Loading...
HomeMy WebLinkAbout2021-052BCONTRACT DOCUMENTS AND SPECIFICATIONS FOR 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) BID NO. 2021018 PROJECT NO. IRC -1505 FM NO. 436379-1-54-01 and 436379-1-54-02 PREPARED FOR ' THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA JOSEPH E. FLESCHER, CHAIRMAN PETER D. O'BRYAN, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOE EARMAN COMMISSIONER LAURA MOSS 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 TABLE OF CONTENTS Section No. Title IRC -1505 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 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 CONTRACTFORMS 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 00948 Work Change Directive I Table of Contents - 00010 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th S1\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 DIVISION 1 GENERAL REQUIREMENTS DIVISION 2 TECHNICAL PROVISIONS APPENDIX A PERMITS APPENDIX B IRC FERTILIZER ORDINANCES APPENDIX C INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION + + END OF TABLE OF CONTENTS + + Table of Contents - 00010 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 SECTION 00100,,— Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 271h Street Vero Beach, Florida 32960 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 P.M. on Wednesday, February 3, 2021. 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 "6611 AVENUE ROADWAY WIDENING (49TH STREET TO 691H STREET) and Bid No. 2021018". Bids should be addressed to Purchasing Division, Room 131-301, 1800 27th Street, Vero Beach, Florida 32960. All bids will be opened publicly and read aloud at 2:00 P.M. All bids received after 2:00 P.M., on the day specified above, will not be accepted or considered. INDIAN RIVER COUNTY PROJECT NO. IRC -1505 INDIAN RIVER COUNTY BID NO. 2021018 PROJECT DESCRIPTION. The proposed improvements to 66th Avenue from north of 49th Street to north of 69th Street will consist of the widening and reconstruction of the existing roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are 5 bridges within the project limits. The side streets on the east and west of the intersection approaches will be widened to a 3 -lane roadway section. Also included will be stormwater drainage improvements, pavement markings, traffic signals and landscape and irrigation improvements. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or at www.ircgov.com/departments/budget/purchasing under "Current Solicitations". 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 Advertisement for Bids - 00100 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 of Florida. Bid Security must be in the sum of not less than Five Percent (5%) of the total amount of the bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, Bidder will enter in a Contract with the County and furnish the required 100% Public Construction Bond 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 Wednesday, January 13, 2021 at 10:00 A.M., in the first -floor conference room of the Indian River County Administration Building located at 1801 27th Street, Vero Beach, Florida,'32960. ATTENDANCE AT THIS CONFERENCE 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 Date: 12-20-2020 and 12-27-2020 , 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 * * Advertisement for Bids - 00100 - 2 FAPublic Warks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx I IRC -1505 SECTION 0010,1 — Statement of No Bid f Statement of No Bid j 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. j I 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 i ❑ Other: ❑ Other: j General comments regarding the bid and/or plans and specifications: i , i I Statement of No Bid - 00101 - 1 I'APublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1_Bidding j Documents.docx IRC -1505 SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No. - Title Page SECTION 00200 — Instructions to Bidders.................................................................................i 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.......................................................................................................................2 ARTICLE 5 - PRE-BID CONFERENCE..........................................................................................4 ARTICLE 6 - SITE AND OTHER AREAS.......:...............................................................................5 ARTICLE 7 - INTERPRETATIONS AND ADDENDA......................................................................5 ARTICLE 8 - BID SECURITY.......................................................................................................5 ARTICLE 9 - CONTRACT TIMES.................................................................................................6 ARTICLE 10 - LIQUIDATED DAMAGES......................................................................................6 ARTICLE 11- SUBSTITUTE AND "OR -EQUAL" ITEMS..........................................:....................6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS, AND OTHERS..................................................6 ARTICLE 13 - PREPARATION OF BID........................................................................................7 ARTICLE 14 - BASIS OF BID; EVALUATION OF BIDS.................................................................8 ARTICLE 15 - SUBMITTAL OF BID.............................................................................................8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID......................................................9 ARTICLE 17 - OPENING OF BIDS..............................................................................................9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE.....................................................9 ARTICLE 19 - AWARD OF CONTRACT.......................................................................................9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE.............................................................11 ARTICLE 21- SIGNING OF AGREEMENT..................................................................................11 Instructions to Bidders - 00200 - i FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents.docx IRC -1505 SECTION 00200 Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subject Article AWARDOF CONTRACT..........................................................................................................19 BASIS OF BID; EVALUATION OF BIDS...................................................................................14 BIDSECURITY...........................................................................................................................8 BIDS TO REMAIN SUBJECT TO ACCEPTANCE.....................................................................18 CONTRACT SECURITY AND INSURANCE.............................................................................20 CONTRACTTIMES....................................................................................................................9 COPIES OF BIDDING DOCUMENTS.........................................................................................2 DEFINEDTERMS.......................................................................................................................1 EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE..................4 INTERPRETATIONS AND ADDENDA........................................................................................7 LIQUIDATEDDAMAGES..........................................................................................................10 MODIFICATION AND WITHDRAWAL OF BID..........................................................................16 OPENINGOF BIDS..................................................................................................................17 PRE-BID CONFERENCE...........................................................................................................5 PREPARATION OF BID...........................................................................................................13 QUALIFICATIONS OF BIDDERS................................................................................................3 SIGNINGOF AGREEMENT.....................................................................................................21 SITE AND OTHER AREAS.........................................................................................................6 SUBCONTRACTORS, SUPPLIERS, AND OTHERS................................................................12 SUBMITTAL OF BID.......................................................................:.........................................15 SUBSTITUTE AND "OR -EQUAL" ITEMS..................................................................................11 Instructions to Bidders - 00200 - ii F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 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. D. ENGINEER — References County Engineer or their designee. ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement 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 nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data, previous experience, present commitments, and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed, as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D. The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. Instructions to Bidders - 00200 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 F. Bidder must be prequalified with the Florida Department of Transportation for road and bridge construction contracts per Florida Law (Chapter 337.14 F.S.) and Rules of the State of Florida, Department of Transportation, (Chapter 14-22, F.A.C.). 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. 3.04 Bidder must be registered with and use, at their sole expense, the Department of Homeland Security's E -Verify system (www.e-verify.aov) to confirm the employment eligibility of all newly hired employees, as required by Section 448.095, F.S.. Owner, contractor, and subcontractors may not enter into a contract unless each party to the contract registers with and uses the E -Verify system. Contractor is responsible for obtaining proof of E -Verify registration for all subcontractors. This requirement applies to any provider of services or goods. If bidder is not listed as a participating employer at the time of bid opening, the bid will be declared non-responsive. 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 Instructions to Bidders - 00200 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents.docx IRC -1505 A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.03.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the. Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at 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 (purchasinq(aD_ircgov.com or (772) 226-1416), OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. 4.06 "This paragraph has been deleted intentionally" 4.07 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B. VISIT THE SITE 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 Instructions to Bidders - 00200 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_Qth St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 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. 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 the MANDATORY Pre -Bid conference, is specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Instructions to Bidders - 00200 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents.docx IRC -1505 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 ori 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 (purchasing(ab-ircgov.com)-in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing,Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. ' 7.03 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 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 Instructions to Bidders - 00200 - 5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding I Documents.docx IRC -1505 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 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 Instructions to Bidders - 00200 - 6 FAPublic Works\ENGINEERING DIVISION PROJECTSM05-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 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. Only the bid form provided by OWNER is acceptable (Bidders are not to recreate the bid form). 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. 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. I 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 Instructions to Bidders - 00200 - 7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents.docx IRC -1505 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. C. Qualifications Questionnaire. D. List of Subcontractors. E. Certification Regarding Prohibition Against Contracting with Scrutinized Companies Instructions to Bidders - 00200 - 8 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_1_Bidding Documents.docx IRC -1505 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 all technicalities and informalities not involving price, time, or changes in the ork and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly Instructions to Bidders - 00200 - 9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx IRC -1505 waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith. 19.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19.03 In evaluating Bids, OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award. 19.04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the Supplementary Conditions. 19.05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19.06 If the Contract is to be awarded, OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. 19.07 OWNER has no local ordinance or preferences, as 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 its related entities 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 its related entities 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 CONTRACTOR 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 CONTRACTOR, 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. Instructions to Bidders - 00200 - 10 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th Sl\1-Admin\Bid Documents\Master Contract Documents\DIV O 1 Bidding Documents.docx IRC -1505 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 * * Instructions to Bidders - 00200 - 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0 1 Bidding Documents.docx SECTION 00300 — Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Bid Bond Sworn Statement on Disclosure of Relationships Sworn Statement Under the Florida Trench Safety Act Qualifications Questionnaire List of Subcontractors Certification Regarding Prohibition Against Contracting with Scrutinized Companies SECTION NUMBER 00310 00430 00452 00454 00456 00458 00460 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * Bid Package Contents - REV 04-07 — 00300 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 2 Bidding Documents.docx SECTION 00310 — Bid Form PROJECT IDENTIFICATION: Project Name: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) County Project Number: IRC -1505 Bid Number: 2021018 Project Address: 661h Avenue (491h Street to 69" Street) Vero Beach, Florida 32967 Project Description: The proposed improvements -to 66, Avenue from north of 49th Street to north of 691ft Street will consist of the widening and reconstruction of the existing roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are 5 bridges within the project limits. The side streets on the east and west of the intersection approaches will be widened to a 3 -lane roadway section. Also included will be stormwater drainage improvement, pavement markings, traffic signals and landscape and irrigation improvements. THIS BID IS SUBMITTED TO: INDIAN RIVER COUNTY 1800 27' 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 Worts 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 #1 01/07/2021 Addendum #2 01/12/2021 Addendum #3 01/22/2021 Addendum Number Addendum #4 01/27/2021 Addendum #5 02/05/2021 Addendum #7 02/18/2021 Addendum #6 02/12/2021 Addendum #8 02/19/2021 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local Bid Form REV 04-07 - 00310 - 1 F IPuElic WorkS,ENGINEERING DWISION PROJECTS%'505-66trn Ave Wioen,ng 49tr, St tC, 69th St'.t-Admin%&d tbcumentslFAastar Contraa Oocum9n19DIV 0 2 %ftW 9 00cumBnts.docc 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. 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] Bid Form REV 04-07 - 00310 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 2 Bidding Documents.docx L=. c 0 0- 4A W W J W V V1 0 W N_ W H N 1 Win W m C1 S M tD fl c Ln LAJ LAJ to m 0 LL. z X � F- co zo . .--I W N 5 N z z a to tai LLn Q C3 z W Z 1 LuIX CL 0 CL g g g 0 0 ovig0g000 g g�+ 00 0Q0 0 o oQ o r; v 1: oo o W 0mM v v o 00g 0 0 0 o g Ln 4 I -to �-d Q co 14-A OO N n N p vL!1 cv4. Pt ' in vU1r - D N v '-4 O N -4 n t.0 N W N Ln in .-t m N N MN N r tQ N N V! N Vf V) to V/ N to 4A to V1 N N V1 in V1 V) to V1 to ,n in of V► 'y QQ Ln LA .-L Nrn M co N N �-1 Ln 00 O a Ont- 0 N 4 tk0 m -L v LLn n 'n., 00 m v w M Ln `~ M 00 Do w Lo c 00 0 0 0 0 0 0 o 0 o o 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 Ln o Ln Ln o n g o 0 0 0 0 0 0 0 0 o O o 0 g o OO o 'm n en i i tc o r+ LA 0 o6 o r: o o o6 LA cg N Ln m N Ln v 0 w O rn n 0 tD 0o m m o oc .-? Lri vi ao ao e+i et C N Q .Nt M tn. J^ c!f V) N 4A N N V► V1 to V'� to I tn I N Vf V1 Vi Vf Vi V! VF V1 M1 to N y LnLn tri <n in Q �- >- ?� > >> > } Z Z Z Z a Q Q Q Q Q Q .�. J J J J z O J J O N o. LY f- a LK 0 ON QLn Lui. O v NLL O o. O L u U a: ~ O LU Z Q ur LL Q: W oC f- �D F - g a-5 J W z W z W b of W o u v = Q W Z aCL C Q > > Q Y a Ln Q U a n J J W LM LL 5uj z z o 3 O Y O C ll ,� O cr. LL O Z, z z Z a Z C7 W 0 0 U LL W Q z W w p Z Ln tD Ln w c L D.' O O O Ln F- F-. m to w a d uj O p W Z j ¢ Q U O m N 2 Q O v Q 0 > Q a LA ,n }a yay }ay }a m �a.. Z V cr — Q Q U f= N W � z Z `� Z O O `-� n �n LLL U Z O U W z U m m ai m s o I r- Q. y Q o6 W X W WC w Q m W IN 1L' LL' D tL' U Q Z LL � X D_' W J W d Y J Lb !- Q yLO.� Q F- g W ~ U U U U Ci --L. Q1 a N J W ►- O z Z m g J O Z Z Q NW Z J O O n -.j J v Lz O m z_ o> J M ,,, z a 3 �, o z z ui X v z U Ln ►- N ' �" _ Q O Q W � Q O M = 2 0 m a Lr w m a H Z z C C C LL 0Wc U D_' fl Z Z Z Z Z y L N U W LL VI Q G Ci Q a 0 �" L 1 o Qt N 00 e-1 N m M '[t 17 LAuj CT V Ln tD n v O .-t N .-L n .-L M .-L .-L " " .-L ' 4 N l0 t0 Cf n Ot O op to to Ln Ln Ln Ln E a O U a' L ' L N N N N N to, Ln Go co M M M Ln O N N N N N 0 0 0 0 0 0 O O O O O' N Q O 0 0 0 O $ `c� O chi O aNa O = a N r� LT W �. Q1 � h LJ1 M Qi W O Ln Lit ul � m N %D al V N 0 U. Z _ L 00 0 .1 Z 0 U) N N Z Lu Z 2¢ _a r m WLn LLL Ln z W Z Ob a O 4 t0 E Q 0 0 o 0 o o a o o g o 0 0 o g o o 'o o 0 8 g o 8 S o S L O O O LA O t0 O N O N C Ln O 0o O O Lri O h M M t0 Q 00 M '? N OQ Q m m n O t0 d m 00 O LOO V tp at WO V01 Ch1 Cmi- N n m m vi h 00. Ln Ln w C ^� N -4 Q N N .�-L O N '', 00 rl N. C1 'Q h to C-4 .