONTRACTOR of the responsibility of knowing and complying with all local, State, and Federal laws and regulations concerning the protection of environmental resources, nor does it relieve the CONTRACTOR of the responsibility for ensuring that all environmental permit requirements governing the Project work are met. 2.0 PRODUCTS (Not Used) 3.0 EXECUTION 01350-6 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 3.01 PROTECTION OF ENVIRONMENTAL RESOURCES The environmental resources within the Project boundaries and those affected outside the limits of Work under this Contract shall be protected during the entire period of this Contract. The CONTRACTOR shall confine his activities to areas defined by the Drawings and Specifications. The CONTRACTOR shall comply with all applicable environmental Federal, State, and local laws and regulations. The CONTRACTOR shall be responsible for any costs due to delays resulting from failure to comply with environmental laws and regulations. 3.02 SUBCONTRACTORS The CONTRACTOR shall ensure compliance with this specification and all environmental protection measures by all Subcontractors. 3.03 PROTECTION OF WETLANDS The CONTRACTOR shall protect all wetland areas both inside and adjacent to the Project and work areas from erosion, siltation, scouring, and/or dewatering resulting from CONTRACTOR 's operations. There shall be no storage of tools, materials (i.e. clearing debris, lumber, fill dirt) within wetlands, along the shoreline within the littoral zone, or elsewhere within Waters of the State except as specified in the Specifications and/or Drawings. Turbidity/erosion controls shall be installed prior to any clearing, excavation, or placement of fill material and shall be maintained in an effective condition at all locations until construction is completed and disturbed areas are stabilized. Staked filter cloth shall be placed at the edge of fill slopes adjacent to wetlands to prevent turbid run-off and erosion. 3.04 PROTECTION OF LAND RESOURCES The CONTRACTOR shall confine all activities to areas defined by the Drawings and Specifications. Prior to the beginning of any construction, the CONTRACTOR shall identify any land resources to be preserved within the work area. Except in areas indicated on the Drawings or specified to be cleared, the CONTRACTOR shall not remove, cut, deface, injure, or destroy land resources including trees, shrubs, vines, grasses, topsoil, and land forms without approval. No ropes, cables, or guys shall be fastened to or attached to any trees for anchorage unless specifically authorized by the OWNER or ENGINEER. The CONTRACTOR shall provide effective protection for land and vegetation resources at all times as defined in the following subparagraphs. Stone, soil, or other materials displaced into un- cleared areas shall be removed by the CONTRACTOR. 01350-7 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 3.05 WORK AREA LIMITS Prior to commencing construction activities, the CONTRACTOR shall mark the areas that need not be disturbed under this Contract. Isolated areas within the general work area which are not to be disturbed shall be marked or fenced. Monuments and markers shall be protected before construction operations commence. The CONTRACTOR 's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. The CONTRACTOR shall restore landscape features damaged or destroyed during construction operations outside the limits of the approved work area. 3.06 CONTRACTOR FACILITIES AND WORK AREAS The CONTRACTOR 's field offices, staging areas, stockpile storage, and temporary buildings shall be placed in areas designated on the Drawings or as directed by the OWNER or ENGINEER. Temporary movement or relocation of CONTRACTOR facilities shall be made only when approved by the OWNER or ENGINEER. Erosion and sediment controls shall be provided for on-site borrow and spoil areas to prevent sediment from entering nearby waters. 3.07 DISPOSAL OF SOLID WASTE BY REMOVAL The CONTRACTOR shall transport all solid waste offsite and dispose of it in compliance with Federal, State, and local requirements for solid waste disposal. 3.08 DISPENSING OF FUEL Fuel dispensers shall have a 4 -foot square, 16-guage metal pan with borders banded up and welded at corners right below the bibb. Edges of the pan shall be 8 -inch minimum in depth to ascertain that no contamination of the ground takes place. Pans shall be cleaned by the approved method immediately after every dispensing of fuel and wastes disposed of off-site in an approved area. Should any spilling of fuel occur, the CONTRACTOR shall immediately recover the contaminated ground and dispose of it off site in an approved area. 01350-8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 3.09 DISPOSAL OF CHEMICAL WASTE Chemical waste shall be stored in corrosion resistant containers, removed from the Work area and disposed of in accordance with federal, state, and local regulations. 3.10 DISPOSAL OF DISCARDED MATERIALS Discarded materials other than those which can be included in the solid waste category shall be handled as directed by the OWNER or ENGINEER. 3.11 PROTECTION OF WATER RESOURCES The CONTRACTOR shall keep construction activities under surveillance, management, and control to avoid pollution of surface and ground waters.. Special management techniques as set forth below shall be implemented to control water pollution by the CONTRACTOR 's construction activities. 3.12 MONITORING REQUIREMENTS Monitoring of Water Areas Affected by Construction Activities shall be the responsibility of the CONTRACTOR. Delays in work due to the fault or negligence of the CONTRACTOR or the CONTRACTOR 's failure to comply with this specification shall not be compensated. 3.13 TURBIDITY CONTROL The CONTRACTOR shall install and maintain in good working order turbidity control devices (i.e., turbidity curtains, silt fencing, etc.) consistent with the Drawings to control the occurrence of excess turbidity resulting from CONTRACTOR construction operations. The CONTRACTOR shall monitor the turbidity control devices frequently, and repair or replace any defective portions or units of the devices to ensure that they function properly throughout the course of the Work. A. Turbidity Monitoring The CONTRACTOR shall be responsible for the monitoring of turbidity during demolition activities. The monitoring program shall be described in the CONTRACTOR 's Turbidity Monitoring and Control Plan and shall meet all of the requirements of the applicable regulatory permits. Turbidity must be controlled to prevent violations of water quality pursuant to Rule 62-302.530(69), Florida Administrative Code. Turbidity shall not exceed 29 NTUs above natural background conditions. 01350-9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions The CONTRACTOR shall collect turbidity monitoring samples as required by the FDEP Environmental Resource Permit at both the dredge area and the dewatering facility effluent discharge. 3.14 WASHING AND CURING WATERS Wastewaters directly derived from construction activities shall not be allowed to enter the Indian River Lagoon. These wastewaters shall be collected and disposed, or placed in retention ponds where suspended sediment materials can be settled out or the water evaporates so that pollutants are separated from the water. 3.15 OIL SPILL PREVENTION The CONTRACTOR shall prevent oil or other hazardous substances from entering the ground, drainage, or local bodies of water. The CONTRACTOR shall be responsible for providing containment, diversionary structures, or equipment to prevent discharged oil from reaching a watercourse. The CONTRACTOR shall take immediate action to contain and clean up any spill of oily substances, petroleum products, and hazardous substances, and shall immediately report such spills to the OWNER or ENGINEER. The CONTRACTOR shall be required to provide one or more of the following preventive systems at each oil storage site; the provision of such preventive systems shall be approved by the OWNER or ENGINEER prior to tank installation and use: A. Dikes, berms, or retaining walls capable of containing the contents of the largest single tank. B. Culverting, curbing, guttering, or other similar structures capable of containing the contents of the largest single tank. C. Spill diversion ponds capable of containing the contents of the largest single tank. D. Absorbent materials capable of absorbing the contents of the largest single tank. All oil storage tank installation shall be constructed so that a secondary means of containment is provided for the entire contents of the largest single tank. Dikes and other structures shall be impervious to spilled oil to prevent infiltration into the ground. Mobile or portable oil storage tanks shall be positioned or located so as to provide a secondary containment identical to that required for non-mobile storage tanks. Storage tanks shall be located where they will not be subject to flooding or washout. When it is determined that the installation of containment structures or equipment to prevent 01350-10 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions discharged oil from reaching a watercourse is impracticable, a clear demonstration of such impracticability shall be submitted by the CONTRACTOR to the OWNER or ENGINEER for approval prior to installation or use of the storage tank. 3.16 PROTECTION OF AIR RESOURCES Equipment operation, activities, or processes performed by the CONTRACTOR shall be in accordance with all Federal and State air emission and performance laws and standards. A. Particulates: Dust particles; aerosols and gaseous by-products from construction activities; and, processing and preparation of materials, shall be controlled at all times, including weekends, holidays and hours when work is not in progress. The CONTRACTOR shall maintain excavations, stockpiles, haul roads, permanent and temporary access roads, spoil areas, and other work areas within or outside the Project boundaries free from particulates which would cause the Federal, State, and local air pollution standards to be exceeded, or which would cause a hazard or a nuisance. The CONTRACTOR shall conduct construction operations in a manner that minimizes the generation of dust. The CONTRACTOR shall control the generation of dust by whatever means necessary, including watering down exposed soil and controlling equipment and vehicle traffic through areas susceptible to dust generation. B. Odors: Odors from construction activities shall be controlled at all times. The odors shall not cause a health hazard and shall be in compliance with State regulations and/or local ordinances. C. Sound Intrusions: The CONTRACTOR shall keep construction activities under surveillance and control to minimize environmental damage by noise. The CONTRACTOR shall comply with the provisions of the State of Florida rules. D. Burning: Burning shall be prohibited. 3.17 CHEMICAL MATERIALS MANAGEMENT AND WASTE DISPOSAL Disposal of wastes shall be as directed below, unless otherwise specified in other sections and/or as shown on the Drawings. A. Solid Wastes: Solid wastes {excluding clearing debris) shall be placed in containers which are emptied on a regular schedule. Handling, storage, and disposal shall be conducted to prevent contamination. Segregation measures shall be employed so that no hazardous or toxic waste will become co -mingled with solid waste. The CONTRACTOR shall transport solid waste off the property and dispose of it in compliance with Federal, State, and local requirements for solid waste disposal. 01350-11 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions B. Chemicals and Chemical Wastes: Chemical waste shall be disposed of in accordance with all federal, state, and local laws and regulations. C. CONTRACTOR Generated Hazardous Wastes/Excess Hazardous Materials: Hazardous wastes are defined in 40 CFR 261, or are as defined by applicable State and local regulations. Hazardous materials are defined in 49 CFR 171 - 178. The CONTRACTOR shall, at a minimum, manage and store hazardous waste in compliance with 40 CFR 262 and shall manage and store hazardous waste in accordance with the Project Office hazardous waste management plan. The CONTRACTOR shall take sufficient measures to prevent spillage of hazardous and toxic materials during dispensing. The CONTRACTOR shall segregate hazardous waste from other materials and wastes, shall protect it from the weather by placing it in a safe covered location, and shall take precautionary measures such as berming or other appropriate measures against accidental spillage. The CONTRACTOR shall be responsible for storage, describing, packaging, labeling, marking, and placarding of hazardous waste and hazardous material in accordance with 49 CFR 171 - 178, as well as with State and local laws and regulations. The CONTRACTOR shall transport CONTRACTOR - generated hazardous waste offsite within 60 days in accordance with the Environmental Protection Agency and the Department of Transportation laws and regulations. The CONTRACTOR shall dispose of hazardous waste in compliance with Federal, State and local laws and regulations. Spills of hazardous or toxic materials shall be immediately reported to the OWNER or ENGINEER. Cleanup and cleanup costs due to spills shall be the CONTRACTOR 's responsibility. D. Fuel and Lubricants: Storage, fueling and lubrication of equipment and motor vehicles shall be conducted in a manner that affords the maximum protection against spills and evaporation. Fuel, lubricants and oil shall be managed and stored in accordance with all Federal, State, regional, and local laws and regulations. Used lubricants and used oil to be discarded shall be stored in marked corrosion -resistant containers. There shall be no storage of fuel on the Project site unless approved by the OWNER or ENGINEER. Fuel must be brought to the Project site each day that work is performed. E. Waste Water: Waste water from construction activities shall not be allowed to enter waterways or to be discharged prior to being treated to remove pollutants. The CONTRACTOR shall dispose of the construction -related waste water offsite in accordance with all Federal, State, regional and local laws and regulations. 3.18 PROTECTION OF WILDLIFE RESOURCES The CONTRACTOR shall keep construction activities under surveillance, management, and control to minimize interference with, disturbance to, and damage to fish and wildlife. The CONTRACTOR shall comply with all environmental permit conditions regarding the protection of wildlife 01350-12 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions resources. Species that require specific attention along with measures for their protection and monitoring requirements as specified in the applicable regulatory permits will be included in the CONTRACTOR 's Environmental Protection Plan prior to the beginning of construction. The CONTRACTOR shall include the names and qualifications of those entities selected by CONTRACTOR to conduct the threatened and endangered species monitoring (e.g., manatee and marine turtle observer) in the Environmental Protection Plan. 3.19 PROTECTION OF SEAGRASS AND MANGROVE RESOURCES The CONTRACTOR shall comply with a minimum setback from all seagrasses and mangroves as reflected on the Drawings. The CONTRACTOR shall instruct all personnel associated with the Project of the presence of seagrasses and mangroves and the need to avoid contact with these resources. All construction personnel shall be advised that there are civil and criminal penalties for harming or destroying seagrasses. The CONTRACTOR shall be held responsible for any seagrasses harmed or destroyed due to construction activities. The CONTRACTOR shall not anchor, place pipeline, or stage equipment in a manner that will cause any damage to seagrasses or mangroves. Anchoring, placing pipeline, or staging equipment shall avoid these sensitive areas. If such activities cannot be done without affecting these sensitive areas, the activities shall cease and the OWNER or ENGINEER shall be immediately notified (no later than the morning following the next working day if the incident occurs after normal working hours). Any actual or potential incident involving damage to, or disturbance of, seagrasses or mangroves shall be reported. The CONTRACTOR shall be responsible for seagrass or mangrove damage mitigation and any regulatory fines as a result of the CONTRACTOR's activities. 3.20 HISTORICAL, ARCHEOLOGICAL, AND CULTURAL RESOURCES If, during excavation or other construction activities any previously unidentified or unanticipated historical, archaeological, and cultural resources are discovered or found, all activities that may damage or alter such resources shall be temporarily suspended. Resources covered by this paragraph include, but are not limited to: any human skeletal remains or burials; artifacts; vessels; shell, midden, bone, charcoal, or other deposits; 01350-13 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions rock or coral alignments, paving, walls, or other constructed features; and any indication of agricultural or other human activities. Upon such discovery or find, the CONTRACTOR shall immediately notify the OWNER or ENGINEER so that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special disposition of the finds should be made. The CONTRACTOR shall cease all activities that may result in impact to or the destruction of these resources. The CONTRACTOR shall secure the area and prevent employees or other persons from trespassing on, removing, or otherwise disturbing such resources. The possibility of encountering submerged cultural resources is inherent in dredging operations. Such findings could include shipwrecks, shipwreck debris fields (such as steam engine parts), prehistoric watercraft (such as log "dugouts"), and other structural features intact or displaced. The materials may be deeply buried in sediment, resting in shallow sediments or above them, or protruding into water. Suspected cultural materials inadvertently gathered from a water -saturated context should be kept moist by re -immersion, spraying, or some other expedient means of wetting until the OWNER or ENGINEER provides further directives. 3.21 POST -CONSTRUCTION CLEANUP The CONTRACTOR shall clean up all areas used for construction to the satisfaction of the OWNER or ENGINEER. Demolished material, unused material, machinery, equipment, tools, trash, and debris shall be removed from the Project site. -END OF SECTION 01350- 01350-14 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -17.12 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the CONTRACTOR establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. 01520-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. Erect securely and anchor all portable toilets to prevent dislocation. 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. 3. Unless otherwise approved by the ENGINEER, all temporary sanitary facilities are to be placed in the staging area shown on the Plans. C. . TEMPORARY ELECTRICITY 1. Arrange with utility companies, provide services required and pay all costs for services and for power used during construction. 2. Comply with the National Electric Code and all Federal, State and Local codes and regulations. 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 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01530 - BARRIERS AND SECURITY FENCING 1 GENERAL 1.1 SCOPE OF WORK A. The CONTRACTOR shall: 1. Provide and maintain suitable barriers and security fencing as required to prevent public entry, and to protect work, storage facilities, the public and OWNER's personnel from construction operations and remove when no longer needed or at the completion of work. 2. Comply with applicable Federal, State and Local codes and standards. 3. Where work of this Project is to be performed on the upland side (sidewalk removal), the CONTRACTOR is to maintain safe passage for the public and for county vehicles and employees through the project site and in areas adjacent to the project site at all times. 4. The CONTRACTOR is to provide, install, and maintain highly visible warning signs, fences, barriers and other pedestrian and mariner related safety devices to warn the public of the dangers of the construction site. 2 PRODUCTS 2.1 MATERIALS A. The CONTRACTOR shall: 1. Use materials, new or used, suitable for the intended purpose, and that are not in violation of requirements of applicable codes and standards. 2.2 FENCING A. The CONTRACTOR shall: 1. Use suitable materials with a minimum height of 5 feet. 3 EXECUTION 3.1 INSTALLATION A. The CONTRACTOR shall: 1. Install barriers with a neat and reasonably uniform appearance. 2. Maintain barriers during entire construction period. 01530-1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 3.Relocate barriers as required by the progress of construction. 3.2 REMOVAL A. The CONTRACTOR shall: 1. Completely remove barriers and fencing, including foundations, when construction has progressed to the point that they are no longer needed and when approved by ENGINEER. 2. Clean and repair damage caused by installation of barriers and fencing. END OF SECTION 01530 01530-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01541 - PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other CONTRACTOR or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS Where work is performed on or adjacent to any roadway, right-of-way, or public place, provide barricades, fences, lights, warning signs, danger signals, and watchmen, and take other precautionary measures for the protection of persons or property and of the Work. Paint barricades so they are visible at night. Erect sufficient barricades to keep vehicles from being driven on or into Work under construction. Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's responsibility for the 01541-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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. B. Do not store or park materials or equipment within the drip line. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 adjacent to the limits of the Work. 2. All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown. This information is shown for the assistance of CONTRACTOR in accordance with the best information available, but is not guaranteed to be correct or complete. The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the OWNER or occupant, both before the interruption (24-hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR 01541-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 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 facilities 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 dam- aged 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 01541-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities. 1.7 ADJUSTMENTS OF UTILITY CASTINGS, COVERS AND BOXES A. All existing utility castings, including valve boxes, junction boxes, manholes, pull boxes, inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B. The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing. CONTRACTOR shall make available survey reference markers to the various utility companies. END OF SECTION 01541 01541-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01545 - HURRICANE AND SEVERE STORM PLAN 1 GENERAL 1.1 The CONTRACTOR shall develop and maintain a written Hurricane and Severe Storm Plan. The Plan shall include, but not be limited to, the following: A. What type of actions will be taken before a storm strikes at the Project area. The plan should specify what weather conditions and/or wave heights will require shutdown of the Work and removal of equipment, personnel, etc. B. Notes from continuous monitoring of NOAA marine weather broadcasts and other local commercial weather forecasts. C. Equipment list with details on their ability to handle adverse weather and wave conditions. D. Methods of securing equipment. E. Methods which will be used to secure equipment left onsite during adverse weather conditions. F. Evacuation or immediate reaction plans to be taken by personnel for sudden storm occurrences. G. Operations procedures which will be used to secure critical dredging equipment such as spuds, swing wires, anchor wires, or tugs during adverse weather conditions. H. Communications protocol with local law enforcement and fire and rescue agencies. 1.2 The Hurricane and Severe Storm Plan shall be submitted to the OWNER at least fourteen (14) days prior to the Pre -Construction Conference. The CONTRACTOR may incorporate the Hurricane and Severe Storm Plan into the Work Plan. The OWNER and ENGINEER are not responsible for the adequacy of this plan. END OF SECTION 01545 01545-1 01545 Hurricane and Severe Storm Plan F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS 1.1 GENERAL A. Provide all temporary construction roads, walks and parking areas required during construction and for use of emergency vehicles. Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions. B. Prevent interference with traffic and the OWNER's operations on existing roads. Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads. C. Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER. D. Remove temporary roads, walks and parking areas prior to final acceptance and return the ground to its original condition, unless otherwise required by the Contract Documents. 1.2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the OWNER. 1.3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction, the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the OWNER. He further shall be responsible for repairs to any damages caused by his operations, prior to final payment. B. All trucks carrying earth shall be covered while moving with an appropriate tarpaulin. Should trucks hauling earth fail to cover their loads, the CONTRACTOR will be given two (2) written warnings, after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the OWNER when invoked by the OWNER to OWNER's ENGINEER. All cleanup shall be the responsibility of the CONTRACTOR. C. All trucks/moving equipment shall have backup warning horns in proper working order while on the job site. END OF SECTION 01550 01550-1 01550 Access Roads F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01570 - LANDSIDE MAINTENANCE AND ACCESS 1 GENERAL 1.1 The CONTRACTOR shall be responsible for complying with and all costs associated with the requirements set forth in the items stated below. 1.2 All public and private access areas are to remain open to the passage of pedestrian, vessel and vehicular traffic during the construction period unless prior written consent is obtained from the OWNER or ENGINEER, the governing body having jurisdiction over the area in question, and any affected property OWNERs. 1.3 The CONTRACTOR will be permitted to restrict usage of the boat ramp for up to thirty minutes two times per day to allow for any required loading and unloading. If a longer period of restricted access is needed, the CONTRACTOR shall make that request to the OWNER or ENGINEER with as much advance notice as practical. The boat ramp shall remain open and accessible for safe public use at all other times. 1.4 All streets and travel ways shall remain open to the passage of vehicular and pedestrian traffic during the construction period, unless prior written consent is obtained from the OWNER or ENGINEER and the governing body having jurisdiction over the street or travel way. 1.5 Maintenance and protection of traffic shall be provided in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) and any provisions contained in the plans or the contract documents. 1.6 Safe and adequate ingress and egress to and from intersecting highways, homes and commercial establishments shall be provided and maintained at all times to the satisfaction of the OWNER and ENGINEER. 1.7 The CONTRACTOR shall give the required advance notice, as indicated in the contract document or by agreement with the OWNER or ENGINEER, of his proposed operations to affected police, fire, and other emergency response departments. The CONTRACTOR shall give reasonable notice of his proposed operations to OWNERs and tenants of private properties, which will be, affected by the construction operations. 1.8 The CONTRACTOR is responsible for repairing all damages to public and private roadways, infrastructure and facilities including landscaping and native vegetation that resulted from the work under this Contract. 2 PRODUCTS 2.1 DEVICES AND EQUIPMENT A. All signing, operations, safety, and directive devices shall conform to the Manual of Uniform Traffic Control Devices and the Authority having jurisdiction. 01570-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 3 EXECUTION 3.1 WORK ZONES A. No work shall be conducted from the highway or highway bridge. B. No material is to be stored on the shoulder or within the 20 -foot roadside clear area except that which is to be placed that day. The roadside clear area is a strip along the length of the road extending 20 feet from the edge of the travel lane. C. Construction equipment shall be removed from the roadside clear area of all highway pavement during the hours that the CONTRACTOR is not working. This requirement shall not be limited to the contract limits. 