-1 (4 if O O N ei .ti M Vf Vf V> to An ti in Vf V1 N V1 V1 in - Vf to V! N N 4A Vt V100 .-i n N N Q m m N 0 0 0 0 0 0 0 o g o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L C2 O O O Ln O ry t0 O ni .r T N Ln Ln Qi O N Ln O O .-t � Qt N Ln O to N a0 t6 a0 Q O �t N Ql Q O Q 00 O m h +� M m Ln to Q m .r N ..I i .-A .-�I � .-�I .-t .-t N � N Ln tD Ln a0 Q r N M O� 01 ..:j o- V} N V) Vf V1 V1 Vf to to t!► v! v! N N N Vf a!1 to t/s N u} u! An uti -V) h V1 v J J J d LL LL LL LL >- LL LL W W W W W J J J J J J J J J J J oe oc w W W Q 00 w W OO t an d L d L O CI O z Q d Q a 0 0 0 O O O 'U O O O O O O Q U U U U U U U U `D _ _ O N O L% L% t/`7 V`f N N N N N X a OBD H N N "„� WW W CO 00 Q Q O O to N 00 00 - _ 00 a e-1 14 N N m m m Q t? J � 4 W W W' W J } F } F- IOD h J J J J 000 O D d a d 0:m W W J Z Z Z .Z 2 Z Z Z Z U Z Z z w Y Y w w h > > > > O O > > > a F w W 0 0 0 0 0 0 0 0 0 o 0 o z a o a o L> 0 0 w w cc o z m a a m o: W w ac ac a O Ln Ln in Ln oc v n a DM a a a a a aQ m m a m C FD- V U Q Q U u u u u u u s v u u `-- ►- ►- ~ LL >> U W 3 m m - s K o` F- h F- H F- F- F i- H F- O 'Z Z w CC O Cc O N F" H 0: w w 0:: d' K d: w 0: cc OC 0: OG O.' Z Z' Z L++ F U U W t/1 W Vf W N H W W W W W W W W W W W w W W W w W W Z d Q Q Q J J J ..., > > > > > > > > > > > > W cc w OC w Ul Lu O O O a J J J J J J J J J J J J J J Q O O O UL-) 0 D > > > > > O > > > > > O w U w w _ _ _ � LL U U U U U U U U U U V U U V w W w w W P Z d Z Z Z Z w w w W W W W W w w w W w w w O 0 Q W O Ln U Z u Z d d O O n. aa a a a aa s a a a a a m a z Z Z Z v U a ii a a a a a a a a a a 0>>] g o O d d d 00 00 Q Q O O t0 N 00 O O tD rV Ln .-4 .-t rV N m m m v Q w w 0 h N " r er .-1 .-I " " -4 e4 M .-f 4 .-1 " N h N n M h Ln Ln Ln N Ln Ln Ln Ln Ln Ln -0 0 Ln N O O Q u1 N O n h h h h h n h h h n h h 00 '~ ''� M m �,j h N d N N N N e -I .-1 N .-i .-1 -I ri e4 1-1 .M N N Cl rt N h h h .I N z N Ln Ln ry m Q O O O O O O O O O O O O O O O O O O Q O O Q Q Q m mm 1-4 Nn rq K Q Q Q Q a Q O Q VQ' � Q LA L LLA t0 E Q 0 N O 1 W W � C1 F- n �D O o Q LM LLJu cr CAM N to K1 LA. z 02 H I=0 V 00 a W N D N z ao_ Ln F=- a �a W Ln Q U z v z. tLJ lb 0 t3 a 0 IL IiCCi G. z S) ce W Q Q to 0 D v 0) Q 0 n 0 U r - 0 0 0 0 0 � g o g o 0 o g 64 o$$ Ln 0 0 0 o uoi $ ooi, �0+, v LQn, er Al to 00 -. N N 'a N 41 0 'a d ^� O O N % 10 O 00 N O In tCi 06 Ln tD M t0 O LO d 01 w r 00 N o w 0 M O N f, tD w r.j r N rt, Ln N' �oo P. 00 w N !� 'O N N N �-i M 1-1 1M lD "I Ln N to .-+ N V! Sn to VF to to _tn. N to Vf V► in V1 N Vi V1 V1 N to to V: in V) to V1 v! V► ..a h Ln LA oCit t0 a-1 M 0 '.1 r4 W 00 .ti '"1 O 00 N M M N N ry� M Lo N O Ln knV O N Q N O 00 00 Ln d d O d In Q m 00 Ln ^ O O LD tn f V ry N ddwwYYII N 00 O n t, OQ�-+ aq e1 po OO O O to OdO O O M M t O O Oo O tf Ln 00 Ln mC O O ¢ to 0o N NN O O Ln Ln -1 d N8 -t Ln M d M Q M tOo M v' t7 m .-i e*i v ri Ln Ln V) V► N N V1 4A V1 to to t4i N I N V1 I in I A^ I N V► N V1 n An N to N N v! V! �. a, } 0 } V, LL Ln Z LL J Q W LL J Q W Q W Q W LL J Q W LL J } %A }' VI Ln Q Q W <Q W Z cC G Z v J U- Ln Q wcc QS H Z J Q Ln z ' Or O o - Y 0= g D W J _j m OD LL J a 3: cc J_ a C7 M o UJ w - m - N to M . "F OLL a > a 0C co W oc Q Q a �„ ? z Z O _ w 00 e-1 ¢ Ll O Z W W a a to W In Q O LF"- W J m W J m W Q O J o O N Q N O LD ' LL � W Y w H W Y = O to W O Ln W O vi W O W O H. W Y H W Y CJ uj 0 _ Ln 0 J l7 Q ¢ U z O N Q w Ln Q> W\ Z °; Q M� I F- 1 Q LL � O w �. ~ = 3 S 3 S 3 .-Z 3 Z 3 S 3 = iD O Q hLL; '^ l7 OZ z Q v } O U z 0 1i 0 Or 0 0 d' 0 3 Lu CIS Z W Z O O H N O O to N W -� rn N.� N !Q- O W > O 2 CW G w cz Lu C tau O Q p O Q p O Q O O Q. p O Q 0 O Q O W 0: Z W 2 Z Z " Y Z Q 04 Q Q Q W 0 O J L Q > O Q 0: O i. CJ z Q. S U z Q ~ Ln In to W W LL Z LL 0r Q' LLca LL ca LL J W 5 W z ? Q a W � ,Q d W Z- Q F Ln Z Q H h z Q F- to z Q F- In z Q F- VI Z Q F- to z> 0 Z W d p Q J ui m ; Q. O OC J J S z Q J z W J 0 W J w ]or-' r a �- M W w C! w CJ z l7 V1 Z l7 Vf Z C7 V1 Z U_' LA >- G uj > G Lu u V u u u u_ Q z Q r ocr a p cac p �! aac p p 0 0 l9 Z_ r Q 1W- Q Q CC Q � to a L~n O V1 O %n O -L w J w OC `J 0 0 0 0 0 J 0 3 W p W Q F.W. W Q a Cl R Q 7 Or Q O CL Q OC Q w Q w Q Q Z W Z u O O LL O LL w J tD Z LU J C7 Z W J (D Z w _! C7 Z O OC W O OC W OC w D: w 0:. d OC g a O OC O l7 t9 l7 Ci l7 W LL W LL W WW W MW W M H 4,1 .tn to S S S S ,Q• N N N M M ''q 4 co M f, N 00 d t!1 00 Ln lA w N N O r4 d N Q w '"" N 1-4 O N M OLn N ei to e-1 M Q M -1 H rl ri N e-1 N M N e1-1 PI d N V-4 . ,-t N N 0.4 !-1 N rt M H N C N N vs MN N LA N LA Q M LA do M Ln w M o cD M Lm to M o tD M Ln %.DO M Ln Ln Ln O N Ln0 In u O n LA 0 n0 O N O OLn fl- O Orl. O O tD OJl- w O .r a-1 .4 1-6 e-1 .-4 rl .-4 1-4 0 O 0 0 0 0 0 Q 0 0 0s 0 O 0 0 0 0 0 0 11-411-41 0 0 0 0 O O to 0 D v 0) Q 0 n 0 U r - O •N W W W V tA a m LU 0 N W F -- F LU WI N F - t0 0 i- W W L� r Ol LL. F - Q: z w M uj Z 1- t0 W Z r LU cr 0 - co W epi t� et LM I ri 1 n M LO en OT {H 6 Z 2 co 0 N O N Lqwj Ln O Ln u O FZ W w CL LU Q z Yl c. uj 0 A m 0 E F 0 0 0 o n o o a p 0 0 0 0 o p o p p o 8 0 0 0 0 0 0 to N of p p O N Oh O et �C p O p yD to N tG m n in 0000- Q � O O O C) M O « N M N 0 ei o0 N N m KI M r, al 00 �"� kc�O 00 V m N V 01 N cN 4T N H H Q 00 O � Q to to N V1 to to N N to {n V} N to An N N tn. V? V1 to V1 iA VF r Ln Do mN R N N H N N N N N � O N 01 0p 2 N fYT N ..j tD N N -4 0 cc H 0 0 0 0 0 0 0 0 0 0 0 a 0 o 0 0 o 0$ 0 po 0 oo oo g 0 0 0 g S o v W .-i ui Ln O M .-i O .-4 " O M O N 00 O O %n 00 Oh mO p� Q H H M O Lq N M Q O m f%.N V1 to H 0 �n Q w oa .4 M H N LA Q Q N m & 1n co kd- M a W Vl N N N V} V1 N Vi 4A N N 4/1 v/> to t/f Vf N v► in v> N Lu N W Z J J J J J J J J d ydj W W W w j_ J J {Qy� ydj 2' O Z ¢ N W LO w �^ w d Z O O a `n '^ 0 x x m m W Q z z z z a J Q J J z w O 0 (A W f- - Ln O O � N L o -' 3 3 ci o �. J o o a cc 0 0 Z W d d w N Q o q z u u -� m d z a d O u; w w 3 3 3 w ry u > m Co u 2 2 S J J J W k z d > � C6 O a O 3 3 >>> � o o cc ci v a o 0 6 z z ^' v_, z 3 O a LU cn a '" w d r v m 0 0 0 0 0 z O W © LA. o Z R' H LL Or W W Z Z O ticr In u~S � v~i v~i "� � �- ->+ x H w Ln O 0 � m x O u u u u u u Z 3 3> ° z m W ►W- _z a a CA Q Ln ¢ VI ¢ > W Q W O O uj m J S O 2 a d d d d d d Q W W J Q Fw.. F-' N Vl V d 1n 0 0 0 0 00 p O °C � O w Q l? N a0 to > > a p oo a z a Z> l7 H N O a d W mV a 0 CL a d 0 x x z iv iv J m x x W N N Q W N N 1� N l..J W Q H H H LL N N O 01 H M O O H Q N N VI O O O H H H N NN N Q NN 'a tt 14H N N N M .H H H H H H N H H H H W H H H H H N N M H H N H N �4 0 O O O kn N O O O m m O O m to %n H ON Ln Ml 00 VU o0 00 00 V V M m Mm M O O O O O h O O O O w O .� O H O H O ca i0 to tp M .r O O O O O 0 E F LZ' C O OG ri A ui J 0 W m W N 2 W P4 F- Ln W LLA OC oti m 2M M ILO 00 Lrr � r Ln u- uu M I _ M im t11 I:r o LL z 02 .� LL H cr 0 0 o Z uj D N Z Lu 0 > Z 4 p td tC Ln cLU LA C z rj Z W_ O i„ CL o at G. LU Q Z uJ O d O 0 E 7 C d O o o ado• 0 0 N Q N 14 � 3 � ,ch.� ren LA O O O Q An ail ah an Wz fa 0 rm N N N m Ln H M b ^O1 N 3 45 ry Z 0 g a 0 ooV% co 1 e Qg o 0 o gp ggo Y nj �i 00 Cf 41 dG ad Q1 LA h N M tl � ~ pp O N ^ M m O M m to h K v1 v1 �/1 vi �n V1�n H N v1 V1 to v1 w1 to to H rf N y •� a a W W W W w w W W W W --� W W W W W W d +W+ w a « ¢ ti h O O O `[ O N ✓~i ac W w R W 3 N w w • ti a H U o T v a in LL - ti wO w w00 oMo cui x 2 ¢ Lu u ¢O LN v i O a `0 `^ o d[ o° m o CO " H a oc S ~ ¢ ¢ j a ¢ O a¢ = eo :. ~ in `a ¢ 4 � t. 2 O C7 a u O ¢ Z w a z s O 2 ¢ ¢ M. z ~ , O `n u Ln 0 uj a X z - ¢ O ~ Lu 2 u i" W Ln a¢c w G w S W ¢ 0 Co [7 �-' W n 0- ¢ 3 Lut O u w ¢ h O a u R Y W O a z a J O Q w h '++ N r2 w W 0tu c = 2 w Lu a ` U 2 cd 4 4 St WV O q W Q O ¢ V 2 2 ¢ a u z O ¢ 3 a O W ~ a et z w W < h 3 l7 a Q O O l� m w =+ a* a m U U z a Qa Q D o t7 a p zn Q Q Q c z o z 7 Q O W N ri O O h LA Ln Z O O �a a d O 0 E 7 C d O a� [T 7� 0 1 WLn ri in 10 W 00 Ln Lu M N qT o W Z LL 0 CIO z LU !V IN >Z W � LAO ew In � u Z� Z Lit O 13 W 0 CL ai 6 cn 0 0 0) E 01 v V Q O 0 00000 0.0 0 0 0 ° 0 0 0 8 00 o c a o$ 0 o cD to p O In u1 p ao p O O A G LA O O W N Ci O N O O O O 9% Il -1 iD p Cil 00 17 00 00 00 00 p 1A 00 in p, t` O % 00 i0 to O N N Vf 00 N O 00 %o M %o f` in M N 0 O S O O► M h Oi .-1 0p ri M' M r Q Oi V 00 61 00 00 N N r` Vj LA N M .-E 0 E a N to N N N N N N N N N N N N N N N N N N N N N N W a M `� N n ��-1 O M M d O n n O M 'n O co O Lq fn N N m 3 cn N w M M � m 4 d00 -4 W W � O 0 0 0 0 0 0 0 p 0 O O p 0 0 0 0 0 0 0 O O O O O 0 Y N O O 00 h 00 r` O %D N N O V1 O V) N ko LA 1� N f\ M f` M N M V1 [V V) H O 0 N 00 w 'e-1 V1 P�1 O VI V1lz 0 �'r1 D. O V} V1 N.4 .i V1 V1 V1 M O M N to ri O N NNNNNNNN Nt/f NNNNtA -NN NNNN N FI' LY1 in LL CO m J J J J U mJ J J J m J J ( j m (},) J F Z N Q V4 r W `^ a o x Id/ a x r J Q W � o W CC r w w u Z z > w D 1.4 W W J_ m Mr O O V W Q rr Z Z J to � ;D V) J 5 W In O Z O O M i0 LLJ ajx cf D co O. W mif C> LA. W x w Z Q t7 U W� X x m _ _ J Z W z W w m +I1 Z -opo opo v7 w N M NZ rn d � +1 c' d-� m y � N O Q W W � J W t... N C l7 Z Q z Z LL �azc3c a I �a3 rn o »� mmwm 5 2Ln r Q U U d C7 (D r W uj J C c c z J o oo� zzmj .7 G G G u~i W t H H O Q Q u, m a O Qzzz„3 '-' 2 F "' N -- oQW Z M Q L W cc u u ... Ll- W! J p Q pO Q uj N W W m Lu W Q Q m Z m a cr m iu m r IA iLLi. t< V z �' u W W m i- H a O r. V1 In O Lm O J Q "1 r Lu r V a v� V m s Q y`, �/ Q U Vi O C U (� Q x x X U 'N „� U (' Vl U t7 Q Qw w Z Z r r V j'; Z Z W lu w iu '-1 4A Z Z x Z O Z W w z m U m �r w v rf-Wa�u v►a<< -�u V V u v r 1.;Qm 0 W_ O aw^ a Z a= Q W>>> O Q_ O Q Q g m W Q2°W`'A'n'A,zz���lnl��LnthLn u� 3�,Za'^za_uv� oLU h aagaOOZQC v¢d ���aOD z oW[�2 o oC m 00 ' 00 0 0 Q 1� ll� 00 00 00 00 Q Q epi V M N V1 V) N M N � N t` ill Q Q V O .-a Q} Z NM O N 1+ L 1 LA h N r .M-1 M M .M-1 E a a ti 10 N a N a O 1n •'1 ,114 N N CV o 0 in H In V1 in Ln. V1 LA Ln V1 Ln V1 a O In Q O �, r'1 LT) rl M a M m . 1 C O V1 V1 V1 �D V 0 14 a Iq h a cY V. V et of t\ M Ln ai 6 cn 0 0 0) E 01 v V Q O T-4 !'N 0 1 M n M %D M 0 cf Ill r1 1 r% M 0 Z S G LL 9 P M 0 O fD E 8 3 N E d 93D Al a 00 00 88 S88So$oo So SS S `°°6gg6NL,uipo W 06 N C N N LM O 00 O tri o0p p0tn0 N oy 00 O n 00 n d tD V 06 rl CJ1 N p N W H N C {51 N O O in N M tD M N to O to 'a to to O t0 O N to p O O O O ♦+ Hf 1 N N� t!1 M (n m 14 M r1 C m M. O 06 m M M W .4 S H to Ol r-4 r. r4 N r,. 4 Chi N O E Q 4^ 1-1-1 N N V1 in N VS• V} N N' V> Vt• N N Vf V1 VA V> V1 V/ V1 H V! c N 00 ml tMd to O to Ln 006MSNMt O v Nh'n N nNt\ p ry-4N �tp rt e-1 I S SSSooeSSg 1,01,0 S 88 0088000o gg 8g y fff m elf to 1It N to tri t-: to to N N N N fi ` g n t- N N rl O O m N f\ N m m to N f�, M N M to 14 O eq O tl1 N O O O O v v N en ,n .+ 9-1 to trt to LM to N o 0 0 N 0a1 V1 V> N V► N uL V► VS• Vf V► N VI V1 N N V1 Vf V1 N N V? V! N Vf Vl x fA J LL J LL J lL J ei J v LL J J LL J J V m J J J J J J J J CJ ` r w O uj LU Z it Z ~ Q n O t- Z �. W m LD LU Z Y Q Ln p d G Q N h in LU t.. W eai •a -1 m M 0 W JQ W W C ` C cc w LC W Z LU LD X X X X W U Q Z I-- Z w fl i V1 LO to 00 Lt' m J rd z Q M M V 'd' '? V 1w� ca > -- LL LL : 0 ai z _ z W K X X X to Lr N cr W! J w W CO a h f; ri• y rl Ln N 00 eLM Go -1 = rn m LC W Z {~lf K W Q x en n to t/1 a0 W W_ Q W. W m umu t - Z W t F-- W W= m LC .n � Q t� Z Q v LL O Z Z » Z O» Z a: ¢ Q � Q W J � Q 0.a LU J Y Y Y Y to co 0 m f,� J NN w U' i W W W W 0 u Z 2 m � Z d � m �_ �_ �_ Z- �_ t- 3 � Z J W O W O H O 0 ~ 0 u Z LL J O a Z Z ZC c c Zc ZZ_C �y a c ..� LLI t/1 � H 0 cc cc cc d' to 0 G Oi G G p L H W W ta' eV LC eV d' W t- LL LL W u. Z P W _J Q 9 Q _T < O _N CCW G W W Z Q�. CL 0. W LL LL Qwq►-Ot: O tt, W W ccLei u00 t•- , to n+OM.�woo-'Q x 0 0 0 0 1t1 CCLA cccLn 0 z:) 0 OpO0ul7�cc0.Lr1W1,3 W W Ln W t% W CA Z Ou Z F"' W f- _ Z Z 4,t tit x W x W x W x YJ x W -U r+ i2 u(Dtn Z Z = u Z Z Z N N t W to W U H= W W ti .moi S u h Q a Q Q Q Q Q Z X O u to Q Q O U U W a W -1 H N LLL u u Z p U Ln d d Ci i7 C7 CS p Q '$ of O OLL W ¢O¢ G a Vi W °C-aoo-Muucr W W W +Mif z Z Z O Z i/i �6Wc� Z N 0 to to N N N W X W ���'1LU Z to Z L'3 0� u uzj �°.-16�°.�600-e°r16CL00 co ' co Ln Ln LM W as 00 00 00 op +o 1y m o en en M ava d M LO rn tJ m O eY1 to rn t` m 4 C O r+L71 PC M to to to ll'f N epi W to A i� N .K m m M a M a M vMM M .-1 .-1 qq N .-1 N e �1 N N N N 8 "1 N O O O LA to Ln to Ln t%1 0 o to O Ln O LA a N r1 N N .-i V -4-4 v to to %D et %D et O 1-1 to to to i11 ell V1 Ln m O H O .-e 9 P M 0 O fD E 8 3 N E d 93D Al N O W � W m�ayy W Oo C � � O • W , i/! Ch .; � S � v W V p D O Z 0 = It W 00 N ? 0 © W N z z LLJ Q LG LAJ Ln W Ln U Z Z W 0 a 0 ac CL LLJ d Z LLJ Q 0 C5 0 0 0 0 Op O p 0000 0 OO 0 O 0 0 0 0 o p p 0 0 0 O O o N 0 N Ln 0 O O 0 qe 00 0 Ln O O f - 00 0 Ol § 0 M M 0 .^i iJl in 'Itr1 M w 000 l~O N Rt e 4 Rt Q Q �4 i ci O O N Q n' N O G7 M w W 00 M h ^ n V R yj .-i 0 Ln r; f N C 00 M O Q1 c N N C rl 14 Vi M N { N N ti (14 00 p Ln n M N co e! Ln N O LA rl 0000 N £ Q 00 rl N N in aA of N iA iA tR 1n t/') lA iA � iA to N i!i N N N t!} t/� V? LU } W Z W W W J 3CL°-°coo 6.ov A om oo m '. 4-40,� t? N Lq ,�oo„� M m ovsQ�Wm a 0 00 0 a to ms .; J -T v -W -T N Ln W 0 2u (' J W m � z Z = N u a J''F"`tW W i.. a a ,,, u > a po O O o O N. W_ O 0000 0000 S 0 O 000 O O Q O O F- d L� a O O � r � �"' p �' W W Y .�-� V1 0�1 J tf1 O4 to Q LA � fh Ln N M N C e-. m h fn J n IA Q C N O to u1 Q O ni LA J= � Lri M r" J v1 0 6=A d J d OWC a ~ cFc to N N Z H N N to Vi N ill M to to W f"1 eQy O Z O to m J x m Q N N J CO Ma J I.- J J J J J V m u m J D x a, a a N a N •� Ln T 0. CL m M .a. LU W U J CO I LU 44 Z LLi lw x x rai z Q N LU u s ZLLO J z > } ul CD Q a W J ZLn a U <z-, O a cc J � W O ELULU x J Q t7 O Q S cc � d oC 0= D or V1WXa h�- $A LU LIJV CO LL > Q 07 � a g Z N d N Z J F cc r W W Q _, co O X Q > W U. ao°Cc?:v Z Q O° °a° Co< W U X z z W 0 J ?> cc oaJ Zo mZ 3 p a< W w cz CC u `^ < m > cc W u u� F r r La us m LLI _J } �O�Y = aG ww0IL,.�u�g u�� Lu LU CO u Z O r r u N Z Z x Z Z D a ZQ CD 0 0 w W WY n H- H H O Z J a_ u0 Q u 0 D: W U W Q -� z oe O - h O u O O u r 2W Z Z= O D vii Z 0: Z> a Z v�0 o Q o� UuQuvz,< uua Q uw1* Q oc � m Q , r C~ Z N� M N M VI to n� N E Ln m MM8 0 M H r-4` o` 14 ut 0� ri I m a a v a e r = � a 0 C5 0 0 wl` ItT, J W mi D W V ui N f� L I d .+► Ott wLn u r cic Q1 M b' 00 t� Ln W W cc r L� r �p 02 H r{ Z Q N W M N > Z aCl Ln w Ln Q U Z Z ua ` � V a O crQ Lij Q Z N ix W In In m d 0 O O S�BS0 a�noos'u,da0ogaoacagaoaoaac�oS 0 00 o a o 0 o a o 0 0 o a o 0 0 0 0 0 0 0 goo O O 0 O M0�0000arn000�c000ccc�00000 d0 Ifl. n w O o�? 4og O O O Q m O t!1 tll m "'� M 01 0 to w N r t` N O Lq to r- Ol Ol O to O Nto t!1 O w O M 01 ogtna; o V; 0V4wr-Mir� a ko06cl .q0 qN00 3 d.+ d fl, M 00 N r- w 01 m M o Q w oo O Q r- �4 rt N w eN N1 r 01 d Q N 0) .4 to .4 O r'4 N W 'Q 4A V1 N N N V1 N N V1 in Vf V1 4^ V> V► V► V). V/ N V1 VI V► V} V1 V1 N N to N V1 N A O d,- O to 00 0 O w N rt Vl tIl tf1 O ON N m1 -4 00 O 00 Ol d M d w O M m N w Q .•t .4 rt 00 N N 000 00 m w N m N 00 O N .4 ri to N^ w -4 14m S0 0000tnovttnr�SgSSo�a�0000SgSC? 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 oSo 0 OwlO O 0 O o O co o O m" N m r, ni m to N &A .f Ol vi 0 0 LA o H 0 00 0 $ S O S$ t7 0 .= IL O O O .1 d' r/ .� r-1 N 14 V1 N O ri M h w m 00 00 O, m e 4 n r` N N to 1A N e -I M N con m w O O H of a-1 ti N -tl 4C 00 4 N 00 4 M l e+1 M C 00 d N VT V? V1 V1 N Vf Vf Vl V1 Vf V1' V) V! VF H V1 V1 V1 V) N V► V1 V/ V1 N Vf Vl V1 V1 VL V1 C to J U Q d W V T 11 N t V1 N r Vf z Z z > U. m d d d d d d d d d d d OccC 0. L D �_ le Wle J a 3 d V1 Q _ W z W z z=_U. 3 3z U z Z 0 w pLL� cc x 3 >< o 0 G c W 0 vi j o=c 0 Q. O W v i-4 N -j U N LLJ Vf 0 0 to % N O W W Z z o l8 Z 0 W H rn w > uiz � w ., 0._ O u Y- F- m a a w O a J U Q 0 p .� _ o d 0 F u rj ° Q Q 0 p p O .r O ., O O o y O a LLL _J U U 021 a z Q Z J � m d x, ,v„ v A n V v _ v c w 0 Q J O z Z O_ W D a mv� 0 0 LL= W O Z W 0G to 6. w G. V to V1 �� V W v U W 0 W c. H ¢ L K f' P z CD Z O 0 ~ c0� Q J F a W C< J W W W =� W W d W o a o Lu z ►- �- d Q W w u w a ay oY a a a s p \ O Q j d > -� W N Z z d m u N N W I- z O Y Fv h" � � y 1- y F- O W Z Z GC a X Q d X f- M o z O to to Q Z d O 0 W U cc U Vt li _ w _ CD _ m O m m m - F- 1-- F- E- C) LL W v X W W ;5 m t.1 X W z Z Z p Z w w w w w w w m m m m In .� d Q Z 0 xacJW W J 2 x N 1 d F- w> Qr= U O vU�avuuuUruyd O U►- Ci o0 d Z> w oc m J � D O z Z z Q m z_ 0 Z z Lu LA CA 0 tJ. 0 �" N !- N N to I- to I- to I- Ln H w !- vt I"' to I"' to H to P 3 pp O d w Q r,; a c7 Ln Q) d m W a CC J J W d S d U t/1 V'1 N 4= z J J J J J J J -,j J J J 2 2 as tJa z V) U w O Z v=i Q r co •"i 4 m N N t!1 r4 w to N to N to •'4 w N w " N H N e-1 an N d v 00 N N �--t M M C a %n t!1 to 1 1 t!1 ri rl N r1 1'� e -t Ul lG Q O rl rI1 N N Q e=t N d O O 1Q1 47 O O O to w t` d r\ Ol O O O th to N to V1 u1 N N V1 to to in C G O O O N NN N w 00 00 N M M m O O O 1-4 N N N N N N N N N N N d a .4 r+ .� �-+ -4 .-t .-r r+ N NM. m rn M d t► Q Q d d d d d Q Q it C d Q d 0 O O t: L O .N_ .— rJ Ir , i� w 0 LU V tI") W Z N w Lu ii Q1 en Co Oo Ln LLS � N H � to vi �t 0 U6 Z LL ` Z r O coco Z ft . fl W N D N Z > Z <. _p L 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 o Q o 0 0 4 0 0 0 o O 0 0 0 0 h 0 O 0 0 0 0 I� LC o t1 %D h cr C O Vi o 0 0 o t0 O O N e> (A -i o O A O O O tD O tD O h h 0 CA V1 v V1 V1 to 0D O M h. N C M N o O tt 4 N h N e4 N h N O v h= O� N r-1 00 r -I h M t O V) O Vt O O N Ut h •+ (,; n ati e-1 h M M V1 O O vi M tD Lr tD M d' 6 O e4 Q1 OC Cll N V1 6 N M N O M rt N N r/ N M .-1 m� N ri tO r4 N 1-4 h to N .4 d LAN O V1 V1 Vf Vl 411 VL Vi V, V1 V? V! N N V) V1 V1 V) N N in V/ N V1 to N N --t .i '-1 M r+ .-i fn ri Go Ol 0 N h co c O rN o tD Ln Ov N N h0 v 00 ko 01 N d M 00 lO h N h to tD N M N v0 co U3 c�goa0000gog00000$ooaoo0000g000000 0 0 0 0 0 0 0 00 0 0 0 o a o 0 0 o a o o a o 0 0 0 0 w O O O O O O O O O h O O O OO 0 O Q m to W h v M N 00 as M N O W V1 00 M t-1 r4 N- O M M r\00 00 v w 00 h h 00 w00 v in M O N t-1 rl V) N to e l M M .i N h v to N 0 V1 a cT e 4 1n h W a% rt tn .4 tt h v N V) O tD to y tD 00 O r` V1 V C 4 e -t i// N VL Vf N N V1 N N Vf N Vf N V1 N V? V? V► N N N N V) N N V1 N Vf V! Vf VF V1 N C Q Q Q Q QQ Q Q Q LL LL LL LL LL LL LL LL LL LL LL -J LL LL LL LL -J LL LL Q Q Q Q L. ..,. W W W W W W W W W J J J J J J J J J J J J J J J J J J J W W W W -J W LA W 3 3 J Q J Q < w Z m `i' w �- Z W Z �'3 3 W D: W CXD: W F - I.- u C u O ¢ Cc w cc CL N O N Q 0 Vb cr m CC H O N F- '� Z c C Vf V) Vl _ {n V1 N N N to N ut ut V1 V1 H li V .fir x x O \ O Q Q Ln N Vf VT Vt N V1 V) VI Vf Vt Vi VI V1 V} N N CV1 ?'' V) 00 0O Q v O O tD tO N N 00 00 O to V) Ln N r v r i V 'R-1 V rt N rf N N M M tf v V tO `D V1 . Q 0 ...,0 V, CO �..�...v...____ .M.. _ ______- M N x Ln v x V Z U Z U Z u Z n — O Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z x Q O 0 0 DLUJ w .-- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 . 4 .-r N W W w W J p `� a. 0: a' 0C CY v K K 0.... O: �.. v Z Z Z Z a aaa' 2 2 6 6 -- -- =::: -- -- a a a 0 0 0 0_ > > J v v •-� n ---uuSu6u6u6u5uQuuocwwxuU a a a a a d a a d a a a a a a u u u ao _0 _ � LL d: U 0.v' K W (- D T� t` ..r v v .-.. .,,- W V N VI V1 N V1 O m O m O m O m H r 3 F m F- o H m H w ►- m H w N w r- w E- m m F- m ►- a H m �- a �- m F CC m F- m- _ D d d d Z H f-' Q O W W W W W W W W W W W W W W W W W W tX) Z Z Z Z Q d D D O l7 u W J W J W J > > > > > > > > > > > > > > > > > W W W W D: O O O J d»»»»»»»» J J J J J J J J J J J J J J J J J D W a d W D W D W D UJ d Ln W H W tn W W F_= W W Z Z s Z u w U W U W u W u W u W u W u W U W U W U W u W u W u W u W u W u W u W a C W 0: W 0C W 0C W y�j Q J Z J ZZZZZgg2aaaaa'aaaaan.as.a'as'n.aa.2222 J J J J Q Q Q 0, m 0. a a a a a a a a a s x 0. 0. G. 6. u r- r- ~~ to 00 0o v v O O 0 w N N w w O tD V1 w w M to M Ln Q eti M Dl H M O .-i N .-r N N rl N -4 N -4 M -4 M H M -4 M -i -7 -4 Q t-1 v r 4 v e-4 W rlaQ W q N N -1 N M N M N r 4 N '.4lD N rV w v V1 [t to 1f1 tt1 to n .-1 01 tD -4N h T� N to to to to to 0 n 0 V1 0 to to 0 l!'1 A 0 Ln a N N N N O N Zt-1 h h h h h h h H h �-i h ey h �-1 h Pi h N h N h r 1 h e-1 h H-4 h h �-t tp Dl 00 cn 00 m 00 m 00 in N to 0Lntn0Ln0J,J,0000c000000c000000000000 E N N N N N N N N N M M M M M M M M M M M M M M M M M M M M M M M V' 0 , , = v v v v v v v v v vv 1111 v vv ll v v v I v I v I v v v v v v v v v v v v v v 0 0 0 rq LO +A 11 I • w J M W V m W N 44,1 N O 1 w W , en 00 1— L� LM W W 4 cma a 0 LL z 02 ix 0 1" co z W D N z LU 0z a m tG uD m uj Ln G � Q u z LLJ 0 W d 0 lz CL W Q z ill Be W a M a to E 3 K 000Ln000080000000008 ooLnN000�? 000 000 0 80000$�?0Q 0000 0 Lg L?n cpm+0oN�000$vao�mv�niooQ�o$ocooao 00 00 00 0 N 01 ci Lno 00 N a' to LD N v 00 N Lo 00 N 00 Ln Q v M Ln M 00 M L n " 4� O1 �t LD W v LD nj N N v'0 v LA rj '.j N h" F N Ill N N h Q M 00 flt V Oo Lnr4 .-i e-1 �-L Ql 1-L " M M N M 00 E M a H V! Vf V? h V1 in V) N V! AA N V1 V► VS V? %6 ^ V1 N N N Vl V) V) N V► V) Vf } *' d N tl' h Ln '"� Ql h Q1 h 00 0 r4 N N -qt to 00LA rq .r �ko h w 00 . q $ 00 O N 3 0 m N m N M Lo Ln N Lo K h 1-1 00 aQ -I cn M eti Q .M -I 01 r J w ooLno W Li N O O $ oo$go00o8 N N 00 CD 4 O O O M Lo W d g o M d q M O Lf1 dd d ' Ov R e-1 W W N W e 1 eq c(i Mi N M LLn Ln toll+ d x >al H M N tV N rl v N � , m V1 N V> V► V! Vl V1 Vf V> Vf N N N VS N V► VS N V} V) V1 H u/ iA Vf N US N W t/! Q LL .J LL J LL J T to LL LA Z r LL J Q W Q W Q LLJ LL LL LL LL LL LL Q Q Q} LL U- LL Q W Q W a W Q W CA J 0. 0 W cr W N LU W d' Y m an m Z z $ LL ko 0z W Q1 p 0 m cc O ca a o � zZ ari j oagm th mmm O�oaco u O O O O t- "_ cis Z _ O O d LL LL W LA W LA LU N CC Q. O x r z_' =, ti Q v 0 Q=` C7 u Z d M °O v O u ? Q Q Q O O O J tA (M'� %b N r.. c Q v -- cr uj O ac h O cc O cc Q H H cc ¢ m -J m�� W W r Logia F Q OC OOO.. Q K 0: MQ- to V�� � r, Z o p O z OO z Z 0 r 0 0 ... 0 �% O v uv z z �W1 LL xp LL �tca3 �voaaa oZS 3 z z z v � Lc Lo � g m UJ m UJ i� z m G a 0 g m m 3 W Q W Q o n o a a CO m o a a y a Oy m z Z W W cc cc O O J m p cc Z W Z W z W W a W Q W a W s O O7 O O y y V_ u W W W m Q v O u O v �—j J Z a W lal W '� m J Q �I Q d J y F 7 v F- H F- Q O O D U U Lail N _O F- cc n W W W a cc a = OC Q K Q CL C7 t7 t7 lf` L7 t_7 a Q Q O S` ►- n 0 a p o~ 0 Z O z O cc} cc =w C tmx�c>r�uuuuuuuvdoa����<�F'is O O O O Z z z Z. 2 z 0 0 j 1..) O Z O Z O Z O w.. t++ a»» Q Q Q Q z LL z W z W z W z Lu z W z W Z W Z W D' W Z O Z O W m W m' W m' J J » Z O L> u u U 0 w O 0 (7 (9 LL LL LL LL LL LL LL LL LL m V V LL LL w o. CL u Ln OC13 O O N O co O m Ln N O O a -I N N Ln N O M r4 � L -4 ''L N N N N rt v " !f rr N CV N rl M Q e -L m N N N N M r4 N N v M L1Li, W0 L; LA 00 0' aoocodoo - 1 p Lo N° rzN NM NM NM wS N N O O O N n O LD Lv LC LO C7 0 0 Ca O O O O O O O O rn M r!1 arl 0 Cs v N N N N M M M M M Ln Ln N Ln Ln Ln Ln Ln Ln h M in m M M M M ON a, `CT Ln Ln Lls Ln Ln Ln Ln Ln Ln Ln N Ln Ln Ln Ln Ln Vl Ln Ln LD to LO LO Lo L0 W GL M a to E 3 K c .O W W tA d LU m fV �riir, W N 1 ^�old- Lu `�' 1 ch to 00 `r.. LA W W � h t4AtD = m O W z i LL Z O W � Z > z 0 to Ln W Ln z rj z LU Ou ui CL a a ui Q z us C 13 m CD E L+] O O$ o O 0 0 8 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 O O OO V1O OO O O OO O O O O O O O � O O O O p 0 0 6 00 0 d OQ ' 4 O r- r* 1/1 O O N 6 d tff O O vj r.; O N -4 h , 4 O N 8 p u1 p 0 0 ,A p 0 Ln 0 O 0 O N p t0 1n e-1 t0 d VI Q1 M 00 d 00 M N t0 n n r4 O tl' N rr D1 O O N 00 ..1 0 N h .T d O'1 O m NY �+ tD h N 00 yj d M d N d d h N N t0 N 0 00 .-i 10' N H .-1' N C N e4 M r4 ri d Q1 00 r'1 -1 O �+ O E Q Vf to to V1 to Vl V1 N N to V1 V! to t/7 to to t!? V? t/1 iA N N Vf iA V1 Vf Vi iA N 0 Z d 00 d O 0) Ln d r4-1 Ix Oh N m N 4 N N N N IGO h N 00 Ln vi N d'" an r- d m VNj r-1 e � M d 2 0 0 0 O O O O O 0 C O O O O O O Q O O O OC) 0 0 0 0 0 0 0 0 0 V, O O to u1 0 0 0 0 0 0 us O D O O O O O 0 0 0 0 0 0 6u � 6 a r♦ .-i " m ko r 0 LA .-i en ri Z %D vi C u1 O O u1 0 LnO C d M d 1-4u4 N eti •r4 .-.NOw.n t0 r4 d IndnNlnLn M d V1 %0 N l9 Ln C N J to to i!f to Uf 4A to to Vi N V1 "i/1 4A t/f 4A to � Vf to iA Vf V1 V1 UT to h to N O r C N 0 0 0 LL LL LL LL LL LL LLQ Q LL LL LL LO LL LL EL a Q 0 In Q Q Q ., Q Q W W J J J J -! J J (yl W J 1 J J J W Q Q W W W M N m V4 > N m d w LA c=ti 2 17uu d w w 0 N "'LU _ W a o Lu i0 W > > Z aLLI Q i0 - 0: o V O 7ZQC - O (A C7 C W ti N O •-+ io ui IiJ > 1a1 > w> J w W a W w N --0 ` 0 m m a. N .W.1 U — w - N Cd d M Q w ip � d G1 :C m J Z O Q Q .-, a p d �00000�—%A0 t0 w .4 .-1 N OWz G _ w of a -� J .J J J a CL W IR O 0. O X H 0 N w- z N Z 0 0 0 0 0 Y Y 2 W Ln tn � W �- �SO?f of H to H LA an Luwu;,.;333 A Q w w w QG— �aZS202fp %I 2 X ZLLiuiuiuju W i- 1- F- F- r H F 0 0 0 o 0 Q Zz`^ _ O W W U Z V U VI S S S r z 2 2 S 2 J J J '••• = ^• LA U U W O w W Z d> 3 3 3 3 3 3 3 3 3>> 'n = > cr cc§ N 0 0 >> a Q C1 0 0 d 0 d d C G 0 0 0 = 02! °�! - O LL W w 3 II a s Y w LL a F N ~ of �- ul r of ►- v1 ►- N r N r of r N E- N ►- N r LA � � oa uj cc cc cr u' '.' U u u a Z— w J J w w U 2 z u1 as v 3>>00 Vol-leLUZ r►►--- Z 00aa�sm _� ® r 'n v~i X a U. V} N Vf N V) .7 {J1 V) N V1 H vl Q v1 c/1 2 2 wa 0 ��o0 1 W w z OO w a a m a a a m CL m a m a r r l7 x Q u a a g V) uLn cni a ct 0 0 0 00 00 00 00 00 00 F- vl 0 O t-� a v v w w Q J r G O C G G c0 G C0 G C0 C C G C W W m D w w w w r r V. J W_ CC CC CC w w w w w w w w m O d J J J G~ G G G N Z Z� v1�Ozrrrr-rrrrrrrr m w 2= S r 2= 2 2 2= 5 r O O Q a 2 _, 0-1-j J a z _ Q uuuuawuwww0.a -n Z N 1 / r-4 N N Kr N r4 N ri N N N N N H M 14 d N l0 r4 h 14 N N N N d N P'f .-1 N . 4 .-•1 N O r4 r4 N p uj N p .=1 .-� .=1 «, e=i .=1 .=, .� N ': e-1 .4 uj .4 .4 .,4 tp r4 W N tD r~ iii .-1 00 N ry r4 M N r4 r4 �1 r4 r-1 ri r4 .-1 .4 r4 r4 N. N r+ n h N N N Q O O C7 O to O l0 O r4 r4 ri r4 . H :+ ri .-4 e -ti .•-1 ri .-4 N r+ rf r4 rl rti r+ H r4 r•1 r4 Q O M O M N M N M 1A M 41 M 6 m 01 en 01 m ry of r+ ,T.a n n h n n h h h h h n h h h h n = 10 %D t0 %0 w tp Ip t0 t0 10 d tp y . a CD E L+] w —i D tuj V m S� ui 6 LU N 0 in t va W IUD 00 Ln of ' W ch �f" to = m � 0 LL Z T � cc h' co O 2O *r t/ LLI N D N z SQ � 1"_ m S!? In w to Q V H 0 U i Z 0� W CC 0 cz M. Lu a z CZ uj m Lo d O O 0 0800 0 O O 00000000 O O O O O p O O p p 0 O S 00000 O O O O O O 18 O O O C,4 Q S Q 8 O$ O O O O V1 O 00 O O O N O o0 w S " O, 4 d. 00 .-� b '� Qui, Ch m CD Ln ♦.. 00 N 01 01 00 O V Vf Q tp a-1 � 'I t0 N e-1 V1 N N M (G 1t O N N Im O 9-4 .4 N V114 N r- Ln 1` 00 Q E a t V) V1 V! V? V? VL V! VL Vf N N V} V} V1. V> V/ An V/ V} in VT N z O r1 ri m m O R N oNy N N rV N 00 L M F Ln Ln m .-1 0Mp oopp O t� X 00 H H Q v Z $$�$$$ O Ln O O p O 0 O cc O an 0 o 0 o 0 m co o N N m 0p 00 O� 0 0 0 0 C; p IR N d h upio et 0C LA Ln ti W a0 06 •-i .� Q 00 P O O O 00 O N v N N .-1 0 v0 a 1n Ln O N 0 00 VS N N mM •-t n fY) co Q rti K1 m t0 00 V1 V? Vf aA Lf N N V) V! V) V! N N tYi V1 t/f Vf VT V/ V1 V1 M1 in Vl V► VL to to V C QQ W W Q W Q W Q W Q Q Q Q W Q W Q W d W Q W Q W Q W LL J W N Y in yy J Q Q tt} Q Q Q Q Q d W W W W W W a z 5 Z _ ..-. V1 Z o W = W m o M z a m LL tu- m 1- F- F- S h 2 (' �-+ 1" CL 5 W W m ... V H OD W Q Z W (7 Z W 0 Z W l9 Z W Q. z c W CL 0 W N = t h J J J J a+ G W F- cc f- Nz iA C�C QQQQQQa>d� Ix Y Y Y O D `^moo CC N > Z oC ~. = • W W W W 3 3 3 3 W t7 O C G O Q w H fY �' it ry w•1 y ' m W 0 LL CC Z Z O Q Q 0 ~ f- odc ... 1•- _ • 4 t`i w w 4 C ZZZZ000Z�Q QU0 Z= o � z Z 2 f- � y O Z lL G G G W W c W. Q V LL x H H CL i J \\\\ J J J W W W fl o W o W� O Z> W — Z v 0 W C: F- W Z p m Q a 4. c S Z h " 3333V1 V1 V10 h 0 0 O wog O� Vf P: r, R �[ Q Q Y O Q O O O O p> > z Ln Ln Ln Ln 2 O — Q LL y Z u LL V) W .� H •-i w9 O V 0a *a ~ Y Y' W� v Z � Q Q � O H\ Q ui W W LLI Z Z Z W v rLL.- ._� CD m. W Z.at7- 3 J Z ,,.� N� .,A ¢ g2 y a a M a>> 2 03 w w O F- j in oa Z h O Q J Vi N V1- %n J J J= W W L Vf V1t O W V1 LL 0 O h Q w Q U C7 Qa000gQa,�hn�- z z z z Y Y �+ d _�sLU W Ln cc 0 5 d n3333as�r�sazzGa��=o?G �...-:. ` N N O a Oc °� W Q LL a 2 `W" Q ¢ Q LL LL O O J J rii i tQ7 O'J O g x Z--__ .. all .. a�j J J J Z (9 �- G G W W C: K Q S O a fu O, 0 i' H Q t9 y ��i W C a m ►- Z Ui &Z Q Q z Q z N O Z Z W W �° Z O li = v Z Q 1� +n 2 0 C i� � C7 Mn Q W 0 W 0 Q p u O U U 0 4 0?f Q a 04 ct J Sc Sc w cc cc oC W O Q t7 W p, xN Q¢ m V 4 Z c?CdaaQuc�uF-��1-L"��CcZ L M N N h~ '� '� lL d LL Q LL Q W 0 V m= V W 0 LL 0 LL 0 U Z W 1' W= Q V O cc Q z Q Q Q F Z gLLI 0 O ^ o 00 0 Im 0co F M rl rl r1 -tr r1 W t `i W.4 rl "4 -1 N �-4 14 epi '40 t 4 o l0 m '-1 �� ri fn N N �-1 ei m C.4 01 O r1 t� •T r'1 V1 Vt e� e-1 V1 .� � rl �1-+ 0 c O1 v a% v v a% v O Ln � O Ln CI) to O to O w ttt w O r- O n N� co � u1 co O 0 1/1 O V ao w 1p �n 1n w W t0 0n w w 0�o w w 00 r` r _ ut 1n = G. Lo d O O 0 O •— N W mi D 0 W V LA M0 W ui N W Q ui IJ.! R tA en .L M � W 00 LLJ Lai to th M 4e 0 LL z 2 � C~C 0 co ei z O LLJ Pit N Wp Q z m to 1p to LLS LM Q z {,uj z O' L16 �. 0 IL 6; Q z N ce- LU a_ 19 a M 0 h O O 3 0 Q Ln to LA O N I ko rt O N C vi1 N LA co to E •L 1 - - z w h .3, ry ry N N rn V N N Q faCt�t N M n tt ry p O a0 2 a00 pp 0 0 p 0 Q 8 p 0 o 0 0 a 0 0 0 0 O �' $ +*i M ao ad ao ci vi as vi ao vi �+i ao ui o $ M aC c c V 6 I N f+t . ao R1 M M me, m m o O m H t ti N J �/1 �/? �A V1 N V} t/► �/1 �/1 lA V1 ti/1 N t/L N +A Q H m •-1 W a � d a � y T • a tic'+cc LU 3Or W a V U w u, v ZCa 3 ¢ a W W U N 17 a Q a i Z O R m x j j j o .O J H z a u v LU a U4 Q a v0,, w W N o �+ s 0 3 p 4 k Y S a a w a m 2 tiQ O tiQim Z Qti Q aJ ui Z U Q 9o Lu 4 Qm C { V-1tc W W In aQ OW �iiw a w 0) Q U h H H H 4 `� 2 CL O = y z a u W W W W aUC y+ O ' • Z H aC ao a 4,+ C7 l7 i7 C7 q�q aq a (ij j 2 S o CL 4 ►� Q W S g S +Q�f <3 � uuii � C! Z LnO z a s O d ¢ O N M b Z El opo O f V O Lni LTJ) r-+ Ln I 19 a M 0 h O �I c N L1j W J 0 W V m w N Z> LU 1 WLn W L n = n q* Ch W (to V Q Wus 1 cr r N M tD Oct o L+• Z H Q 00 tri Z d LU N N Z Q 2 tD 111 Ili 111 Q � Z 5 W Z ot; W CL 0 CL W Q Z Vf w c O ED r` 0 0 0 0 0 a00004800o�0ogQQo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ��gdoRc�oogcQio 0 0 0 a o 0 G tD O of O tD N to N O O O O 0 N 0 0 4 ^'t 0 `"1 0 01 tQ O O O N Lri '^ � to O S 0 0 0 M 01 00 t7 O N N to M tD ri VltD tD n �► M tD M M Q Ol M h 00 O 00 N C to N 1, N m N y N t• -I •"t tD H �` V Q1 O Q Ql n 00 ^ 00 00 v LA epi N tD e-1 "'L r1 t7 O .i 6 r. •-� M M .-t e -L q7 -4 0000 Ln ^ � � M M .-t m ti 00 Ln 1.4 Q to N N Vl Vf V) VL V} V> V1 V) to N V► N V1 N 1^ V1 V1 V1. V) iA N V) V1, V/ V► VT W � C 1� O1 M 01 M N 001 c" N Ln O O O tO00 D N 00 m tOG 01 LW+1 01 M ty 001 en N vin01N O a O ti tOD CA at .,m Ln�,4N4 M e,CA Ln CA W a0000000gS000000N oo3S$8inLnLm 11C rL M O tD O tD 00 w to w O Ln fV N N CD tD 00 0 n - m L!1 N M to to O M O H M O tD O tD w a V1 w O Ln 00 W 00 tD L� M .-t N N ti In M fV M M_ V1 .-t 1-1 a -t N N M M O m M r1 ri lA 1-4 r1 r1 1-1 Y V! V1 V1 t/1 Vl V: V? V? V1 V? N V) N to• Vl to O Vf V1 N V1 N V1 N Vl aA t /1 4^ V) m 4A ;C N u V LL. V CO J CO J CO J LL J LL J LL J LL J N. J LL J LL/ J U- H >- U 1' u % u V LL U CO J CO J m J LL J LL J U. J to v N CL 3 i 0 0~ LU wW W D W O: O C= LL w = z ¢ - - co cc r O J co rl 00 C Q w to LU V1 W O Gat W d Q u d W to W N w -C. W Z Z w a H z Z 'ate G� uu V`zLL> U W G� u W �; p �G t=-12- - 0 r4 r4- _ W p OG =2 H F- d Ln Ln m 00 O �' >W M LU Cf W ',r N Cc m UJ to co LU H cc M m = Ln m u M Q= .n to W j j Ln 2 d' W H~ 00 u z d a fA = G w Q n C' W n t~n m= -V' lD 00 O = G o Q N N u Q FS- O O_ l7 z Z F- Z � oC H O m G v F to V1 » to Q H F- o Z � �v ad«0.0003:3o0066 V H w w m m= � C _0 O O a u �t~iloac a: ►- Q�� O to (D a Z3 0 33-� a 'fa to w t~i1 a0' w C z z Q n. V; N to t- w 0 Z Z J z J � CA W to OC w a Z OG w a cL vi F- h- WL... W D O 0- O m m Q Z Z w N O Q Q W u' n co a O m m Q Z Z iiJ :« Z Z N _ to _ Q _ ! W m W w - W m ' m C Z Nin a 2 V a: �= Z F- m N t'6 N 'Q m W w W mQ m V _ ��} to ttto� VI VI W F- F- F� Q �]. O~ w d LL LL Vy N N N�� N W W W W 7 s O LLLJ w LL J W V1 t7 V1 C7 V1 l7 1!1 Vl U W m W Q m Q m = W a tt Ln W t~A N N Vf In U 0 U v v U Ov a 2 p w O w O w a m u ��- Ln LL 0 u -+ v v v m m Z Z_ w w w J d w W W W Q W U _Z U _2 u N N h to V1 V1 N W W Q W H W H 1D J Q W F W W H W F- U _z U U V1 V1 N to N to _ W m¢¢ UJ W W C: Z O O O W c' W it W K _J W=- W W 3 w CC W CC oc c, LLJ oc z O OC O w O... W W W 0 Q 2 u Z u Z u Z u Z Z Q LL Z LL z LL z kn W N w W d N (7 O_ u Z v z Q O 2 u Z u Z V Z V Z Z LL z LL z LL Z N - N N W W muUUU o 0 0 0 J W W W w K CC W C1= 0 0 W W o 0 0 0 W W W LJ_L w w w w 0 _ a. o:ma aaaf-muu pj Q m u u u u 0.. � mma a 0. m m 1 1 CO o a v m M' L W d to .-+ a � et N eT .r N a, � .-r .� to W C v L<n o v o0 v v rn `a" v Q p �} VlVIO0 LJ, oo Ln rl ut rt snF.0 Q m O ry O N p N p v O •-t O r+ <n •-, Ln .-t Ln M O to CS m Ln .i c 0 v 0 a v 1816 0. c 1 e t -t v .-4 v in v Ln v 1 Ln v Ln v N c N Ln N to r1 v v v .g v� v� v v v 1N r` 0 0 0 0 N O W W CA �a cn O 0 d W LU � M �ko = M Ct p LA. ZZ' LL OD Z N W O N Z z Q Q � 00 WLA CU Ln G u z °` W z 0 uj Lid tL O w CL LU Q z 4A uj 0 O m C O Q 0$ p p tD in .moi rn � vt O4 l0 oo t/S O m 00 ao v> 0 .�-� .-� M 00 n N W c In ZD fV d 00 co t' O 14 IT Lf e -i in O C co M N to Vi In lC N d w in O L6 W et 00 V1 O ri e-1 fri r- to _ n 0000 00 01 W in 000 n em -1 00 N N V► 0 O 0 I en Vy r.: M•1 Go N M All } aZoo�� h Z Z W w J m .i .•r y ~ F- O LU Z o0oNfb0: ��00r, c Y Q � tY m m V1 o Q CC t� H H i O W J C Z W W h co Q vis ~Z Jam Q u 0 o 8 o= O LU � � �No LU OLo o z Q vs J Z Q Q a Z_ ~ O Q � g00 H H J m f'vf O J 17 1 d 1; w C& O -+ n O ~ x4A U. U. N J Z c J J C- u... IV � z a o H D 2 COC F_ CLW •��• w G 2 W � _ 0 O N two m Ocn Q Oto W a O L ani LL W W (~/� O_ uQ' c !— r U,cr N S .2yj .atAzLL> N CC ^ Z Z rIj 114 w N rn fir' Z Liu La z 3L W z~y W W u�"F- 00 D > ZZmm oc 3 3 ooL9 } o z z zvi Q Q V, cc z w CL LL U. O r � Z Lu WW OaC., w w a u H ►- :3Q O y1 W W W W W Z _J a �uu w Q �oz2 = co o IW- coo u u m Vol m W frt Q �f1 Q Z .a'1 ."� N V1 dLn N Ln 00 �4 r4E c, rn yvvLnLn LL d Z C 3 z w E Al L d O. N E Q J Q J of W QN a CL cic 3 z H Z cn G m O ap O cr) 0 0 E ic 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 14.07.13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified; which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid: A. Itemized Bid Schedule; B. Required Bid security in the form of 5% Bid Bond C. Sworn Statement under Section 105.08, Indian River Code, on Disclosure of Relationships: D. Sworn Statement Under the Florida Trench Safety Act; E. Qualifications Questionnaire. F. List of Subcontractors: G. Certification Regarding Prohibition Against Contracting with Scrutinized Companies DIV 0 -2 -Bidding Docurnents8id Form • 00310 - 19 F .Putl,C Wake ENGINEERM;, 0I0SION PROJECTS, 150- 66n Ave W�66n a 49th St to 691h St t-AdMA &,j Uxumenj<, taste,Co Vad Oo .n nt.'.OIV C Z Baa.na o0c, mentt doe;. , 8*01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on February 24 202_1. ' i State Contractor License No. CGC1519544 If Bidder is: An Individual i Name (typed or printed): By: (SEAL) (individual's signature) Doing business as: Business address: Phone No.: FAX No.: Email: A Partnership Partnership Name: (SEAL) By: (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: FAX No.: Email: A Corporation Corporation Name: Halley Engineering Contractors, Inc.. (SEAL) State of Incorporation: Florida Type (General Business, Professional, Service, .Limited Liability): General Business By: (Signature -- attach eviden of authority to sign) Name (typed or printed): Daniel 1. Halley P.E. Title: (CORPORATE SEAL) Attest (Sr tore of Corporate S cr ry) Susana Herrera Business address: 13901 NW _ th Ave, Miami, FL 33178 Phone No.: 305-883-0055 FAX No.: 305-883-0085 Email: dhalley@halleyeng.com Date of Qualification to do business is April 27 2006 DIV 0_2_13idding DocumentsBid Form - 00310 - 20 r IPDA,[ WaWENGINEERING DIVISION PROJECTS' MS -661h Ave wwening_i9tn S110 69th S1%1-AdMn'erd DocurrentsiMaster Contract Docurnents%DiV D_2_8&ddmg Documents docs A Joint Venture ' Joint Venture Name: (SEAL) By: I (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: FAX No.: Email: I Joint Venture Name: (SEAL) By. (Signature -- attach evidence of authority to sign) Name (typed or printed): ' Title: t Business address: i Phone No.: FAX No.: Email: Phone and FAX Number, and Address for receipt of official communications: (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * DIV 0-2—Bidding DocumentsBid Form - 00310 - 21 i FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening _49th St to 69th St\1-Admin\Bid Documents\Master Cohtract Documents\DIV 0 2 Bidding Documents.docx SECTION 00430 — Bid Bond AIA DOCUMENT A310 BID BOND The Contractor shall use the document form entitled "AIA Document A310 Bid Bond." END OF SECTION Bid Bond REV 04-07 - 00430 - 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widen!ng_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 2 Bidding Documents.docx AL Document A310 TM - 2010 Conforms with The American Institute of Archit.,cts AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal placer fhresitaets) Travelers Casualty and Surety Company of America Halley Engineering Contractors, Inc One Tower Square This document has Important 13901 NW 118 Ave Hartford CT 06183 legal consequences. Consultation Miami FI_ 33178 Mailing Address for Notices with an attorney Is encouraged (Same as Above) with respect to its completion or modification. OWNER: (Nanx, legal status mrd neAlhw) Indian River County 1800 27th Street Vero Beach FI. BOND AMOUNT: 5% 32960 Five Percent of Amount Bid PROJECT: f,4anx, location or address. and Project namber ifa;ty Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET)- IRC -1505 - Bid No. 2021018 The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, axceutors, administrators, successors and assigns. jointly and severally, as provided herein. The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owlur and Contractor, and the Contractor either (I) enters into a contract with tie Ow1ur in accordance with the terms of such bid, and gives such bond or bonds as may be specified in die bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otheniise occeptablo to the Owner, for the faithful performance of such Contract and for the prompt payment of tabor and material furnished in the prosecution thereof. or (2) pays to the Owner the ditTerence, not to exceed the amount of this Bond, behnroen the amount spccitied in said bid and such larger aniount for which the Owner may in good faith contract with another p5rty to perhirm (tie work coitircd by said bid, dun this obligntion shalt be null and void, ollieroisc to remain in furl force and erect. Ttie Surely hereby waives any notice cel' ¢n agreement bel%vecn the O>vntr and Contractor to extend the time in which the Owner may accept Ilse bid. U uiher of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate be)tind the time titer acceptance of bids specilicd in the bid documents, and the Owner and Contractor shalt obtain the Surely',; consent Cur an extciisiun beyond sixty (60) days. If this Bond is issued in connection With a subeontraetoes bid to a Contractor, the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall bc.deemed to be Contractor. When this flund has been furnished to comply with a slahitury or other legul requirement in tie locution of the Project, any pmstisiiun in this Hund contlicting %%ith said statutory or legal requirement Shull too deemeddeteted heretiom and pr o.