3.2 Parking Control: A. The CONTRACTOR shall control all CONTRACTOR -related vehicular parking such that it does not interfere with public traffic and parking, access to emergency vehicles, OWNER's operations, or construction operations. The CONTRACTOR shall provide temporary parking facilities for the public as construction operations dictate. B. The CONTRACTOR shall provide parking areas for worker's private vehicles that comply with applicable laws, regulations, codes, and ordinances. The CONTRACTOR shall ensure free vehicular access to and through the parking areas. The CONTRACTOR shall not permit parking on or adjacent to access roads or in non- designated areas. 3.3 Haul Routes: A. The CONTRACTOR shall consult with governing authorities and establish thoroughfares, which shall be used as haul routes and site access. The CONTRACTOR shall confine construction traffic to designated haul routes. The CONTRACTOR will be required to provide traffic control at critical points of haul routes to expedite traffic flow and minimize interference with normal public traffic. Where required by governing authorities, the CONTRACTOR shall prepare and submit traffic control plans for approval by both the ENGINEER and the governing Authority prior to commencement of work. 3.4 CONTRACTOR Operations: A. If the ENGINEER notifies the CONTRACTOR or his superintendent of any hazardous construction practices, all operations in that area shall be discontinued and immediate remedial action shall be taken to the satisfaction of the ENGINEER before work is resumed. END OF SECTION 01570 01570-2 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary, to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other CONTRACTORs, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. G. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 01610-1 F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 01610-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal \1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01611 - STORAGE OF MATERIAL AND EQUIPMENT 1.1 GENERAL A. Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications. B. Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials, construction equipment, and materials and equipment to be incorporated into the Work, so as not to injure any part of the Work or existing facilities, and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other CONTRACTORs, public travel, adjoining OWNERs, tenants and occupants. Arrange storage in a manner to provide easy access for inspection. C. Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. D. Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme temperatures and moisture. E. Do not use lawns, grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises. F. CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G. Do not open 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 01611-1 01611—Storage of Material F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01630 - SUBSTITUTIONS 1.1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6.05, "Substitutes and Or -Equals," of the General Conditions, and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents. ` 1.2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard, select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer). To the maximum extent possible, provide products of the same generic kind from a single source. B. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named which complies with Specifications. C. For products specified by naming one or more products or manufacturers and stating "or equivalent," submit a request for a substitution for any product or manufacturer which is not specifically named. D. For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted, there is no option and no substitution will be allowed. E. Where more than one choice is available as a CONTRACTOR's option, select product which is compatible with other products already selected or specified. 1.3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time, ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Condi- tions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. c. Samples, if appropriate. 01630-1 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions 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 determined 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. 01630-2 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 1 — General Provisions 3. If the substitution will not require a more extensive review, ENGINEER will proceed with the review without additional cost to CONTRACTOR. 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 01630-3 01630 Substitutions F:\Public Works\ENGINEERING DIVISION PROJECTS \1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC -1712 20190215.docx SPECIFICATIONS Division 1 — General Provisions SECTION 01700 - CONTRACT CLOSEOUT 1 GENERAL 1.1 SUBSTANTIAL COMPLETION A. The CONTRACTOR shall: 1. When the work is substantially completed, the CONTRACTOR shall submit the following to the OWNER or ENGINEER: • A written notice that the Work or designated portion thereof, is substantially complete. • Furnish Project Record Documents, and Inspection Certificates. • A list of items to be completed or corrected. 2. Upon receipt of such notice, the OWNER or ENGINEER will review the documents submitted and will arrange with the CONTRACTOR a mutually agreed time to make a construction review to determine the status of completion. 3. If the OWNER or ENGINEER determines that Work is not substantially complete, he will notify the CONTRACTOR in writing, giving reasons therefore. Upon receipt of such written notice, CONTRACTOR shall remedy deficiencies in the work, and send a second written notice of substantial completion to the OWNER or ENGINEER. 4. Upon receipt of the second notice, the OWNER or ENGINEER will perform an additional review of work and if he concurs that Work is substantially complete: • He will prepare a Certificate of Substantial Completion and attach the CONTRACTOR's list of items to be completed or corrected, as verified by the ENGINEER. • He will submit the Certificate to the OWNER and the CONTRACTOR for their written acceptance of responsibilities assigned to them in the Certificate. 1.2 FINAL CONSTRUCTION REVIEW A. The CONTRACTOR shall: 1. When work is complete, submit a written certification that work is complete and that: • Contract Documents have been reviewed. • Work has been reviewed for compliance with Contract Documents. • Work has been completed in accordance with Contract Documents. Wabasso Fishing Pier Demolition and Debris Removal 01700-1 SPECIFICATIONS Division 1 — General Provisions • Work is completed and ready for final Construction Review. 2. The OWNER or ENGINEER will make a Construction Review to verify status of completion with reasonable promptness after receipt of such certification. 3. Should the OWNER or ENGINEER consider that the work is incomplete' or defective, he will promptly notify the CONTRACTOR in writing, listing incomplete or defective work. Upon receipt of such notice, take immediate steps to remedy stated deficiencies, and send a second certification to the OWNER or ENGINEER that work is completed. 4. When the OWNER or ENGINEER finds that the Work is acceptable under the Contract Documents, he will so advise the OWNER and the CONTRACTOR. 5. Failure of the OWNER or ENGINEER to Reject Work During Construction: If, during construction operations or during inspections for substantial or final completion, the OWNER or ENGINEER should fail to reject defective Work or materials, whether from lack of discovery of such defect or for any other reason,, such initial failure to reject shall in no way prevent his later rejection when such defect is discovered, or obligate the OWNER to final acceptance. The CONTRACTOR shall make no claim for losses suffered due to any necessary removals or repairs of such defects. 1.3 CONTRACTOR'S CLOSEOUT SUBMITTALS A. The CONTRACTOR shall: 1. Upon receipt of notice of acceptability from the ENGINEER, furnish evidence of compliance with requirements of governing authorities and Contract Documents to the ENGINEER, as follows: • Evidence of Payment to Subcontractors, material men and equipment suppliers and releases of liens. 1.4 FINAL ADJUSTMENTS OF ACCOUNTS A. The CONTRACTOR shall: 1. Submit a final statement of accounting to the ENGINEER, reflecting all adjustments to Contract sum and including: • The original Contract sum. • Additions and deductions resulting from: • Previous change orders. • Allowances. Wabasso Fishing Pier Demolition and Debris Removal 01700-2 SPECIFICATIONS Division 1 — General Provisions • Deductions for OWNER purchased products and materials. • Deductions for uncorrected Work. • Deductions for additional construction review payments. • Other adjustments. • Total Contract Sum, as adjusted. • Previous Payments. • Sum remaining due. 1.5 FINAL CHANGE ORDER A. The ENGINEER will prepare a final Change Order, reflecting approved adjustments to Contract Sum, which were not previously made by Change Orders. 1.6 FINAL APPLICATION FOR PAYMENT A. The CONTRACTOR shall: 1. Submit Final Application for Payment. END OF SECTION 01700 Wabasso Fishing Pier Demolition and Debris Removal 01700-3 SPECIFICATIONS Division 1 — General Provisions 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. 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, Wabasso Fishing Pier Demolition and Debris Removal 01710-1 SPECIFICATIONS Division 1 — General Provisions 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, IRFWCD, FDEP 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 Wabasso Fishing Pier Demolition and Debris Removal 01710-2 SPECIFICATIONS Division 1 — General Provisions 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. END OF SECTION 01820 001820 — 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\3 - DIVISION 1 GENERAL PROVISIONS - IRC-1712_20190215.docx SPECIFICATIONS Division 2 — Technical Provisions SPECIFICATIONS DIVISION 2 - TECHNICAL PROVISIONS Table of Contents DIVISION 2 - TECHNICAL PROVISIONS 1 SECTION 1— MOBILIZATION/DEMOBILIZATION 2 SECTION 2 - PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION 2 PART 1—GENERAL 2 PART 2 - MATERIALS AND INSTALLATION 6 PART 3 - EXECUTION 8 PERMITTEE'S AFFIDAVIT REGARDING POLLUTION 9 SECTION 3 - SITE CLEARING 12 SECTION 4 - DEMOLITION 16 SECTION 5 - EARTH MOVING 20 SECTION 6 — PERFORMANCE TURF 23 SECTION 7 — REEF DEPLOYMENT 26 SECTION 8 - RECORDS/AS-BUILTS 31 BOARD OF PROFESSIONAL SURVEYORS AND MAPPERS 34 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 1 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 1 — MOBILIZATION/DEMOBILIZATION Perform preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies, and incidentals to the project site and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, and sanitary and other facilities. Include the costs of bonds and any required insurance and any other preconstruction expense necessary for the start of the work, excluding the cost of construction materials. Demobilization shall be deemed to consist of all tasks necessary for removal of materials, plant, and equipment from the site upon completion of the work, restoration of the site and site access to original condition. Measurement for payment for the Crane will be the actual number of days the crane is used onsite. Payment will be made at the Contract unit price per day for up to 10 days, which includes the cost of all labor, materials, and the plant necessary for furnishing and operating the crane. Payments will only be made for days the crane is operated with project tasks. SECTION 2 - 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, Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 2 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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. 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.B 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 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 3 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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 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" Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 4 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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.B, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body 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 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 5 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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.B, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER may report the violations to Indian River County Stormwater Enforcement, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2 - MATERIALS AND INSTALLATION 2.1 GENERAL A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion and cover it with hay, jute, or mulch. PAM may also be used in water bodies to remove turbidity. In all cases, use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, a contact is Applied Polymer Systems, Inc., (678) 494-5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6 -inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, work shall conform to Section 104 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 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: Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 6 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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 and per Section 104 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction 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 Dewatering or Pumping Operations Using Filter Bags: 1. Filter bags shall be manufactured using a polypropylene non -woven geotextile and sewn by a double -needle machine, using a high strength nylon thread. The bag shall have a fill spout large enough to accommodate a 4 -inch pump discharge hose. Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate — use non -calcareous rock. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1- 800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591- 2284). c. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448- 3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double - needle machine, using a high strength nylon thread. The sack shall be Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 7 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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. 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.B. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 8 of 37 SPECIFICATIONS Division 2 — Technical Provisions PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project (list project name and site address): WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT 3105 WABASSO BRIDGE ROAD, VERO BEACH, FLORIDA 32963. STATE OF COUNTY OF Personally before me the undersigned authority, appeared administered, stated as follows: 1. This sworn statement is submitted by the PERMITTEE, who upon oath duly business address is , whose and (if applicable) its Federal Identification No.(FEIN) is 2. My name is and my relationship to the entity named above is (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) 3. Permittee 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. Permittee understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: "... the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 9 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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. Permittee 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. Permittee understands that Indian River County requires the design, installation, and maintenance of proper erosion control measures at all times during construction until complete stabilization is achieved at the project site. Permittee understands that this requirement is for this project regardless of the project size. 7. Permittee 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. Permittee 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, oractivity 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. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 10 of 37 SPECIFICATIONS Division 2 — Technical Provisions Under penalty of perjury, Permittee declares that it has read the foregoing affidavit and the facts stated in it are true. Permittee: FURTHER AFFIANT SAYETH NAUGHT Authorized Signature: Printed Name: (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) Date: Work Telephone: Mobile Telephone: Email Address: ********************************* The foregoing instrument was subscribed and sworn to before me this day of , 20_ by , who is personally known to me or has produced as identification and who did take oath. Notary Public State of Florida at Large My Commission expires: +++END OF SECTION+++ Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 11 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 3 - SITE CLEARING 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to thisSection. 1.2 SUMMARY A. Section Includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Removing above- and below -grade site improvements. 5. Disconnecting, capping or sealing, and removing site utilities. 6. Temporary erosion- and sedimentation -control measures. 1.3 DEFINITIONS A. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. B. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. C. Topsoil: Top layer of the soil profile consisting of existing native surface topsoil or existing in-place surface soil and is the zone where plant rootsgrow. D. Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. E. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil and other materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become CONTRACTOR's property and shall be removed from Project site. 1.5 INFORMATIONAL SUBMITTALS A. Existing Conditions: Documentation of existing plantings, adjoining construction, and site improvements that establishes pre -construction conditions that might be misconstrued as damage caused by site clearing. 1. Use sufficiently detailed photographs or videotape. 2. Include plans and notations to indicate specific wounds and damage conditions Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 12 of 37 SPECIFICATIONS Division 2 — Technical Provisions of plants designated to remain. B. Record Drawings: Identifying and accurately showing locations of capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 PROJECT CONDITIONS A. Salvable Improvements: Carefully remove items indicated to be salvaged and store on OWNER's premises where indicated. B. Utility Locator Service: Notify underground utilities notification center Sunshine State One Call at 1-800-432-4770 and FP&L at 305-347-3900; 48 hours prior to digging to verify the exact location and depth of the underground utilities for area where Project is located before site clearing. C. Do not commence site clearing operations until temporary erosion- and sedimentation - control and plant -protection measures are in place. D. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. E. Do not direct vehicle or equipment exhaust towards protection zones. F. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. 2 PRODUCTS (NOT APPLICABLE) 3 EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly identify shrubs and other vegetation to remain. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to OWNER. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 13 of 37 SPECIFICATIONS Division 2 —Technical Provisions 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion and sedimentation control Drawings and requirements of authorities having jurisdiction. B. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. C. Inspect, maintain, and repair erosion and sedimentation control measures during construction until permanent vegetation has been established. D. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 PLANT PROTECTION A. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by ENGINEER. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Use only hand methods for grubbing within protection zones. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 6 inches, and compact each layer to a density equal to adjacent original ground. 3.5 SITE IMPROVEMENTS A. Remove existing above- and below -grade improvements as indicated and necessary to facilitate new construction. 3.6 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off OWNER's property. B. Separate recyclable materials produced during site clearing from other non -recyclable Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 14 of 37 SPECIFICATIONS Division 2 — Technical Provisions materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. Do not interfere with any other projectwork. -END OF SITE CLEARING- Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 15 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 4 - DEMOLITION 1 GENERAL 1.1 WORK INCLUDED A. The CONTRACTOR shall furnish all material, labor, tools, equipment, plant, appliances and services necessary to complete all demolition and removal work required above and below grade and above and below water as shown on the Drawings and as specified herein. The CONTRACTOR shall examine the various Drawings, visit the site and determine the extent of the work, the extent of work affected therein, and all conditions under which the Work to is be performed. B. The CONTRACTOR shall remove the existing pier, sidewalks, and other associated structures as shown on the attached Drawings and properly dispose of the associated debris. This work includes: 1. Demolition, removal, and disposal of the current concrete pier including the concrete pilings, the concrete beams, the concrete, the handrails, and other associated structures. 2. Demolition, removal, and disposal of the current pier access sidewalks. 3. Demolition, removal, and disposal of underwater debris at the project site within the boundary shown on the attached Drawings. All debris from the pier that is visible on the bottom is to be removed. This includes all underwater debris that may be only partially visible. 4. The OWNER or ENGINEER will, at their discretion, verify complete removal via divers, underwater cameras, or other means. C. All existing embedded piles, including broken piles that protrude above the existing mud line, are to be removed by the CONTRACTOR. Piles may be removed by: 1. Complete withdrawal 2. Cutting them off below the existing mud line. All reinforcing bars, protrusions, or jagged edges are to be cut off below the existing mud line. D. Submerged pier deck sections may be cut in smaller sections, not less than ten feet in length, at the discretion of the CONTRACTOR to facilitate safe handling. E. The CONTRACTOR shall transport all clean concrete components for placement at 1 of 12 offshore artificial reef sites located approximately five miles east-southeast of Sebastian inlet. This reef site was authorized by USACE Permit SAJ-2016-02916 (SP - AWP). The CONTRACTOR must comply with all conditions of that permit. The OWNER or ENGINEER will designate the reef site to receive the material. F. All metal railings, brackets, exposed reinforcing or other fittings other than clean Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 16 of 37 SPECIFICATIONS Division 2 — Technical Provisions concrete shall be removed and cut off, as close to flush as practical, with a maximum of 6 inches protruding from the concrete. Said material shall be disposed of in an offsite upland facility that is properly licensed and permitted for accepting this type of construction and marine debris. G. Any individual piece of concrete debris from the pier weighing less than 500 lbs must be disposed of in an offsite upland facility as noted in F. above. Units weighing less than 500 lbs are not permitted to be placed on the artificial reef site. H. The debris shown on the Drawings is for illustration purposes only and does not reflect all pilings and other pier components/elements to be demolished and removed. Debris locations and the amount of visible debris may have shifted since the underwater survey was conducted. The exact location and quantity of the debris should be field verified by the CONTRACTOR. I. The CONTRACTOR is responsible for all work until it is inspected and accepted by the OWNER or ENGINEER. This includes removing debris that is uncovered by wind, waves, and currents. J. No debris shall be stored at the staging area. 1.2 DISPOSITION OF DEMOLITION AND DEBRIS MATERIALS A. The CONTRACTOR is to provide the name and location of its proposed upland disposal site(s) to the ENGINEER at the pre -construction meeting or earlier if requested by the ENGINEER. B. The CONTRACTOR shall promptly remove all metal railings, brackets, exposed reinforcing or other fittings and cut off flush with a maximum of 6 inches protruding from the concrete. The CONTRACTOR shall dispose of this material in an offsite upland facility that is properly licensed and permitted for accepting this type of construction and marine debris. C. All clean concrete material from the existing pier, weighing over 500 lbs, shall be transported to and placed in 1 of 12 previously permitted offshore artificial reef sites. The CONTRACTOR will abide by the requirements of Permit SAJ-2016-02916 (SP -AWP) and the following: 1. The CONTRACTOR shall promptly remove and dispose of all demolition and debris materials from the site. 2. The CONTRACTOR is to identify the name, location, permit holder, current permit terms, for the offshore disposal site. 3. The CONTRACTOR is to include in their work plan, details how material will be sorted, processed, transported, and,placed at the disposal site. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 17 of 37 SPECIFICATIONS Division 2 — Technical Provisions 4. Clean concrete placed at permitted offshore locations must fall in compliance with Permit SAJ-2016-02916 (SP -AWP). 5. All disposal sites to be used will have all permits required by local, state, and federal agencies. 6. Materials will be sorted and processed in accordance with the permits for the disposal site and all other applicable local, state, and federal requirements. 7. Materials will be placed only within permitted areas. 8. Materials shall be free of pollutants, toxins, soils, oils greases, debris, litter, and putrescible substances. 9. Clean concrete rubble pieces shall weigh a minimum of 500 pounds each. 10. Reef site shall have a maximum constructed footprint of 33,000 square feet or 0.75 acres. 11. Reef site shall have a maximum constructed weight of 1,000 tons. 12. No reef materials shall be allowed to trap marine life, and must be configured, cut or shaped, so as not to function as a fish trap. 13. No reef materials shall have .exposed rebar or other protrusion greater than 6 inches in length. 14. All materials/structures must be configured and constructed to be stable, durable, and provide habitat. The highest point of placed materials/structures shall be no less than 40 feet from MLLW. 15. The OWNER or ENGINEER may verify the placed materials meet the permit requirements using divers, remote cameras, or other means. The CONTRACTOR will be required to adjust or remove, at their expense, any materials that were not placed in accordance with the permit and the contract documents. 16. Timber components such as but not limited to, decking, railing, and pilings are not to be disposed of in any offshore reef. 17. Other materials prohibited for disposal in offshore reefs include cars and trucks and any parts thereof, white goods (i.e. appliances), asphalt material, tires, shopping carts, bread trays, 55 gal drums, storage or fuel tanks, loose metal materials, plastics, fiberglass, or any materials that upon inspection by FWCC staff or designated agent are found to be potentially unstable or lack acceptable habitat qualities. 18.AII materials that cannot be disposed of in an offshore site will be disposed of by the CONTRACTOR in an offsite upland facility that is properly licensed and Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 18 of 37 SPECIFICATIONS Division 2 — Technical Provisions permitted for accepting this type of construction and marine debris. 2 EXECUTION 2.1 PREPARATION A. The CONTRACTOR shall: 1. Safety: Provide and maintain temporary safety barriers and other safety and security devices as necessary to protect the public and project personnel from injury due to demolition, removal, and disposal work. The CONTRACTOR shall protect from damage all existing work, equipment and improvements that are to remain and restore all damage caused by the demolition, disposal, and removal work at no additional cost to the OWNER. 2. Salvage: Remove any salvaged items from the site. 2.2 PERFORMANCE A. The CONTRACTOR shall completely remove and dispose of existing structures and appurtenances from the site as indicated on Drawings and clean up the site after completion of the demolition, removal, and disposal work. Perform demolition, removal, and disposal in compliance with applicable laws and ordinances and in such a manner as to avoid hazard to persons and property. B. The CONTRACTOR shall cut and remove existing work necessary for modifications and installation of new work with a minimum of damage to the work that is to remain. The CONTRACTOR shall repair or restore any damage done to existing facilities which are to remain at no cost to and to the satisfaction of the ENGINEER and the OWNER. C. The CONTRACTOR shall remove and dispose of all debris from the project site on a weekly basis or more frequently if, in the judgment of the ENGINEER, it represents a health, safety, or other hazard. -END OF DEMOLITION- Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 19 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 5 - EARTH MOVING 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to thisSection. 1.2 SUMMARY A. Section Includes: 1. Removal of existing sidewalk and restoring area to surrounding grade(s). 1.3 DEFINITIONS A. Fill: Soil materials used to raise existing grades. B. Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. C. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. D. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.4 PROJECT CONDITIONS A. Utility Locator Service: Notify underground utilities notification center Sunshine State One Call at 1-800-432-4770 and FP&L at 305-347-3900; 48 hours prior to digging to verify the exact location and depth of the underground utilities for area where Project is located before beginning earth moving operations. B. Do not commence earth moving operations until temporary erosion and sedimentation control measures are in place. C. Do not commence earth moving operations until plant -protection measures are in place. D. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. 6. Excavation or other digging unless otherwise indicated. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 20 of 37 SPECIFICATIONS Division 2 — Technical Provisions 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. E. Do not direct vehicle or equipment exhaust towards protection zones. F. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones. 2 PRODUCTS (NOT APPLICABLE) 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. 3.2 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. 3.3 FIELD QUALITY CONTROL A. Special Inspections: OWNER will engage a qualified special inspector to perform the following special inspections: 1. Determine prior to placement of fill that site has been prepared in compliance with requirements. 2. Determine that fill material and maximum lift thickness comply with requirements. 3.4 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, and erosion. Keep free of trash and debris. B. Repair and reestablish grades where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 21 of 37 SPECIFICATIONS Division 2 — Technical Provisions 3.5 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove unsatisfactory soil, trash, and debris, and legally dispose of them off OWNER's property. B. Stockpile or spread soil as directed by ENGINEER. -END OF EARTH MOVING- Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 22 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 6 — 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. 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". Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 23 of 37 SPECIFICATIONS Division 2 — Technical Provisions The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1,000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate. CONTRACTOR shall apply applications as per manufacturer's specification. All tickets from bags shall be handed over to the County Inspector. On steep slopes, where the use of a machine for spreading or mixing is not practicable, the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches. H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close contact and shall be firmly and smoothly embedded by Tight tamping with appropriate 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'/2' below paved shoulder. On slopes greater than 3:1, the CONTRACTOR shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the ENGINEER's opinion, unsuitable for proper results. Sod shall be placed around all structures, equipment pads, etc. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the ENGINEER, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the CONTRACTOR shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The CONTRACTOR shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the CONTRACTOR's negligence, carelessness or failure to provide routine maintenance shall be at the CONTRACTOR's expense. The CONTRACTOR shall maintain the sodded area up to the final acceptance date as directed by the ENGINEER. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 24 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 25 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 7 - REEF DEPLOYMENT 1. Scope of Work The CONTRACTOR is to deploy artificial reefs using approved concrete materials from the demolition of the Wabasso Fishing Pier. Artificial reef deployment is authorized under U.S. Department of the Army, Permit Number SAJ-2016-02916 (SP -AWP), which is valid through January 9, 2028. 2. Location of the Orchid Island Artificial Reef Complex The Orchid Island Artificial Reef Complex (OIARC) is a 3 square nautical mile area approximately 4-7 nautical miles south of Sebastian Inlet and 3-4 nautical miles offshore. The water depths range from 50 - 60 feet relative to Mean Low Low Water (MLLW). The OIARC is divided into 12 separate 40 -acre reef zones. The County intends to construct up to 60 separate artificial reefs, 5 per reef zone, over the next decade. The permitted location is provided on Figure 1 and the detailed site plan of the OIARC and deployment zones is provided on Figure 2. 3. Reef Material Specifications The CONTRACTOR is required to stage authorized reef materials following all reef parameters specified in the Permit. Specifically, the County is seeking concrete sections greater than 500 pounds, having a large footprint, and not exceeding 10 feet in height. County staff or the ENGINEER's representative, shall inspect all reef materials prior to deployment. Deployment layouts and quantity of reef material will be checked prior to the deployment. However, the County envisions future reef designs and overall reef footprint areas (- 200 Ft2) to be similar to the "Strike Zone Reef' deployed July 18, 2017 in OIARC zone 1. Strike Zone Reef can be seen in Figure 3. 4. Deployment Notification to Regulatory Agencies and Pre -deployment inspections The County, with assistance from the CONTRACTOR (if needed), will prepare all pre and post deployment notification documentation and provide to the regulatory agencies. The permit requires a 14 days pre -deployment notification to the Corps and Florida Fish and Wildlife Conservation Commission (FWC) to allow inspection of the proposed reef materials. The CONTRACTOR will need to stage the material on a barge and have the material accessible for inspection by the agencies. Deployment shall not occur until after the end of the 14 -day inspection period. In compliance with the permit, the County will be responsible for inspection of the deployment area prior to the CONTRACTOR deploying the artificial reef. 5. Endangered Species The CONTRACTOR shall be responsible for following and fully understanding the specific permit conditions relative to endangered species. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 26 of 37 SPECIFICATIONS Division 2 — Technical Provisions 6. Reef Deployment Schedule: The CONTRACTOR shall notify the County project manager minimum 2 weeks prior to each anticipated reef deployment. Although the schedule will vary depending on weather, ample notice of the deployment schedule is necessary for the County to procure boats and staff for construction oversight. As specified in the Permit, Artificial Reef Construction in not authorized between November 15 and April 15 each year. Based on optimal conditions, the County prefers reef deployments to occur between June 1st and August 31st each year. 7. Barge Information / Inspection The CONTRACTOR shall submit barge and tug specifications, including dimensions (length, width), capacity, and American Bureau of Shipping (ABS) rating. 8. License The CONTRACTOR shall submit copies of licenses for all personnel responsible for piloting the tug. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 27 of 37 SPECIFICATIONS Division 2 — Technical Provisions 80'XIt411 80'16tyW Orchid Island Artificial Reef Complex (OIARC) Patch Reefs'(Zone 3) Location Map Indian River County, Florida /1 1 p n xa m j....•...r. -j 1 lby� i• %.s ' Ls1 n i WhtA.4 Y , JJ t'�, N Ij—.— —JJ n 10—.4, 1 >, \"W'4pu]x �r : INDIAN RIVER . LAGOON 4 eY a ep 0 • a 0; LEGEND 0 Existing Artificial Reefs I ®oedwrtemZone 3' RE= Deployment Penn tledAl a o- _ Oner Partied 1 I al Red Areas /\;i County&aurbaiy The seared edges Ntoe Peal Zoe re 204.0 mtes flan h sheerne adil scNCMNvic.1 ChM 114011 (seonraap+sk Site Plan dm oat ed by IRC Coartl Eaprcerig d IRC GIS.2016: e t ei sr . \ t] tr Si F • g p Are Das 1/16/2018 60'i91714 Knox 80'1401/ 0 d 1 Map _ r1' 2,000° I Luc eI "2s 3 N�Smle I COUNT, Y. t:1,691000I 5 1��1n1i+ ., 80'X101/ Figure 1: Orchid Island Artificial Reef Complex Location Map 80.1641, ■ 6 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 28 of 37 SPECIFICATIONS Division 2 - Technical Provisions ORCHID ISLAND ARTIFICIAL REEF COMPLEC Deployment Zona coon:maba MAP ID LONGITUDE U11nUOE 1E ,4113912Xt12.1316 IN 40.399301 27.9389053 15 403619659 '271310573 IW 403556642 2294315 7E 403507437 27987016 264 .11.3525122 2.5432494 25 403545094 27.949229 71.1 403561773 2.1415715 3 423501437 2.93701 364 410 1352 2 099339 35 403539031 27.9511766 3W 40.3955775 2.9315203 4E -00.945713 77.157974 474 .923962501 219313177 45 4999366 299003 411f 403600041 2.12944 5E 403445545 27.9792051 514 .103462115 2331549 55 .103493155 17.15057381 541 403/49011 77.1530755 6E 4E23492212 77.9219925 W 403450603 2.3243364 ES 40.362916 2.9215191 645 -103416645 7719069 73 40342091 2/.927.8111 714 4934374E 77.1125701 75 40.3455467 77.526306 745 403475141 2.012746 9E 403464544 27.3161.99 34 40391064 2759354 95 403502035 :77.3147167 Sri .10.811733 2.11106379 45 403370097 279639 364 -03402135 2.5515554 95 403421127 273155166 SW 40544979E 2.976 19 40345316 77.9703567 135 40347014 237.3786 10S 403491109 27.908223 IDV 4035027118 2.1122661 113 .90ii6e2S7 2.91104)31 1114 .153511$73 772141001 175 -103406946 77.8095145 11W 423423@ 2.91878 125 4134061261 27.005304 0141 412342226 27.90 15 129 .40344359 2.966313 1145 403412 22.071752 LEGEND ♦ • of CauA Boundary. - 1 Depbyment Zones (-40 acres each) QPermit Zone (-2.8 sq nns) [Ill 150 Permit Buffer Bathymetric Survey DEPTH (It) MUM • 51.7-49.9 C3 5211- 51.8 • 534 - 52.7 C 542 - 53.5 55.9-54.3 Sour 659r11rlfk Sarni (Carml6tn 5115.4) aeOaeE 4' Maw 4 15U.1, Inc tie Wallin Mier Caetf, 2074. EON PIN) des angled b7 RC Cousin 6n01+e5I,0 1 IMO la Map Scale 124)300 ATLANTIC OCEAN Permit Zone Coadka699 MAS 0 (35011U53 LATITUDE • trrr r7, - �1a - E,1..$ ,- • 15'5'^"')3!)3 Mil as 3336es • -033275425, 21.80639993 1 inch =0.33 reri O 025 0.5 Detail Site Plan Orchid Island Artificial Reef Complex & Deployment Zones 7533 Figure 2: OIARC Detailed Site Plan and Deployment Zones Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 29 of 37 SPECIFICATIONS Division 2 — Technical Provisions zoo' LEGEND Potential Artificial Reef Locations (200' diameter) _Reef Modules (10x'10) 80' Diameter ATLANTIC OCEAN Reef Module Coordinates ID 1.07IGrruoE 1AT17110E 1 -87.36138068 27.83725199 2 -8136127739 27.83733643 3 -8336128556 27.83716149 4 -80.36148629 77.63717112 5 -80136147466 27.63731419 6 4136116041 27113742367 7 -8336=647 27.83724894 8 -8636117845 27.133706379 9 -80.3613810.3 27.83699151 10 -80.36159762 27.837177814 11 -836167415 27.83725436 12 -736157842 27.83744530 13 -80.36137912 27.83751245 1.4 -81136137870 27.83762402 8athymetric Survey DEPTH (A) MWN 0 53d-499 0 542-53.5 559 - 54.3 Saner Sank stirrer (Camissbe 163+5.24) =Mea ET Mayen a E4tv4 K. for ham Rtver County, 2014. Site Pt= dela cruller] Sgt 11iC ooesat eX/emey & semis, ate Artificial Reef Zone 1 Reef Module Coordinates and Placement Figure 3: Strike Zone Reef — Deployed July 18, 2017 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 30 of 37 SPECIFICATIONS Division 2 — Technical Provisions SECTION 8 - RECORDS/AS-BUILTS 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. Post -Deployment Placement Report/As-Built Drawing: Within no more than 20 days after deployment at the reef site, the CONTRACTOR, in coordination with the OWNERS Survey and Engineering Consultant, shall complete and submit the "Florida Artificial Reef Materials Placement Report and Post -Deployment Notification" form (see Attachment 3 of the Department of the Army Permit SAJ-2016-02916(SP-AWP)) to the OWNER. The latitude and Iongitude'shall be accurate within five (5) meters horizontal distance on the post -deployment report. Attach to the report an as -built drawing containing the approximate deployment configurations and the height of the material after placement. Depth shall be verified utilizing fathometer, depth sounder, or similar device accurate to within one (1) meter. Also, include information on the condition of the material at the time of deployment. The report and drawing shall be limited to a few pages per deployment. Representative photographs and/or video, if available, should be submitted. 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 modifi- cations 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 Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 31 of 37 SPECIFICATIONS Division 2 — Technical Provisions 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 Project Engineer as a base for the Record/As-Built drawings. It is the responsibility of the Surveyor to request these files from the CONTRACTOR or Project Owner in order to produce the Record/As- Built drawing set. G. ALL improvements proposed to be constructed, demolished or removed 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. SURVEY CONTROL 1. Install/re-establish: It shall be the CONTRACTOR's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 32 of 37 SPECIFICATIONS Division 2 — Technical Provisions Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s), vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. [The remainder of this page was left blank intentionally] Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 33 of 37 SPECIFICATIONS Division 2 — Technical Provisions Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic. Name Date: Project Name: WABASSO CAUSEWAY FISHING PIER DEMOLITION PROJECT Project No.: IRC -1712 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: Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 34 of 37 SPECIFICATIONS Division 2 — Technical Provisions As -Built Survey Construction Layout Survey Boundary Survey Control Survey Condominium Survey Hydrographic Survey Mean High Water Line Survey Specific or Special Purpose Survey Quantity Survey Topographic Survey Record Survey ❑ (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ❑ (e) Name and license number of the surveyor and mapper in responsible charge. ❑ (f) Name, license number, and street and mailing address of a surveyor and mapper practicing independent of any business entity on the map and report. ❑ (g) Survey date (date of data acquisition.) ❑ (h) Revision date for any graphic revisions (when survey date does not change.) ❑ (i) Map and report statement "Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper." ❑ (j) Insurance statement in 1/4" high letters "The survey depicted here is not covered by professional liability insurance" if there is no professional liability insurance. ❑ (k) Additions or deletions to survey maps or reports by other than the signing party or parties is prohibited without written consent of the signing party or parties. ❑ (I) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ❑ (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ❑ (n) Bearing reference (well established and monumented line) ❑ (o) A designated "north arrow" ❑ (p) Stated scale or graphic scale ❑ (q) Abbreviations in legend or notes. ❑ (r) Special conditions and any necessary deviation from the standards noted upon the map or report. ❑ (s) Responsibility for all mapped features stated on the map or report Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 35 of 37 SPECIFICATIONS Division 2 — Technical Provisions ❑ (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 base elevation of the datum is obviously different than the established datum. (2) Horizontal Feature Accuracy: ❑ (a) Horizontal Control: All surveys and maps or reports expressing or displaying features in a publicly published coordinate system shall indicate the coordinate datum and a description of the control points upon which the survey is based. ❑ (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ❑ (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: Commercial/High Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; Rural: Linear: 1 foot in 5,000 feet; ❑ (d) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level, should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C. ❑ (e) Intended Display Scale: All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 1/ or smaller". 61G17-6.004 Specific Survey, Map, and Report Requirements Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 36 of 37 SPECIFICATIONS Division 2 — Technical Provisions (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) Wabasso Fishing Pier Demolition and Debris Removal Technical Provisions Page 37 of 37 APPENDIX A PERMITS Appendix A -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\I-Admin\Bid Documents\Contract Documents\APPENDIX A - Permits.doc DEPARTMENT OF THE ARMY PERMIT Permittee: INDIAN RIVER BOARD OF COUNTY COMMISSIONERS ATTN: JAMES GRAY, COUNTY COASTAL ENGINEER 1801 27TH STREET VERO BEACH, FLORIDA 32960 Permit No: SAJ-2016-02916(SP-AWP) Issuing Office: U.S. Army Engineer District, Jacksonville NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the U.S. Army Corps of Engineers (Corps) having jurisdiction over the permitted activity or the appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terms and conditions specified below. Proiect Description: Establish eleven separate, 40 acre artificial reef zones and construct approximately five patch reefs within each reef zone over the next decade. Reefs will be spaced a minimum of 500 feet between each section and will be deployed in water depths ranging from -50-60 feet relative to Mean Low Low Water (MLLW) line. Reef sites shall maintain a minimum clearance of 40 feet between the top of the reef and MLLW. Each reef will have a maximum constructed footprint of 33,000 feet2 or 0.75 acres and will contain up to 1,000 tons of material. Reef materials will consist of various approved, high quality, durable materials. These include, large secondary concrete structures (i.e. light poles, culverts, railroad ties, etc.), approved artificial reef modules, and/or limestone boulders. At no time will the proposed reef materials contain asphalt, creosote, petroleum, loose free-floating material, or other hydrocarbons or deleterious substances. The work described above is to be completed in accordance with the two pages of drawings and four attachments affixed at the end of this permit instrument. Project Location: The project would affect waters of the United States associated with the Atlantic Ocean. The project site is located approximately 5-8 miles south of Sebastian Inlet and approximately 3-4 miles offshore in Federal waters of the Atlantic Ocean. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 2 of 12 APPROXIMATE COORDINATES: Location Latitude Longitude NW Corner 27.83784136 -80.36902585 CENTRAL S 27.83576726 -80.3562724 CENTRAL N 27.84169676 -80.3592824 NE Corner 27.84478552 -80.35147459 SW Corner 27.79945808 -80.34981046 SE Corner 27.80639993 -80.33226425 NE Corner 27.84478552 -80.35147459 Permit Conditions General Conditions: 1. The time limit for completing the work authorized ends on January 9, 2028. If you find that you need more time to complete the authorized activity, submit your request for a time extension to this office for consideration at least one month before the above date is reached. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and State coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit, you must obtain the signature and the mailing address of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 3 of 12 permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow representatives from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. Special Conditions: 1. The Authorized Minimum Clearance for this Artificial Reef is 40 feet relative to MLLW. 2. Cultural Resources/Historic Properties: No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. b. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: ship wrecks, pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work and ground -disturbing activities within a 100 -meter diameter of the discovery and notify the Corps within the same business day (8 hours). The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. c. Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition; and if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or her jurisdiction, and from the Corps. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 4 of 12 d. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100 -meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist within the same business day (8 -hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist and from the Corps. 3. Reporting Addresses: The Permittee shall reference this permit number, SAJ- 2016-02916(SP-AWP), on all correspondence. Unless specifically notified to the contrary, the Permittee shall use the following addresses for transmitting correspondence to the referenced agencies: a. U.S. Army Corps of Engineers Enforcement Division PO Box 4970 Jacksonville, Florida 32232 or by email at SAJ-RD-Enforcement@usace.army.mil b. National Oceanic and Atmospheric Administration Marine Chart Division Office of Coast Survey, N/CS26, Sta. 7317 1315 East-West Highway Silver Springs, MD 20910-3282 or email at ocs.ndb@noaa.gov c. Rear Admiral S.A. Buschman, Commander U.S. Coast Guard, Seventh District Brickell Plaza Federal Building 909 SE 1st Avenue Miami, Florida 33131-3050 d. Florida Fish and Wildlife Conservation Commission Artificial Reef Program 620 S. Meridian Street, Box 4B2 Tallahassee, Florida 32399 PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 5of12 Or email at artificialreefdeployments@MyFWC.com 4. Initial Agency Notification: The Permittee shall provide to the U.S. Army Corps of Engineers (Corps), National Oceanic and Atmospheric Administration (NOAA), and U.S. Coast Guard (USCG) written notification of the planned deployment start date at least 2 weeks prior to the initial deployment on the authorized artificial reef site. 5. Authorized Reef Materials: No reef materials or module shall weigh less than 500 pounds. Reef materials shall be clean and free from asphalt, petroleum, other hydrocarbons and toxic residues, loose free floating material or other deleterious substances. All artificial reef materials and/or structures will be selected, designed, constructed, and deployed to create stable and durable marine habitat. The Permittee shall deploy only thefollowing authorized reef materials: a. Prefabricated artificial reef modules composed of ferrous and/or aluminum -alloy metals, % inch or more in thickness, concrete, rock, or a combination of these materials. b. Natural rock boulders and other pre -cast concrete material such as culverts, stormwater junction boxes, power poles, railroad ties, jersey barriers, or other similar concrete material. c. Clean steel and concrete bridge or large building demolition materials such as slabs or pilings with all steel reinforcement rods severed as close to the concrete surface as possible but not to extend more than six inches to ensure the rod will not create a fishing tackle or diver ensnaring hazard. d. Heavy gauge ferrous & aluminum alloy metal material components or structures, % inch or more in thickness, such as utility poles and antenna towers. e. Reef structures, materials, and installation methods shall be designed and deployed to prevent entanglement and entrapment of listed species. The use of open - bottom structures is not authorized unless the structure has at least a 3 -ft opening at the top of the structure for turtles to escape. 6. No vessels are authorized to be deployed within the coordinates authorized by this Department of the Army permit. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 6 of 12 REEF PARAMETERS 7. Reef Parameters: The Permittee shall deploy all reef materials within the site boundaries as defined on permit drawing page 2 of 2. A minimum clearance of 40 - feet from the top of the deployed material relative to MLLW shall be maintained. 8. Violation of Reef Parameters Notification: In the event reef material is deployed in a location or manner contrary to the Reef Parameters Special Condition, the Permittee shall immediately notify the USCG Station and provide information as requested by the station. The Permittee shall notify NOAA, USCG and Corps in writing within 24 hours of the occurrence. At a minimum, the written notification shall explain how the deployed material exceeds the authorized reef parameters, a description of the material, a description of the vessel traffic in the area, the deployment location in nautical miles at compass bearing from obvious landmarks, the location of the unauthorized material in latitude and longitude coordinates (degree, minute, decimal minute format to the third decimal place), and the water depth above the material from MLLW. The document will list the information provided by telephone to the USCG as noted above and include the time of the call and the name of the USCG personnel receiving the information. 9. Protection of Existing Resources: The Permittee shall not deploy artificial reef materials until an assessment of the bottom conditions have been accomplished by diver, submersible video camera, fathometer, depth/bottom sounder (e.g. "fish finder"), or side -scan sonar. The inspection of the deployment area may occur at the time of deployment, but no more than one (1) year prior to deployment. The Permittee shall maintain a deployment buffer of at least 500 feet from any submerged beds of sea grasses, macroalgae, hard or soft coral, live bottom, areas supporting growth of sponges, sea fans, and other sessile macroinvertebrates generally associated with rock outcrops, oyster reefs, scallop beds, clam beds, or areas where there are unique or unusual concentrations of bottom -dwelling marine organisms. Should the assessment find any evidence of cultural/archaeological resources such as sunken vessels, ballast, historic refuse piles, or careenage areas, the Permittee shall also maintain a deployment buffer of at least 500 feet from these resources. DEPLOYMENT 10. Pre -Deployment Notification: The material must be evaluated before it is released for deployment. No Tess than 14 days prior to deployment of material on an artificial reef, the Permittee shall transmit by electronic mail ("email") a complete and signed "Florida Artificial Reef Materials Cargo Manifest and Pre -Deployment Notification" form (Attachment 2), to the Corps and Florida Fish and Wildlife PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 7 of 12 Conservation Commission (FWC) to allow inspection of the proposed reef materials as deemed necessary by the agencies. Inspection is allowable at the staging area. By signing the Pre -Deployment Notification, the Permittee certifies all materials are free from asphalt, petroleum, other hydrocarbons and toxic residues. The Permittee shall not deploy material if notified by the Corps or FWC that the material is questionable. Any material deemed unacceptable for reef material will be disposed in an approved upland disposal site. 11. Deployment of the material shall not occur until after the end of the 14 -day inspection period. The Permittee shall ensure both a copy of this permit and the signed "Florida Artificial Reef Materials Cargo Manifest and Pre -Deployment Notification" form are maintained aboard the deployment vessel at all times during loading, transit, and deployment. 12. Post -Deployment Placement Report/As-Built Drawing: Within no more than 30 days after deployment at the reef site, the Permittee shall transmit by email to the Corps, FWC, and NOAA a complete and signed "Florida Artificial Reef Materials Placement Report and Post -Deployment Notification" form (Attachment 3). Please note, the Corps requires the latitude and longitude to be accurate within five (5) meters horizontal distance on the post -deployment report. Attach to the report an as -built drawing containing the approximate deployment configurations and the height of the material after placement. Depth shall be verified utilizing fathometer, depth sounder, or similar device accurate to within one (1) meter. Also, include information on the condition of the material at the time of deployment. The report and drawing shall be limited to a few pages per deployment. Representative photographs and/or video, if available, should be submitted. 13. Ownership/Maintenance/Liability: By signing this permit, the Permittee certifies and acknowledges ownership of all artificial reef materials deployed on the reef, accepts responsibility for maintenance of the artificial reef, and possesses the ability to assume liability for all damages that may arise with respect to the artificial reef. 14. Assurance of Navigation and Maintenance: The Permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the Permittee will be required, upon due notice from the Corps, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 8 of 12 ENDANGERED SPECIES 15. Sea Turtle/Sawfish/Sturgeon Guidelines: The Permittee shall comply with the National Marine Fisheries Service's "Sea Turtle and Smalltooth Sawfish Construction Conditions", which also applies to sturgeon (Attachment 4). 