•ision%cuntottming to such statutory tir other legal requirement shall be deemed irscirpurrted herein. When so Punished, tie isitent is that this Mond shall he construed us a statutory hand and not as a common law bond. Signed and scaled this 17th day of February. 2021 140.2 rll (frinrecv) Olga Iglesias S-00541AS 8110 Halley Engineering Contractors, Inc (Prilidpal) (Sea/) 13y -,- (7711,) y:(7111,) i—E� tU� h r tJe�nflit� trtue t , r' Travelers Casualty and Surety Company of America 01— 09 ftie(l) By. Mlle) ares i Nielson Attorney -in -Fact Surety Phone No. 860.277-0111 Travelers Casualty and Surety Company of America i AW Travelers Casualty and.Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company. and'St Paul s=ire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the Companies"). and that the Companies do hereby make, constitute and appoint CHARLES J NiELSON of MIAMI LAKES Florida their true and (awful Attorney -in -Fact to sign execute. seat and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the Fidelity of persons guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed this 3rd day of February 2017. Slate of Connecticut v By >•-i�'� y Crry of Hartford ss. Robert L Raney. Sefitor Vice President On this the 3rd day of February 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Company. and St Paul Fire and Marine Insurance Company and that he. as such. being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof I hereunto set my hand and ofticiat seal My Commission expires the 30th day of June. 2021 + *p * Marie C Tetreault Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company and St Caul Fire and Marine insurance Company which resolutions are now in full force and effect reading as follows RESOLVED. that the Chairman the President any Vice Chairman, any Executive Vice President any Senior Vice President. any Vice President, any Second Vice President. the Treasurer any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give suCfi appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances. contracts of indemnity and other writings obligatory in the nature of a bond recognizance, or conditional undertaking and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED. that the Chairman the President any Vice Chairman any Executive Vice President. any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. and it is FURTHER RESOLVED. that any bond recognizance contract of indemnity or writing obligatory in the natrife of a bond. recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President any vice Chairman. any Executive Vice President. any Senior Vice President or any Vice President. any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -m -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it FURTHER RESOLVED that the signature of each of the following officers President. any Executive Vice President any Senior Vice President any Vice President any Assistant Vice President any Secretary any Assistant Secretary and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretanes or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile sea; shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I. Kevin E. Hughes, the undersigned. Assistant Secretary of Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company and Sl Paul Fire and Marine Insurance Company do hereby certify that the above and foregoing is a true and correct Copy of the Power of Attorney executed by said Companies. which remains in full force and effect Dated this 17th day of February 2021 i e(q), am OMPMA Kevin E Hughes Assi Cant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please meter to ,the above-named Attorney-in-fact and the details of the bond to which the power is attached. SECTION 00452 - Sworn Statement on Disclosure of Relationships 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. 2021018 for 6.6_T" AVENUE ROADWAY WIDENING 149TH STREET TO 69tH STREET) — IRC -1505 2. This sworn statement is submitted by: Halley Engineering Contractors, Inc. (Name of entity submitting Statement) whose business address is: 13901 NW 118th Ave, Miami, FL 33178 3. My name is Daniel I. Halley P.E. (Please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means.- The eans: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. S. 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 t grandchild. s 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.] V 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. Sworn Statement of Disclosure of Relationships - 04452.1 F Puy..0 Wvks`ENGINEERING DIVISION PROJECTS 1505-66M Aee wmen,ng 19th Si W 69th S61-AaMn &C DoCurlents Mae:el Chn11W Docur,e.4s-DIV 0 2 &CCmg D0Cument56oCfi 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 (bmmissioner or. County employee: Name of Affiliate Name of (bunty Commissioner lelationship or entity or employee i (9gnature) Daniel I. Halley P.E. February 24, 2021 (Date) SrATEOF Florida OOt1NTYOF Miami -Dade Shorn to (or affirmed) and subscribed before me by means of ® physical presence or ❑ online notarization, this Feb. 24 day of 2021 , by Daniel I. Halley P.E. a of person making statement). i *e r� �o� a Flor>da my Carxrlfssf0n HH 042198 EWNW 061/42024 ( nature of Not (Print, Type, or Stamp Commissioned Name of Notary Public) 9 who is personally known to me or ❑ who has produced as identification: II Sworn Statement of Disclosure of Relationships - 00452-2: ; F IPublic WorkSIENGINEERING DIVISION PROJECTS11505.66T Aye Widemng 49th St to 69th SM-Admn'.EW DocumenLs%Master Contract Dot�men2s\DIV 0_2_eiddtng Docuntents.doca 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. This Sworn Statement is submitted with Project No. IFZr.15U5 for 66TMAVENUE ROADWAYWIDENING(49TMSTREUM691HSIB= 2. This Sworn Statement is submitted by Halley Engineering Contractors, Inc. 3. 4. 5. M (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The BIDDER's address is .13901 NW 118th Ave, Miami, FL 33178 Federal Employer Identification Number (FEIN) is My name is Daniel I. Halley P.E. and my relationship to the BIDDER (Print Name of Individual Signing) is President (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 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.seo. 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. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. The BIDDER has allocated and included in its bid the total amount of $ 132-, syo 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 me od(s) of compliance on this Project: The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness, or any other purpose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 7. The BIDDER has allocated and included in its bid the total amount of $ 29 opo 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: Florida Trench Safety Act - REV 04-07 -00454 - t (:'Pudic workrENGINEERING OMSION PROJECT&I505-661h Ave Widening_49th St to 69th S01-Admn\Bid Documentswaster Contract Docurnents\Dry 0 2 &doing Documents.00a 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: Halley Engineering Contractors, Inc. By: Position or Title: Daniel I. Halley P. E. President Date: February 24 2021 STATE OF Florida COUNTY OF Miami -Dade Sworn to (or affirmed) and subscribed before me by means of 0 physical presence or O online notarization, this Feb. 24day of 2021 , by Daniel I. Hallev P. E. (name of person making statement). NOtaty PuDMC Std of flOrd, yamoe %ftmxo My CW"rA M HH 04?1g6 (44rgnature of (Print, Type, or Stamp Commissioned Name of Notary Public) ® who is personally known to me or 0 who has produced as identification. * * END OF SECTION " Florida Trench Safety Act - REV 04-07 . 00454 • 2 F \Puh6C W.IWENGMEERING DIVISION PROJECT&I505.661h Ave Mdemnq_C9Lh St to 69th SW -Admn aid Darun*ntslllasler Contract DocunentstDlV 0 2 N`oolno DOCvrWts Cc,' SECTION 00456 — QUALIFICATIONS QUESTIONNAIRE NOTICE: THE OWNER RETAINS THE DISCRETION TO.REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. Documentation Submitted with Project No: IRC -1505 Project Name: W" AVENUE ROADWAY WIDENING (49'" STREET TO 69' STREET) Bidder's Name / Address: Halley Engineering Contractors, Inc. 13901 NW 118th Ave Miami FL 33178 2. Bidder's Telephone & FAX Numbers: Telephone Number: 305-883-0055 Fax Number: 305-883-0085 3. Licensing and Corporate Status: a. Is Contractor License current? Yes b. Bidder's Contractor License No: CGC15195" [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. (Attached Copy) d. FDOT Prequalification? Attached 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 8 What is the last project OF THIS NATURE that the firm has completed? FDOT FIN:No.:427369-1-52-01, etc. Contract No. T6424, SR 997 (KromeAve), Miami -Dade. Construction: 01/21/2020 to 01115/2021. Contract Amount $33,380,815.00 6. Has the firm ever failed to complete work awarded to you? No [if your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which the firm failed to complete the work.] 7. Has the firm ever been assessed liquidated damages? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed.] 8. Has the firm ever been charged by OSHA for violating any OSHA regulations? No [If your' answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which OSHA violations were alleged.] 9. Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes Qualifications Questionnaire - 00456 - 1 VAPublrc Worlts',ENGINEERING DIVISION PROJECTS11505.66N Ave Widening_49M St to 69th SP 1-AdmMilo DocumantskWSter Contract DocurnentsOIV 0_2 Bulomg Documnts AOW (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No (If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. (Attached Ftnar*al Statement ane Bank Venficabon ,etcer) 12. Has the firm ever defaulted on any of its projects? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule (Attached Status of Contracts) 14. Name of person who inspected the site of the proposed work for the firm: Name: John Morris Date of Inspections: January 13, 2021 15. Name of on-site Project Foreman: Luis Moreno Number of years of experience with similar projects as a Project Foreman: 26 16. Name of Project Manager: Brian .Coblentz Number of years of experience with similar projects as a Project Manager: 11 17. * State your total bonding capacity: _$750,000,000.00 18. State your bonding capacity per job: $300,000,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: Nielson Hoover & Company, 8000 Governors Square Blvd., Suite 101, Miami Lakes, FL 33016 Phone No: 305-722-2673, Contact Person:Charles J. Nielson [The remainder of this page was left blank intentionally] * Attached Bond Capacity Letter Qualifications Questionnaire - 00456 - 2 F %Putlrc Wo+I_-1ENGINEERING DIVISION PROJECTS',1505-66th Ave Wden,n9_491h St to 69th SM-Admn0a Documen%Waster Contract DocumetltsOV 0 2 &drhng Documents.doox ro Z3 CC)O z O �Q LU LAI J a0� w w W Q m Z 0 Z V! cn LLQ + aZ pitLL Z zr �V m o��Z 0 9 w Z Z w O w U a w a � � H Q, w rN v u v ui m a En a m Ha 0 F `v 0 c Va V) c 0 w 4( N E O o N c % C#) LA L 'L U� L.L. W W tea� r i Q O Z oiz c u cac .z J W L^ m Q 2Ii 112021 f :s OMPASS Detail by Enbty Name Qer.,3 Fr t tf 5tat [} y1 i ,� :` a: r;::t r ! tsk'> N F,eLOr S ( F r • Cy of F tem J search.suntxz org/lnquiry+CorporationSearchlSearchResultDetad7rnquiWtype=EnbtyNametidireclionType=lnd5aMsearchNameOrder=HALLEYENGINE... 113 21 i 1!2021 searci Detait by Entity Name HALLEY, IGNACIO 13901 NW 118 AVENUE MIAMI, FL 33178 Title VP, Secretary, Treasurer HERRERA,SUSANA 13901 NW 118 AVENUE MIAMI, FL 33178 Title Executive Vice -President, Director HALLEY, ALEJANDRO A 13901 NW 118 AVENUE MIAMI, FL 33178 Title Senior Vice -President, Director Halley, Michael A 13901 NW 118 AVENUE MIAMI, FL 33178 Title Vice -President Morris, John 13901 NW 118 AVENUE MIAMI, FL 33178 i Title CFO Hugues, Robert 13901 NW 118 AVENUE MIAMI, FL 33178 Annual Reports Report Year Filed Date 2019 01!2212019 2020 02/1412020 2021 02/03/2021 213 Document Images 112,0312021 — ANNUAL REPORT view Image m POF torr a; t� 4W20 —ANNUAL REPORT View Image ,r; PDF f;,rn^a1 01i22r'TQ1(_4—ANNUAL REP&R1 `Iffew Image In Pr7r Pmrat Qi]115t2018—ANr3QAL ft P VIeri Image in QPM iofsf )r 0}iip(��j17 — t ryN1�AL REPORT View image in POF Immat 02J012016 —ANNUAL REPORT View Irnage in POF format 01107l2015 —ANNUAL REPORI View Image in por format 03,1&2014-'ANtNUALBEE01 View Image in.POr kirmat 1. s un biz.org/i nqui rylCorporati6nSearch/Sea rch ResultO a tai I?inq uirytype=E ntityName&dlrecbonType=1 nib at&searchNameOrder=HALLE YEN G IN E 213 2/11/2021 ' • 92L 412013 — ANNUAL REPORT U2i1312017 — AtL%LJAL REPORT 01128!2011 —ANNUAL REPORT 011OV/2010 — ANNUAL REPORT �11101200g—ANNUAL REPORT'. 097 3 512008 — ANNUAL REP RT ¢11001200.?—ANNUAL REPORT 04/2712008 — Dopfeslic Profit. View image in PDF format View image in PDF format View (mane in FDF format View anage in PDF format View image am PDF formal View image fn PDF format View image in PDF formal View image in PDF format Detail by Entity Name i search.sunbiz.orgAnquiry/CorporabonSearch/SearchResultOeLail?inquirytype=EntityNameBdirectionType=lnitial&searchNameOrder=HALLEYENGINE .. 3/3 dir FD;rT_ .. Florida Department of Transportation ROIL DESAVVIS 605 Suwannee Street kid° NI d. itI1RAI H�i. F? Yi. GOVeRNOR l'<,ilahassee. FL 32399-0450 SF:c'RETARY January 28, 2021 HALLEY ENGINEERING CONTRACTORS, INC. 13901 NW 118 AVE MIAMI, FLORIDA 33178 *REVISED* RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2021. However, the new application is due 4/30/2021. In accordance with 5.337.14 (1) F.S. your next application must.be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification.Application System via the following 'link: HTTPS://fdotwpl.dot.state.fl.us/Cont.ractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: COMPUTERIZED TRAFFIC CONTROL, DEBRIS REMOVAL (EMERGENCY), DRAINAGE, ELECTRICAL WORK; FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, GUARDRAIL, HOT PLANT -MIXED BITUM. COURSES, INTELLIGENT TRANSPORTATION SYSTEMS, INTERMEDIATE BRIDGES, LANDSCAPING, MAJOR BRIDGE - CAST IN PLACE / POST -TENSIONED / SUPER -STRUCTURE, MAJOR BRIDGE - CURVED STEEL GIRDERS, MAJOR BRIDGE - MULTI-LEVEL ROADWAYS, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, ROADWAY SIGNING, SIDEWALK, TRAFFIC SIGNAL, RETAINING WALL; RIPRAP; SANITARY SEWER; CONCRETE CURBS; AND BARRIER WALL. RSR ONLY FOR SOUNDWAL'L/NOISEWALL. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. hnprove .'Vgpe v, Enhance Afvbilit'y. litgw—e Innovarinn www. Fdot.9-0% iiALL__ LNGINEER-yC CONTRACTOR:, .Nt- 5ri1ul\ [., ..�c- Page Two All prequalified Untrat'LOr. are required by Section 14-21.006(3), F.A.C., to ^ertif; t%"eir ;ti rt' undert,ay monthly in order to adjust ;1aximuir, bidding caFaClr! "- anal -Labbe biddi.na Capacity. Y, -,j can find the link to this report at the website shown above. Sincerely, Alan Autry, Manaper Contracts Administration, Office AA:cq 12/20/2018 Welcome Susana Herrera Company Information Company Name Halley Engineering Contractors, Inc. Company ID Number 675259 Doing Business As (DBA) Name DUNS Number Physical Location Address 1 13901 NW 118th Avenue Address 2 City Miami state FL Zip Cade 33178 County MIAMI-DADE E -Verify: Employer Wizard - Company Information _= MENU Mailing Address Address 1 Address 2 City State Zip Code httpsl/e-verily.uscis.gov/web/EmpleyerWizard.aspx 1/3 12/20/2018 Additional Information Employer Identification Number 204804098 Total Number of Employees 20 to 99 Parent Organization Administrator Organization Designation E -Verify: Employer Wizard - Company Information Employer Category Federal Contractor without FAR E -Verify Clause View I Edit NAICS Code 237 - HEAVY AND CIVIL ENGINEERING CONSTRUCTION View I Edit Total. Hiring Sites 1 View I Edit Total Points of Contact 2 View I Edit View Original MOU Template Rek- f. U_ Illilli,.� e. Last Login: 12/20/2018 03:29 PM U.S. Department of Homeland Security httpsl/e-verify.uscis.govtweb/EmptoyerWiZard.aspx 2/3 VALLEY ENGINEERING CONTAACTOO& INC. Balance Sheet as of November 80, 2020 ASSETS Total Current Assets S 46,325.455 60 Property. Plant $ Equipment, Net 4,394.536.60 TOTALASSETS LIABILITIES $ STOCKHOLDER EQUITY Total Current Liabilities S 46,466,116.82 STOCKHOLDERS EQUITY Total Stockholders Equity 4,253 875 38 TOTAL LIABILITIES $ EQUITY BID Date: 02/24/2021 BID Time: 2:00 PM 66th Avenue Roadway Widening (49th Street to 69th Street) BIO No. 2021018 Project No. IRC -1505 FM No. 436379-1-54-01 and 436379-1-54-02 S 50,719 992.20 S 50,719.992.20 Pursuant to Chapter 119 of the Florida Statues, the information contained in this document is confidential and only for the information of the intended recipient and may not be used, published or redistributed without the prior written consent of Halley Engineering Contractors, Inc. Signature: Name/Title: Daniel I. Halley, President STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, the undersigned authority, personally appeared Daniel 1. Halley, known to me to be the individual who executed its contents, who did take an.oath and freely executed this document for the consideration expressed herein. SWORN TO AND SUBSCRIBED before me this 19th day of February, 2021. NOTARY PUBLIC My commission expires Q9 412,-22-24 Notary Pubes Stun of FW," . •i Yantua hfarrMO my Corrrtaasion H1i 642198 E:Pras OW14/2024 otary Name ed stamped printed CHASE February 12, 2021 HALLEY ENGINEERING CONTRACTORS. INC. 13901 NW 118TH AVE MEDLEY, FL 331783141, USA RE: HALLEY ENGINEERING CONTRACTORS, INC. To whom it may concern: This letter is being delivered to you to provide information on the Company's banking relationship with JPMorgan Chase Bank,. N.A (the "Bank"). We can hereby confirm that HALLEY ENGINEERING CONTRACTORS, INC. has maintained accounts at the Bank since November 20th, 2019 with average balances in the low to moderate 8 figures and has operated the accounts in a satisfactory manner. Please be advised that this letter refers only to facts as they exist.as of the date of this tetter and the Bank shall have no duty or obligation to inform the addressee hereof of any future changes in such facts. This letter is solely for the benefit of the addressee hereof for the referenced purpose, and may not be relied on by any other person or for any other purpose. Sincerely, Daniel J Salazar Relationship Executive JPMorgan Chase Bank, N.A. 305-579-9364 Daniel.J.Salazar@chase.com IMPORTANT INFORMATION: J P Morgan and Chase are marketing names for certain businesses of JPMorgan Chase 8 Co ("JPMC") and its subsidiaries worldwide. Products and services may be provided by banking affiliates, securities affiliates or other JPMC affiliates or entities. Any examples used are generic. hypothetical and for illustration purposes only Prior to making any financial or investment decisions, a client or prospect (-Client- or "you as the context may require) should seek individualized advice from financial, legal, tax and other professional advisors that take into account all of the particular facts and circumstances of the Client's own situation. In no event shall JPMC or any of its directors. officers, employees or agents be liable for any use of, for any decision made or action taken in reliance upon or for any.tnaccuracies or errors tn. or omissions from information to this content We are not acting as any Client's agent, fiduciary or advisor, including, without limitation, as a Municipal Advisor under the Securities and Exchange Act of 193 JPMC assumes no responsibility or liability whatsoever to any Client with respect to such matters, and nothing herein shall amend or override the terms and conditions in the agreement(s) between JPMC and any Client or other person. ©2020 JPMorgan Chase & Co. All rights reserved JPMorgan Chase Bank, N A Member FDIC All services are subject to appilcable laws and regulations and service terms. ABOUT THIS MESSAGE This letter gives you updates and information about your JPMC relationship 0 N O Q o N U u h a e P, iania�o o S o e p C CD n 01 fD h CD n W Q� N W W W O to�g0g t0 W R 0 � W N a E W 0 W W OI V r m O N UNI W V • jo W♦ N N N r iE0 R 3 v Tt 75Y � m y ID O N 2 W N Vmf � r- V W 0F O N M1 Z S S� 8 F O0 Ui O mn��memo�m W W ID tmo. OX W amo . } W a b Z N 0 t0 Nt� W f0 p Np OI 17 N u'1 n UI IQ, 001. W Q Z F' W 1N0 r� U) p N 40 m O Q M 1'1 0 0 N W � W co .