16. Manatee Protection: The Permittee shall ensure wharf fenders are installed to reduce the risk of a vessel crushing a manatee. The wharf fenders shall be installed with appropriate materials to provide sufficient standoff space of at least 3 -ft under compression. Fenders or buoys providing a minimum standoff space of at least 3 -ft under compression shall be utilized between two vessels moored together. 17. Manatee Conditions: The Permittee shall comply with the "Standard Manatee Conditions for In -Water Work — 2011" (Attachment 5). 18. Marine Life Entrapment: Neither reef structure nor material or the method of design or deployment should pose more than minimal risk of entrapping fish, marine turtles, or marine mammals. The Permittee shall take all necessary action to minimize this risk. Any observation of entrapped marine turtles or marine mammals on this artificial reef site should be reported immediately to the Enforcement Section by telephone at 904-232-1177 and the NMFS by telephone at 727-824-5301. 19. Species reporting: Any collision(s) with and/or injuries to any sea turtle, sawfish, whale, or sturgeon occurring during the construction of a project, shall be reported immediately to NMFS's Protected Resources Division at (727-824-5312) or by email to: takereport.nmfsser@noaa.gov and SAJ-RD-Enforcement@usace.army.mil. Sea turtle and marine mammal stranding/rescue organizations' contact information is available by region at http://www.nmfs.noaa.gov/pr/health/networks.htm. Smalltooth sawfish encounters shall be reported to http://www.flmnh. ufl.ed u/fish/sharks/sawfish/sawfishencou nters. html. *Failure to report take of a federally listed threatened or endangered species may lead to suspension, revocation, or modification of this authorization. (From Section 3(18) of the Federal Endangered Species Act: The term 'take' means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct.) 20. Right Whale Protection: Artificial reef material shall not be transported or deployed between November 15 and April 15 for the conservation of the endangered Northern Right Whale within the boundaries of the NMFS designated Northern Right Whale Southeastern United States critical habitat area. It is illegal to approach within PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 9 of 12 500 yards of a right whale by vessel, aircraft, or any other means (50 CFR 224.103 (c). Any vessel finding itself within 500 yards of a right whale must depart immediately at a slow speed. Further Information: 1. Congressional Authorities: You have been authorized to undertake the activity described above pursuant to: (X) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403) () Section 404 of the Clean Water Act (33 U.S.C. 1344) () Section 103 of the Marine Protection, Research and Sanctuaries Act of 1972 (33 U.S.C. 1413) 2. Limits of this authorization. a. This permit does not obviate the need to obtain other Federal, State, or local authorizations required by law. b. This permit does not grant any property rights or exclusive privileges. c. This permit does not authorize any injury to the property or rights of others. d. This permit does not authorize interference with any existing or proposed Federal projects. 3. Limits of Federal Liability. In issuing this permit, the Federal Government does not assume any liability for the following: a. Damages to the permitted project or uses thereof as a result of other permitted or unpermitted activities or from natural causes. b. Damages to the permitted project or uses thereof as a result of current or future activities undertaken by or on behalf of the United States in the public interest. c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit. d. Design or construction deficiencies associated with the permitted work. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 10 of 12 e. Damage claims associated with any future modification, suspension, or revocation of this permit. 4. Reliance on Applicant's Data: The determination of this office that issuance of this permit is not contrary to the public interest was made in reliance on the information you provided. 5. ! Reevaluation of Permit Decision: This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the following: a. You fail to comply with the terms and conditions of this permit. b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (see 4 above). c. Significant new information surfaces which this office did not consider in reaching the original public interest decision. Such a reevaluation may result in a determination that it is appropriate to use the suspension, modification, and revocation procedures contained in 33 CFR 325.7 or enforcement procedures such as those contained in 33 CFR 326.4 and 326.5. The referenced enforcement procedures provide for the issuance of an administrative order requiring you comply with the terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corrective measures ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those specified in 33 CFR 209.170) accomplish the corrective measures by contract or otherwise and bill you for the cost. 6. Extensions: General Condition 1 establishes a time limit for the completion of the activity authorized by this permit. Unless there are circumstances requiring either a prompt completion of the authorized activity or a reevaluation of the public interest decision, the Corps will normally give favorable consideration to a request for an extension of this time limit. PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 11 of 12 Your signature below, as permittee, indicates that you accept and agree to comply, with the terms and conditions of this permit. !isles •(DATE) MES ( Jx - IAC A tetttt � �k (PERMITTEE NAME -PRINTED This permit becomes effective when the Federal official, designated to act for the Secretary of the Army, has signed below. (DISTRICT ENGINEER) Jason A. Kirk, P.E. Colonel, U.S. Army District Commander 12 Jan 2018 (DATE) When the structures. or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. To validate the transfer of this permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below, (TRANSFEREE -SIGNATURE) (DATE) (NAME-PR1NTED) (ADDRESS.) (CITY, STATE, AND ZIP CODE) PERMIT NUMBER: SAJ-2016-02916 PERMITTEE: Indian River Board of County Commissioners PAGE 12 of 12 Attachments to Department of the Army Permit Number SAJ-2016-02916(SP-AWP) 1. PERMIT DRAWINGS: 2 pages 2. PRE -DEPLOYMENT NOTIFICATION FORM: 2 pages, Florida Artificial Reef Materials Cargo Manifest and Pre -Deployment Notification 3. POST -DEPLOYMENT PLACEMENT REPORT/AS-BUILT DRAWING FORM: 2 pages, Florida Artificial Reef Materials Placement Report and Post -Deployment Notification 4. SEA TURTLE — SAWFISH CONDITIONS: 1 page, Sea Turtle and Smalltooth Sawfish Construction Conditions, revised March 23, 2006 5. MANATEE CONDITIONS: 2 pages, Standard Manatee Conditions for In -Water Work — 2011 80'28'0'W 80'24'0"W 80'20'0'W 80'16'0"W 80'12'0"W 1 1 1 Location Map . Qrehid Island. Artificial Reef Complex_ (QIARC) Indian River County,' Iorid$,, 55 laaMt' 45 INDIAN RIVER LAGOON BREVAR,D COUNTY' INDIAN RIVER, COUNTY 48 37 • 42 -o , • 48 • 34 45 OIARC Permit Zone 45 30 i 42 42 40 ORCHID a-� 40 Wabasso BeactirPark z 0 r Map Dote: 4/26/2017 IRCGIS/CPL 80'28'0'W 37 54 45 25 61J 45 _l, 30 45 45 SAJ-2016-02916(SP-AWP) January 8, 2018 Attachment 1 Drawing 1 of 2 48` 66 55 0 i 45 j `"INDIA▪ N 'RIVERS Map Scale 0 \1 2 3 f----TSHORES� 1:120,000 I a 1 inmi 1 1 80'24'0"W 80'20'0"W ATLANTIC OCEAN 48 0 I I 0 66 LEGEND O Existing Artificial Reefs —•I Permitted Artificial I --- Reef Zones (2021) Permit Zone (-2.3 sq nmi) Reef Deployment Zones (-40 ac each) CZMA Boundary County Boundary iii The seaward edges of the Permit Zone are <=-4.9 miles from the shoreline. Pate Sources' Depths shown within the Permit Zone (in feet from MLLW) source from the 45 Bathymetric Survey prepared by Morgan d Eklund, Inc. for Indian River County, 2014. Surrounding depths (In feet from MLLW) sourced from NOAA Nautical Chart 11460 (2003 Soundings). Site Plan data created by IRC Coastal Engineering & IRC GIS, 2016. Meltiotirne 0REVARD' COUNTY INSET iJ;AP INDIAN -RIVER „COUNTY 1-ST—LUCIE COUNTY Map Scale 'I 1:1,650,000 Vero') Beach) Fort Pierce 80'16'0'W 80'12'0"W X -8t36601684, • k8318327 • ORCHID ISLAND ARTIFICIAL REEF COMPLEX -80.35928238, 27.84169 -80.35141459, 27.84478552 O LEGEND /•/ CZMABoundary Deployment Zones (-40 acres each) QPermit Zone (-2.3 sq nmi) :: 150Permit Buffer Bathymetric Survey DEPTH (ft) MLLW C3 c3 • • 51.7 - 49.9 52.6 - 51.8 53.4 - 52.7 54.2 - 53.5 55.9 - 54.3 Sources: Bathymetric Survey (Commission 8 5315.24) prepared by Morgan & Eklund, Inc. for Indian River County, 2014. Site Plan data created by IRC Coastal Engineering & IRCGIS. Deployment Zone Coordinates MAP ID LONGITUDE LATITUDE 2E -80.3507437 27.8397016 2N -80.3524122 27.8430454 2S -80.3545094 27.838228 2W -80.3561779 27.8415718 3E -80.3501437 27.8326501 3N -80.351812 27.8359939 35 -80.3539091 27.8311766 3W -80.3555775 27.8345203 4E -80.3545705 27.827974 4N -80.3562389 27.8313177 45 -80.3583356 27.8265003 4W -80.3600041 27.829844 SE -80.3445506 27.8282051 5N -80.3462187 27.831549 55 -80.3483159 27.8267317 SW -80.3499841 27.8300755 6E -80.3492212 27.8219926 614 -80.3508893 27.8253364 6S -80.3529862 27.8205191 6W -80.3546545 27.8238628 7E -80.342081 27.8224041 7N -80.3437489 27.825748 7S -80.3458461 27.8209308 7W -80.3475141 27.8242746 8E -80.3464384 27.8161902 8N -80.3481064 27.819534 8S -80.3502033 27.8147167 8W -80.3518713 27.8180605 9E -80.3390457 27.81699 9N -80.3407135 27.8203339 95 -80.3428107 27.8155168 9W -80.3444786 27.8188606 101 -80.3453462 27.8103957 1014 -80.347014 27.8137396 105 -80.3491109 27.8089223 IOW -80.3507788 27.8122661 11E -80.3369297 27.8110591 11N -80.3385973 27.8144031 115 -80.3406946 27.8095859 11W -80.3423622 27.8129298 12E -80.3406189 27.8053076 12N -80.3422865 27.8086515 125 -80.3443835 27.8038343 12W -80.3460512 27.8071782 Map Scale 1:24,000 ATLANTIC OCEAN Permit Zone Coordinates ORIENTATION LONGITUDE LATITUDE NEEINIEMMIIEEEME 1112522M:612L'.YS: 27.8416967 11111EMIMME 27.8063999 • •% -80.34981046, 27.79945808 -80.33226425, 27.80639993 SAJ-2016-02916(SP-AWP) January 8, 2018 Attachment 1 Drawing 2 of 2 1 inch = 0.33 nmi 0 0.25 0.5 t 1 nmi Detail Site Plan (Revised) Orchid Island Artificial Reef Complex & Deployment Zones Pods U:\Projects\PeblkWorb\ ComtolEnghmerl,p\2017 0420 ArtifidolReef Maq_RevbW\R..fPHTIt-D.tallPbn Rwh•d_bmxd Map Dat.: 4/26/2017 IRCGIS/C11. FLORIDA ARTIFICIAL REEF MATERIALS CARGO MANIFEST AND PRE -DEPLOYMENT NOTIFICATION (Issued pursuant to Ch. 370.25(6)(b), Florida Statutes) Name of individual managing reef deployment (print) Signature Date whose address is , U - Street City State Zip Code Phone declare that I am staging and transporting the following artificial reef construction materials allowable pursuant to the U.S. Army Corps of Engineers Artificial Reef Permit referenced below and agree to comply with all permit conditions in the permit listed below and attached to this manifest. I understand this artificial reef site is open to public access and this authorization does not provide any rights or exclusive private use over those rights or uses to the general public. The address of the land based reef materials staging area is: Transporting Vessel Registration Number: Vessel Owner: Vessel Operator: The following items are to be deployed as reef material (attach additional sheets when more than four locations): MATERIAL TAG ID NUMBER(S), if applicable Descriptions of material (number of pieces, type, dimension, weight) GPS Coordinates degrees, minutes, decimal minutes (DD°MM.mmm') Lat: Lon: o Lat: o t Lon: o Lat: o 3 Lon: o Lat: o I Lon: o A copy of the below referenced permit(s) and all associated conditions is attached to this manifest and shall be carried on board the vessel during loading, storing, or transport ng artificial reef material. SAJ-2016-02916(SP-AWP) Permit Holder: -- OFFICIAL USE ONLY (TO BE COMPLETED BY PERMIT HOLDER, OR AUTHORIZED ARTIFICIAL REEF IN January 8, 2018 Attachment 2 Name of U.S. Department of the Army, Corps of Engineers (ACOE) Permit Holder ACOE permit number , permitted site name issued on and has an expiration date of Local tracking number (if applicable): (Name of FWC authorized Artificial Reef Inspector, printed) (Signature) (Date) Revised 4123/07 EXPLANATION SHEET FOR THE ARTIFICIAL REEF MATERIALS CARGO MANIFEST FORM The attached artificial reef cargo manifest has been developed in compliance with subsection 370.25 (6)(b), Florida Statutes, which states that: "It is unlawful for any person to: store, possess or transport on or across state waters any materials reasonably suited for artificial reef construction and stored in such a manner providing ready access for use and placement as an artificial reef, unless a valid cargo manifest issued by the commission or a commission -certified inspector is onboard the transporting vessel. The manifest will serve as authorization to use a valid permitted site or land-based staging area, which will validate that the type of artificial reef construction material being transported is permissible for use at the permitted site, and will describe and quantify the artificial reef material being transported. The manifest will also include the latitude and longitude coordinates of the proposed deployment location, the valid permit number, and the copy off the permit conditions for the permitted site. The manifest must be available for inspection by any authorized law enforcement officer or commission employee." This requirement for a cargo manifest became part of the statutory revision of the artificial reef program statute Section 370.25 Florida Statutes (F.S.), modified during the 2000 State of Florida Legislature. The statutory language allows a "commission certified inspector" to complete and approve the artificial reef materials cargo manifest. Therefore, we are providing the attached cargo manifest form to all local coastal government artificial reef coordinators and eligible non-profit corporations who may physically construct artificial reefs with the approval of the permit holders. INSTRUCTIONS A separate cargo manifest form is to be completed for each Toad to be transported offshore (Le., one manifest per voyage). The manifest is to list all, and only, the reef materials onboard. The top of the form is to be filled out by the reef builder with his/her contact information and the information about the proposed reef materials to be deployed written into the boxes. If several materials are identical but have different tag numbers, please write "SAME" in the box for the other materials. Also put "SAME" under additional coordinates if all materials are going to the same deployment site. The shaded portion of the form at the bottom is to be filled out by the materials inspector. The cargo manifest must be completed by an entity representing the holder of the applicable artificial reef permit to assure that all materials meet the requirements of the permit. Completion of the artificial reef materials cargo manifest is required for all construction activities. The requirement to complete this document is not intended to be an undue burden on entities wishing to legally construct artificial reefs within permitted sites, but is a tool to assist law enforcement personnel in preventing the illegal construction of artificial reefs without the knowledge of the permit holder or in areas outside of legally permitted sites. It is intended to allow law enforcement staff to determine whether or not a load of materials is legal under the permit conditions. Without a properly completed Cargo Manifest Form on board, reef builders will be returned to port pursuant to Chapter 370.25 (6) (b). It is not necessary to send a copy of the Cargo Manifest Form to the FWC artificial reef section in Tallahassee. Documentation of the reef building activity should be maintained by the entity issuing the manifest in the event of any FWC inquiries. Reminder: the placement of all public artificial reefs in state or adjacent federal waters requires the submittal of a Materials Placement Report to the FWC artificial reef program within 30 days of public reef deployment in accordance with s. 370.25 F.S. FLORIDA ARTIFICIAL REEF MATERIALS PLACEMENT REPORT AND POST -DEPLOYMENT NOTIFICATION I I I.1 l To Be Completed For Each Deployment Location or Date of Deployment County or Municipality: Date of Placement: Grant No. FWC - U.S. Army Corps (if applicable) Permit No.: Total project cost: $ Funding Source(s) and Amount(s): FWC $ Local $ Other $ Name of Permitted Location Name Reef Site: Latitude: ° ' North for This Deployment: • Longitude: 0 ' West (degrees, minutes, decimal minutes (DD"MM.mmm') (degrees, minutes, decimal minutes (DD"MM.mmm') GPS Brand and Model Number: Geographical Location: at degrees from (nautical miles) (bearing) (reference inlet) Water Depth: feet - Maximum Material Height: feet = Minimum Vertical Clearance: feet TYPE AND AMOUNT OF MATERIAL DEPLOYED AT THE LOCATION DESCRIBED ABOVE: (ATTACH A PHOTOGRAPH OF THE MATERIAL ON THE BARGE IMMEDIATELY PRIOR TO DEPLOYMENT) ❑ Primary Type of Material: Number of Pieces: Dimensions: Secondary Type of Material: Number of Pieces: Dimensions: TOTAL TONNAGE FOR THIS DEPLOYMENT: I DO HEREBY CERTIFY THAT THE ABOVE INFORMATION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE Observer's Name: Title: (PLEASE PRINT) Observer's Signature: Date: Observer's Remarks: (PLEASE PRINT) SAJ-2016-02916(SP-AWP) January 8, 2018 Attachment 3 1 DO HEREBY CERTIFY THAT THE ABOVE INFORMATION COMPLIES WITH THE ABOVE REFERENCED PERMIT CONDITIONS Permittee's Staff Name: Title: (PLEASE PRINT) (PLEASE PRINT) Permittee's Staff Signature: Date: Local Tracking number FWC Tracking number Rev. 4/23/2007 Entered by FWC initials on date Second page to contain instructions.... FOR GRANT -FUNDED REEFS, the following data will be recorded at the staging area prior to and after the deployment. This formula — represents an average, single rake barge and may not represent the exact tonnage of materials placed. USING THIS FORMULA FOR PAYMENT OF TRANSPORTATION COSTS SHOULD BE AGREED UPON IN ADVANCE WITH A CONTRACTOR, J Barge Length: feet Barge Width: feet Loaded Draft: feet Unloaded Draft: feet (Length X Width X Loaded Draft X 0.93 X 65) = 2,000 = (Loaded barge weight in tons) SUBTRACT (Length X Width X Unloaded Draft X 0.93 X 65) = 2,000 = (Unloaded barge weight in tons) TOTAL TONNAGE FOR THIS DEPLOYMENT = UNITED STATES DEPARTMENT OF COMMERCE National Oceanic and Atmospheric Administration NATIONAL MARINE FISHERIES SERVICE Southeast Regional Office 263 13th Avenue South St. Petersburg, FL 33701 SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTION CONDITIONS The permittee shall comply with the following protected species construction conditions: a. The permittee shall instruct all personnel associated with the project of the potential presence of these species and the need to avoid collisions with sea turtles and smalltooth sawfish. All construction personnel are responsible for observing water -related activities for the presence of these species. b. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing sea turtles or smalltooth sawfish, which are protected under the Endangered Species Act of 1973. c. Siltation barriers shall be made of material in which a sea turtle or smalltooth sawfish cannot become entangled, be properly secured, and be regularly monitored to avoid protected species entrapment. Barriers may not block sea turtle or smalltooth sawfish entry to or exit from designated critical habitat without prior agreement from the National Marine Fisheries Service's Protected Resources Division, St. Petersburg, Florida. d. All vessels associated with the construction project shall operate at "no wake/idle" speeds at all times while in the construction area and while in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will preferentially follow deep -water routes (e.g., marked channels) whenever possible. e. If a sea turtle or smalltooth sawfish is seen within 100 yards of the active daily construction/dredging operation or vessel movement, all appropriate precautions shall be implemented to ensure its protection. These precautions shall include cessation of operation of any moving equipment closer than 50 feet of a sea turtle or smalltooth sawfish. Operation of any mechanical construction equipment shall cease immediately if a sea turtle or smalltooth sawfish is seen within a 50 -ft radius of the equipment. Activities may not resume until the protected species has departed the project area of its own volition. f. Any collision with and/or injury to a sea turtle or smalltooth sawfish shall be reported immediately to the National Marine Fisheries Service's Protected Resources Division (727-824- 5312) and the local authorized sea turtle stranding/rescue organization. g. Any special construction conditions, required of your specific project, outside these general conditions, if applicable, will be addressed in the primary consultation. Revised: March 23, 2006 O:\forms\Sea Turtle and Smalltooth Sawfish Construction Conditions.doc SAJ-2016-02916(SP-AWP) January 8, 2018 Attachment 4 STANDARD MANATEE CONDITIONS FOR IN -WATER WORK 2011 The permittee shall comply with the following conditions intended to protect manatees from direct project effects: a. All personnel associated with the project shall be instructed about the presence of manatees and manatee speed zones, and the need to avoid collisions with and injury to manatees. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. b. All vessels associated with the construction project shall operate at 'Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides Tess than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. c. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Barriers must not impede manatee movement. d. All on-site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50 -foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. e. Any collision with or injury to a manatee shall be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) Hotline at 1-888-404-3922. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or Vero Beach (1-772-562-3909) for south Florida, and to FWC at I mperiledSpecies(amyFWC.com f. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Temporary signs that have already been approved for this use by the FWC must be used. One sign which reads Caution: Boaters must be posted. A second sign measuring at least 8W by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. These signs can be viewed at MyFWC.com/manatee. Questions concerning these signs can be sent to the email address listed above. SAJ-2016-02916(S P -AWP) January 8, 2018 Attachment 5 CAUTION: MANATEE HABITAT AH project vessels IDLE SPEED / NO WAKE When a manatee is within 50 feet of work all in -water activities must SHUT DOWN Report any collision with or injury to a manatee: Wildlife Alert: 1-888-404-FWCC(3922) cell *FWC or #FV1(C REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 400 HIGH POINT DRIVE, SUITE 600 COCOA, FLORIDA 32926 Regulatory Division North Permits Branch Cocoa Permits Section SAJ-2016-02916 (SP -AWP) January 12, 2018 Indian River Board of County Commissioners Attn: James Gray, County Coastal Engineer 1801 27th Street Vero Beach, Florida 32960 Dear Mr. Gray: The U.S. Army Corps of Engineers (Corps) is pleased to enclose the Department of the Army permit, which should be available at the construction site. Work may begin immediately but the Corps must be notified of: a. The date of commencement of the work, b. The dates of work suspensions and resumptions of work, if suspended over a week, and c. The date of final completion. This information should be mailed to the Special Projects and Enforcement Branch of the Regulatory Division of the Jacksonville District at PO Box 4970, Jacksonville, Florida 32232-0019. The Special Projects and Enforcement Branch is also responsible for inspections to determine whether Permittees have strictly adhered to permit conditions. IT IS NOT LAWFUL TO DEVIATE FROM THE APPROVED PLANS ENCLOSED. Sincerely, for Donald W. Kinard Chief, Regulatory Division Enclosures i Copies Furnished: CESAJ-RD-PE National Oceanic & Atmospheric Administration (NOAA) Office of Coast Survey, 'N/CS26, STA 7317, 1315 East-West Highway, Silver Spring, MD 20910-3282 FFWCC; artificialreefdeployments@MyFWC.com REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS COCOA PERMITS SECTION 400 HIGH POINT DRIVE, SUITE 600 COCOA, FLORIDA 32926 Regulatory Division North Permits Branch Cocoa Permits Section SAJ-2017-00473 (NWP-CMM) Indian River County c/o James Gray 1801 27th Street Vero Beach, FL 32960 Dear Mr. Gray: 05 July 2018 Your application for a Department of the Army permit has been assigned number SAJ-2017-00473. A review of the information and drawings provided shows the proposed work is for the demolition and removal of the entire east and west spans of the Wabasso Fishing Pier, along with the connecting sidewalks at each end. All components of the pier (intact and damaged/displaced), including piles caps and deck section, are to be removed. The project would affect waters of the United States associated with the Indian River adjacent to the S.R. 510 (Bridge blvd), in Section 27, Township 31 South, Range 39East, Wabasso, Indian River County, Florida. Your project, as depicted on the enclosed drawings, is authorized by Nationwide Permit (NWP) Number 22 — Removal of Derelict Vessel. In addition, project specific conditions have been enclosed. This verification is valid until March 18, 2022. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have 12 months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this nationwide permit. Please access the U.S. Army Corps of Engineers' (Corps) Jacksonville District's Regulatory Internet page to access Internet links to view the Final Nationwide Permits, Federal Register Vol. 82, dated January 6, 2017, specifically pages 1983 to 2008, and the table of Regional Conditions. The Internet page address is: http://www.saj.usace.army.mil/Missions/Regulatory.aspx Please be aware this Internet address is case sensitive and should be entered as it appears above. Once there you will need to click on "Source Book"; and, then click on "Nationwide Permits." These files contain the description of the Nationwide Permit authorization, the Nationwide Permit general conditions, and the regional conditions, -2 - which apply specifically to this verification for NWP 22 — Removal of Derelict Vessel. Enclosed is a list of the six General Conditions, which apply to all Department of the Army authorizations. You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit, a separate application or re -verification may be required. 1. Reporting Address: The Permittee shall submit all reports, notifications, documentation and correspondence required by the general and special conditions of this permit to the following address: a. For standard mail: U.S. Army Corps of Engineers, Regulatory Division, Special Projects and Enforcement Branch, PO Box 4970, Jacksonville, Florida 32232. b. For electronic mail CESAJ-ComplyDocs@usace.army.mil (not to exceed 10 MB). The Permittee shall reference this permit number, SAJ-2017-00473 (NWP-CMM), on all submittals. 2. Commencement Notification: Within 10 days from the date of initiating the work authorized by this permitlWithin 10 days from the date of initiating the work authorized by this permit for each phase of the authorized project, the Permittee shall provide a written notification of the date of commencement of authorized work to the Corps. 3. Self -Certification: Within 60 days of completion of the work authorized, the attached Self -Certification Statement of Compliance must be completed and submitted to the U.S. Army Corps of Engineers. Mail the completed form to the Regulatory Division, Special Projects and Enforcement Branch, PO Box 4970, Jacksonville, Florida 32232. 4. Cultural Resources/Historic Properties: a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. b,. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work and -3 - ground -disturbing activities within a 100 -meter diameter of the discovery and notify the Corps within the same business day (8 hours). The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. c. Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition ; and if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or her jurisdiction, and from the Corps. d. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100 -meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist within the same business day (8 -hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist and from the'Corps. 5. Turbidity Barriers: Prior to the initiation of any of the work authorized by this permit, the Permittee shall install floating turbidity barriers with weighted skirts that extend to within 1 foot of the bottom around all work areas that are in, or adjacent to, surface waters. The turbidity barriers shall remain in place and be maintained until the authorized work has been completed and all suspended and erodible materials have been stabilized. Turbidity barriers shall be removed upon stabilization of the work area. 6. Manatee Conditions: The Permittee shall comply with the "Standard Manatee Conditions for In -Water Work — 2011" (Attached). 