� Q �"� 10 N N m Z a O a. m m z N Q W O v v V m o Lr 3 S N O O Oc. O O S Z O t"I O pO N O pO pO O C G aD n O O _ .Q W O W O W O !�f O O V T N 1L W O S �i- O N» uCi w �O '� O 3 aIL a w g $$ � IW.a -4 co cU m to Ih W rocW, N O O m �O E m� 5 �QO� C N v O N W ZZZO h � 3= $ Q Uf0 N V wm49 N a cC� M~ zJ % L @gym a ZO O u�o m c F 0b Z O E > < 3 6 n =W 2 E W N {0 YXa o �� m Z -t $_ �¢ Ny W Q O' W Off «qr $� c, co Fg V y m6 Y m m 0 O U 4 = 'b N C It cr Ir ar in �NNv, uF o 0 mm Ir o cr ntnin�i F E 3. wwIV wwrQ - J% m= C 1 m c O YCD 3; c X o tg m m c; C Cl Q N W N �l O nr& "V 0 �a m .� V c_ Quuuii V > _c 8 m U m t— tttu777���i n LL E �' E� a v h = G V U O m u =•��m@m@ o c u E 0 o r 3 E m m m U a Q Q co _ 20111 o tcc W e 40 Q MIZ 2 W g P SURETY BONDS iPi5►; MANAGEMENT CONSTRUCTION INSURANCE NH6 NELSON HOOVER GROUP WEL SON HOOVER t COMPANY COLUNSWORTH ALTER FOWLER a FRENCH N14C,. SIPECIALTf February 11, 2021 Indian River County 1800 27th Street' Vero Beach, FL 3296o RE: HALLEYF-NGINEERING CON7RACTORS, INC. 66TH AVENUE ROADWAY .WIDENING (49TI1 STREET TO 69TH STREET) Bid No. 2021018 County Project No. IRC -1505 To Whom It May Concern: Please be advised that we are the bonding agents for Halley Engineering Contractors, Inc. They are currently bonded by Travelers Casualty and Surety Company of America which carries an A. M. Best Rating of A++ (Superior) — Class XV and is listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, we sbould be in a position to provide Performance and Payment Bonds for Halley Engineering Contractors, Inc. If requested to do so, we are in a position to consider bonding single projects of approximately $309,000,000 with an aggregate program of approximately $76o,000,000. It must be understood, however, that we reserve the right to review all contractual documents prior to final commitment to issue any bonds. Halley Engineering Contractors, Inc. is an excellent contractor and we hold them in very high regard. I extend my highest Tecommendation for Halley Engineering Contractors, Inc. We feel extremely confident in their ability and encourage you to offer them an opportunity to execute any upcoming projects. This letter is not an assumption of liability, nor is it a 'Bid or Performance and Payment Bond. It is issued only as a bonding reference requested. by our respected client. If I can provide any additional assurance and/or assistance, please feel free to contact me. Sinc ely� Z4 Charles J. Nielson, Resident Agent Y 'A 5...c NA .4 1; ijc if i 3J= 71i lOt- S�64F V, 0i r Cl) O co tri M •- M O N to to co f`- t- A L6 O M cli 14 O ti .r 3 •- co . 1�- in M N N O co .- N co cq E co N m cq LL MO N t1 CO O � M. iA d4 N fA M Ef3 V- to N 64 Efl M Lo N Co Co M M u O O M t_ L6 o O co M V h- 1 W O oO = Q to M M co co tY) ti O N Oa_o O V), EA EF} EH EH Ir - ER Vl N Vl CD v v p m 4r Qr v Z ,C cD «a V ? «a m m a c a N N a r= v vi Vf a rcll � :s Z M� 0 � � Z M Lno Via' p o LO MLO m Lp v. ti �`q c� �t�6►� ��'� ��Nt' m�� oqr o f .2-219 L o or L -1� � o ou? m�r4 o dr L• L o ocq L• L. o 64 L L t)Lo Erni 2 Erni En 0 2 Ev) 2 Em 2 E� -`s o�Lo co C 4)C yC (L)C C vC 4)C E° E" Ea E•2 E0 Ea E° rm ria rm rio ria r rm m mr m r mr mr mr mr mr c ao ao a 0.0ao ao ao v a N a N a W a 0 a v a O a p 00 00 0 c c c 00 00 •gym r`a era b co ti c`a ,Om N .,mm " .` � �i �' I= F"' L. �' -i � -` F -L F- 0 w O w O w O w 0w 04- 04- wo 0 FLOLLO Eo tLO LL o lL0 o 0 "_ r- D m . N C) N N N N C- N D o Ltcn o o N tf r o 0 N U C) o 0 0 0 0 C14 tf r4 _ Q v �o co A kc)c M M }- W 0 L Op> ZQ ZQ^ O .f6 Zz v Ln ��� O a Zt 60 Za-- ZQ" CL �. t94) E V v V mY_ U 4) mEa (D O O CL M V 0U -mEa E n O, U�t'�- Z 0� � 0l Y U oy►-- U`n> Z o�o� .- oocroommaa uM -Lo � a E ani E �rn�cn o N w LL n� LL (n w LL L7 LL U) .. i- U) LL to Ln Cl) 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 -1505 for 66TH AVENUE ROADWAY WIDENING (49T" STREET TO 69TH STREET) Note: Attach additional sheets if required. ' END OF SECTION List of Subcontractors REV 3-18A -00458 - 1 FAPubhc Wmks�ENGINEERWG DIVISION PRQIECTS0505460 Ave Widening 49th St to 69th SM-AdmnlSid DocurnentsWaster Contract DocumentsWlV 0 2 &dmng Documents dm Work to be Performed Subcontractor's Name/Address Portion of Work 1. Reid cs ul-id, de4harr i =Ne- 2(32. / �• �'� ' 2. anCrr't--tom fit feparTe'T, i tic a+hway � -. 097 Ru uSf-oCocJiff W f8 FZ 3airl2 ,j 5• `� . a na �2q+ran MW Tr ,tic Calm aJ 5• s-fcros 9 z5o $e hrcd w 8, FL 33y* t 2 •� •I. 4 l� uA tr'c1 P4-+0 PO Stan !/ 54 P121 -M 6-N, FG 3 4/99 / . 3 f 5. M©t DEvices92t /3c8s �rYlca es, �c Sha un )9J, 5'unrise,FZ- 3 C9' 3 •� s. DA 3 LL -6 C e n tc< !ane , �Nc 3�t94o '2 1$O SLU P Vryia 0 r. c Im I oo. 3'l. TCtear�nq 17 t ec%le " c�cilr it�, rn 5614 g�rN Te c� 1.�11e F� a(0 e. nP'n Sc�.t+tiwidc 33 4557 OVzcchobec BMd W ffilik 3346 9. i�ndscap�r R razd7.4 Brat-},ef5 33-5Z3 7�z� sr� S7 21' 10. 11 12. 13. 14. Note: Attach additional sheets if required. ' END OF SECTION List of Subcontractors REV 3-18A -00458 - 1 FAPubhc Wmks�ENGINEERWG DIVISION PRQIECTS0505460 Ave Widening 49th St to 69th SM-AdmnlSid DocurnentsWaster Contract DocumentsWlV 0 2 &dmng Documents dm SECTION 00460 — 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 (ii) 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: Halley Engineering Contractors, Inc. By: (Authorized Signature Title: Daniel 1. Halley P.E. President Date: February 24, 2021 Certification Regarding Prohibition Against Contracting.- 00460 • i F Putin Wruhs ENGINEERING D1 rSION PROJECTS tfU°yfim A,<. woemn9_49th Suo 691'1 St 1•AjmmBd D=iments'tWste, Convact Documents•DiV 0 2 &Ming . Documenm aoo Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 1 Issue Date: January 7, 2021 Project Name: 66th Ave Widening (49th St to 69th St) — IRC -1505 Bid Number: 2021018 Bid Opening Date: February 3, 2021 This addendum is being released to provide information to attend the pre-bid meeting via Zoom, and answer questions received to date. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Pre -Bid Meeting Link: To facilitate social distancing, bidders are encouraged to attend the MANDATORY pre-bid meeting remotely by clicking: https://ircgov.zoom.us/*/7837260776 Call 772-226-1416 if you need assistance logging in. Note the meeting will not be initiated until approximately 10 minutes prior, and all attendees will be placed in the waiting room until entry is granted. Attendees will be individually added, after their contact information has been provided and entered by County staff into the sign -in sheet. Questions and Answers 1. For bonding purposes may you please provide the Engineers Cost Estimate. The Engineers Estimate is $34,171,848.35. 2. Does Engineer Cost Estimate include the Force Account? The Force Account will be $3,500,000.00, which is not included in the above Engineers Estimate. Please see Section 01024 for further information about applicability of these funds. 3. Is there any wage determination for this job? No 4. How long does it take to review shop drawings? Review times will be in accordance with Section 01340 — Submittal of Shop Drawings of the specifications, specific review turnaround will be dependent upon the size, complexity, completeness and quality of the shop drawing submittal package that is being reviewed. 5. Is possible to download from internet the following file: "Geotechnical Engineering Services Report Addendum 1- 2021018 for Proposed Roadway Improvements Along 66TH Avenue. Dated April 14, 2006." The document is attached to this Addendum. 6. Please advise where we can find Maintenance of Traffic plans for above referenced project. Contractor is responsible for developing MOT plans. Attachment:' "Geotechnical Engineering Services Report for Proposed Roadway Improvements Along 66th Avenue. Dated April 14, 2006." Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 2 Issue Date: January 12, 2021 Project Name: 66th Ave Widening (49th St to 69th St) — IRC -1505 Bid Number: 2021018 Bid Opening Date: February 3, 2021 1 This addendum is being released to change the pre-bid meeting location. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid may be declared non-responsive. The location of the pre-bid meeting to be held at 10:00 a.m. on January 13, 2021 has been moved to 1800 27th Street (Building B), room Bl -501 (large conference room). i Bidders may still attend via zoom by clicking: https:Hircgov.zoom.us/i/7837260776 Call 772-226-1416 if you need assistance logging in. Note the meeting will not be initiated until approximately 10 minutes prior, and all attendees will be placed in the waiting room until entry is granted. Attendees will be individually added, after their contact information has been provided and entered by County staff into the sign -in sheet. No attendee will be allowed to sign in after the meeting has begun. Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. Issue Date: Project Name: Bid Number: Bid Opening Date: 3 January 22, 2021 66th Ave Widening (49th St to 69th St) — IRC -1505 2021018 February 3, 2021 This addendum is being released to provide pre-bid meeting minutes, and answer questions received to date. The information and documents containedlin this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. j Questions and Answers 1. It is possible to receive the "itemized bid schedule" in excel file? Yes, provided with Addendum No.3. 2. Would the County consider making each of the asphalt thicknesses the same for both projects, 1A & 113? Yes, we will consider this at a later time, bidding shall done per bid documents. 3. Can existing spot elevations or contours lines be provided for detention areas 9A, 9B & 10 so volume take offs can be performed? Existing spot elevations available in the detention areas were included in the cad files that have been included. From the roadway cross sections in the areas of the detention areas the average existing elevations are as follows 20.5 (Det Area 9A), 20.3 (Det Area 9B), and 20.0 (Det Area 10). 4. Will the same thickness of asphalt shown on the roadway typical sections be laid on the precast bridge decks? Phase 1A Bridges: The bridges are set to accept a maximum of 1.5" of asphalt and it is suggested that we use 1.25" of SP 9.5 to match the final lift as shown on.the typical sections. Phase 1B Bridges: No, due to the camber associated with the precast prestressed bridge decks the paving thickness will vary. Refer to Sheet B-22 within the Structures Contract Plans for information relative to paving thickness on the proposed bridge decks. 5. Will the County please provide an asbestos report for the removal of the 2 dwellings. There is no dwelling to be removed. Addendum 3 - 20210122 6. On Phase 1B plans, 65th street has totals (sheet no. 177) for subsoil excavation total of 363 CY and channel exaction of 425 CY but this is not depicted on the plans. Same goes for 69th street (sheet no. 197), giving a total. subsoil exaction of 352 CY. Please advise. To support the installation of the sub -lateral canal enclosures, it is anticipated that unsuitable materials will need to be removed from the sub -lateral canal. bottom and replaced with FDOT select materials. Please refer to pay item footnote 120-4 on Sheet No. 12 within the Roadway Contract Plans. 7. RCP between S-1008 and S-1007 on page 4 is labeled as 18", but in the Summary of Quantities on page 14 it is 24". Please clarify the intended RCP size. Correct pipe size is 24" 8. RCP between WCS-10 and Canal A-10 on page 7 is labeled as 24", but on the Summary of Quantities on page 17. it is 30". Please clarify the intended RCP size. Correct pipe size is 30" Please provide specifications for CAP and BCCAP drainage pipe to be installed per roadway drawings in phase 1A and 16. There is only CAP on the Phase 1A plans and the specification for that is included in Section 945 of the FDOT Standard Specifications for Road and Bridge Construction. Within Phase 16 there is no BCCAP drainage pipe identified. The corrugated aluminum pipe (CAP) identified within Phase 1B shall be in accordance with FDOT specifications Section 945. 10. Reference Phase 1B Structures Plan sheets B-5, B-6, B-1.2, B-13 and B-14; precast concrete sheet panels type A and type B are referenced. Provide pay items under which these will be paid for Bridges at 61st and 65th street. The concrete panels are paid for as Class II Concrete (Substructure) and Reinforcing Steel (Substructure). Please refer to Structures Contract Plans General Note G. Materials and End Bend Details (3 of 3), Sheet B-14 for additional information. 11. Bid Form item no. 400-2-10 Class 11 Concrete and 415-1-9 Reinforcing Steel for the Approach Slabs Phase IA - Bridge at North Relief Canal are lump sum, unlike all other approach slab concrete and reinforcement on the project. Can the CY of concrete and LB of reinforcement for this approach slab be provided? Can these items be unit price items as other approach slabs? Prices will stay as Lump Sum, and include 262 CY of concrete in the approach slabs and 53,000 lbs of steel reinforcement. 12. There are no As -built drawings for existing bridges in the bid package. Please provide as-builts needed to estimate demolition of existing structures. Available as -built drawings for the 57th bridge are attached. As -built drawings for other bridges are not available. We have included the latest FDOT inspection reports for additional information. 13. Could you .please provide plans for existing bridges called to be removed in the plans? See answer for Question 12. 14. Will item 102-4 Subsoil Excavation be paid for as'a measured quantity or plan quantity? It is intended that subsoil excavation will be paid for as a field measured quantity. Addendum 3 - 20210122 15. Reference Phase 1B 66th Avenue Cross Sections. Stations requiring Subsoil Excavation for 66th Avenue show the Subsoil Excavation as a separate quantity, yet the Regular Excavation quantity also includes the Subsoil Excavation. For example, on Sheet 133 — Station 437+00.00, the Subsoil Excavation area of 68.42 is also included in the Regular Excavation quantity of 115.29. This goes for both the area and volume quantities. Please confirm whether the Regular Excavation should or should not include the Subsoil Excavation. The identified excavation quantity includes removal of unsuitable material as well as any suitable material located above the identified unsuitable material. The subsoil quantity is identified as the material to be removed and disposed of. The replacement material cost should be included within the subsoil excavation, as identified in the pre-bid meeting as well as pay item footnote 120-4. 16. Reference Phase 1A 66th Avenue Roadway Plans. Are there existing grades available for the proposed Detention Areas? Plans do not show existing grades for these areas, please provide. Existing spot elevations are available in the detention areas were included in the cad files that have been provided. From the roadway cross sections in the areas of the detention areas the average existing elevations are as follows 20.5 (Det Area 9A), 20.3 (Det Area 96), and 20.0 (Det Area 10). 17. The 1A roadway plays shows color treated stamped concrete on the approach slabs and deck of North relief canal bridge. Does the quantity on the roadway portion of the bid schedule, 3,160 SY item 0532-2, include this area or is it paid as part of the 127 CY of Class II concrete for bridge item 400-2-4? Although not specifically called out as colored concrete, the quantity for median concrete on the approach slabs and bridge are included in the Class II quantities for the bridge. The colored concrete quantity for other areas of the median are included on the roadway quantities. 18. Will you provide the itemized bid schedule in Excel format for bidding purposes? Yes, provided with Addendum No.3. 19. Please provide the skimmer detail for structures SS -122, SS -201, SS -222, SS -305, & SS -334. The proposed skimmers shall meet the material specifications as per FDOT Index No. 240 and are intended to have skimmers on all four sides on referenced structures. As such the contractor will need to submit a proposed skimmer attachment detail with the drainage shop drawings. Attachments: Meeting Minutes of Pre -Bid Meeting held on 01-13-2021 including Sign -In sheet Itemized Bid Sheet in fillable version CADD files Bridge Inspection Reports for 53rd, 57th, 61St, 65th and 691h Bridge 57th Street over Lateral "A" Canal Bridge Plans Indian River Farms Water Control District Permits U-21-03 and 21-04 Page 1 of 4 Board of, County Commissioners x 180127th Street r Vero Beach, Florida 32960-3365 f�LoRl�. Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING MINUTES JANUARY 13,2021, 10:00 A.M. INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room -131-501 Building B and via Zoom Project: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) The following meeting notes set forth our understanding of the discussions and decisions made at the subject meeting. If no objections, questions, additions, or comments are received within five (5) working days from issuance of the meeting notes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. Project Number: IRC -1505 Bid Number: 2021018 FDOT FM No.: 436379-1-54-01 & 436379-2-54-02 (TRIP) INTRODUCTIONS/SIGN IN SHEET: This was the PRE-BID MEETING; attendance at this conference by all bidders was MANDATORY. Bidders were to sign in before 10:00 A.M. to receive credit for attending. See attached Sign -In sheet for attendees. PROJECT DESCRIPTION: The improvement project of 66th Avenue from north of 49th Street to north of 69th Street will consist of the widening and reconstruction of the existing roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are a total of 5 bridges and a box culvert within the project limits that are being replaced. The side streets on the east and west of the intersection approaches will be widened to a 3 -lane roadway section. Also included will be stormwater drainage improvements, (including several stormwater ponds) pavement markings, traffic signals and landscape and irrigation improvements. CONTRACT DETAILS Bid opening: Contract time: Estimate: Liquidated Damages: CONTACTS BIDDING PROCESS Wednesday, February 3, 2021 at 2:00 PM 720 days to substantial completion 750 days to final completion $37,671,848.35 (includes a $3,500,000.00 force account) $10,588.00 per day All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com. F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Meetings\IRC- 1505_PreBid - 20210113\IRC- 1505_PreBid MeetingMinutes_20210113 rev.docx Page 2 of 4 PROJECT CONSULTANTS: Arcadis is the Design Consultant Engineer of Record for the Phase 1A (49th Street to north of 57th Street) and Kimley Horn & Associates is the Design Consultant Engineer of Record for Phase 16 (57th Street to 69th Street). Construction Engineering Inspection will be performed by TBD UTILITIES AT&T Comcast Cable Communications, Inc. Florida Power and Light, Co. — Distribution Florida Power and Light, Co. —Transmission Indian River Farms Water Control District Indian River County Telecommunications Indian River County Traffic Operations Indian River County Utilities PROJECT REQUIREMENTS: • This is a FDOT TRIP funded project and Bidder must be prequalified with the Florida Department of Transportation for road and bridge construction contracts per Florida Law (Chapter 337.14 F.S.) and Rules of the State of Florida, Department of Transportation, (Chapter 14-22, F.A.C.) Bidder must be registered with and use, at their sole expense, the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees, as required by Section 448.095, F.S.. Owner, Contractor, and Subcontractors may not enter into a contract unless each party to the contract registers with and uses the E -Verify system. Contractor is responsible for obtaining proof of E -Verify registration for all Subcontractors. This requirement applies to any provider of services or goods. If bidder is not listed as a participating employer at the time of bid opening, the bid will be declared non-responsive. • Project was designed with two parts Phase 1A and Phase 1B — it is being advertised as one construction project. • Field Office — Contractor shall establish a field office onsite per contract documents. • Submittals, RFI's and Pay Apps will be submitted via e -Builder, the County's cloud based shared file platform. • Invoicing shall be submitted on monthly basis and must include Consent of Surety, all applicable release of liens, and all other documents as noted in the Contract Documents. • Any change orders or revisions need to be submitted to FDOT for concurrence as well as time extensions and weather days. Weather letters will be issued on a monthly basis. • Summary of required Contractor form submittals checklist (Section 00200, Instructions to Bidders, Article 15—Submittal of Bid). • Project Datum is NGVD 29 OTHER ISSUES • Review and comment with questions and clarifications as soon as possible, no further comments 10 days prior to bid opening (deadline for questions is Monday, January 25, 2021). • NTP is expected to be issued in March 2021 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Meetings\IRC- 1505_PreBid - 20210113\IRC-1505_PreBid MeetingMinutes_20210113 rev.docx Page 3 of 4 • All testing will be performed per- FDOT specifications. (Testing Company TBD). • Maintenance of Traffic: o Contractor shall submit a Maintenance of Traffic Plan to the Indian River County, Engineering Division for approval o The Maintenance of Traffic Plan shall meet the requirements set forth in the MUTCD & FDOT Index 600, FY2020-2021 Edition and shall be signed and sealed by a Florida PE. 0 1 lane of traffic in each direction on 66th Avenue shall be maintained at all times. o Access for school, businesses and residences, school buses, sanitation & US Postal Service must be maintained at all times. o Detour routes must be developed and signed by a Professional Engineer and approved by the County. o Side roads can be closed for traffic for the construction of the bridges. Closure should not exceed more than 120 calendar days. Closing for bridges shall be alternated (53`d and 611t or 57t'' and 65t' can be closed at the same time) • No extra pay items for Mobilization, Erosion Control or MOT for Bridges, these costs need to be included in Roadway Pay Item for each Phase. • Landscape and Irrigation Pay Items are generally Lump Sum; however, a few unit prices are required. • Indian River Farms Water Control District permit - applied. • The successful. Bidder shall provide all As -Built requirements to their Land Surveyor prior to submitting drawings to the County for approval. • Addendums if required — Bidders to review plan documents and provide comments to Purchasing as soon as possible and within 5 business days following receipt of Pre -Bid Meeting minutes. No further comments or questions 10 days prior to bid opening. DISCUSSION • The list of Pay Items for this project will be provided in an Excel formatted spreadsheet in o forthcoming addendum from Indian River County. • Brian Good (Kimley Horn & Associates) brought attention to some plan details that are to be taken into consideration when bidding this project. Those details are: o Class IV concrete pipe shall be used and inspection of all drainage shall take place by the County (and/or CEI?) per the project specifications. Per the plan notes, all inlets grates and manhole covers that are removed for the project shall be stockpiled and notice be given to the County for collection (correction: per contract documents Division 1 Section 01009 —Special Provisions, 1.1 General C. all salvageable material and equipment shall be delivered to the Owner at 4550 41St Street). o Coffer dams that are constructed with the right of way of Indian River farms Water Control District are required to be sheet pile. No earthen dams are allowed. o In the pay item footnotes, there is a requirement under subsoil excavation for unsuitable materials to be removed and also replaced with suitable material. o The plans are for one project but broken up into two phases. The Kimley Horn plans include signalization that is part of the phase that was done by Arcadis. • The Engineer's Estimate was re -stated as being $37,671,848.35 and that includes a $3,500,000.00 force account. R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Meetings\IRC- 1505_PreBid - 20210113\IRC-1505_PreBid MeetingMinutes_20210113 rev.docx Page 4 of 4 • ChloAnn Lawrence (Florida Department of Transportation / F.D.O.T.) stated the funding for this project is through a State grant and not the Federal Government. This is a County project but any proposed changes to the project are required to be reviewed by F.D.O.T. for concurrence. The grant is of a reimbursement type which means the County pays the Contractor and the State reimburses the County. • Diego Velazquez (Florida Department of Transportation / F.D.O.T.) added that F.D.O.T. provides oversight to the project and in addition to other items requiring concurrence by F.D.O. T. are contractual changes, time extensions and weather days. However, it is still a County administered project. • There is a geotechnical report "Geotechnical Engineering Services Report for Proposed Roadway Improvements Along 66th Avenue, Dated April 14, 2006." available that has been included with Addendum No. 1. • The field office, as required in the bid documents, is for the use of the Contractorso that a representative is available on site and all contract documents shall be kept in the Contractor's field office. See "Contract Documents Division 2, Section 109 — Field Office" for more information. The Contractor's field office is not required to provide space for County staff or CEI staff. • The Contractor is required to provide quality control testing and the County is required to provide verification testing. All testing will follow F.D.O.T. Specifications. • There is a utility identified as communications for the Sheriff's Department but it is owned by Indian River County. — (correction: there is an existing IRC fiber line between 49' street and 57`h Street running along the wests side of 66`h Avenue) • Per a question about a Utility Work Schedule, several utility coordination meetings have taken place and the affected utility companies are on notice and working towards their relocations. It will be the Contractor's responsibility to coordinate with the various utility companies during construction. Clearing for utility relocations (FPL posts) will be a first task on the Contractor's schedule. • A reduction of the speed limit within the project limits will be considered by the County in conjunction with the submittal and review of the Contractor's Maintenance of Traffic Plan. • Two bypass pumps are required during construction of the box culvert. David Gunter (Indian River Farms Water Control District) stated each pump is required to have a 2" discharge capability. He stated further that the pumps need to be operational the entire time the canal flow is blocked. The receiving waters for bypass discharge or dewatering is classified as an Outstanding Florida Water which requires that the discharge be 0 (Zero) NTU's (Nephelometric Turbidity Units) against the background waters and anything above that will result in the operation being shut down. • No houses within the project limits will be demolished. • It is expected that the Notice to Proceed will be issued during the month of March 2021. • The electronic drawing/design files can be provided to prospective bidders. The format is AutoCAD and MicroStation. • Attention was given that there are different thicknesses for the asphalt types in each of the phases even though they both are 3" in total. • Meeting adjourned ATTACHED Sign -In Sheet F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Meetings\IRC- 1505_PreBid - 20210113\IRC-1505_PreBid MeetingMinutes_20210113 rev.docx m 0 U N Y ti N M N N N ti M N e ` v N to 4* C � c Ln n L �^ S� C w Y� !'I N V v W C1 N to = M � N OO !- 4 to W � C G HN Q 00 L7 Ztz = to W4 1,04 O _ P �• N N I z z LL d o Z E N m C7 W "D a U. 3 ri N a 3 N m Q ; a� w W W m W LU Z Q ; O a v m 0 U N Y ti N M N N N ti M s e ` v N to s A C � c n L �^ S� C w Y� • 1 N V v m 0 U N Y ti N M N N N ti M s e ` v N to m 0 U N Y ti N M N N N ti M W N f m 0 U N Y ti N M N N N ti M c � a a a O W .r Ln Lu f- M N w _ l''n V 00Lu C CIC WqA M 4i Z M M W � UJ W N Z ZLL a d =Sl C Z W o E N d m (D o 0 3 W N .'Z 111 a o oc Ln 3 z Q OC WUJ C WZ = W u u� O �O u LU J � J Z 1 4 o d v W `N v V ► L' CNJ ZZ au �. Lnui d o 3 i W tt/f en M Zt d [ = d' •� tC � O)0 4r4 Lu T i„_`:oN floeseq N a N o C Z W C)N a N' r I' y .. Z a Lon t > • l{ 3 a ;, a- IN 4.a C a— W m a B> W W Z Q j ~ Q 2 IISA a u l A d 7 cr Al ti J z o h 12 V S O 5 A h N W 0 Q A r Q Sc N O. W L � Wuj ,H F -S, v ;. 2 Oui W di L W `^ J 1 WLU IA �zzi.- c,c = r N Z W a O m Q 0 =- r {/f . Z � a 0 a Cl LLI W m Z LU > Lu. a v co 0. co � a u •M � S 5 � 0 Q W a � S 1 �. 111 z Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 4 Issue Date: January 27, 2021 Project Name: 66t" Ave Widening (49t" St to 69t" St) – IRC -1505 Bid Number: 2021018 Bid Opening Date: Fe�FaM�,—�;iQ21-February 17, 2021 i This addendum is being released to change the deadline for receipt of bids so that received questions may be addressed in an addendum. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid may be declared non-responsive. i Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 5 Issue Date: February 5, 2021 Project Name: 66th Ave Widening (49th St to 69th St) — IRC -1505 Bid Number: 2021018 Bid Opening Date: February 17, 2021 This addendum is being released to provide clarification, corrections, or change of the Bid Documents. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Any submitted questions that have not been answered will be addressed in an additional addendum. Questions and Answers 1. Could the County please provide quantities for Mulch and Prepared Soil Layer for Phase 1A as was provided for Phase 1B Landscape and Irrigation quantities? Quantities for Phase 1A have not been provided by the designer of this section, therefore it will be the responsibility of the contractor providing the bid to account for it in the Lump Sum Landscaping Bid Item. 2. On 1A Roadway, the 60" RCP (80 If) on sheet 43 of 112 is not listed in the bid schedule, also there doesn't appear to be a proposed profile elevation? Please advise. The Itemized Bid Schedule has been updated accordingly and will be issued with addendum 6, plans will be updated for construction. 3. On 113 Roadway, the 60" RCP (469 If) on sheets 49-50, doesn't have a profile grade (other than a note to reference the cross sections). Please advise. The proposed sub -lateral enclosures are not included in the profile for clarity. Please refer to the pipe end control information on the referenced sheets and the cross sections for additional information. 4. There is 72" pipe shown on the plans yet there'is no bid item for it. How do they want us to handle this? It's on sheet 21- 66th Ave and 53rd Street. The Itemized Bid Schedule has been updated accordingly and will be issued with addendum 6, plans will be updated for construction. 5. Reference Phase 1B Roadway plans sheet 24: the total for the 18" RCP appears to be short 31 LF. Please verify that the sum for this page and the grand total. Addendum 5 - 20210205 The Itemized bid schedule has been updated accordingly and will be issued with addendum 6. The Summary of Pay Items, Sheet 11 and the Summary of Drainage Structures, Sheet 24 of the Phase 1B roadway plans have been updated. 6. Reference Roadway 1A sheet #20, Note 2: Color Treated and Stamped concrete (color to be selected by the engineer). Please provide color selection. The color shall match the adjacent south section (brick red), a color chart should be provided with shop drawings. 7. Reference sheet B-4 for Bridge at 53rd St over Lateral "A" Canal, which has two notes referencing barrier walls on both sides of bridge: "TRANSITION VERTICAL BARRIER INDEX NO. 423 TO REINFORCED CONCRETE BARRIER WALL (SHOULDER) INDEX NO. 410 (SHEET 3 OF 25)". Confirm that the 32" F Shape Index 420 on South side of bridge and 32" Vertical Shape Index 423 on North Side of bridge.are both to transition to Shoulder Concrete Barrier Wall - Index 410 sheet 4 of 25 Cantilevered wall as indicated in sheet C-1 under FDOT Standard Sheets. The barrier walls on the bridge (423 and 420) transition to the cantilevered FDOT 410 barrier wall off of the bridge. 8. Reference sheet B-10 & B-11 Detail B for Bridge at 53rd St over Lateral "A" Canal. Concrete sections 5'-1" wide by V-6 3/4" thick: It appears reinforcement for this section is accounted for in the Estimated End Bent Quantities, but concrete for these sections is not accounted for in these concrete estimated quantities (sheet B-13 & B-14). Please provide updated concrete quantity to include these sections, and confirm concrete type to be used in these sections, is the intent to pour as part of the end bent (pile cap)? The pile cap quantities for the end bents shown on sheet B-13 and B-14 do include the knee walls and the quantity shown is correct. The knee wall is not required to be cast at the same time as the pile cap placement. 9. Reference Sheet B-13 and B-14 for Bridge at 53`d St over Lateral "A" Canal. Estimated End Bent Quantities calls for Class IV concrete, but General Notes sheet B-2 calls Class II FC' = 3.4 concrete for pile caps. Confirm concrete type. Concrete to be Class II per sheet B-2. 10. Will the county allow paving at nighttime county? If so, what are the working hours? Yes, night time hours are typically from 9PM to 6AM, however, actual hours are depending on the paving operation. 11. Will the county be able to provide a construction schedule? Our schedule department considers that there is not sufficient time to complete this project? The county will not provide a construction schedule, the Contractor will need to schedule approximate cost load and Manpower load based upon selected means and methods to complete the project within the contract time provided. 12. The pricing sheet for the bridge at the north relief canal (491h St. to 57th St.) has a unit of measure for the miscellaneous asphalt as Lump Sum, would the county be able to change it as per ton? We do not intend to change the unit designation from Lump Sum to Per Ton. 13. Can you provide the bid pricing sheets in an excel format? Was provided with Addendum 3. Page 2 of 9 Addendum 5 - 20210205 14. As per Section 570- Performance Turf, all sodded areas shall be guaranteed for one year after date of final acceptance. Please advise who maintain the irrigation system, and mow the sod during this guarantee period? See Notes on Landscape plans for Guarantee, Care and Maintenance. (Part 1, 1.08 and 1.09) for Phase 1A Landscape Plans, and Phase 1B, Landscape and Irrigation Plans, sheet LD -2 and LD -2A. Further, the Landscape contractor shall maintain, water and mow all landscape items for a period of 6 Months after final acceptance. 15. Please advise who is responsible to relocate the property entrance gate for resident # 6730 in 69th St? This is Parcel 316 (Mandina), Kimley Horn has developed a cure plan and corresponding construction cost estimate for the County and provided to County and County appraiser. The gate relocations associated with the parcel will be addressed within the right of way purchase. 16. Please advise who is responsible to relocate all property fences such as bare wire fence, wood fence, chain link fence, etc.? For Phase 113, the contractor is responsible to relocate/construct the proposed fencing identified within the construction plans and summarized within the Summary of Fence on sheet no. 18. 17. Can you please provide the FP&L construction schedule under Indian River Contract? The contractor will need to coordinate with FPL. 18. Can 69th St be complete closed for a period of 120 calendar days? Yes, please refer to Contract Documents, Division 2, Technical Specifications, Section 102 — Maintenance of Traffic. However, it cannot be closed at the same time as 651h Street. 19. Could you please provide the plans CADD files for the job? Was provided with Addendum 3. 20. The bridge plans for 66th Avenue over North Relief Canal do not provide any information regarding the existing bridge. The plan view does not depict the existing bridge in relation to the proposed bridge. However, it appears from the roadway plans that the existing bridge falls within the footprint of the proposed bridge. If this is the case, then the new bridge needs to be constructed in 2 phases in order to maintain traffic on the existing bridge. Since the proposed bridge requires continuous transverse post - tensioning, construction sequence drawings & detail should be provided. Please clarify and provide details. MOT design and subsequent phasing approach is to be determined by the Contractor. If the intension of the Contractor is to phase the bridge construction the contractor must obtain the services of a specialty Engineer. It is a requirement to keep 2 lanes (one lane in each direction) of 66t' open at all times. 21. The bridge plans for 53rd Street over Lateral "A" Canal at 66th Avenue shows the existing bridge falls within the footprint of the proposed bridge, so the new bridge needs to be constructed in 2 phases in order to maintain traffic on the existing bridge. Since the proposed bridge requires continuous transverse post - tensioning construction sequence drawings& detail should be provided. Please clarify and provide details. The intent of the bridge construction plans is for a full road closure, refer to Contract Documents, Division 2, Technical Specifications, Section 102 — Maintenance of Traffic. 22. In order to provide better pricing for the County, will it be for consideration to extend the bid date by a week, that way there is ample time to share the latest addendum 3 with the subcontractors and suppliers. Please advise. The bid date has been extended 2 weeks to February 17, 2021. Page 3 of 9 Addendum 5 - 20210205 23. How long will 66th Avenue be allowed to be closed, specifically with the bridge work? 66" Avenue will not be allowed to be closed. Two lanes (one lane in each direction) shall be maintained at all times. 24. Reference Specification Division 2 Technical Provisions Section 001 A. states all work is to use FDOT 2015, except for bridge and signal plans which will use 2016 edition. Structure Drawings.for Phase 1A on cover sheet (ie sheet C-1 for bridge at 53rd) state use of FDOT 2016 drawings and specs, but General Notes (ie sheet B-2 for bridge at 53rd) state the use of FDOT 2015. Confirm all structures are to follow FDOT 2016. - Roadways of Section 1A and Section 1B are following FDOT Design Standards, Dated January 2015 and FDOT Standard Specifications for Road and Bridge Construction Dated 2015. - All bridge structures of Phase 1A (53`d Ave Bridge over Lateral A, 66the Ave Bridge over NRC, and 57th Bridge over Lateral A) shall use 2015 Standard Specifications for Road and Bridge Construction - All bridge structures of Phase 1B shall follow the specifications identified on the Structural Contract Plans key sheet and should reference 2016. 25. Reference Pay Item 415-1-9 Reinforcing Steel for Bridge at 53rd St, pay item is 19,570 LB, this appears to be reinforcement for the West approach slab only, please confirm, and provide updated pay quantity to include the East approach slab. The summary of quantities includes the quantities for the concrete and steel for both approach slabs. 26. Reference Pay Item 339-1 Miscellaneous Asphalt for Bridge at 53rd St, pay item is 2TN. Asphalt required in 4 corners as noted on sheet B-4, asphalt to be 2 inches thick per note on sheet 8-12, confirm quantity should be 8.37 TN for this pay item. The quantity for miscellaneous asphalt should be approximately 8 TN, 8.37 TN is an acceptable quantity. 27. Reference pay item 0110 3 REMOVAL OF EXISTING STRUCTURE (DWELLING) in Roadway phase 1A. No structure removal details are found in the Roadway Phase 1A drawings. Addendum 3 answered question #5 stating there are no dwellings to be demolished. Please provide scope of work, quantity, any as-builts and specifications that are required for this pay item. The Pay Item Number 0110 3 has been deleted. The itemized bid schedule has been revised accordingly and will be issued with addendum 6. 28. The pricing sheet for phase 1A 00310-10 indicates the subtotal price for (49th street to 69th street); however, on pricing sheet for phase 1B 00310-18 indicates to submit a price for (57th street to 69th street), please clarify the intent on how to properly submit the prices. The itemized bid schedule has been revised and will be issued with addendum 6. The subtotal price name has been corrected on sheet 00310-10 to reflect the correct limits of phase 1A (49th to 57th Street). 29. The price sheet for phase 1A does not have a subtotal for pavement markings; however, the pricing sheet for phase 1B have a subtotal for pavement markings only for the section from (57th street to 69th street), please clarify the intent on how to properly submit the prices. Pavement Markings quantities for phase 1A are included in the Itemized Bid Schedule under Phase 1A, Roadway 49th Street to 57th Street. 30. Reference Section 00456 — Qualifications Questionnaire, Item #15 and #16. Item #15 Foreman — please clarify the definition of the Project Foreman. We will have a foreman for each main operation of work. Is the foreman definition more like the General Superintendent overseeing the 3 to 4 foreman? Item #16 — Project Manager - please clarify this role. Is this the main overall manager on-site or off-site? Foreman — Person in Control of field operation Project Manager — Control of Project, can execute Work Change Directives, Submittals, Schedules. Page 4 of 9 Addendum 5 - 20210205 31. Bid Item 425-2-72 MH, J-7, >10. Please provide structure information for S-2000 which is on the 66" RCP. Rim 24.59, West Invert 13.10, East Invert 13.09, Sump 11.10. Structure information is being added to the plans. 32. Bid item 425-1-451, Inlet, Curb, Type J-5, <10. There are only 3 ea. not 5, the other two are the conflict structures, item IRC 3. The itemized bid schedule has been revised and will be issued with addendum 6. 33. Bid item 425-1-521 Inlet, Dt Bot, Type C, <10. There are 8 ea. not 6, structures FD -344 and FD -798 are shown in the drainage structure sheets but not in the quantities. The itemized bid schedule has been revised and will be issued with addendum 6. 34. On plan sheet 38 there shows 64 If of 72" RCP with no bid item? The itemized bid schedule has been revised to include a pay item for a 72" RCP and will be issued with addendum. 35. There are no end treatments shown for the 48" x 76" ERCP, 66" RCP, and the 72" RCP, please.advise? Class II Concrete and reinforcing steel? David Gunter with IRFWCD has requested that rip rap bank protection be included on all outfalls into IRFWCD facilities. Plans are being amended and quantity of rip rap has been increased to 1156 tons. 36. Bid Item 400-1-2, Class I Concrete, Endwalls. There is actually 17.5 cy and not 8? EW -328 36" CEW is 4.53 cy. EW -322 30" CEW is 3.26 cy. EW -346 18" CEW is 1.56 cy. Lastly EW -343 48" CEW is 8.15 cy. The itemized bid schedule has been revised to 17cy for item 0400 12. 37. Reference Roadway 1B Sheet 24 Summary of Drainage Structures shows a project total plan quantity of 39.6 CY of 66" Concrete End Wall, compared to Bid Item 400-2-2 with 125.6 CY, please review and provide correct quantity. The quantity associated with pay item 400-2-2 includes 66" endwalls, as well as headwalls associated with 69th Street RCBC. 38. Reference Roadway 1A Sheet 16 Summary of Drainage Quantities shows a grand total of 15.94 CY of Class I Concrete End Wall, compared to Bid Item 0400 12 with 8 CY, please review and provide correct quantity. The itemized bid schedule has been revised to 17cy for item Bid Item 040012. 39. The specs indicate that a Builders Risk Policy may be required. We have never had a builder's risk policy for roadwork or any bridge work. This looks like it may be something that was unintended for this project. We will remove the Builders Risk Policy from the requirements. 40. The plans do not indicate any temporary post tension of the 66th avenue bridge over the north relief canal. If this is the case how much time is being allowed to close 66th Ave. If it is an accelerated amount of time, please allow for a 7 day a week work schedule. Traffic (1 lane in each direction).shall be maintained on 66th Ave at all times. 41. Are all waterways on this project considered Florida Outstanding waterways? All waterways directly connect to an Outstanding Florida Waterway (Indian River Lagoon). Therefore, requirements of turbidity are subject to being treated as a Florida Outstanding Waterway. Page 5 of 9 Addendum 5 - 20210205 42. Since no geotechnical information is available in any of the pond locations and what information that is provided within proximity of the ponds, only covers a portion of the material to excavate, can the contractors have access to the pond sites to dig "test holes"? Yes, the County will provide access to perform test pits upon written request. 43. Addendum 003. "Clearing for the utility relocations (FPL posts) will be a first task on the Contractor's Schedule". Will FPL remove their poles or will it be the Contractor's responsibility to remove/dispose of the poles. FPL is relocating their poles and is responsible for removing the old poles. 44. The governing standards on the front cover sheet of the plans are stated to be the 2015 FDOT Standard Specifications. On sheet T-4 of the 1B Signalization Plans, note D1 states "MAST ARMS SHALL FOLLOW THE LATEST STATE OF FLORIDA MAST ARMS SHALL FOLLOW THE LATEST STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARDS INDEX No. 17743, 17745." Are we to use the latest which would be the 20- 21 Specifications or the 2015 Specifications? The 2015 specifications do not meet the current wind loading requirements. The signalization improvement design was performed under the FDOT 2016 specifications. The referenced note is from the County signalization general notes. 45. It was stated in addendum 3 and at the pre-bid that there are no dwellings to be removed, but there has not been an addendum that removes Pay Item 0110 3 Removal of Existing Structure (Dwelling). Will there be a revised Bid Schedule to remove this pay item? The Pay Item Number 0110 3 has been deleted. The itemized bid schedule has been revised accordingly. 46. Please provide pay item that correspond to bridge demolition for existing bridge at 69th St. Sta. 201+22. The cost of removing the existing bridge at 69th Street shall be included within pay item 110-1-1. 47. Please confirm if the construction of the wing walls (plan sheet 76-77) for the reinforced concrete box culvert 12' x 10' is incidental to pay item 400-4-1 (Phase 113) The wingwall construction associated with the RCBC is to be included within pay item 400-2-2 Class II Concrete (Endwall). The cost of reinforcing steel within the RCBC wingwalls are incidental to this pay item. 48. Please confirm pay item 530-3-3 Rock Rubble in Bridges at 53rd St, and North Relief Canal includes: filter fabric, 1' thickness of bedding stone, 2.5' thickness of riprap ruble (bank & shore), and Keystone rock at the toe of the slope? That is correct. 49. Please confirm pay item 530-3-3 riprap, rubble as per plan sheet No. 19 (phase 1A) only includes filter fabric, and 2.5 FT thickness of RipRap, rubble (bank & shore) around RCP pipes as indicated on plans. All pipes entering IRFWCD facilities are to include rip rap bank protection. Plans are being amended and quantity of rip rap has been increased to 1156 Tons. 50. Phase 16, plan sheet No. 12, footnote 530-3-4 states: "cost of rubble to include cost and placement of MARAFI fabric, bedding stone, and keystone aggregate". However, details on plan sheet No. 78 doesn't show bedding stone, please advise. Page 6 of 9 Addendum 5 - 20210205 At one time bedding stone was contemplated to be utilized in conjunction with the ditch rubble riprap, but has subsequently been removed from the proposed improvements. No bedding stone is identified to be included with the proposed revetment. 51. The bridge plans for 53rd Street over Lateral "A" canal and 66th Ave. over North Relief Canal both require Neoprene bearing pads, but there is no pay item provided. Please provide pay items for which these will be paid for. The contract unit prices for the pre -stressed precast units shall include the post tensioning tendons, anchor assemblies, neoprene bearing pads, pre -molded expansion material, epoxy grout and non -shrink grout. S2. The bridge plans for 53rd Street over Lateral "A" canal, 57th Street over Lateral "A" canal and 66th Ave. over North Relief Canal all require Bridge Expansion Joints, but there is no pay item provided. Please provide pay items for which these will be paid for. The contract unit prices for the pre -stressed precast units shall include the post tensioning tendons, anchor assemblies, neoprene bearing pads, pre -molded expansion material, epoxy grout and non -shrink grout. 53. Addendum 3 did not include the FDOT bridge inspection report for the 66th Ave. bridge over the North Relief Canal. Please provide the latest report for this bridge. Bridge Inspection Report for Structure ID 880006 has been included with Addendum 5. 54. The bridge plans for 53rd Street over Lateral "A" canal and 66th Ave. over North Relief Canal both require Post Tensioning for the Prestressed Deck Units, but there is no pay item provided. Please provide pay items for which this will be paid for. The contract unit prices for the pre -stressed precast units shall include the post tensioning tendons, anchor assemblies, neoprene bearing pads, pre -molded expansion material, epoxy grout and non -shrink grout. 55. At the pre-bid meeting, it was stated that no houses within the project limits will be demolished. Under Phase 1A bid items 0110 3 Removal of Existing Structures (Dwelling) there is a quantity of two listed. Are these locations to be ignored? If not please provide additional information on these locations (not visible to the public). The Pay Item Number 0110 3 has been deleted. The itemized bid schedule has been revised accordingly. 56. Reference the following two (2) contract documents, • Section 01009—Special Provisions, 1.1 General, B. "Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule." • Page 325 of 326, Indian River County, Traffic Engineering Division Special Conditions, #7. "There shall be no construction work after dark." Is the Contractor allowed to work nights and weekends? Regular work hours for Indian River County are defined Monday through Friday 7AM to SPM, excluding Indian River County Holidays except in case of emergency or upon specific permission of the Engineer. Please see Section 0800 Supplementary Conditions to the General Conditions, SC -6.02 Labor; Working Page 7 of 9 Addendum 5 - 20210205 Hours. The Contractor can request to work outside regular work hours. Granting permission will depend on inspection staff availability, MOT requirements, sufficient lighting, and safety of the public. 57. Addendum #1 is missing auger boring reports for the Roadway section 1A (starts at AB -44 see 53`d St, etc.). Please advise. Additional Soil profiles are included with Addendum No. S. 58. We were under the impression boring reports and recommendations were also to be issued for Roadway section 1B? Please advise. The Roadway Soil Report "66th Avenue Roadway Widening, 500 feet North of 57th Street to Barber Street" by Dunkelberger Engineering and Testing, Inc., April 25, 2007 has been attached to Addendum S. 59. Phase 1B has a pay item for mailbox F&I; however, phase 1A does not have a pay item for this scope, will there be a line item added for mailbox F&I for Phase 1A or will this be an incidental item? Please advise. We have added a line item for mailbox F&I for Phase 1A. 60. Phase 1A, Pay Item No. 0514 712 PLASTIC FILTER FABRIC, STABILIZATION: is this referring to the Plastic Erosion mat noted on 1A Roadway Drawing sheet #19 "Detail of Fill at Lateral or Sublateral Canals"? If not, please confirm where this plastic fabric is located. Pay item 0530 3 3 requires the filter fabric and bedding stone be included in the unit price bid for rip rap rubble. 61. Will the County be able to provide coring data? There is no coring data available for this project. 62. Will the County be able to provide a pay item for color treated & stamped concrete treatment per detail sheet 20 of the Roadway Phase 1a Plans? Or will this be an incidental item for the 6" concrete sidewalk? The pay item for color treated concrete is 0523 2 — Patterned Pavement, Concrete, Non -Vehicular Areas. 63. Could you please clarify what concrete mixes are required for this project? I have had bidders contacting me for quotes on concrete and some are asking for DOT Mixes others are asking for GOV mixes which are the same as DOT but do not include the D1 ticket and others are requesting just regular concrete for the project. There is a substantial price difference between regular concrete and DOT mixes. When we supplied the concrete on the first PH of 66th Ave we supplied GOV mixes to the contractors that did the curbs, sidewalks and bridges. If you have any questions please let me know. This project follows FDOT Specifications, therefore all concrete mixes shall be approved FDOT mixes. 64. Does the County have a Utility Work Schedule for the of the remaining power poles that need to be relocated? FPL is on notice and the successful contractor will need to coordinate with FPL. 65. Will the millings of the existing road demo belong to the County? Millings are to be delivered to Indian River County Road & Bridge Department, 4550 41" Street, Vero Beach. Page 8 of 9 Addendum 5 - 20210205 66. Please clarify is the intent of the Plans is to use Color Treated & Stamped Concrete per detail sheet #20 of the Arcadis Plans or Pay Item 523-2 Patterned Pavement Concrete, Non -Vehicular (no details for this item on the plans)? Yes, this is the correct pay item. 67. Can you provide the plans for project 0907 by Carter Associates Inc. that they tell us to reference on sheet 44 of 112 of the Phase 1A plans? Plans are provided with this Addendum. The updated Itemized Bid Schedule will be provided with Addendum 6. Attachments: - Bridge Inspection Report for 66th Ave over North Relief Canal, Bridge Structure ID: 880006 - Geotechnical Services Report, Sadwani Pond for 66th Avenue Roadway Widening, December 12, 2007, prepared by Dunkelberger Engineering & Testing Inc. - Roadway Soil Survey, 66th Avenue Roadway Widening, 500 feet North of 57th Street to Barber Street, April 25, 2007, prepared by Dunkelberger Engineering & Testing Inc. - As -Built Plans, 66th Avenue Roadway Improvements, IRC project No. 0907 by Carter Associates, Inc. - Updated Sheets 66th Avenue Roadway Widening, Phase 1B, sheet 11, 62, 63, 178, 179, 217. Page 9 of 9 Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 6 Issue Date: February 12,,2021 Project Name: 66' Ave Widening (49th St to 69th St) — IRC -1505 Bid Number: 2021018 Bid Opening Date: Febpua y .17,,21 February 24, 2021 This addendum is being released to provide clarification, corrections, or change of the Bid Documents and modify the Bid Opening date. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Questions and Answers ' 1. Are all waterways on this project considered Florida Outstanding waterways? i All waterways directly connect to an Outstanding Florida Waterway (Indian River Lagoon). Therefore, requirements of turbidity are subject to being treated as a Florida Outstanding Waterway. i 2. The bid quantity for this bridge is incorrect in addendum #3. 12450-88-15C and 12450-88-15D are called on the I bid sheets to be 15" thick deck units. These deck units are shown on the plan to be 18" deck units. This needs to be corrected. I Agreed, Itemized Bid Sheet has been corrected. 