7. Sea Turtle and Smalltooth Sawfish Conditions: The Permittee shall comply with National Marine Fisheries Service's "Sea Turtle and Smalltooth Sawfish Construction Conditions" dated March 23, 2006, (Attached) -4- 8. Project Design Criteria (PDCs) for In -Water Activities: The Permittee shall comply with National Marine Fisheries Service's "PDCs for In -Water Activities" dated November 20, 2017 (Attached). 9. Daylight Hours: All activities must be completed during daylight hours. 10. Construction Location: Project construction shall take place from uplands or from floating equipment (e.g., barge); prop or wheel -washing is prohibited. 11. Assurance of Navigation and Maintenance: The Permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the Permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 12. Agency Changes/Approvals: Should any other agency require and/or approve changes to the work authorized or obligated by this permit, the Permittee is advised a modification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a modification of this permit from the PICK Permits Section. The Corps reserves the right to fully evaluate, amend, and approve or deny the request for modification of this permit. This authorization does not obviate the necessity to obtain any other Federal, State, or local permits, which may be required. Prior to the initiation of any construction, projects qualifying for this NWP/RGP permit must qualify for an exemption under section 403.813(1), F.S. or 373.406, F.S., or otherwise be authorized by the applicable permit required under Part IV of Chapter 373, F.S., by the Department of Environmental Protection, a water management district under section 373.069, F.S., or a local government with delegated authority under section 373.441, F.S., and receive Water Quality Certification (WQC) and applicable Coastal Zone Consistency Concurrence (CZCC) or waiver thereto, as well as any authorizations required for the use of state- owned submerged lands under Chapter 253, F.S., and, as applicable, Chapter 258, F.S. You should check State -permitting requirements with the Florida Department of Environmental Protection or the appropriate water management district. This authorization does not include conditions that would prevent the 'take' of a state - listed fish or wildlife species. These species are protected under sec. 379.411, Florida Statutes, and listed under Rule 68A-27, Florida Administrative Code. With regard to fish and wildlife species designated as species of special concern or threatened by the State of Florida, you are responsible for coordinating directly with the Florida Fish and Wildlife Conservation Commission (FWC). You can visit the FWC license and permitting webpage (http://www.myfwc.com/license/wildlife/) for more information, including a list of those fish and wildlife species designated as species of special concern or threatened. The Florida Natural Areas Inventory (http://www.fnai.org/) also maintains updated lists, by county, of documented occurrences of those species. This authorization does not give absolute Federal authority to perform the work as specified on your application. The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program. You should contact your local office that issues building permits to determine if your site is located in a flood -prone area, and if you must comply with the local building requirements mandated by the National Flood Insurance Program. If you are unable to access the Internet or require a hardcopy of any of the conditions, limitations, or expiration date for the above referenced NWP, please contact Corey Maier by electronic mail at corey.m.maier(ausace.army.mil or by telephone at 321-504- 3771 extension 15. Thank you for your cooperation with our permit program. The Corps' Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to complete our automated Customer Service Survey at http://corpsmapu.usace.army.mil/cm_apex/f?p=regulatory_survey. Please be aware this Internet address is case sensitive; and, you will need to enter it exactly as it appears above. Your input is appreciated — favorable or otherwise. Sincerely, Corey Maier Project Manager Enclosures cc: GENERAL CONDITIONS 33 CFR PART 320-330 1. The time limit for completing the work authorized ends on the dates identified in the letter: 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow a representative from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER: SAJ-2017-00473 (NWP-CMM) When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. Although the construction period for works authorized by Department of the Army permits is finite, the permit itself, with its limitations, does not expire. To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions, have the transferee sign and date below and mail to the U.S. Army Corps of Engineers, Enforcement Section, Post Office Box 4970, Jacksonville, FL 32232- 0019 or by electronic mail at saj-rd-enforcement@usace.army.mil. (TRANSFEREE -SIGNATURE) (SUBDIVISION) (DATE) (NAME -PRINTED) (MAILING ADDRESS) (CITY, STATE, ZIP CODE) (LOT) (BLOCK) (STREET ADDRESS) SELF -CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: NWP-22 Application Number: SAJ-2017-00473 Permittee's Name & Address (please print or type): Telephone Number: Location of the Work: Date Work Started: Date Work Completed: PROPERTY IS INACCESSIBLE WITHOUT PRIOR NOTIFICATION: YES NO TO SCHEDULE AN INSPECTION PLEASE CONTACT AT Description of the Work (e.g. bank stabilization, residential or commercial filling, docks, dredging, etc.): Acreage or Square Feet of Impacts to Waters of the United States: Describe Mitigation completed (if applicable): Describe any Deviations from Permit (attach drawing(s) depicting the deviations): ******************** I certify that all work, and mitigation (if applicable) was done in accordance with the limitations and conditions as described in the permit. Any deviations as described above are depicted on the attached drawing(s). Signature of Permittee Date 34am Plotted by: 8ART6907 File Name: C:\Users\8ART6907\Desktop\New folder\old\Permitting Drawing\C-0 COVER SHEET.dwg Layout Name: Layoutl Plot Time: Wednesday, May 16, 2018 — WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL VERO BEACH, FL PLANS PERMITTING PURPOSES ONLY Morth 8ne.' M�; T •:, 1 0 1 , r.., t. = / 11 fl J, \ \ , �' r \ `, ,„,,,z,- ....4. tw.n..., YBe.en� NMWae..hYla' � 1 I ,��ALYu,,VYb14o,/ RMSM Golf CWb • 4 n -..PROJECT JECT } OCA\TIONN' l - . ',. ra Indian River County 1801 27th Street, Vero Beach, FL 32960 Project Manager: James Gray LOCATION MAP NTS DRAWING INDEX 1 GENERAL NOTES 2 PRE -HURRICANE MATTHEW CONDITIONS 3 OVERALL PLAN 4 DEMOLITION PLAN - WEST SECTION 5 DEMOLITION PLAN - EAST SECTION 6 BARGE TRANSIT ROUTE 7-9 SILT FENCE SPECIFICATION 10-12 TURBIDITY CURTAIN SPECIFICATION 13-15 CONDITIONS FOR IN -WATER WORK ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 Engineer of Record: Kenneth M. Good, PE FI. Lic. No. 61687 E I= z 0 0 ce ii He Nome: C:\Users\ GENERAL NOTES 1. THIS PROJECT INCLUDES THE COMPLETE DEMOLITION AND REMOVAL OF THE ENTIRE EAST AND WEST SPANS OF THE WABASSO FISHING PIER, ALONG WITH THE CONNECTING SIDEWALKS AT EACH END. ALL COMPONENTS OF THE PIER (INTACT AND DAMAGED/DISPLACED), INCLUDING PILES, CAPS AND DECK SECTIONS, ARE TO BE REMOVED. 2. ALL METAL RAILINGS, BRACKETS, EXPOSED REINFORCING, OR OTHER FITTINGS SHALL BE REMOVED AND CUT OFF WITH A MAXIMUM OF SIX INCHES PROTRUDING FROM THE CONCRETE. SAID MATERIALS SHALL BE DISPOSED OF AT AN APPROVED UPLAND FACILITY. 3 ALL CLEAN CONCRETE COMPONENTS SHALL BE DISPOSED OF AT 1 OF 12 OFFSHORE ARTIFICIAL REEF SITES LOCATED APPROXIMATELY FIVE MILES EAST-SOUTHEAST OF SEBASTIAN INLET. THIS REEF SITE WAS AUTHORIZED BY USACE PERMIT SAJ-2016-02916 (SP -AWP). ALL CONDITIONS OF THAT PERMIT MUST BE COMPLIED WITH. 4 THE FOLLOWING IS A SUMMARY OF THE MAJOR PIER COMPONENTS TO BE REMOVED. 11 - INTACT 50' CONCRETE PIER DECK SECTIONS 2 - INTACT 25' CONCRETE PIER DECK ABUTMENT SECTIONS 8 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PIER DECK SECTIONS 38 - FULL LENGTH INTACT CONCRETE PILES 5 - PARTIAL/BROKEN/DISPLACED CONCRETE PILES 18 - INTACT CONCRETE PILE CAPS 5 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PILE CAPS 1,530 SQ. FT. - CONCRETE SIDEWALK 5 PIER COMPONENTS WILL BE REMOVED AS MUCH AS POSSIBLE WITHOUT ADVERSELY IMPACTING RESOURCES FROM THE WATERWAY BY CRANE OR EXCAVATOR. 6. PIER COMPONENTS WILL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT NO POTENTIAL SEAGRASS AND/OR HARDBOTTOM IS HARMED OR DAMAGED. 7 THE CONTRACTOR SHALL TAKE ALL NECESSARY PRECAUTION TO PROTECT EXISTING STRUCTURES INCLUDING UNDERGROUND AND ABOVE GROUND UTILITIES. AN 811 UTILITY LINE LOCATION CALL (1-800-432-4770) WILL BE CONDUCTED BY CONTRACTOR TO LOCATE ANY UTILITIES IN THE FACILITY. A KNOWN FPL ELECTRICAL CABLE(S) IS RUNNING ALONG THE WATERWAY BOTTOM JUST TO THE SOUTH OF THE PIER. THE CABLE(S) SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. 8 SUBMERGED PIER SECTIONS WERE LOCATED WITH A DIVER AND HAND-HELD GPS UNIT. LOCATIONS ARE APPROXIMATE. THE ORIENTATION OF THE SUBMERGED DECK SECTIONS IS APPROXIMATE BASED ON DIVER OBSERVATIONS WITH LIMITED VISIBILITY. 9 REMOVE PILES AS COMPLETELY AS POSSIBLE FROM WATER. PILE REMNANTS SHALL NOT REMAIN ABOVE THE MUDLINE. 10. ALL EQUIPMENT INCLUDING VESSELS AND TURBIDITY CURTAIN WILL BE REQUIRED TO FOLLOW PROPER U.S.C.G. PROTOCOL FOR OVERNIGHT STORAGE. 11. THE CONTRACTOR SHALL PROVIDE ALL WARNING SIGNS, LIGHTS, & SIGNALS AS REQUIRED BY THE PROJECT REPRESENTATIVE TO ADEQUATELY WARN THE PUBLIC AGAINST DANGER AND TRESPASS WITHIN THE DESIGNATED CONSTRUCTION SITE. 12. ALL WORK WILL BE CONDUCTED FROM A BARGE OR SIMILAR VESSEL. 13. NOTICE TO MARINERS: THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE COAST GUARD IN SUFFICIENT TIME TO ALLOW FOR PUBLICATION OF A NOTICE TO MARINERS. THE LOCAL COAST GUARD IS: COMMANDER 7TH COAST GUARD DISTRICT BRICKELL PLAZA FEDERAL BUILDING 909 S.E. FIRST AVENUE, ROOM 406 MIAMI, FLORIDA 33131-3028 ATTN: (LNM) TELEPHONE: (305) 415-6750 FAX: (305) 415-6757 THE CONTRACTOR SHALL OBTAIN APPROVAL FROM THE U.S. COAST GUARD FOR ALL BUOYS, MARKERS, AND OTHER DREDGING AIDS PRIOR TO INSTALLATION. DREDGING AIDS, LIGHTS OR TARGETS SHALL NOT BE PLACED OR COLORED IN A MANNER THAT THEY WILL OBSTRUCT OR BE CONFUSED WITH NAVIGATION AIDS. RESOURCE PROTECTION NOTES 1. THE CONTRACTOR SHALL COMPLY WITH ALL WATER QUALITY REQUIREMENTS AND REGULATORY PERMITS ISSUED BY LOCAL, STATE AND FEDERAL AUTHORITIES PRIOR TO AND AT THE TIME OF CONSTRUCTION. 2. MANGROVES SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. A MINIMUM FIFTEEN FOOT WIDE BUFFER AROUND THE MANGROVES DRIP LINE SHALL BE FENCED OFF WITH ORANGE CONSTRUCTION SAFETY FENCE. 3. SEAGRASS SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. NO VESSELS OR EQUIPMENT SHALL OPERATE OVER THE SEAGRASS BED. A MINIMUM TWENTY-FIVE FOOT BUFFER AROUND THE SEAGRASS BED SHALL BE PROTECTED WITH A FLOATING TURBIDITY BARRIER. 4. PIER COMPONENTS WILL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT ANY POTENTIAL SEAGRASS AND/OR HARDBOTTOM IS NOT DAMAGED. 5. AT ALL TIMES, A MINIMUM 1 FOOT VERTICAL CLEARANCE BETWEEN THE BOTTOM OF THE VESSEL AND THE BOTTOM OF THE WATERWAY SHALL BE MAINTAINED. 6. WORK SHALL COMPLY WITH STANDARD MANATEE CONDITION FOR IN -WATER WORK. 7. WORK SHALL COMPLY WITH SEA TURTLE AND SMALL TOOTH SAWFISH CONSTRUCTION CONDITIONS. 8. THE CONTRACTOR SHALL IMPLEMENT AND MAINTAIN MEASURES NECESSARY TO PREVENT, CONTROL, AND ABATE ANY EROSION OF THE GROUND SURFACE OR TRANSPORT OF SEDIMENTS OFF THE SITE. THE USE OF BEST MANAGEMENT PRATICES SUCH AS STRAW BALES, EROSION SCREEN AND TURBIDITY SCREENS SHALL BE IMPLEMENTED. THE CONTACTOR SHALL INSTALL TEMPORARY EROSION AND SEDIMENTATION CONTROL FEATURES AS REQUIRED. EROSION AND SEDIMENT CONTROL MEASURE SUCH AS SEDIMENT TRAPS, NATIVE GRASSING, STRAW BALES AND SILT FENCES SHALL BE MAINTAINED UNTIL COMPLETION OF THE WORK. ALL DISTURBED UPLAND AREAS INCLUDING REMOVED CONCRETE FOOTPRINT SHALL BE SMOOTHED AND PERMANETLY STABILIZED USING SOD. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY GENERAL NOTES ENGINEER OF fiECORD, 1BlEIH M OOOD. PE LIC. NO.61687 100055899 CAD FILE E fir NUMBER 1 0 a E 0 0 co O INDIAN RIVER 6 ;J. 0 100 200 Q 400 Feet SCALE: 1" = 200' 01 / 0 c 0 Z O 0 O O File Name: C:\Users\BART ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 ±525 LF WESTERN FISHING PIER FDOT APLUS IMAGERY ( 2015) WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY PRE -HURRICANE MATTHEW CONDITION ±475 LF EASTERN FISHING PIER INDIAN RIVER ENGINEER OF RECORD IBIET/ M GOOD. PE LIC. NO.616 7 JOB Na 100055899 CAD R.E &E£1' NUIA13131 2 INDIAN RIVER PO ry+ fel° 550 777 4,P ±100 LF WESTERN DAMAGE DEBRIS AREA 0 100 200 400 I FEET SCALE: 1"=200' ±425 LF WESTERN FISHING PIER ( INTACT) j APPROX. LOCATION OF FPL POWER LINE ( SUB AQUEOUS CROSSING) AN 811 CALL WILL BE REQUIRED BY CONTRACTOR TO PROPERLY LOCATE ALL UTILITY LINES ±175 LF EASTERN FISHING PIER ( INTACT) ±300 LF EASTERN DAMAGE DEBRIS AREA INDIAN RIVER MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) L—_J LEGEND: FPL POWERUNE CONCRETE SIDEWALK DEBRIS AREA ATKIINS 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY OVERALL PLAN ENGINEER OF RECORD I®IETT, M 000 0. PE uC.NCI e1 JOB Ne. 100065899 CAD wE 3 MEET NUMBER 3 a E c a 0 E i v, 0 0 CP, 00 0 0 0 O. i 0 SUBMERGED PROJECT AREA - 0.33 ACRE LF SIDEWALK TO BE REMOVED 4,40A�.►I`�,rvli, ii....6w.41.rim.SII Ak01►0..lile.4110rAiflvAvr�i►v..&IiwALAIN:im 400!....4 SWAN AIM416.11,5‘11WIAIMANFAMIMOIKILIIFAMIIIMANKIMIMAMA.,MIZIKIMIMIIMINFAIVAWidlT ✓ar " � 0 INDIAN RIVER 100 SCALE:1"=100' INTACT CONCRETE PILES AN CAPS TO BE REMOVED (2 LOCATIONS) WABASSO BRIDGE ROAD ( C.R. 510) • --c---c—--c—[—t—c—e�--c—c—i--s—:--c—i�—i—c—c--c—i--c—c SIDEWALK REMOVAL PROJECT AREA - 0.16 ACRES INTACT FISHING PIER DECK, PILES AND CAPS TO BE SUBMERGED FISHING PIER DECK REMOVED (9 SPANS) TO BE REMOVED. SPANS APPEARS TO BE INTACT AND UPRIGHT. (2 SPANS) Area of Interest Area (Acres) Submerged Span Area - East Section (6 pieces) 0.05 Submerged Span Area - West Section (2 pieces) 0.02 Total Submerged Span Area 0.07 Project Area - East Section 0.59 Project Area - West Section 0.49 Total Project Area 1.08 MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) ATM MS 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN — WEST SECTION • ENGINEER OF RECORD rH u o000, r£ 1_10 Ho. eleco LEGEND: 200 FEET —t—c—c—c PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED FPL POWERUNE CONCRETE SIDEWALK SUBMERGED PIER DECK/DEBRIS CONCRETE PILES SILT FENCE JOB No, 100055899 CAD FLE 4 6F ET NUMBER 4 File Nome: C:\Users\BART6907\Desktop\New folder\old\Permitting Growing\D-1 LEGEND. PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED t --E—{ FPL POWERLINE alionic CONCRETE SIDEWALK ® SUBMERGED PIER DECK/DEBRIS SEAGRASS BED MANGROVES 1 ❑ TURBIDITY CURTAIN MIN. 25' BUFFER AROUND SEA GRASS SILT FENCE • CONCRETE PILES UBMERGED FISHING PIER DECK TO BE REMOVED. SPANS APPEARS TO BE INTACT AND UPRIGHT. (2 SPANS) INDIAN RIVER DAMAGED/PARTIAL PILES AND CAPS TO BE REMOVED (5 LOCATIONS) WABASSO BRIDGE ROAD ( C.R. 510) 0 100 SCALE:1"=100' SUBMERGED PROJECT AREA - 0.47 ACRES 44e, & 444401V 11146.4,4‘, itre Kleir41r4.1.MINIANIIi.11,411F41.2 MAMA 1440 NTACT FISHING PIER DECK, PILES AND CAPS TO BE REMOVED (4 SPANS) 200 FEET 120 LF SIDEWALK TO BE REMOVED SIDEWALK REMOVAL PROJECT AREA - 0.12 ACRES SUBMERGED FISHING PIER DECK TO B REMOVED. SPANS APPEARS TO BE LAYING ON SIDES WITH PARTIAL PILE/CAP ATTACHED. (4 SPANS) INTACT CONCRETE PIL AND CAP TO BE REMOVED (1 LOCATION) UBMERGED FISHING PIER DECK TO BE REMOVED. SPANS APPEARS TO BE INTACT AND UPRIGHT, (2 SPANS) APPROX. 6120 SF OF SEA GRASS. N OPERATIONS WITHIN 25' OF SEA GRASS. SURVEYED: JULY 2017 Area of Interest Area (Acres) Submerged Span Area - East Section (6 pieces) 0.05 Submerged Span Area - West Section (2 pieces) 0.02 Total Submerged Span Area 0.07 Project Area - East Section 0.59 Project Area - West Section 0.49 Total Project Area 1.08 APPROX. 566 SF. 0 MANGROVES. NO OPERATIONS WITHIN 15' OF MANGROVES. MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) ANTICIPATED STAGING AREA EX. BOAT RAMP Ai 1( II S 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN — EAST SECTION ENGINEER OF RECORD KIN ETH Y COOD, FE LC. w. 51687 JOB No. 100055899 CAD FILE 5 SHEET' MAKER 5 0 2 MI SEBASTIAN INLET PERMITTED ARTIFICIAL REEF 1 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE: 2017-06-02 SCALE: 1" = 2 MI 4 M PERMITTED ARTIFICIAL REEFS 2-12 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE: 2018-01-08 LEGEND: BARGE PATH INTRACOASTAL WATERWAY ( ICV Approximate Coordinates of Artificial Reefs Disposal Area ID/CORNER Latitude Longitude ID/CORNER Latitude Longitude 1E 27.8374 -80.3636 7E 27.8224 -80.3420 1N 27.8389 -80.3598 7N 27.8257 -80.3437 1S 27.8340 -80.3619 75 27.8209 -80.3458 1W 27.8355 -80.3582 7W 27.8242 -80.3475 2E 27.8397 -80.3507 8E 27.8161 -80.3464 2N 27.8430 -80.3524 8N 27.8195 -80.3481 2S 27.8382 -80.3545 85 27.8147 -80.3502 2W 27.8415 -80.3561 8W 27.8180 -80.3518 3E 27.8326 -80.3501 9E 27.8169 -80.3390 3N 27.8359 -80.3518 9N 27.8203 -80.3407 3S 27.8311 -80.3539 9S 27.8155 -80.3428 3W 27.8345 -80.3555 9W 27.8188 -80.3444 4E 27.8279 -80.3545 10E 27.8103 -80.3453 4N 27.8313 -80.3562 1ON 27.8137 -80.3470 4S 27.8265 -80.3583 10S 27.8089 -80.3491 4W 27.8298 -80.3600 10W 27.8122 -80.3507 5E 27.8282 -80.3445 11E 27.8110 -80.3369 5N 27.8315 -80.3462 11N 27.8144 -80.3385 5S 27.8267 -80.3483 115 27.8095 -80.3406 5W 27.8300 -80.3499 11W 27.8129 -80.3423 6E 27.8219 -80.3492 12E 27.8053 -80.3406 6N 27.8253 -80.3508 12N 27.8086 -80.3422 6S 27.8205 -80.3529 12S 27.8038 -80.3443 6W 27.8238 -80.3546 12W 27.8071 -80.3460 ATMKS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FSPR Certificate of Authorization No. 24 FORT PIERCE INLET WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY BARGE TRANSIT ROUTE ENGINEER OF RECORD HTH u a000, PE LC. PO. 616V JOB No. 100055899 CADRE SHEET NUMBER 6 File Name: C:\Users\8ART6907\Desktop\New folder\old\Permitting Drawing\Silt Fence Details.dwg Layout Name: S-1 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: 6ART6907 SPACING OF POSTS TO BE 6-10 FEET APART FILTER FABRIG\ MATERIAL ;Ma ■I IIIIIII!■1� 2' MIN.ann .. I 111111MOM _ IIIIIIIIIIIF"'" ; FILTER FABRIC MATERIAL SECURELY FASTENED TO THE POSTS OR IF USED THE WIRE MESH y 10 INCHES V\ ,\ (MIN) WOOD OR STEEL POST BACKFILLED TRENCH APPROXIMATELY 8 INCHES OF FILTER FABRIC MATERIAL MUST EXTEND INTO A TRENCH AND BE ANCHORED WITH COMPACTED BACKFILL MATERIAL FOR ADDITIONAL STRENGTH FILTER FABRIC MATERIAL CAN BE ATTACHED TO A 6 -INCH (MAX) MESH WIRE SCREEN WHICH HAS BEEN FASTENED TO THE POSTS ATTACHING TWO SILT FENCES RUNOFF DIRECTION OF RUNOFF WATERS APPROXIMATE 4 -INCH BY 4 -INCH TRENCH 1 INSTALLING A FILTER FABRIC SILT FENCE ROTATE BOTH POSTS AT LEAST 180 DEGREES IN A CLOCKWISE DIRECTION TO CREATE A TIGHT SEAL WITH THE FABRIC MATERIAL DRIVE BOTH POSTS ABOUT 10 INCHES INTO THE GROUND AND BURY FLAP PLACE THE END POST OF THE SECOND FENCE INSIDE THE END POST OF THE FIRST FENCE ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY SILT FENCE ENGNEER OF RECORD KENNETH M 0000. PE LIC. N0. EW JOB No. 100055899 CAC) F LE 7 %EU MASER 7 I. 0 File Name: C:\Users\BART6907\Desktop\New folder\old\Permitting Drawing\Silt Fence Details.dwg Layout Name: S-2 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: EXTRA STRENGTH FILTER FABRIC NEEDED WITHOUT WIRE MESH SUPPORT 411 All _.r.1I1 MP' 7' ,• ip iriIIw- - STEEL OR WOOD POST 1� '= 11111- STEEL OR WOOD POST 36" HIGH MAX. PONDING HT. FLOW 10' MAX. S'ACING WITH WIRE SUPPORT FENCE 6' MAX SPACING WITHOUT WIRE SUPPORT FENCE FILTER FABRIC ATTACH SECURELY TO UPSTREAM SIDE OF POST RUNOFF 12" MIN. 4"x6"TRENCH WITH COMPACTED BACKFILL STANDARD DETAIL TRENCH WITH NATIVE BACKFILL FLOW 9" MAX. (RECOMMENDED) STORAGE HT. 12" MIN. ALTERNATE DETAIL TRENCH WITH GRAVEL NOTES: 1. INSPECT AND REPAIR FENCE AFTER EACH STORM EVENT AND REMOVE SEDIMENT WHEN NECESSARY. 2. REMOVED SEDIMENT SHALL BE DEPOSITED TO AN AREA THAT WILL NOT CONTRIBUTE SEDIMENT OFF-SITE AND CAN BE PERMANENTLY STABILIZED. 3. SILT FENCE SHALL BE PLACED ON SLOPE CONTOURS TO MAXIMIZE PONDING EFFICIENCY. INSTALLING A FILTER FABRIC SILT FENCE ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY SILT FENCE ENGINEER FECORD KENNETH M ODOR, PE LIC. NO. 61687 JOEI 100065899 CD a °FEET FJU BHi 8 Is.dwg Layout Name: S-3 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: 8ART6907 File Name: C:\Users\BART6907\Desktop\New folder\old\Permitting Drawing\Silt Fen 1. SET STAKES 6'M 3. STAPLE FILTER MATERIAL TO STAKES AND EXTEND IT INTO THE TRENCH 7, SHEET FLOW INSTALLATION (PERSPECTIVE VIEW) 2. EXCAVATE A 4" X 4" TRENCH UPSCALE ALONG THE LINE OF STAKES 4. BACKFILL AND COMPACT THE EXCAVATED SOIL POINT A SHOULD BE HIGHER THAN POINT B DRAINAGE INSTALLATION (FRONT ELEVATION) INSTALLING A FILTER FABRIC SILT FENCE A ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY SILT FENCE B4aNEER OF RECORD K8*ETH M OOOD, PE LC. NO. e1687 JOB No. 100055899 CAD FLE 9 SHEET NUMBER BER 9 O File Name: C:\Users\BART6907\Desktop\New folder\old\Permitting Drawing\Silt Fence Details.dwg Layout Name: S-4 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: 5/8 IN. POLYPROPYLENE ROPE 1/4 IN. TIE ROPE 1 MIIM i F• DS FOR COMPACT STORAGE 1111 11111" DEPTH ACCORDING TO NEED FLOATATIO ECONOMY FABRICS AVAILABLE 18 OZ. 300 LB/IN. STANDARD NYLON REINFORCED VINYL 18 (OR 22) OZ. VINYL COVERED NYLON 1/4 IN. CHAIN ALL SEAMS HEAT SEALED (BLOW-UP OF SHACKLE CONNECTION) TYPE I GALVANIZED #24 SAFETY HOOK PVC SLOT -CONNECT TOP LOAD LINE 5/16 VINYL COATED CABLE WATER SEAL STRESS PLATE (TO REMOVE PRESSURE FROM FLOATS) FLOATATION 1 0 FT. STANDARD LENGTH DEPTH ACCORDING TO NEED STRESS BAND ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 STRESS PLATE TYPE II 5/16 IN. CHAIN BALLAST & LOAD LINE FLOATING TURBIDITY BARRIER TYPE(S) 1 & 11 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGINEER OF RECORD IBlETH Y OOCO, PE LIC. HO. 61687 J013 No. 10=5699 CADRE w T nti►f 10 STRESS BAND 22 OZ NYLON REINFORCED VINYL TYPE III 0 DEPTH ACCORDING TO NEED PVC SLOT - CONNECTOR 0 #24 SAFETY HOOK 5/16 VINYL COATING CABLE (ON BOTH SIDES OF CURTAIN TO REDUCE STRAIN) NOTE: ANCHORING WITH BUOYS, AS SHOWN, REMOVES ALL VERTICAL FORCES FROM THE CURTAIN. HENCE, THE CURTAIN WILL NOT SINK FROM WIND OR CURRENT LOADS. \ 1— /c MIN. 2' WATER SURFACE • STRESS PLATE LAP LINK ORIENTATION WHEN INSTALLED (TIDAL SITUATION - TYPE III) BUOY ATTACH LINES TO SHACKLE FLOATATION CHAIN AUTOMATIC FLASHING LIGHT (ON AT DUSK - OFF AT DAWN) 100' ON CENTER SHALL BE USED IN NAVIGABLE CHANNELS ONLY STANDARD CONTAINMENT SYSTEMS LIGHT BUOY ANCHOR (AS RECOMMENDED BY THE MANUFACTURER) FLOATING TURBIDITY BARRIER TYPE III ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGINEER OF RECORO 1BIETH M 0000, PE UC. No. 81887 JOB No. 100055899, ~ARE 11 81;$T KIZER 11 ANCHOR PT. SHORELINE ANCHOR PT. TIDAL WATERS AND/OR HEAVY WIND AND WAVE ACTION ANCHOR PT. WORK AREA * THIS DISTANCE IS VARIABLE SHORELINE ANCHOR PT. FLOOD EBB ANCHOR & ANCHOR BUOY C. BARRIER MOVEMENT DUE TO TIDAL CHANGE TYPICAL INSTALLATION LAYOUT OF FLOATING TURBIDITY BARRIERS ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER BJDNEER OF RECORD KBIETH M OOCD. PE UC. HO. GM JOB No. 100055899 CAD FILE ,: SHEET MSEER 12 UNITED STATES DEPARTMENT OF COMMERCE National Oceanic and Atmospheric Administration NATIONAL MARINE FISHERIES SERVICE Southeast Regional Office 263 13th Avenue South St. Petersburg, FL 33701 SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTION CONDITIONS The permittee shall comply with the following protected species construction conditions: a. The permittee shall instruct all personnel associated with the project of the potential presence of these species and the need to avoid collisions with sea turtles and smalltooth sawfish. All construction personnel are responsible for observing water -related activities for the presence of these species. b. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing sea turtles or smalltooth sawfish, which are protected under the Endangered Species Act of 1973. ' c. Siltation barriers shall be made of material in which a sea turtle or smalltooth sawfish cannot become entangled, be properly secured, and be regularly monitored to avoid protected species entrapment. Barriers may not block sea turtle or smalltooth sawfish entry to or exit from designated critical habitat without prior agreement from the National Marine Fisheries Service's Protected Resources Division, St. Petersburg, Florida. d. All vessels associated with the construction project shall operate at "no wake/idle" speeds at all times while in the construction area and while in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will preferentially follow deep -water routes (e.g., marked channels) whenever possible. e. If a sea turtle or smalltooth sawfish is seen within 100 yards of the active daily construction/dredging operation or vessel movement, all appropriate precautions shall be implemented to ensure its protection. These precautions shall include cessation of operation of any moving equipment closer than 50 feet of a sea turtle or smalltooth sawfish. Operation of any mechanical construction equipment shall cease immediately if a sea turtle or smalltooth sawfish is seen within a 50 -ft radius of the equipment. Activities may not resume until the protected species has departed the project area of its own volition. f. Any collision with and/or injury to a sea turtle or smalltooth sawfish shall be reported immediately to the National Marine Fisheries Service's Protected Resources Division (727-824- 5312) and the local authorized sea turtle stranding/rescue organization. g. Any special construction conditions, required of your specific project, outside these general conditions, if applicable, will be addressed in the primary consultation. Revised: March 23, 2006 O:\forms\Sea Turtle and Smalltooth Sawfish Construction Conditions.doc ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY IN—WORK CONDITIONS ENaNEER OF RECORD 1®*EM M COM FE NC 61887 JOB Na 100055899 ' CAD RIZ 13 SHEET MASER 13 File Name: C:\Users\BART6907\Desktop\New folder\old\Permitting Drawing\Silt Fence Details.dwg Layout Name: S-8 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: BART6907 STANDARD MANATEE CONDITIONS FOR IN -WATER WORK 2011 The permittee shall comply with the following conditions intended to protect manatees from direct project effects: a. All personnel associated with the project shall be instructed about the presence of manatees and manatee speed zones, and the need to avoid collisions with and injury to manatees. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. b. All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. c. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Barriers must not impede manatee movement. d. All on-site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50 -foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. e. Any collision with or injury to a manatee shall be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) Hotline at 1-888-404-3922. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or in Vero Beach (1-772-562-3909) for south Florida, and emailed to FWC at ImperiledSpecies(c_myFWC.com. f. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Temporary signs that have already been approved for this use by the FWC must be used. One sign which reads Caution: Boaters must be posted. A second sign measuring at least 81/2" by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. These signs can be viewed at http://www.mvfwc.com/WILDLIFEHABITATS/manatee sign vendors.htm. Questions concerning these signs can be forwarded to the email address listed above. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY IN -WORK CONDITIONS ENGINEER OF RECORD IO31ETH M GOOD. FE LIC. NO. 61687 JOB No. ,00055899 CAD RE 14 SHEET 1849,6ER 14 File Nome: C:\Users\BART6907\Desktop\New folder\old\Permitting Drawing\Silt Fence Details.dwg Layout Name: S-9 Plot Time: Wednesday, May 16, 2018 — 10:39am Plotted by: BART6907 SNOI1I0NOO >180M—NI 0 r Z D v 0 co Z t/1 D Q Z -1 N rn co Z xi V1 m 1-71 0 F 'JNf100 d13AI I r 2 F CAUTION: MANATEE HABITAT All project vessels IDLE SPEED / NO WAKE When a manatee is within 50 feet of work all in -water activities must SHUT DOWN Report any collision with or injury to a manatee: Wildlife Alert: 1-888-404- FWCC (3922) cell * FWC or #FWC U.S. Army Corps of Engineers Jacksonville District's Programmatic Biological Opinion (JaxBO) Project Design Criteria (PDCs) for In -Water Activities November 20, 2017 1) (AP.7.) Education and Observation: The permittee must ensure that all personnel associated with the project are instructed about the potential presence of species protected under the ESA and the Marine Mammal Protection Act (MMPA). All on-site project personnel are responsible for observing water -related activities for the presence of protected species. All personnel shall be advised that there are civil and criminal penalties for harming, harassing, or killing ESA -listed species or marine mammals. To determine which species may be found in the project area, please review the relevant Protected Species List at: http://sero.nmfs.noaa.gov/protected resources/section 7/threatened endangered/in dex.html 2) (AP.8.) Reporting of interactions with protected species: a) Any collision(s) with and/or injury to any sea turtle, sawfish, whale, or sturgeon occurring during the construction of a project, shall be reported immediately to NMFS's Protected Resources Division (PRD) at (1-727-824-5312) or by email to takereport.nmfsser@noaa.gov and SAJ-RD-Enforcement@usace.army.mil. b) Smalltooth sawfish: Report sightings to 1 -844 -SAWFISH or email Sawfish@MyFWC.com c) Sturgeon: Report dead sturgeon to 1-844-STURG 911 (1-844-788-7491) or email nmfs.ser.sturgeonnetwork@noaa.gov d) Sea turtles and marine mammals: Report stranded, injured, or dead animals to 1- 877 -WHALE HELP (1-877-942-5343). e) North Atlantic right whale: Report injured, dead, or entangled right whales to the USCG via VHF Channel 16. 3) (AP.9.) Vessel Traffic and Construction Equipment: All vessel operators must watch for and avoid collision with species protected under the ESA and MMPA. Vessel operators must avoid potential interactions with protected species and operate in accordance with the following protective measures: a) Construction Equipment i) All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while operating in water depths where the draft of the vessel provides less than a 4 -foot (ft) clearance from the bottom, and in all depths after a protected species has been observed in and has departed the area. ii) All vessels will follow marked channels and/or routes using the maximum water depth whenever possible. iii) Operation of any mechanical construction equipment, including vessels, shall cease immediately if a listed species is observed within a 50 -ft radius of construction equipment and shall not resume until the species has departed the area of its own volition. iv) If the detection of species is not possible during certain weather conditions (e.g., fog, rain, wind), then in -water operations will cease until weather conditions improve and detection is again feasible. b) All Vessels: i) Sea turtles: Maintain a minimum distance of 150 ft. ii) North Atlantic right whale: Maintain a minimum 1,500 -ft distance (500 yards). iii) Vessels 65 ft in length or longer must comply with the Right Whale Ship Strike Reduction Rule (50 CFR 224.105) which includes reducing speeds to 10 knots or Tess in Seasonal Management Areas (http://www.fisheries.noaa.gov/pr/shipstrike/). iv) Mariners shall check various communication media for general information regarding avoiding ship strikes and specific information regarding right whale sightings in the area. These include NOAA weather radio, USCG NAVTEX broadcasts, and Notices to Mariners. v) Marine mammals (i.e., dolphins, whales [other than North Atlantic right whales], and porpoises): Maintain a minimum distance of 300 ft. vi) When these animals are sighted while the vessel is underway (e.g., bow - riding), attempt to remain parallel to the animal's course. Avoid excessive speed or abrupt'changes in direction until they have left the area. vii) Reduce speed to 10 knots or less when mother/calf pairs or groups of marine mammals are observed, when safety permits. 4) (AP.10.) Turbidity Control Measures during Construction: Turbidity must be monitored and controlled. Prior to initiating any of the work covered under this Opinion, the Permittee shall install turbidity curtains as described below. In some instances, the use of turbidity curtains may be waived by the USACE project manager if the project is deemed too minimal to generate turbidity (e.g., certain ATON installation, scientific survey device placement, marine debris removal) or if the current is too strong for the curtains to stay in place. Turbidity curtains specifications: a) Install floating turbidity barriers with weighted skirts that extend to within 1 ft of the bottom around all work areas that are in, or adjacent to, surface waters. b) Use these turbidity barriers throughout construction to control erosion and siltation and ensure that turbidity levels within the project area do not exceed background conditions. c) Position turbidity barriers in a way that does not block species' entry to or exit from designated critical habitat. d) Monitor and maintain turbidity barriers in place until the authorized work has been completed and the water quality in the project area has returned to background conditions. e) In the range of ESA -listed corals (St. Lucie Inlet, Martin County south to the Dry Tortugas and the U.S. Caribbean) and Johnson's seagrass (Turkey Creek/Palm Bay south to central Biscayne Bay in the lagoon systems on the east coast of Florida): i) Projects that include upland earth moving (e.g., grading to install a building or parking lot associated with a dock and seawall project), must install sediment control barriers to prevent any upland sediments from reaching estuarine or marine waters. ii) The turbidity curtain requirement cannot be waived for any project that moves or removes sediment (e.g., dredging, auger to create a pile, trenching to install a cableline). If turbidity curtains are not feasible in an area based on site conditions such as water current, high wave action, or stormy conditions, the project must undergo individual Section 7 consultation and is not covered under this Programmatic Opinion. 5) (AP.11.) Entanglement: All turbidity curtains and other in -water equipment must be properly secured with materials that reduce the risk of entanglement of marine species (described below). Turbidity curtains likewise must be made of materials that reduce the risk of entanglement of marine species. a) In -water lines (rope, chain, and cable, including the lines to secure turbidity curtains) must be stiff, taut, and non -looping. Examples of such lines are heavy metal chains or heavy cables that do not readily loop and tangle. Flexible in - water lines, such as nylon rope or any lines that could loop or tangle, must be enclosed in a plastic or rubber sleeve/tube to add rigidity and prevent the line from looping and tangling. In all instances, no excess line is allowed in the water. b) Turbidity curtains and other in -water equipment must be placed in a manner that does not entrap species within the construction area or block access for them to navigate around the construction area. UNITED STATES DEPARTMENT OF COMMERCE National Oceanic and Atmospheric Administration NATIONAL MARINE FISHERIES SERVICE Southeast Regional Office 263 13th Avenue South St. Petersburg, FL 33701 SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTION CONDITIONS The permittee shall comply with the following protected species construction conditions: a. The permittee shall instruct all personnel associated with the project of the potential presence of these species and the need to avoid collisions with sea turtles and smalltooth sawfish. All construction personnel are responsible for observing water -related activities for the presence of these species. b. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing sea turtles or smalltooth sawfish, which are protected under the Endangered Species Act of 1973. c. Siltation barriers shall be made of material in which a sea turtle or smalltooth sawfish cannot become entangled, be properly secured, and be regularly monitored to avoid protected species entrapment. Barriers may not block sea turtle or smalltooth sawfish entry to or exit from designated critical habitat without prior agreement from the National Marine Fisheries Service's Protected Resources Division, St. Petersburg, Florida. d. All vessels associated with the construction project shall operate at "no wake/idle" speeds at all times while in the construction area and while in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will preferentially follow deep -water routes (e.g., marked channels) whenever possible. e. If a sea turtle or smalltooth sawfish is seen within 100 yards of the active daily construction/dredgiing operation or vessel movement, all appropriate precautions shall be implemented to ensure its protection. These precautions shall include cessation of operation of any moving equipment closer than 50 feet of a sea turtle or smalltooth sawfish. Operation of any mechanical construction equipment shall cease immediately if a sea turtle or smalltooth sawfish is seen within a 50 -ft radius of the equipment. Activities may not resume until the protected species has departed the project area of its own volition. f. Any collision with and/or injury to a sea turtle or smalltooth sawfish shall be reported immediately to the National Marine Fisheries Service's Protected Resources Division (727-824- 5312) and the local authorized sea turtle stranding/rescue organization. g. Any special construction conditions, required of your specific project, outside these general conditions, if applicable, will be addressed in the primary consultation. Revised: March 23, 2006 O:\forms\Sea Turtle and Smalltooth Sawfish Construction Conditions.doc STANDARD MANATEE CONDITIONS FOR IN -WATER WORK 2011 The permittee shall comply with the following conditions intended to protect manatees from direct project effects: a. All personnel associated with the project shall be instructed about the presence of manatees and manatee speed zones, and the need to avoid collisions with and injury to manatees. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. b. All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. c. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Barriers must not impede manatee movement. d. All on-site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50 -foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. e. Any collision with or injury to a manatee shall be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) Hotline at 1-888-404-3922. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or in Vero Beach (1-772-562-3909) for south Florida, and emailed to FWC at ImperiledSpeciesmvFWC.com. f. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Temporary signs that have already been approved for this use by the FWC must be used. One sign which reads Caution: Boaters must be posted. A second sign measuring at least 8% " by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. These signs can be viewed at http://www.myfwc.com/WILDLIFEHABITATS/manatee sign vendors.htm. Questions concerning these signs can be forwarded to the email address listed above. CAUTION: MANATEE HABITAT All project vessels IDLE SPEED / NO WAKE When a manatee is within 50 feet of work all in -water activities must SHUT DOWN Report any collision with or injury to a manatee: Wildlife Alert: 1-888-404-FWCC(3922) Bell * FWC or #FV1/C Florida Department of Environmental Protection Southeast District Office 3301 Gun Club Road, MSC 7210-1 West Palm Beach, Florida 33406 561-681-6600 James Gray 1801 27th Street Vero Beach, FL 32970 Sent via e-mail: JGray@ircgov.com Re: File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Dear Mr. Gray: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein Secretary On February 15, 2018, we received your application for an exemption to remove two fishing piers and associated support structures. The project is located in the Indian River Lagoon, within the Indian River -Malabar to Vero Beach Aquatic Preserve, Outstanding Florida Waters, Class III Waters, adjacent to 4295 Wabasso Bridge Road, Vero Beach (Section 27, Township 31 South, Range 39 East), in Indian River County (Latitude N 27° 45' 23.69", Longitude W 80° 25' 23.05"). Your request has been reviewed to determine whether it qualifies for (1) regulatory exemption, (2) proprietary authorization (related to state-owned submerged lands), and (3) federal approval that may be necessary for work in wetlands or waters of the United States. Your project did not qualify for the federal review portion of this verification request. Additional authorization must be obtained prior to commencement of the proposed activity. This letter does not relieve you from the responsibility of obtaining other federal, state, or local authorizations that may be required for the activity. Please refer to the specific section(s) dealing with that portion of the review below for advice on how to proceed. 1. Regulatory Review — VERIFIED Based on the information submitted, the Department has determined that the removal of two fishing piers and the associated supports structures is exempt, under section 373.406(6) of the Florida Statutes, from the need to obtain a regulatory permit under part IV of chapter 373 of the Florida Statutes. This determination is made because the activity, in consideration of its type, size, nature, location, use, and operation, is expected to have only minimal or insignificant individual or cumulative adverse impacts on the water resources. This exemption verification is based on the information you provided the Department and the statutes and rules in effect when the information was submitted. This verification will expire after www. dep.state. ff us File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Page 2 of 6 one year, and will not be valid at any other time if site conditions materially change, the project design is modified, or the statutes or rules governing the exempt activity are amended. However, the activity may still be conducted without further notification to or verification from the Department after the one-year expiration of this verification, provided: 1) the project design does not change; 2) site conditions do not materially change; and 3) there are no changes to the statutes or rules governing the exempt activity. In the event you need to re -verify the exempt status for the activity after the one-year expiration of this verification, a new application and verification fee will be required. Any substantial modifications to the project design should be submitted to the Department for review, as changes may result in a permit being required. Conditions of compliance with the regulatory exemption are contained in Attachment A. 2. Proprietary Review —GRANTED The Department acts as staff to the Board of Trustees of the Internal Improvement Trust Fund (Board of Trustees) and issues certain authorizations for the use of sovereign submerged lands. The Department has the authority to review activities on sovereign submerged lands under chapters 253 and 258 of the Florida Statutes, and chapters 18-18, 18-20 and 18-21 of the Florida Administrative Code. The activity appears to be located on sovereign submerged lands owned by the Board of Trustees. The activity is not exempt from the need to obtain the applicable proprietary authorization. As staff to the Board of Trustees, the Department has reviewed the activity described above, and has determined that the activity qualifies for a Letter of Consent under rule 18-21.005(1)(c), F.A.C. and section 253.77 of the Florida Statutes to construct and use the activity on the specified sovereign submerged lands, as long as the work performed is located within the boundaries as described herein and is consistent with the terms and conditions herein. No further application is required for this consent of use. During the term of this Letter of Consent you shall maintain satisfactory evidence of sufficient upland interest as required by paragraph 18-21.004(3)(b), Florida Administrative Code. If such interest is terminated or the Board of Trustees determines that such interest did not exist on the date of issuance of this Letter of Consent, this Letter of Consent may be terminated by the Board of Trustees at its sole option. If the Board of Trustees terminates this Letter of Consent, you agree not to assert a claim or defense against the Board of Trustees arising out of this Letter of Consent. General Conditions for State -Owned Submerged Land Authorizations: (a) Authorizations are valid only for the specified activity or use. Any unauthorized deviation from the specified activity or use and the conditions for undertaking that activity or use shall constitute a violation. Violation of the authorization shall result in suspension or revocation of the grantee's use of the sovereignty submerged land unless cured to the satisfaction of the Board. (b) Authorizations convey no title to sovereignty submerged land or water column, nor do they constitute recognition or acknowledgment of any other person's title to such land or water. (c) Authorizations may be modified, suspended or revoked in accordance with their terms or the remedies provided in Sections 253.04 and 258.46, F.S., or Chapter 18-14, F.A.C. File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Page 3 of 6 (d) Structures or activities shall be constructed and used to avoid or minimize adverse impacts to sovereignty submerged lands and resources. (e) Construction, use, or operation of the structure or activity shall not adversely affect any species which is endangered, threatened or of special concern, as listed in Rules 68A-27.003, 68A-27.004, and 68A-27.005, F.A.C. (f) Structures or activities shall not unreasonably interfere with riparian rights. When a court of competent jurisdiction determines that riparian rights have been unlawfully affected, the structure or activity shall be modified in accordance with the court's decision. (g) Structures or activities shall not create a navigational hazard. (h) Structures shall be maintained in a functional condition and shall be repaired or removed if they become dilapidated to such an extent that they are no longer functional. This shall not be construed to prohibit the repair or replacement subject to the provisions of Rule 18-21.005, F.A.C., within one year, of a structure damaged in a discrete event such as a storm, flood, accident, or fire. (i) Structures or activities shall be constructed, operated, and maintained solely for water dependent purposes, or for non -water dependent activities authorized under paragraph 18- 21.004(1)(f), F.A.C., or any other applicable law. 3. Federal Review — SPGP NOT APPROVED Your proposed activity as outlined on your application and attached drawings does not qualify for Federal authorization pursuant to the State Programmatic General Permit and a SEPARATE permit or authorization shall be required from the Corps. You must apply separately to the Corps using the appropriate federal application form. More information about Corps permitting may be found online in the Jacksonville District Regulatory Division Sourcebook." Authority for review - an agreement with the USACOE entitled "Coordination Agreement Between the U. S. Army Corps of Engineers (Jacksonville District) and the Florida Department of Environmental Protection, or Duly Authorized Designee, State Programmatic General Permit", Section 10 of the Rivers and Harbor Act of 1899, and Section 404 of the Clean Water Act. Additional Information Please retain this letter. The activities may be inspected by authorized state personnel in the future to insure compliance with appropriate statutes and administrative codes. If the activities are not in compliance, you may be subject to penalties under Chapter 373, F.S., and Chapter 18-14, F.A.C. NOTICE OF RIGHTS This action is final and effective on the date filed with the Clerk of the Department unless a petition for an administrative hearing is timely filed under Sections 120.569 and 120.57, F.S., before the deadline for fling a petition. On the filing of a timely and sufficient petition, this action will not be final and effective until further order of the Department. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Page 4 of 6 Petition for Administrative Hearing A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, F.S. Pursuant to Rule 28- 106.201, F.A.C., a petition for an administrative hearing must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; (b) The name, address, any email address, any facsimile number, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts that the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filing a Petition In accordance with Rule 62-110.106(3), F.A.C., petitions for an administrative hearing by the applicant must be filed within 21 days of receipt of this written notice. Petitions filed by any persons other than the applicant, and other than those entitled to written notice under Section 120.60(3), F.S. must be filed within 21 days of publication of the notice or within 21 days of receipt of the written notice, whichever occurs first. Under Section 120.60(3), F.S., however, any person who has asked the Department for notice of agency action may file a petition within 21 days of receipt of such notice, regardless of the date of publication. The failure to file a petition within the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing) under Sections 120.569 and 120.57, F.S., or to intervene in this proceeding and participate as a party to it. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, F.A.C. Extension of Time Under Rule 62-110.106(4), F.A.C., a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Page 5 of 6 Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000, before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Mediation is not available in this proceeding. FLAWAC Review The applicant, or any party within the meaning of Section 373.114(1)(a) or 373.4275, F.S., may also seek appellate review of this order before the Land and Water Adjudicatory Commission under Section 373.114(1) or 373.4275, F.S. Requests for review before the Land and Water Adjudicatory Commission must be filed with the Secretary of the Commission and served on the Department within 20 days from the date when the order is filed with the Clerk of the Department. Judicial Review Any party to this action has the right to seek judicial review pursuant to Section 120.68, F.S., by filing a Notice of Appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. Thank you for applying to the Submerged Lands and Environmental Resource Permit Program. If you have any questions regarding this matter, please contact Stacy Cecil at the letterhead address or at (561) 681-6629 or by email at Stacy.Cecil@dep.state.fl.us. Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Monica Sovacool Environmental Manager Southeast District File No.: 31 -0354699 -006 -EE File Name: Wabasso Fishing Pier Removal Page 6 of 6 CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this permit and all copies were sent on the filing date below to the following listed persons: FDEP — Monica Sovacool, Stacy Cecil FILING AND ACKNOWLEDGMENT FILED, on this date, pursuant to Section 120.52, F. S., with the designated Department Clerk, receipt of which is hereby acknowledged. March 12, 2018 Date Enclosures: Attachment A- Specific Exemption Rule Project Drawings, 13 pages Attachment A Chapter 373.406 Exemptions.—The following exemptions shall apply: (6) Any district or the department may exempt from regulation under this part those activities that the district or department determines will have only minimal or insignificant individual or cumulative adverse impacts on the water resources of the district. The district and the department are authorized to determine, on a case-by-case basis, whether a specific activity comes within this exemption. Requests to qualify for this exemption shall be submitted in writing to the district or department, and such activities shall not be commenced without a written determination from the district or department confirming that the activity qualifies for the exemption. WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL VERO BEACH, FL PLANS PERMITTING PURPOSES ONLY Indian River County 1801 27th Street, Vero Beach, FL 32960 Project Manager: James Gray 4 LOCATION MAP NTS DRAWING INDEX 1 GENERAL NOTES 2 PRE -HURRICANE MATTHEW CONDITIONS 3 OVERALL PLAN 4 DEMOLITION PLAN - WEST SECTION 5 DEMOLITION PLAN - EAST SECTION 6 BARGE TRANSIT ROUTE 7-9 SILT FENCE SPECIFICATION 10-12 TURBIDITY CURTAIN SPECIFICATION 13-15 CONDITIONS FOR IN -WATER WORK ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 Engineer of Record: Kenneth M. Good, PE FI. Lic. No. 61687 .0 m 0 a E a co 0 o; 0 v E Lai 1 GENERAL NOTES 1. THIS PROJECT INCLUDES THE COMPLETE DEMOLITION AND REMOVAL OF THE ENTIRE EAST AND WEST SPANS OF THE WABASSO FISHING PIER, ALONG WITH THE CONNECTING SIDEWALKS AT EACH END. ALL COMPONENTS OF THE PIER ( INTACT AND DAMAGED/DISPLACED), INCLUDING PILES, CAPS AND DECK SECTIONS, ARE TO BE REMOVED. 2. ALL METAL RAILINGS, BRACKETS, EXPOSED REINFORCING, OR OTHER FITTINGS SHALL BE REMOVED AND CUT OFF WITH A MAXIMUM OF SIX INCHES PROTRUDING FROM THE CONCRETE. SAID MATERIALS SHALL BE DISPOSED OF AT AN APPROVED UPLAND FACILITY. 3. ALL CLEAN CONCRETE COMPONENTS SHALL BE DISPOSED OF AT 1 OF 12 OFFSHORE ARTIFICIAL REEF SITES LOCATED APPROXIMATELY FIVE MILES EAST-SOUTHEAST OF SEBASTIAN INLET. THIS REEF SITE WAS AUTHORIZED BY USACE PERMIT SAJ-2016-02916 (SP -AWP). ALL CONDITIONS OF THAT PERMIT MUST BE COMPLIED WITH. 4. THE FOLLOWING IS A SUMMARY OF THE MAJOR PIER COMPONENTS TO BE REMOVED. 11 - INTACT 50' CONCRETE PIER DECK SECTIONS 2 - INTACT 25' CONCRETE PIER DECK ABUTMENT SECTIONS 8 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PIER DECK SECTIONS 38 - FULL LENGTH INTACT CONCRETE PILES 5 - PARTIAUBROKEN/DISPLACED CONCRETE PILES 18 - INTACT CONCRETE PILE CAPS 5 - SUBMERGED/DISPLACED/DAMAGED CONCRETE PILE CAPS 1,530 SQ. FT. - CONCRETE SIDEWALK 5. PIER COMPONENTS WILL BE REMOVED AS MUCH AS POSSIBLE WITHOUT ADVERSELY IMPACTING RESOURCES FROM THE WATERWAY BY CRANE OR EXCAVATOR. 6. PIER COMPONENTS WILL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT NO POTENTIAL SEAGRASS AND/OR HARDBOTTOM IS HARMED OR DAMAGED. 7. THE CONTRACTOR SHALL TAKE ALL NECESSARY PRECAUSTION TO PROTECT EXISTING STRUCTURES INCLUDING UNDERGROUND AND ABOVE GROUND UTILITIES. AN 811 UTILITY LINE LOCATION CALL WILL BE CONDUCTED BY CONTRACTOR TO LOCATE ANY UTILITIES IN THE FACILITY. A KNOWN FPL ELECTRICAL CABLE(S) IS RUNNING ALONG THE WATERWAY BOTTOM JUST TO THE SOUTH OF THE PIER. THE CABLE(S) SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATIONS. 8. SUBMERGED PIER SECTIONS WERE LOCATED WITH A DIVER AND HAND HELD GPS UNIT. LOCATIONS ARE APPROXIMATE. THE ORIENTATION OF THE SUBMERGED DECK SECTIONS IS A BEST GUESS BASED ON DIVER OBSERVATIONS WITH LIMITED VISIBILITY. 9. REMOVE PILES AS COMPLETELY AS POSSIBLE FROM WATER. PILE REMNANTS SHALL NOT REMAIN ABOVE THE MUDLINE. 10. ALL EQUIPMENT INCLUDING VESSELS AND TURBIDITY CURTAIN WILL BE MOVED TO AN OVERNIGHT MOORING AREA. ALL EQUIPMENT WILL BE STORED WITHIN TURBIDITY CURTAIN UNTIL FOLLOWING MORNING. CONTRACTOR IS REQUIRED TO FOLLOW PROPER USCG PROTOCOL FOR OVERNIGHT STORAGE. 11. THE CONTRACTOR SHALL PROVIDE ALL WARNING SIGNS, LIGHTS SIGNALS AS REQUIRED BY THE PROJECT REPRESENTATIVE TO ADEQUATELY WARN THE PUBLIC AGAINST DANGER AND TRESPASS WITHIN THE DESIGNATED CONSTRUCTION SITE. 12. ALL WORK WILL BE CONDUCTED FROM A BARGE OR SIMILAR VESSEL. RESOURCE PROTECTION NOTES 1. THE CONTRACTOR SHALL COMPLY WITH ALL WATER QUALITY REQUIREMENTS AND REGU LOCAL, STATE AND FEDERALL AUTHORITIES PRIOR TO AND AT THE TIME OF CONSTRUC 2. MANGROVES SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATION `1GII UM FIFTEEN FOOT WIDE BUFFER AROUND THE MANGROVES DRIP LINE SHALL BE FENCED OFF WITH ORANGE S ' ' UCTION SAFETY FENCE. 3. SEAGRASS SHALL BE PROTECTED FROM DAMAGE DURING DEMOLITION OPERATION:. ESSELS OR EQUIPMENT SHALL OPERATE OVER THE SEAGRASS BED. A MINIMUM TWENTY-FIVE FOOT BUFFER ARO 1 T E SEAGFf IjyailbEEFI. PROTECTED WITH A FLOATING TURBIDITY BARRIER. q 4. ALL PIER REMOVAL OPERATIONS SHALL BE CONTAINED WITHIN WATER QUALITY B PS UCH AS, BUT NOT LIMITED TO, TURBIDITY BARRIERS AND SILT FENCES. 31 -0354699 -006 -EE 5. PIER COMPONENTS WILL BE LIFTED STRAIGHT UP AND NOT DRAGGED, SO THAT A Y PQTENTIAL SEAGRASS AND/OR HARDBOTTOM IS NOT DAMAGED. 6. AT ALL TIMES, A MINIMUM 1 FOOT VERTICAL CLEARANCE BETWEEN THE BOTTOM 0 44-I VESSELND THE BODUQM OF THE WATERWAY SHALL BE MAINTAINED. p Southeast thstrict 7. WORK SHALL COMPLY WITH STANDARD MANATEE CONDITION FOR IN -WATER WORK. '' 8. WORK SHALL COMPLY WITH SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTIO IONS. 9. THE CONTRACTOR SHALL IMPLEMENT AND MAINTAIN MEASURES NECESSARY TO PREV ROL, AND ABATE ANY EROSION OF THE GROUND SURFACE OR TRANSPORT OF SEDIMENTS OFF THE SITE. THE i► E OF B ANAGEN PRATICES SUCH AS STRAW BALES, EROSION SCREEN AND TURBIDITY SCREENS SHALL BE I E3tGIJNTED. THE CONTACTOR SHALL INSTALL TEMPORARY EROSION AND SEDIMENTATION CONTROL FEATURES A" ' aliEWLIES AND SEDIMENT CONTROL MEASURE SUCH AS SEDIMENT TRAPS, NATIVE GRASSING, STRAW BALES AND 'IL1 MINCES SHALL BE MAINTAINED UNTIL COMPLETION OF THE WORK. ALL DISTURBED UPLAND AREAS INCLUDING REMOVED CONCRETE FOOTPRINT SHALL BE SMOOTHED AND PERMANETLY STABILIZED USING SOD. ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY GENERAL NOTES ENGINEER OF RECORD KENNETH IA CICCD, PE UC. No. 61687 JOB No. 100055899 CADRE SHEET MISER 1 Layout Name: Layoutl Plot Time: Friday, February 09, 2018 — 2:39pm Plotted by: 8ART6907 i W 8 0 a C 0 0 0 i E 0 z Lz INDIAN RIVER 'jou. `ti�r 7 so ±525 LF WESTERN FISHING PIER 0 200 400 I Feet r > FDOT APLUS IMAGERY ( 2015) ±475 LF EASTERN FISHING PIER INDIAN RIVER ATKO 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY PRE -HURRICANE MATTHEW CONDITION ENGINEER OF RECORD I33,0ETH M 0000, PE UC. No. 6M87 .01311o. 100055699 CAD RE BST NUMMI 2 i„,• :1 F.' 0 1001 200 I1.1 1 0 I t, Feet INDIAN RIVER ±100 LF WESTERN DAMAGE DEBRIS AREA ±425 LF WESTERN FISHING PIER ( INTACT) APPROX. LOCATION OF FPL POWER LINE ( SUB AQUEOUS CROSSING) AN 811 CALL W1LL BE REQUIRED BY CONTRACTOR TO PROPERLY LOCATE ALL UTILITY LINES t, ±180 LF EASTERN FISHING PIER ( INTACT) ±300 LF EASTERN DAMAGE DEBRIS AREA INDIAN RIVER MICROSOFT BING MAPS- POST HURRICANE MATTHEW (2017) ATKE1NS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY OVERALL PLAN ENGINEOF RECORD 181ETH M OXO. FE UC. NO. 81887 LEGEND; FPL P©WERUNE CONCRETE SIDEWALK DEBRIS AREA JOB Na 100055899 CAD FILE 3 8168 3NtBABEt St_ E 00 O 0 0 E O z 0 E 0 kE 0 E z SUBMERGED PROJECT AREA - 0.33 ACRES ±158 LF SIDEWALK T • BE REMOVED 0 100 1 I 1 INDIAN RIVER INTACT CONCRETE PILES ANI CAPS TO BE REMOVED (2 LOCATIONS) WABASSO BRIDGE ROAD (C.R. 510) 200 ����/�a�ir.�i.�2s,�r�.+.��s ..��ra�wr.w.iwr�1►.�.�+rv, �y � �► �, a :$ Me" ItW��iC►����� �����I \�����►����`� ������1������s!O �1 @: �� #04,+€a► `•lam A, ,i�'! ► Vii► �I► !4�I►�+TI► '�.��A'!:i�!I �a1� I►�� I►,�x:.:: ► �'+ NTACT FISHING PIER kr4.,+I DECK, PILES AND CAPS TO .. BE REMOVED (9 SPANS) SIDEWALK REMOVAL PROJECT AREA - 0.16 ACRES SUBMERGED FISHING PIER DECK TO BE REMOVED. SPANS APPEARS TO BE INTACT AND UPRIGHT. (2 SPANS) Area of Interest Area (Acres) (6 pieces) Submerged Span Area - East Section 0.02 (2 pieces) Submerged Span Area - West Section 0.05 Total Submerged Span Area 0.07 Project Area - East Section 0.59 Project Area - West Section 0.49 Total Project Area 1.08 MICROSOFT BING MAPS - POST HURRICANE MATTHEW ( 2017) VS 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN — WEST SECTION ENGKEER OF RECORD METH U OOOD. FE UC. NO. 616W i -- t— i— r-+ -J 113620317 LEGEND: PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED FPL POWERUNE CONCRETE SIDEWALK DEBRIS AREA SUBMERGED PIER DECK/DEBRIS TURBIDITY CURTAIN MIN. 25 BUFFER AROUND SEA GRASS SILT FENCE Feet JOB M. 100055899 CAD FLE MEET MAIM4 LEGEND: PROJECT AREA OF DEMOLITION AND DEBRIS TO BE REMOVED �—z— —: FPI. POWERLINE ICISZZRSO CONCRETE SIDEWALK DEBRIS AREA SUBMERGED PIER DECKIDEBRIS SEAGRASS BED MANGROVES TURBIDITY CURTAIN MIN. 25' BUFFER AROUND SEA GRASS SILT FENCE SUBMERGED FISHING PIER DECK TO BE REMOVED. SPANS APPEARS TO BE INTACT AND UPRIGHT. (2 SPANS) AMAGED/PAR11AL PILE AND CAP TO BE REMO LOCATIONS) 0 100 1 I 1 t 1 200 IFeet INDIAN RIVER INTACT FISHING PIER DECK, PILES AND CAPS TO BE REMOVED (4 SPANS) WABASSO BRIDGE r ROAD (C. R. 510) w V v I♦ O J♦ V f UBMERGED FISHING PIER DECK TO BE REMOVED. SPANS APPEARS TO BE LAYING ON SIDES WITH PARTIAL PILE/CAP ATTACHED. (4 SPANS) UBMERGED PROJECT AREA - 0.47 ACRES NTACT CONCRETE PILE AND CAP TO BE REMOVED (1 LOCATION) APPROX 6120 SF O SEA GRASS. NO OPERATIONS WITHIN 25' OF SEA GRASS. SURVEYED: JULY 2017 South ... District • a 120L : • -+�` TO BE REMOVED / 4 S' IDEWALK REMOVAL PROJECT AREA - 0.12 ACRES Area of Interest Area (Acres) (6 pieces) Submerged Span Area - East Section 0.02 (2 pieces) Submerged Span Area - West Section 0.05 Total Submerged Span Area 0.07 Project Area - East Section 0.59 Project Area - West Section 0.49 Total Project Area 1.08 APPROX. 566 SF. 0 MANGROVES. NO OPERATIONS WITHIN 15' OF MANGROVES. ANTICIPATED STAGING AREA BOAT RAMP EQUIPMENT AND VESSEL OVERNIGHT STAGIN AREA WITHIN TURBIDITY CURTAIN AND FOLLOWING PROPER COMPLIANCE WITH USCG. NO STAGING IN WETLANDS. TYPICAL. MICROSOFT BINE MAPS - POST HURRICANE MATTHEW ( 2017) ATICHS 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY DEMOLITION PLAN — EAST SECTION B+caNEER OF RECORD 1ENETH u 0000• Fe LC. NO. 616W JOB No. 100055899 CADRE s BF ET NAEII3i 5 a a � E 0. co O N 0 0 v 0 E .2 0 cc cc E v z 0 3 0 8 n _ a v 0 a 3 c c v IZ -0 2 M1 EBAASTIAN INLET PERMITTED ARTIFICIAL REEF 1 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE: 2017-06.02 4'2 MI .1' SCALE: 1" = 2 AAI`• 3 4 �^ PERMITTED ARTIFICIAL REEFS 2-12 DISPOSAL AREA PERMIT: SAJ-2016-02919 DATE 2018-01-08 CRayo PROJECT LbCATgN., T LEGEND: BARGE PATH INTRACOASTAL WATE Approximate Coordinates of Artificial Reefs Disposal Area ID/CORNER Latitude Longitude ID/CORNER Latitude Longitude 1E 27.8374 -80.3636 7E 27.8224 -80.3420 1N 27.8389 -80.3598 7N 27.8257 -80.3437 15 27.8340 -80.3619 7S 27.8209 -80.3458 1W 27.8355 -80.3582 7W 27.8242 -80.3475 2E 27.8397 -80.3507 8E 27.8161 -80.3464 2N 27.8430 -80.3524 8N 27.8195 -80.3481 2S 27.8382 -80.3545 8S 27.8147 -80.3502 2W 27.8415 -80.3561 8W 27.8180 -80.3518 3E 27.8326 -80.3501 9E 27.8169 -80.3390 3N 27.8359 -80.3518 9N 27.8203 -80.3407 35 27.8311 -80.3539 95 27.8155 -80.3428 3W 27.8345 -80.3555 9W 27.8188 -80.3444 4E 27.8279 -80.3545 10E 27.8103 -80.3453 4N 27.8313 -80.3562 1ON 27.8137 -80.3470 4S 27.8265 -80.3583 105 27.8089 -80.3491 4W 27.8298 -80.3600 10W 27.8122 -80.3507 5E 27.8282 -80.3445 11E 27.8110 -80.3369 5N 27.8315 -80.3462 11N 27.8144 -80.3385 5S 27.8267 -80.3483 11S 27.8095 -80.3406 5W 27.8300 -80.3499 11W 27.8129 -80.3423 6E 27.8219 -80.3492 12E 27.8053 -80.3406 6N 27.8253 -80.3508 12N 27.8086 -80.3422 6S 27.8205 -80.3529 12S 27.8038 -80.3443 6W 27.8238 -80.3546 12W 27.8071 -80.3460 ATKIINS 7175 Murre I Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 3, tr L. WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY BARGE TRANSIT ROUTE ENGINEER OF RECORD I03IE1H M 0000• FE IJC. M0.66W JOB N0. 100055899 CAD RE SHEET 1I 6 SPACING OF POSTS TO BE 6-10 FEET APART FILTER FABRI MATERIAL 2' MIN. E 0. fV co 0 N 0 0 v 2 8 0 E 0 a E v z 0 0 J s 0 v_ u) 0 a 0 0 0 10 E File Name: C:\Users\ FILTER FABRIC MATERIAL SECURELY FASTENED TO THE POSTS OR IF USED THE WIRE MESH WOOD OR STEEL POST \ \< FOR AD FILTER F BE ATTAC MESH WIRE BACKFILLED TRENCH BEEN FASTEN APPROXIMATELY 8 INCHES OF FILTER FABRIC MATERIAL MUST EXTEND INTO A TRENCH AND BE ANCHORED WITH COMPACTED BACKFILL MATERIAL RUNOFF Southeast District L STRENGTH ATERIAL CAN 6 -INCH (MAX) CH HAS P• S EE 'Ii41HE ATTACHING TWO SILT FENCES DIRECTION OF RUNOFF WATERS APPROXIMATE 4 -INCH BY 4 -INCH TRENCH ROTATE BOTH POSTS AT LEAST 180 DEGREES IN A CLOCKWISE DIRECTION TO CREATE A TIGHT SEAL WITH THE FABRIC MATERIAL ILI DRIVE BOTH POSTS ABOUT 10 INCHES INTO THE GROUND AND BURY FLAP INSTALLING A FILTER FABRIC SILT FENCE PLACE THE END POST OF THE SECOND — FENCE INSIDE THE END POST OF THE FIRST FENCE ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY SILT FENCE ENGINEER OF RECORD FIFTH M 030D, FE UC. NO. 171667 JOB No. 100055899 CAD FLE 7 SHEET NUMMI 7 4 4 A fi O EXT NEED Permit Number GTH FILTER FABRIC 31-0354699-006EL OR WOOD POST UT WIRE MESH SUPPORT y— —IlII Iu �■�Addliiill _lI I ' 0 ..��■_� ■■ P „e O STEEL OR WOOD POST 36” HIGH MAX. FLOW 10' MAX. S'ACING WITH WIRE SUPPORT FENCE 6' MAX SPACING WITHOUT WIRE SUPPORT FENCE PONDING HT. FILTER FABRIC ATTACH SECURELY TO UPSTREAM SIDE OF POST RUNOFF 12" MIN. r 4" x 6" TRENCH WITH COMPACTED BACKFILL STANDARD DETAIL TRENCH WITH NATIVE BACKFILL 9" MAX. (RECOMMENDED) STORAGE HT. =1111 T—TTI 12" MIN. FLOW PONDING HT. ALTERNATE DETAIL TRENCH WITH GRAVEL NOTES: 1. INSPECT AND REPAIR FENCE AFTER EACH STORM EVENT AND REMOVE SEDIMENT WHEN NECESSARY. 2. REMOVED SEDIMENT SHALL BE DEPOSITED TO AN AREA THAT WILL NOT CONTRIBUTE SEDIMENT OFF-SITE AND CAN BE PERMANENTLY STABILIZED. 3. SILT FENCE SHALL BE PLACED ON SLOPE CONTOURS TO MAXIMIZE PONDING EFFICIENCY. INSTALLING A FILTER FABRIC SILT FENCE ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY SILT FENCE Ef4GINEER of rscoais KENPETHIA GOOD,FE UC.61687 JOB No. 100055899 CAD RE BF ET MAWR 8 2. EXCAVATE A 4" X 4" TRENCH UPSCALE ALONG THE LINE OF STAKES 3 STAPLE FILTER MATERIAL TO STAKES AND EXTEND IT INTO THE TRENCH NIA SHEET FLOW INSTALLATION ION (PERSPvi�� VOW er3004 POINT A SHOULD BE HIGHER THAN STALLATION POIN DRAINAGE 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate 01 Authorization No. 24 WABASSO FI pIgRIS REMOVAL PIER INDIAN DEMOLITION AND COUNT'S SILT FENCE ils.dwg Layout Name: S-4 Plot Time: Friday, February 09, 2015 — 2:41pm Plotted by: BART6907 0 2 0 E 0 0 ATKINS 0 F DE 5/8 IN. POLYPROPYLENE ROPE 1/4 IN. TIE ROPE -� FLOATATI NYLON REINFORCED VINYL 18 (OR 22) OZ. VINYL COVERED NYLON 1/4 IN. CHAIN ALL SEAMS HEAT SEALED (BLOW-UP OF SHACKLE CONNECTION) TYPEI GALVANIZED #24 SAFETY HOOK AVAILABLE NDARD TOP LOAD LINE 5/16 VINYL COATED CABLE TER PVC SLOT -CONNECT \EALSTRESS PLATE (TO REMOVE PRESSURE FROM FLOATS) 1 10 FT. STANDARD LENGTH DEPTH ACCORDING TO NEE FOLDS EVERY 6 FEET STRESS B Permit Number 31 -0354699 -006 -EE Southeast Distri 0 a' 4 vsS' 0 E 0 z iZ 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 L STRESS PLATE TYPE II 5/16 IN. CHAIN BALLAST & LOAD LINE FLOATATION ING TURBIDITY BARRIER TYPE(S) 1 & 11 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGINEER OF RECORD 101ETH M GOOD, FE UC. Ho. 618® JOB No. 100065899 CADRE 10 EIEET NUMBER 10 ECONOMY FABRICS 18 OZ. 300 LB/IN. STi LDS FOR COMPACT STORAGE DTH ACCORDING TO NEED NYLON REINFORCED VINYL 18 (OR 22) OZ. VINYL COVERED NYLON 1/4 IN. CHAIN ALL SEAMS HEAT SEALED (BLOW-UP OF SHACKLE CONNECTION) TYPEI GALVANIZED #24 SAFETY HOOK AVAILABLE NDARD TOP LOAD LINE 5/16 VINYL COATED CABLE TER PVC SLOT -CONNECT \EALSTRESS PLATE (TO REMOVE PRESSURE FROM FLOATS) 1 10 FT. STANDARD LENGTH DEPTH ACCORDING TO NEE FOLDS EVERY 6 FEET STRESS B Permit Number 31 -0354699 -006 -EE Southeast Distri 0 a' 4 vsS' 0 E 0 z iZ 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 L STRESS PLATE TYPE II 5/16 IN. CHAIN BALLAST & LOAD LINE FLOATATION ING TURBIDITY BARRIER TYPE(S) 1 & 11 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGINEER OF RECORD 101ETH M GOOD, FE UC. Ho. 618® JOB No. 100065899 CADRE 10 EIEET NUMBER 10 4 d O me: S-5 PI o+ A Permit Number 31 -0354699 -006 -EE b 22 OZ NYLON REINFORCE I VW L Southeast District 4 `Y O .CVIS STRESS BAND DEPTH ACCORDING TO NEED 1 TYPE III PVC SLOT - CONNECTOR FLOATATION le PPPPP 11 #24 SAFETY HOOK 5/16 VINYL COATING CABLE (ON BOTH SIDES OF CURTAIN TO REDUCE STRAIN) • STRESS PLATE LAP LINK ORIENTATION WHEN INSTALLED (TIDAL SITUATION - TYPE I11) NOTE: ANCHORING WITH BUOYS, AS SHOWN, REMOVES ALL BUOY VERTICAL FORCES FROM THE CURTAIN. HENCE, THE CURTAIN WILL NOT SINK FROM WIND OR CURRENT LOADS. \ WATER SURFACE MI. 2' $ ATTACH LINES TO SHACKLE 5/16 IN. CHAIN AUTOMATIC FLASHING LIGHT (ON AT DUSK - OFF AT DAWN) 100' ON CENTER SHALL BE USED IN NAVIGABLE CHANNELS ONLY STANDARD CONTAINMENT SYSTEMS LIGHT BUOY ANCHOR (AS RECOMMENDED BY THE MANUFACTURER) FLOATING TURBIDITY BARRIER TYPE 111 ATKINS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGINEER CF RECORD 13516E711 0000.PE NO. 61687 JOB Ma 100055899 CAD FILE 11 SHEET NUMBER 11 a E n N fV co 0 0 v 2 v 0 v E a 10 ur E v z 1 J v File Name: C:\Users\ TIDAL WATERS AND/OR HEAVY WIND AND WA WORK AREA SHORELINE ANCHOR PT. * THIS DISTANCE IS VARIABLE SHORELINE ANCHOR PT. �---�� EBB LOOD 01 ANCHOR & ANCHOR BUOY �—� BARRIER MOVEMENT DUE TO TIDAL CHANGE TYPICAL INSTALLATION LAYOUT OF FLOATING TURBIDITY BARRIERS TURBIDITY CURIA! COMPLETELY AROUND CURRENT WORKING AREA ATKINS UST MAINTIAIN 1 -FOOT MINIMUM VERTICAL DISTANCE FROM BOTTOM OF WATERWAY TYPICAL IN -WATER WORKING CONDITIONS 7175 Murrell Road Melbourne, Florida 32940 321-242-4942 FBPR Certificate of Authorization No. 24 WABASSO FISHING PIER DEMOLITION AND DEBRIS REMOVAL INDIAN RIVER COUNTY TURBIDITY BARRIER ENGNEER OF RECORD KEN EIH U ODOR. PE LIC. No. 6E87 100055899 CAD FLE 12 12 APPENDIX B Indian River County Fertilizer Ordinances Appendix A -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\APPENDIX B - FERTILIZER ORDINANCES (title sheet).doc ORDINANCE NO. 2013 - m AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 316, ENTITLED "FERTILIZER AND LANDSCAPE MANAGEMENT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA -FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MODIFICATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY WEBSITE, AND AN EFFECTIVE DATE. WHEREAS, as a result of impairment to Indian River County's surface waters caused by excessive nutrients, or, as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board of County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on surface and/or ground water; and WHEREAS, in order to address this risk, the Board of County Commissioners has determined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida -Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science -based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, FOAttareq4LirdolGVERAILM•sollams &OrditnisnorstOnlMonpatFonilimiModdFy61br Ordm.+w-201$(A.401.g.0*O)Q.s Page 1 of 9 ORDINANCE NO. 2013 - 012 NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers 'in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determinesthat the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. Section 3. Adoption of Chapter 316 of the Code of Indian River County (the "Code"). Chapter 316 of the Code is hereby adopted, as follows (new language is indicated by underline): Section 316.1. Title. This chapter shall be known as the "Indian River County Fertilizer and Landscape Management Ordinance." Section 316.2. Definitions. For the purposes of this chapter. the following terms shall have the following meanings: "Administrator" shall mean the County Administrator, or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter. "Application" or "apply" shall mean the actual physical deposit 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 County Commissioners. "Best Management Practices" shall mean turf and landscape practices or combination of practices based on research. field-testing, and expert review. determined to be the most effective FAttonnortlirobiGEMSULLWaformaa Or8nau..,O mvaiY.mStt,,bnd,h,akx.o re -201, 2a4n. Page 2 of 9 ORDINANCE NO. 2013 - and practicable on -location means, including economic and technological considerations, for improving water quality, conserving water supplies and protecting natural resources. "Chapter 85-427" shall mean The Indian River County Environmental Control Act, Chapter 85- 427, Special Acts, Laws of Florida. "Code Enforcement Officer shall mean any designated employee or agent of Indian River County whose duty it is to enforce codes and ordinances enacted by Indian River County. "Commercial Fertilizer Applicator," except as provided in §482.1562(9), Florida Statutes, shall mean any person who applies fertilizer for payment or other consideration to property not owned by the person or firm applying the fertilizer or the employer of the applicator. "Code" shall mean The Code of Indian River County. "Environmental Control Officer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427. and Chapter 303 (Part I) of this Code, and his or her designees. "Fertilize," "fertilizing," or `fertilization" shall mean the act of applying fertilizer to turf. specialized turf, or landscape plants. "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity, or provides other soil enrichment, or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall greater than two inches in a 24 hour period. "Institutional Fertilizer Applicator" shall mean any person, other than a private, non-commercial applicator or a Commercial Fertilizer Applicator (unless such definitions also apply under the circumstances). that applies fertilizer for the purpose of maintaining turf and/or landscape plants. Institutional Fertilizer Applicators shall include, but shall not be limited to, owners, managers or employees of public lands, schools, parks, religious institutions, utilities, industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscape plant" shall mean any native or exotic tree, shrub, or groundcover (excluding turf). "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization, watering, mowing, etc. "Person" shall mean any natural person, business. corporation. limited liability company, partnership, limited partnership. association, club, organization, and/or any group of people acting as an organized entity. PAttiorrayILIniareINERALtaesahrileaff & Oalwwm)04BreAlio tP.amurOnlanot-213Wy.OMR.i ,Teem Page 3 of 9 ORDINANCE NO. 2013 - 012 "Restricted Season" shall mean June 1 through September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not require flow. For the purposes of this chapter, soils shall be considered saturated if standing water is present or the pressure of a person standing on the soil causes the release of free water. "Slow Release Nitrogen" shall mean nitrogen in a form which delays its availability for plant uptake and use after application, or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf," "sod," or "lawn" shall mean a piece of grass -covered soil held together by the roots of the grass. "Urban landscape" shall mean pervious areas on residential, commercial, industrial, institutional, highway rights-of-way, or other nonagricultural lands that are planted with turf or horticultural plants. For the purposes of this section, agriculture has the same meaning as in §570.02, Florida Statutes. Section 316.3. Timing of fertilizer application. No applicator shall apply fertilizers containing nitrogen and/or phosphorus to turf and/or landscape plants during the Restricted Season, to saturated soils, or during a period in which a Flood Watch or Warning, or a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of Indian River County, issued by the National Weather Service, or if heavy rain is likely. Section 316.4. Fertilizer -free zones. Fertilizer shall not be applied within ten feet of any pond. stream, watercourse, lake. canal, or wetland as defined by the Florida Department of Environmental Protection (Chapter 62-340, Florida Administrative Code) or from the top of a seawall. If more stringent Indian River County Code regulations apply, this provision does not relieve the requirement to adhere to the more stringent regulations. Newly planted turf and/or landscape plants may be fertilized in this zone only for a 60 -day period beginning thirty days after planting if needed to allow the plants to become well established. Caution shall be used to prevent nutrients from being directly deposited into the water. Section 316.5. Low maintenance zones. A voluntary ten foot low maintenance zone is strongly recommended, but not mandated, from any pond, stream, water course, lake, wetland or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of this low maintenance zone to capture and filter runoff. If more stringent Indian River County Code regulations apply, this provision FAdamnejaimlaiDEVERALtRuettakaa dO.AaneoMbdmeenlFonHarrikl tiFvtlNro0ea6m r-2019 1(1).doer Page 4 of 9 ORDINANCE NO. 2013 - 012 does not relieve the requirement to adhere to the more stringent regulations. Notwithstanding the voluntary nature of the above sentences, no mowed or cut vegetative material may be deposited or left remaining in this zone or deposited in the water. Care should be taken to prevent the over - spray of aquatic weed products in this zone. Section 316.6. Fertilizer content and application rates. (a) No fertilizer containing phosphorous shall be applied to turf or landscape plants in Indian River County unless a soil or plant tissue deficiency is verified by a University of Florida., Institute of Food and Agriculture Sciences, approved testing methodology. In the case that a deficiency has been verified, the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida as provided by Rule 5E-1.003(2), Florida Administrative Code. Deficiency verification shall be no more than 2 years old. However, recent application of compost, manure, or top soil shall warrant more recent testing to verify current deficiencies. (b) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. (c) Fertilizers applied to an urban lawn or turf within Indian River County shall be applied in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(2), Florida Administrative Code, Labeling Requirements For Urban Turf Fertilizers All packaged and bulk fertilizer products sold in Indian River County shall be sold in packages with labels or tags, or, if sold in bulk, be accompanied by printed information., which complies with the requirements of Rule 5E-1.003(2), Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding 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 Stormwater Pollution Prevention Plan for that site. Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing via rotary (broadcast) spreaders. Deflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies, including wetlands. ib) Fertilizer shall not be applied, spilled, or otherwise deposited on any impervious surfaces. (c) Any fertilizer applied, spilled, or deposited, either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. FAtvanwAteeisICINIPULUinasilleaslA .4q .mroplFeMIIv.+WadAntigen,Oniamre- 203(NaliMq.q 741aa Page 5 of 9 ORDINANCE NO. 2013 - 012 (d) Fertilizer released on an impervious surface must be immediately contained and either legally applied to turf or any other legal site, or returned to the original or other appropriate container. (e) In no case shall fertilizer be washed, swept, or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Section 316.8. Management of grass clippings and vegetative materials. In no case shall grass clippings, vegetative material, and/or vegetative debris be washed, swept, or blown off into stormwater drains, ditches, conveyances, water bodies, wetlands, or sidewalks or roadways. Any material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Section 316.9. Exemptions. The provisions set forth above in this chapter shall not apply to: (a) bona fide farm operations as defined in the Florida Right to Farm Act, § 823.14, Florida Statutes; (b) other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for grazing livestock; (c) any lands used for bona fide scientific research, including, but not limited to, research on the effects of fertilizer use on urban stormwater, water quality, agronomics, or horticulture.; (d) golf courses when landscaping is performed within the provisions of the Florida Department of Environmental Protection document, "Best Management Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when applying fertilizer to golf course practice and play areas; (e) athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs, while maintaining the health and function of their specialized turf areas: (f) vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. Section 316.10. Training. fa) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by and successfully complete the six -hour training program in the "Florida friendly Best FriAilameyV.kaleIGINERALIRsolgagas& OrdinaKaliNsfinalceffentaserWodetF nlNwO sane • Mb (Ftw%Glgporl41.dar Page 6 of 9 ORDINANCE NO. 2013 - Management Practices for Protection of Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent. (b) Private, non-commercial applicators are encouraged to follow the recommendations of the University of Florida Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a program to inform the general public of the requirements of this chapter, which program shall include, among other things, informative postings on the County website, printing and distributing informative brochures and other print materials, and speaking engagements at community associations, civic organizations, etc. The program shall also include, to the extent practicable, use of any materials from the Be Floridian program and coordination and collaboration with University of Florida Institute of Food and Agriculture Sciences educational activities. Any claimed or alleged deficiency in the County's general education program shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section 316.12. Licensing of commercial fertilizer applicators. (a) No later than December 31, 2013, all Commercial Fertilizer Applicators within Indian River County, shall abide by and successfully complete training and continuing education requirements in the "Florida friendly Best Management Practices for Protection of Water Resources by the Green Industries." offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida -friendly Landscapes" program, or an approved equivalent program, prior to obtaining an Indian River County Local Business Tax Certificate for any category of occupation which may apply any fertilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall provide proof of completion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31, 2013, all Commercial Fertilizer Applicators within Indian River County shall have and carry in their possession at all times when applying fertilizer, evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicator per Rule 5E-14.117(18), Florida Administrative Code. fc) All businesses applying fertilizer to turf and/or landscape plants (including but not Iimited to residential lawns, golf courses, commercial properties, and multi -family and condominium properties) inust ensure that at least one employee has a "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a Local Business Tax Certificate. Owners for any category of F.Mitorar+lariArali XAUArreheiver a OrdinaoonlO.Rnaversi ikeriltedd Aware"- Oxbow.• 1011,11.44teautmhee Page 7 of 9 ORDINANCE No. 2013 - 012 occupation which may apply any fertilizer to turf and/or landscape plants shall provide proof of completion of the program to the Indian River County Tax Collector's Office. Section 316.13. Enforcement. This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertaining to this Chapter, pursuant to Chapter 162, Florida Statutes, and • 10107 of this Code. In addition this cha.ter ma be enforced b the Environmental Control Officer pursuant to Chapter 85-427, Special Acts, Laws of Florida, and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in 4100.05 of this Code, and, to the extent applicable, Chapter 85427, Special Acts, Laws of Florida. Funds generated by penalties imposed under this section shall be used by Indian River County for the administration and enforcement of §403.9337, Florida Statutes, and the corresponding sections of this chapter. and to further water conservation and nonpoint pollution prevention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes, rules or regulations shall refer to such statutes, rules or regulations, as amended from time to time. Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County, unless such applicator is specifically exempted; provided, however, that this chapter shall not apply within the limits of any municipality which has adopted an ordinance regulating the same subject matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 4. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. FAIttormytUn&AGEMOVILIRgmbokar OrrawnotslOrdiftfcestrentbeeMedriFenYltivOroftaer-201.5atn Lemma 2440. Page 8 of9 ORDINANCE NO. 2013 - 012 Section 6. Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of the filing of this ordinance with the Florida Department of State. Section 7. Effective Date. This ordinance 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 18t day of July, 2013, and on the 10th day of August, 2013 for an additional public hearing to be held on the 20th day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E. Flescher AYE Vice Chairman Wesley S. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari AYE Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 20th day of August, 2013. AP . BOARD OF COUNTY COMMISSIONERS htt Wf��, INDIAN RIVER COUNTY, FLORIDA ate. x4 ate' �'_�` `: :C° giL 4) eat? p:w •a. '* 1`;•�'••:�,.• e h �Flescher Chairman hairman ATTEST: Jeffrey R. Smith, Cia': dam. iptroller BY Depu Clerk Approved as to form and legal sufficiency: DylAtiemgold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. FrlL7 , Li...%GDMQALtRe.efego..d(bdnawc.Afiiiemm.ilfaottraM 26pluvr 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 ANI) 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 AN EFFECTIVE DATE. WHEREAS, the Board Of County Commissioners adopted an ordinance regulating the proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14,2013; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, NOW, THEREFORE, BE i1' ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RiVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority, Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings, The Board finds that the above `Where such clauses as findings of the Board. 1- I(ftwbct,++kdry:lhYAWItrawror.fi+lntinsw,R,<k,Ih.M.- endr., fuwrx:mrcset'<rn;rw ixdn+mxr.r4,:, auses are true and correct, and hereby incorporates Page 1 of 3 ORDINANCE NO. 2013 - 014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chapter 1 1 316 (Indian River Count' Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.6 (Fertilizer content and application rates) of Chapter 316 (lndian 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 2560% slow release nitrogen per guaranteed analysis label. As of June 1. 2014. the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. Section 4. Amendment of Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code of Indian River County (the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of lndian River County, unless such applicator is specifically exempted; matter. This chapter shall be prospective only. and shall ot impair any existing contracts. Section 5. Severabilitv. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 6. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. },411..rell.1014.47eAlk41...Wgittai.“ On•sietanceralraptvasic.Ferkl..rtAxstvl,..., Frofdire•-tInfiaorwratrx Page 2 of 3 ORDINANCE NO. 2013 - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 16th day of September , 2013, for a public hearing to be held on the 1st_ day of October 2013, at which time it was moved for adoption by Commissioner Solari , seconded by 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 Ave Commissioner Tim Zorc Aye The Chairman thereupon declared the ordinance duly passed and adopted this let day of October, 2013. ,'w._ r, sa, Haat . • s� • BOARD OF COUNTY COMMISSIONERS •.r.°''JNDIAN RIVER COUNTY, FLORIDA By: eph E. Flescher, Chairman ATTEST: Jeffrey R. Smith, Clerk 'ofCourt and Comptroller By: Approved as to form and legal sufficiency: lan Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. != A'4... •dNrk.'tiF.tl7e ll.V4nAcn,.i„,4 rInbannorclbdormn: rwrhw..4mvrr..min Frn.L>v lAvenarc Ar.. Page 3 of 3 APPENDIX C INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\APPENDIX C - 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\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\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 roadways 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 thoroughfare 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\1712 Wabasso Fishing Pier -Bridge Removal \I-Admin\Bid Documents\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\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS 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 PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\l-Admin\Bid Documents\Contract Documents\IRC TRAFFIC ENGINEERING SPECIALCONDITIONS FOR RIGHT OF WAY CONSTRUCTION.docx Rev. 4/11/2016 APPENDIX D EXISTING CONDITIONS REPORT F:\Public Works\ENGINEERING DIVISION PROJECTS\1712 Wabasso Fishing Pier -Bridge Removal\1-Admin\Bid Documents\Contract Documents\APPENDIX D - EXISTING CONDITIONS REPORT.doc Wabasso Fishing Pier Demolition and Debris Removal Existing Conditions Report Indian River County August 10, 2017 Wabasso Fishing Pier Draft Existing Environmental Conditions Report Table of Contents Pages 1. Executive Summary 3 2. Introduction 5 2.1. Description of Project Area 6 2.2. Project Purpose and Need 6 3. Technical Approach 10 3.1. Description of the Assessment Area 11 3.2. Methods 11 4. Results 15 4.1. Seagrass Distribution, Species Composition, and Density 16 4.2. Mangrove Distribution and Species Composition 18 5. Summary of Findings 25 6. Literature Cited 26 List of Tables Table 1. Acreage (ac) of seagrass habitat within the assessment area. 16 Table 2. Acreage (ac) of mangroves within the total assessment area. 18 List of Figures Figure 1. Project location 7 Figure 2: Environmental resources survey area 8 Figure 3: Locations of the 2011 superbloom and secondary bloom in the Indian River Lagoon complex 9 Figure 4: Seagrass survey transects 12 Figure 5: Photograph of Atkins biologist during seagrass habitat identification task. 13 Figure 6: Photograph of Atkins biologist during debris survey 14 Figure 7: Seagrass habitat 17 Figure 8: Mangrove habitat 19 Figure 9: Remaining pier 21 Figure 10: Fishing pier debris 22 Figure 11: Water depths 23 Figure 12: The tide chart shows the height and times of high tide and low tide 24 Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 2 1. Executive Summary Wabasso Fishing Pier Draft Existing. Environmental Conditions Report The Wabasso Fishing Pier was significantly damaged by Hurricane Matthew in early October 2016, causing the loss of 100 feet from the 525 -ft. west span and 300 feet from the 475 -ft. east span of the pier. Atkins was tasked with conducting environmental field surveys, engineering planning and design, permitting, bidding, and construction services for the full demolition of the fishing pier. This document represents one component of the data collection and preliminary planning phase, and presents the existing conditions of marine and coastal resources (i.e., seagrasses and mangroves) and locates the fishing pier debris within the Wabasso Road bridge and pier area (also referred to as assessment area). A field survey was conducted within the assessment area on July 20, 2017. The assessment area was intensively sampled for seagrass occurrence, composition, and density. The objectives of the seagrass survey were (1) to produce a detailed map capable of estimating seagrass distribution and (2) to estimate the density of seagrass within the surveyed area. Similarly, mangrove habitat locations were identified showing the distribution of mangroves within the assessment area. In addition, the pier decking and support structure that was displaced from the east and west sides of the fishing pier during Hurricane Matthew was located and marked for future debris removal efforts. A total of —0.14 ac of seagrass habitat (consisting of shoal grass [Halodule wrightii] and paddle grass [Halophila decipiens] at depths less than —6 ft) were identified during the field survey. Seagrass was observed in an area close to the boat ramp on the eastern side of the assessment area. A total of 0.013 ac of mangroves (red and white mangroves) were identified during the field survey and located on the east side of the assessment area near the boat ramp. A total of eight (8) submerged fishing pier deck panels were located in the water (six on the east side and two on the west side). As previously noted, this document represents one component of the data collection and preliminary planning phase of the project. This report serves to identify protected resources for avoidance during demolition activities, provide approximate locations of submerged debris, as well as to identify impedances to construction relative to water depth, obstacles, and navigation. Atkins Wabasso Fishing Pier Existing Conditions Report I August 2017 4 Introduction Wabasso Fishing Pier Draft Existing Environmental Conditions Report 2.1. Description of Project Area The Wabasso Fishing Pier sits adjacent to the western -most, low-level bridge of CR -510 (Wabasso Causeway) in Wabasso, Florida. The Wabasso Road bridge (CR -510) is a two-lane, low clearance bridge over the Indian River. It is listed as County -maintained Florida Department of Transportation (FDOT) Structure #880044 and has a vertical clearance of 2.7m (8.86 -ft.) with overhead and submerged utility crossings on both the north and south side of the bridge. The fishing pier (catwalk) extends about 10 -feet above a western waterway of the Indian River (divided by Wabasso Island). The pier was used predominantly by fisherman until it sustained heavy damage during Hurricane Matthew in October 2016, when it was condemned for safety reasons. The fishing pier debris is currently located on the south side of the Wabasso Road bridge. Indian River County has scheduled the pier to be demolished and removed without replacement. The pier debris (decking, pile caps, and piles) is programmed to be transported approximately 3 miles offshore to a designated artificial reef site permitted by Indian River County. Damage from Hurricane Matthew resulted in six (6) fishing pier deck panels on the east side and two (2) deck panels on the west side to break away and become submerged on the lagoon bottom. The debris remains on the lagoon bottom and presents a hazard to navigation along the southern side of the low -clearance bridge. Hazard markers warning of submerged debris have been installed approximately 100 -feet from the debris area. Approximately four (4) pier panels remain in place on the east side, and approximately eight (8) pier panels remain on the west side. The submerged pier debris and remaining portions of the pier are all scheduled for demolition and removal. The project area (Figures 1 and 2) is located within the South Central Indian River Lagoon (IRL) The IRL consists of the Indian River, Banana River, Mosquito Lagoon, and Hobe Sound. This portion of the Indian River, located between Malabar and Vero Beach, contains a variety of biological communities including mangroves, spoil islands, and seagrasses. It is a Florida Department of Environmental Protection (FDEP) Class II - shellfish propagation and harvesting waterbody. The project area is also located within the Indian River Aquatic Preserve making it Outstanding Florida Waters. Mangrove communities occur within' the intertidal zone and provide habitat for fish, bird, amphibian, reptile, and mammal species. The submerged root systems provide nursery habitat for a variety of species including striped mullet, tarpon, mangrove snapper, penaeid shrimp, spiny lobster, mangrove periwinkle snails, hermit crabs, tunicates, polychaete worms, and fanworms (Woodward -Clyde Consultants et al. 1994). Seagrass communities are important because they stabilize sediments, prevent re -suspension of particulate matter, and provide habitat, feeding grounds, nurseries, and refuge for fish and wildlife (Woodward -Clyde Consultants et al. 1994). Seven seagrass species are present within the IRL complex: Thalassic testudinum (turtle grass), Halodule wrightii (shoal grass), Syringodium filiforme (manatee grass), Ruppia maritime (widgeon grass), Halophila decipiens (paddle grass), H. engelmanii (star grass), and H. johnsonii (Johnson's seagrass). The northern range of H. johnsonii is in the Sebastian Inlet area, so this species has the potential to be present within the Indian River (Virnstein et al. 1997). This area of the IRL has been a part of the lagoon - wide seagrass monitoring program by the St. Johns River Water Management District (SJRWMD). A secondary phytoplankton superbloom affected the area in 2011 resulting in loss of seagrasses (Figure 3). The major effect of the primary bloom, however, was north of Sebastian Inlet and seagrass losses were more severe in that area. The area around the project site has recovered in seagrass area coverage, i.e. seagrasses are found where they have occurred in the past, but may be still recovering in terms of the seagrass species with pioneering species like Halodule wrightii and the Halophila spp. Currently dominant. 2.2. Project Purpose and Need To respond to the damage caused by Hurricane Matthew to the Wabasso fishing pier, Indian River County is planning complete demolition and removal of the fishing pier without plans for restoration or replacement at this time. Atkins has been tasked with developing planning and construction documents for demolition, following generally accepted engineering standards and anticipated permitting requirements. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 6 ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT Source: GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 0 125 Project Location FIGURE 1 500 Feet Legend SEAGRASS Y Y 1 ¥ V 1 2015 Seagrass (SJRWMD) 2009 Seagrass (SJRWMD) Resource Survey Area 0 125 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT w N Environmental Resources E Survey Area FIGURE 2 Source: Seagrass Data - SJRWMD; GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 Wabasso Fishing Pier Draft Existing Environmental Conditions Report TurnbulVS Southern uito Lagoon TIW&VI Northern Indian River Lagoon c 'Banana River Lagoon Eau Ge Central Indl'an River Lagoon 2011 Suporbloorn area Vero 2011 eeconda+y bloom area Project location Figure 3: Locations of the 2011 superbloom and secondary bloom in the Indian River Lagoon complex Atkins Wabasso Fishing Pier Existing Conditions Report1 August 2017 9 3. Technical Approach Wabasso Fishing Pier Draft Existing Environmental Conditions Report The following section presents the technical approach utilized to document the environmental resources (seagrass and mangrove communities) and submerged debris within the assessment area. Field surveys were conducted on July 20, 2017. Subsurface conditions consisted of limited horizontal and vertical visibility (-2-3 ft). 3.1. Description of the Assessment Area The assessment area depicted in Figures 1 and 2 encompasses —8.8 ac. The following report sections discuss the assessment area by seagrass survey area, debris area, and construction accessibility and staging area. The access area includes areas east and south of the project site to illustrate access by barge. 3.2. Methods 3.2.1. Seagrass Assessment Prior to entering the field, the boundaries of the assessment area and publically-available GIS data (including 2009 and 2015 seagrass distribution provided by SJRWMD, were imported into ArcMap 10.2. Using the resource boundary area described below, seven (7) proposed transects were randomly placed throughout the assessment area (Figure 4). Transect spacing was contingent upon the ability to capture sufficient detail in a time -efficient manner. Seagrasses are known to occur within the project area at depths less than 6 ft. The proposed transects and assessment area boundary were imported into an ArcPad 10 application and uploaded onto a Trimble GeoXT handheld unit ('Trimble unit'). The Trimble unit was used during the field effort for navigation and data collection. On Thursday, July 20, 2017, the assessment area was intensively sampled for seagrass occurrence, composition, and density using snorkel gear and the latest in GIS technology. The objectives of the seagrass survey were (1) to produce a detailed map capable of estimating seagrass distribution and (2) to estimate the density of seagrass within the surveyed area. 3.2.1.1. Seagrass Habitat Mapping Atkins biologists using the latest in GIS technology produced a seagrass habitat map. The seagrass survey area encompassed approximately 8.8 ac of waterway. The seagrass survey area boundary was established using the following dimensions: • Bounded on the northwest by the Wabasso Road bridge • Extending southwest of the Wabasso Road bridge approximately 300 feet • Running the length of the Wabasso Road bridge (approximately 1,300 feet) • Including the area around the boat ramp (potential staging area) The landward and offshore edge of seagrass was delineated in the area where seagrass was located. One biologist snorkeled over the seagrass bed to identify the start and stop point of the area. A second biologist followed behind with a Trimble unit, collecting positional data (Figure 7). Back in the office, the point GIS data collected of the landward and offshore seagrass edge was added to ArcMap 10.2, converted into a seagrass polygon feature, and imported into the project geodatabase. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 11 0 125 Survey Transects Resource Survey Area 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT 4N& Seagrass Survey Transects _4�►��. FIGURE 4 Source: GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 Wabasso Fishing Pier Draft Existing Environmental Conditions Report Figure 5: Photograph of Atkins biologist during seagrass habitat identification task. 3.2.2. Mangrove Assessment Atkins biologists using the latest in GIS technology produced a mangrove habitat map. Along the eastern shoreline of the project area, an Atkins biologist walked around the perimeter of the mangroves with a Trimble unit, continuously collecting positional data of the waterward canopy edge of the mangroves. Upon return from the field, the point data was imported into ArcMap 10.2, where it was then converted into a mangrove polygon feature, and imported into the project geodatabase. Observed mangrove species were also recorded. 3.2.3. Debris Assessment The debris survey area encompassed approximately 0.1 ac on the west side and approximately 0.4 ac on the east side. The boundary was established using these dimensions: • A 100 -ft. by 30 -ft. area covering the two damaged spans on the west pier • A 300 -ft. by 45 -ft. area covering the six damaged spans on the east pier The Atkins biologist marked the submerged deck panels with buoys at each corner for logging GPS coordinates using the Trimble unit. The Trimble operator positioned the unit above the buoy marker and collected the corner point. Back in the office, the data points were then imported into ArcMap 10.2, where they were converted into debris polygon features, and imported into the project geodatabase. 3.2.4. Water Depth Data Water depth measurements were taken in the area of the fishing pier along 25 points extending the length of the Wabasso Road Bridge. Water depths in this area ranged from 7-ft./6-in. to 10 -ft. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 13 Wabasso Fishing Pier Draft Existing Environmental Conditions Report Figure 6: Photograph of Atkins biologist during debris survey. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 14 4. Results Wabasso Fishing Pier Draft Existing Environmental Conditions Report 4.1. Seagrass Distribution, Species Composition, and Density Figure 7 shows the distribution of seagrass within the assessment area. Approximately -0.14 ac, representing -1.5% of the total assessment area, was delineated as seagrass habitat (Table 1). Observed seagrass species were found along Transect 07 [Halodule wrightii (shoal grass) and Halophila decipiens (paddle grass)], so additional surveying was conducted in this area to delineate the extent of seagrasses. The density of seagrass was sparse and is likely to be outside the construction/demolition zone; however, the area could be in the path of transit if the boat ramp and docks at the Wabasso Causeway Park are used for staging equipment or personnel. No seagrasses were found in the remaining portion of the eastern section of the survey area. The makeup of the waterway bottom in the majority of the area was a shell/rock mix. No seagrasses were found on the western section of the seagrass survey area. The water bottom was a mix of shells and hardbottom. Tunicates were noted in depressions and open areas of the bottom; however, the hardbottom areas generally did not have attached flora and fauna. Closer to the western shoreline, the substrate transitioned to a sandy/muddy bottom. Table 1. Acreage (ac) of seagrass habitat within the assessment area. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 16 Seagrass Habitat (ac) Percent of Total Assessment Area Total Seagrass Habitat 0.14 1.5% Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 16 0 Legend o Sparse Seagrass Survey Transects Resource Survey Area Seagrass Area 125 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT w N Seagrass Habitat E FIGURE 7 Source: GIS Shapefiles -Atkins July 2017 Aerial Imagery: ESRI 2016 Wabasso Fishing Pier Draft Existing Environmental Conditions Report 4.2. Mangrove Distribution and Species Composition Figure 8 shows the distribution of mangrove species in close proximity to the assessment area. Approximately -.013 ac of mangroves, representing -0.001% of the total assessment area, were delineated (Table 2). Observed mangrove species include Rhizophora mangle (red mangrove) and Laguncularia racemosa (white mangrove). The mangroves were located along the eastern shoreline in close proximity to the boat ramp. Table 2. Acreage (ac) of mangroves within the total assessment area. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 18 Mangroves (ac) . Percent of Total Assessment Area Total Mangroves 0.013 0.001% Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 18 0 Legend Mangrove Points Mangrove Area Resource Survey Area 125 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT w N s Mangrove Habitat E FIGURE 8 Source: GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 Wabasso Fishing Pier Draft Existing Environmental Conditions Report 4.2.1. Debris Assessment The Atkins field crew marked the submerged deck panels with buoys at each corner for logging GPS coordinates using the Trimble unit. The submerged deck panels (El — E6 on the east side and W1 and W2 on the west side) appeared to be intact with missing pile caps and railings (Figures 9 and 10). The two submerged sets of spans from the west (W) and east (E) piers were assessed as follows: • El - Appears to be intact and upright • E2 - Appears to be laying on its side with partial pile/cap attached • E3 - Appears to be laying on its side with partial pile/cap attached • E4 - Appears to be laying on its side with partial pile/cap attached • E5 - Appears to be laying on its side with partial pile/cap attached • E6 - Appears to be intact and upright • W1 - Appears to be intact and upright • W2 - Appears to be intact and upright The submerged debris has algae and barnacle growth. The remaining intact and in place portions of the fishing pier is shown in Figure 9. During the debris survey, a utility cable crossing (Florida Power & Light/AT&T) was identified along the seafloor, extending from the western shoreline to the eastern shoreline (Figure 10). There are signs warning of the submerged cable on both shorelines. The cables (3 total) were located close to the eastern shoreline at 27° 45.37818' N 80° 25.382358' W (Degrees Decimal Minutes). They appear exposed along the bottom of the waterway for most of the crossing. The utility cables will need to be clearly marked prior to construction. 4.2.2. Water Depth Data Water depth measurements were taken in the area of the fishing pier at 25 points extending the length of the Wabasso Road Bridge (Figure 11). Water depths in this area range from 0.5 ft. to 10.0 ft. The depth profile appeared to be consistent traveling south of the bridge. Water depth data collection began at 11:41 AM on July 20, 2017. There was a slight current with an outgoing tide. Sebastian Inlet is to the north, so the current was moving from south to north. Measurements were taken from the water surface to the bottom utilizing a weighted tape measure suspended from the bridge deck. These measurements are only intended to provide an approximate water depth for use in developing a general understanding of the project area. The measurements were not intended to meet survey elevation standards, and are not referenced to a vertical datum. A tide chart for the area and time of the measurements has been included for reference, and show the measurements were taken near mid -tide. Tide data (Figure 12): Spring Tide at Wabasso was Thu 20 Jul (height:0.08m 0.3ft). Wabasso Tide Chart. The largest known tidal range at Wabasso is 0.5 feet (0.16m) Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 20 Legend Remaining Pier Debris Survey Area 0 125 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT w N s Remaining Pier E FIGURE9 99 Source: GIS Shapefiles -Atkins July 2017 Aerial Imagery: ESRI 2016 Legend • Debris Points ♦ Cable Crossing Point Submerged Deck Debris Debris Survey Area 0 125 250 ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT 500 Feet Fishing Pier Debris FIGURE 10 Source: GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 4 G;74111D-/°,< Legend • Water Depths Debris Survey Area 0 125 250 500 Feet ATKINS July 2017 WABASSO FISHING PIER DEMOLITION EXISTING CONDITIONS REPORT N E Water Depths FIGURE 11 Source: GIS Shapefiles - Atkins July 2017 Aerial Imagery: ESRI 2016 Wabasso Fishing Pier Draft Existing Environmental Conditions Report OA m Wabasso, Florida (max. tidal range 0.16m 0.5ft) Ttmes ere EDT (UTC -taus). Let Spring Tide on Tue 11 Jul (h -0.06m 0.210. Next Spring Tide on Thu 20 Jut (he0.08m 0.3tt) Wad Thu Fri Sat Sun Mon Tue Wed Thu 10 -Jul 26-Ju1 21 -Jut 22 -Ju 23 -Jul 24 -Jut 25 -Jul 28 -Jul 27 -Jut 07 7S3_: -0_, rr-,vn 4 "''. em �,� am -0,o -02 . -02t - -0.2 -0.:• -0. 3:56 • 4:48 • 529 • ;; 824 ,.» 7:1 Sunrise 'O63eem *6:30am *939om ltp639aw dt6:40wo 6541an *6:41 em *6A24m Sunrise Sunset }48:17pn :17pm }4818pm 14.03:16pm *8:15pm *835pn *B:14pm Sunset Moonrise Q3M7am Q4:44am Q646em Q650am Q755am Q656am 00.59am Q10s7am Moonrise Moonset 0536pm t26A2pm 07:429rn 08a6pm O925pm 010:09pm 01050pm Moonset Now Moon 1 5:47wn - Oft Figure 12: The tide chart shows the height and times of high tide and low tide Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 24 Wabasso Fishing Pier Draft Existing Environmental Conditions Report 5. Summary of Findings The Wabasso Fishing Pier was significantly damaged by Hurricane Matthew in early October 2016, causing the loss of 100 feet from the 525 -ft. west span and 300 feet from the 475 -ft. east span of the pier. Atkins was tasked with conducting environmental field surveys, engineering planning and design, permitting, bidding, and construction services for the full demolition of the fishing pier. This document represents one component of the data collection and preliminary planning phase, and presents the existing conditions of marine and coastal resources (i.e., seagrasses and mangroves) and locating the fishing pier debris within the Wabasso Road bridge and pier area (also referred to as assessment area). The Wabasso Road bridge (CR -510) is a two-lane, low clearance bridge over the Indian River. It is listed as County -maintained Florida Department of Transportation (FDOT) Structure #880044. It has a vertical clearance of 2.7m (8.86 -ft.) with utility crossings on both the north and south side of the bridge. The debris is located on the south side of the bridge. Demolition and debris removal construction activity is anticipated to occur from the water via barge, although consideration to the utility crossing, water depth, and access to the site will need to be made by the contractor. A field survey was conducted within the assessment area on July 20, 2017. The assessment area was intensively sampled for seagrass occurrence, composition, and density. The objectives of the seagrass survey were (1) to produce a detailed map capable of estimating seagrass distribution and (2) to estimate the density of seagrass within the surveyed area. Similarly, mangrove habitat locations were identified showing the distribution of mangroves adjacent to the assessment area. In addition, the pier decking that was broken from the east and west sides of the fishing pier during Hurricane Matthew was located and marked for future debris removal efforts. A total of —0.14 ac of seagrass habitat (consisting of shoal grass [Halodule wrightir] and paddle grass [Halophila decipiens] at depths less than —6 ft) were identified during the field survey. Seagrass was observed in an area close to the boat ramp at Wabasso Causeway Park on the eastern side of the assessment area. A total of —0.013 ac of mangroves (red and white mangroves) were identified during the field survey and located on the east side of assessment area near the boat ramp. A total of eight (8) submerged fishing pier deck panels were located submerged in the water (six on the east side and two on the west side). In addition, three utility cables were located in the assessment area, approximately 90 ft. from the remaining fishing pier and submerged fishing pier debris. Special precautions must be made during construction to remain clear of the submerged utilities. Water depths in the assessment area were fairly consistent, ranging from 0.5 ft. to 10.0 ft. Due to the low clearance of the Wabasso Road bridge, adjacent to the fishing pier, construction equipment extending greater than 10 -feet in height, may need to be transported to the area from the south, in the Indian River on the west side of Wabasso Island. As previously mentioned, this document represents one component of the data collection and preliminary planning phase. This report serves to identify protected resources for avoidance during demolition activities, identify approximate locations of displaced pier components, as well as to identify impedances to construction relative to water depth, obstacles, and navigation. We recommend that the project proceed as long as the identified areas of seagrass and mangroves are avoided during demolition and removal of the;debris and piers. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 25 Literature Cited Wabasso Fishing Pier Draft Existing Environmental Conditions Report Florida Department of Environmental Protection (FDEP). 2010. Description of the Banana River Aquatic Preserve. Internet website: http://www.dep.state.fl.us/coastal/sites/banana/description.htm. Accessed 7 October 2013. Fourqurean, J.W., A. Willsie, C.D. Rose, and L.M. Rutten. 2001. Spatial and temporal pattern in seagrass community composition and productivity in south Florida. Marine Biology 138, 341 - 354. Gilmore, R.G. Jr. 2013. Unique setting, species, and vulnerability of the Indian River Lagoon. Presentation from the Brevard County Indian River Lagoon Workshop October 2013, Palm Bay, FL. St. Johns River Water Management District (SJRWMD). 2007. Indian River Lagoon — an introduction to a national treasure. Indian River Lagoon National Estuary Program. 40 pp. SJRWMD, Bethune-Cookman University, Florida Atlantic University — Harbor Branch Oceanographic Institution, Florida Fish and Wildlife Conservation Commission, Florida Institute of Technology, NOVA Southeastern University, Smithsonian Marine Station at Ft. Pierce, University of Florida, and Seagrass Ecosystems Analyst. 2012. Indian River Lagoon 2011 superbloom: plan of investigation. 27 pp. Virnstein, R.W., L.J. Morris, J.D. Miller, and R. Miller -Myers. 1997. Distribution and abundance of Halophila johnsonii in the Indian River Lagoon. St. Johns River Water Management District Technical Memorandum #24. Woodward -Clyde Consultants, Marshall McCully & Associates, Inc. and Natural Systems Analysts, Inc. 1994. Biological resources of the Indian River Lagoon — final technical report volume 1 or 2. Prepared for Indian River Lagoon Natural Estuary Program Melbourne, Florida. 208 pp. Atkins Wabasso Fishing Pier Existing Conditions Report 1 August 2017 27 Don Deis Atkins North America, Inc. 7406 Fullerton Street Suite 350 Jacksonville, FL 32256 Email: don.deis@atkinsglobal.com Telephone: 904-363-8442 Fax: 904-363-8811 © Atkins Ltd except where stated otherwise. The Atkins logo, and the strapline 'Plan Design Enable' are trademarks of Atkins Ltd.