3. The specifications used for the bridges is 2015. These specifications for post tensioning are very elaborate and in the past contractors have not had to abide by the specs. The specs now call for certified grout installers under section 105 and the same for post tension installers. Will the county require this to be adhered to by the contractors? For this project you are looking at several hundreds of thousands of dollars additional for this work. Please confirm this is your intent because bidders are not aware of these post tension requirements. The question is ambiguous, therefore we are not able to provide a response. 4. As FPL power lines are not shown on the bridge plans and not indicated on the roadway plans at the bridges that FPL or Indian River County will be responsible for placing the lines outside of OSHA requirements in order to construct the bridges. We will need approximately 15' from the edge of every pick to the power lines. The crane boom sizes (5' wide) need to be taken into consideration in order to calculate the distance required to be outside of OSHA requirements.. The contractor has no way of telling any distances from the power lines to the edge of each bridge to know how close the power lines areas the plans do not indicate this. WE CANNOT BE Addendum 6 - 20210212 RESPONSIBLE FOR THIS IF THE PLANS DO NOT INDICATE THE DISTANCES. This could be a $500,000 issue if not worked thru by the county and we will not be including cost in our bid for this. FPL Facilities are being relocated (plans attached). Contractor is responsible for determining means and methods for bridge construction and shall include all costs in bid that are necessary to perform the work. 5. Will the millings of the existing road demo belong to the County? Yes, all salvageable material shall remain the property of the Owner and shall be delivered to Road and Bridge Department at 4550 41St Street. Refer to Division 1— General Requirements, Section 01009 — Special Provisions, 1.1 General C. Please clarify is the intent of the Plans is to use Color Treated & Stamped Concrete per detail sheet #20 of the Arcadis Plans or Pay Item 523-2 Patterned Pavement Concrete, Non -Vehicular (no details for this item on the plans)? Yes, the color treated & stamped concrete is to be used at all left turn lanes as shown on page 20, also please see legend on page 23 of 112 of the roadway plans and shall be paid under pay item 0523 2 Patterned Pavement Concrete. 7. The pay item numbers for the Rip Rap at the 53rd and North Relief Canal bridges indicate Bank & Shore but the call outs in the typical specify Ditch Lining. Do the pay items numbers on the bid form accurately represent which rip rap type is to be placed? The rip rap to be used is specified per FDOT specification section 530-2.1.3.1. Since a pay item for bedding stone was not provided, do the quantities for items 530-3-3 include the tons of bedding stone required or just the tons of bank & shore rip rap? The cost of filter fabric and bedding stone is to be included with pay item 0530 3 3. The ton value of the pay item includes the rip rap only. Does pay item 160-4 Type "B" Stabilization on the Kimley Horn Plans includes the Roadway Construction on 61st street & 65th street that it calls for "Construction of Stabilized Roadway" outside of the paving limits? Yes 10. The bridge over the north relief canal does not appear to have any mounting saddles on the utility shelf for the rwm crossing. The roadway plans also do not appear to address the issue. How should we proceed? The pipe cradles are relatively simple and will be added at time during or after construction once the pipe size and number has been determined. 11. Are you able to provide quantities for detectable warning mats quantities for the Arcadia plan set? We have added pay item 0527 2 with a quantity of 80SF to the revised Itemized Bid Schedule. 12. On 57th street, does the contractor has to install temporary signals/ temporary span wire and temporary poles, or will a two way stop sign on 66th Avenue be allowed? Signalization is required to be maintained. Contractor shall procure a specialty engineer and develop a scheme based on their selected means and methods. Cost to be included as part of MOT. 13. The bid list calls for: 0711 14170 THERMOPLASTIC, STANDARD, WHITE, ARROW EA 28 0711 14170A THERMOPLASTIC, STANDARD, WHITE, ARROW, U-TURN EA 23 Page 2 of 3 Addendum 6 - 20210212 Any pay item 71114 XXX is preformed thermoplastic as per FDOT but the description of the item (above) states thermoplastic standard. Pay Item No are corrected to 0711 11170 and 071111170A in the Itemized Bid Sheet to reflect the description. 14. Will the county consider extending the bid date as addendum #6 is still pending? The bid opening has been extended to February 24, 2021. Questions that are submitted after February 14, 2021 will not be addressed. Attachments: Itemized Bid Schedule — Revision 1(in PDF and excel formats) FPL Relocation Plans for WR#8616337 Page 3 of 3 Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 7 Issue Date: February 18, 2021 Project Name: 66th Ave Widening (49th St to 69th St) — IRC -1505 Bid Number: 1 2021018 Bid Opening Date: February 24, 2021 This addendum is being released to provide clarification, corrections, or change of the Bid Documents. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Questions and Answers 1. What does the County define as abnormal weather, conditions, in order to compensate Contract Time? General contract time extensions for weather related delays will follow FDOT Standard Specifications for Road and Bridge Construction, January 2015, Section 8-7.3.2. 2. In addendum #3, in the pre-bid discussion notes Brian Good states "Class IV RCP shall be used" does that pertain to Phase 113 only, there is no referenced to that in Arcadis's plans for Phase 1A? When will the updated plans be issued to show the added 60" RCP, 72" RCP, and additional Rip Rap Rubble in Phase 1A? "Class IV RCP" shall apply to the project limits of phase 1A and 1B. Updated plans will be issued with the "Released for Construction" Contract Plans. 3. Please clarify if the last two joints of the 48" x 76", 60", 66", and 72" RCP runs that end with the Rip Rap Rubble end treatments will require concrete collars as the show in the Phase 1B Kimley Horn plans? The above referred pipes in the phase 1 A section will end with a rip rap rubble end treatment and the quantities for rip rap have been updated with Addendum 6. A concrete collar is not added to the end treatment. 4. Items 400=148 for Phase B itemized bid schedule show a quantity of 2 for both the 61st and 65th street bridges, but the quantity is being calculated by 1.7 for each item. The correct quantity for both bridges item no. 4007148 is 1.7 CF. If you are using the excel bid sheet, it will calculate with a quantity of 1.7 CF and no changes are required. If you are using the pdf sheet (Itemized Bid Schedule, page 00310-17), please change the quantity for item 400-148 and 400-148A from 2 CF to 1.7 CF (two locations). Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 8 Issue Date: February 19, 2021 Project Name: 66th Ave Widening (491h St to 69th St) — IRC -1505 Bid Number: 2021018 Bid Opening Date: February 24; 2021 This addendum is being released to provide clarification, corrections, or change of the Bid Documents. The information and documents contained in this addendum are hereby incorporated in the invitation to bid. This addendum must be acknowledged where indicated on the bid form, or the bid will be declared non-responsive. Questions and Answers 1. On Addendum 7 note 3 states that "a concrete collar is not added to the end treatment". Being that they are concrete pipe outfalls (with 8' joints) we are assuming the concrete collars at 8' and 16' back from the end of the pipe on the large outfalls are to be installed, per plan. Please clarify to all bidder whether those collars, as identified on the plans, are to be installed. Question 3 of Addendum 7: Please clarify if the last two joints of the 48" x 76", 60'; 66", and 72" RCP runs that end with the Rip Rap Rubble end treatments will require concrete collars as the show in the Phase 18 Kimley Horn plans? quantitis;fax r�p rap have been updated with 4lddandum 6 -4 warrate C.G.11aX 11S.Rat a -'dad to the -and Correction to .Question 3 of Addendum 7: All large diameter concrete outfall pipes shall include two concrete collars (at 8' and 16' from the end of pipe) with the rip rap end treatment as shown on Phase 1B Roadway Plans, Sheet 88A, Detail for "Typical Culvert Revetment" for the entire project limit of Phase 1A and Phase 1B. 2. The Bid Date of this project was changed to February 24th, 2021, last week. The FTBA Conference (which is directly associated with the FDOT), which most every major contractor, subcontractor, vendor, CEI firm and testing firms are attending, is on February 21-24. This conference is a once per year event. The FDOT schedules their Letting Dates around this conference each year. Can the bid date be pushed back to allow for the contractors, subcontractors, vendors and testing firms to still attend the statewide conference? The bid opening date will remain the same. BOARD OF COUNTY COMMISSIONERS April 6, 2021 Halley Engineering Contractors, Inc. Attn: Mr. Daniell. Halley 13901 NW 118th Avenue via Email Miami, FL 33178 dhalley@halleyeng.com NOTICE OF AWARD Reference: Indian River County Bid No. 2021018 66th Avenue Roadway Widening (49th Street to 69th Street) Dear Mr. Halley: It is my pleasure to inform you that on April 6, 2021 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 award amount ($32,728,137.85). 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. The Public Construction Bond must be executed in accordance with section 255.05(1)(a), Florida Statutes. 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 April 21, 2021. 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, 44,,_,- JenniferYiyde Purchasing Manager Cc: Project Manager Office of Management and Budget • Purchasing Division 180027 th Street, Vero Beach, Florida 32960•(772) 226-1416•Fax: (772) 770-5140 E-mail: purchasing@ircgov.com SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title Page ARTICLE1 WORK .............................. ............... ,............... ...................................................................... 2 ARTICLE 2 -THE PROJECT .................. I ................................. ...................... ................... .....................2 ARTICLE3 -ENGINEER.............................................................................................................................2 ARTICLE4 - CONTRACT TIMES.............................................................................................................2 ARTICLE 5 - CONTRACT.PRICE..................................................................................................................3 ARTICLE 6 - PAYMENT PROCEDURES........................................................................................................ 3 ARTICLE 7 - INDEMNIFICATION..........................................................:....................................................4 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS...................................................................................... 5 ARTICLE 9 - CONTRACT DOCUMENTS.......................................................................................................6 ARTICLE 10 - MISCELLANEOUS.................................................................................................................7 (THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI Agreement (Pu6(Ic Works) REV 04-07 - 00520 -1 M-.Wdsu020-2U71 FT 12021000)\202101s 65th AW Wtdenins (49thSt to 690 SQ\MC•1505 • Semplo Agresment.dax SECTION 00520 - Agreement (Public Works) TABLE OF CONTENTS Title a Page ARTICLE1- WORK................................................................................................................................... 2 ARTICLE 2 - THE PROJECT.........................................................................................................................2 ARTICLE 3 - ENGINEER 2 ARTICLE 4 - CONTRACT TIMES.............................'..................................................................................... 2 ARTICLE5 - CONTRACT PRICE.................................................................................................................. 3 ARTICLE 6 - PAYMENT PROCEDURES.........................................................................................................3 ARTICLE 7 - INDEMNIFICATION................................................................................................................4 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS.; ..................................................................................... 5 ARTICLE 9 - CONTRACT DOCUMENTS....................................................................................................... 6 ARTICLE 10 - MISCELLANEOUS.................................................................................................................7 (THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLYI Agreement (Public Works) REV 04-07 - 00520 - 1 H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx i SECTION 00520 - Agreement (Public Works) i I 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) I and Halley Engineering Contractors, Inc. i (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: I ARTICLE 1 -WORK j 1.01 CONTRACTOR shall complete all !work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed improvements to 66th Avenue from north of 49th Street to north of 69th Street will consist of the widening and reconstruction of the existing roadway to a 4 - lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided, An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are 5 bridges within the project limits. The side streets on the east and west of the intersection approaches will be widened to a 3 -lane roadway section. Also included will be stormwater drainage improvements, pavement markings, traffic signals and landscape and irrigation improvements. ARTICLE 2 - THE PROJECT I 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: 66TH AVENUE ROADWAY WIDENING (49TH STREETlTO 69TH STREET) County Project Number: IRC -1505 i FM Number: 436379-1-54-01 and 436379-1-54-02 Bid Number: 2021018 Project Address: 66th Avenue (4`9"' Street to 69th Street) Vero Beach, Florida 32967 j I 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 Agreement (Public Works) REV 04-07 - 00520 - 2 I H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx { 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 720" calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 750th 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 $10,588.00 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 $10,588.00 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 5.01.8, 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: $ 32,728,137.85 Written Amount: Thirty-two million, seven hundred twenty-eight thousand, one hundred thirty-seven dollars and eighty-five cents ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. Agreement (Public Works) REV 04-07 - 00520 - 3 H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx t I I J .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 five percent (5%) of the payment amounts due to the CONTRACTOR until final completion and acceptance of all work to belperformed by CONTRACTOR under the Contract Documents. ( I 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER andthe 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. r 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. i i i 6.05 Acceptance of Final Payment as Re/ei se. I A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act; and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or Gits sureties from any obligations under the Contract Documents or the Public Construction Bond. I I i ARTICLE 7 - INDEMNIFICATION g 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the�General Conditions to the Construction Contract. 7.02 "To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional;wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement." I Agreement (Public Works) REV 04-07 - 00520 - 4 I H:\Bids\2020-2021 FV (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 -Sample Agreement.docx i 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. 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. Agreement (Public Works) REV 04-07 - 00520 - 5 HABids\2020-2021 FV (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx K. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration for all subcontractors. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 to 00520-10, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6, inclusive); 6. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1): 9. General Conditions (pages 00700-1 to 00700-37, inclusive); 10. Supplementary Conditions (pages 00800-i to 00800-12, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of the following: • 6611 Avenue Phase 1A (North of 49th Street to North of 57th Street), Sheets numbered 1 through 112, UT -1 through UT -3, S-1 through S-15 • 66th Avenue Phase 1A Landscape Plan, Sheets (1 through 19), • 66th Avenue Phase 1A Irrigation Plan, Sheets (1 through 19) • 66th Avenue Phase 1A at 53rd Street Bridge Plans, Sheets (C-1 through B-23) • 66th Avenue Phase 1 A over the North Relief Canal Bridge Plans, Sheets (B-1 through B-29) • 66th Avenue Phase 1A at 57th Street Bridge Plans, Sheets (C-1 through B-11) • 66th Avenue Phase 1 B (57'1 Street to 69th Street), Sheets numbered 1 through 226 • 66th Avenue Phase 1 B Landscape/Irrigation Plans, Sheets (LD -1 through LD -45) • 66th Avenue Phase 1 B Signing and Marking Plans, Sheets (S-1 through S-24) • 66th Avenue Phase 1 B Signalization Plans, Sheets (T-1 through T-14) Agreement (Public Works) REV 04-07 - 00520 - 6 H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx • 66t" Avenue Phase 1 B at 61 styStreet and 65t" Street Bridge Plans, Sheets (B-1 through B-25) ) with each Sheet bearing the following general title: 66t" Avenue 13. Addenda (if applicable 1-7); 14. Appendices to this Agreement (enumerated as follows): Appendix A - Permits ) Appendix B — Indian River County Fertilizer Ordinances Appendix C — Indian River County Traffic Engineering Special Conditions for Right of Way Construction 4 15. CONTRACTOR'S BID (pages 00310-1 to 00310-21, inclusive); 16. Bid Bond (page 00430-1); 17. Sworn Statement Under Section 1'05.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); I 18. Swom Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); i00456-1 19. Qualifications Questionnaire (page to 00456-3, inclusive); 20. List of Subcontractors (page 00458!1 21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); i 22. The following_ which may be delivered or issued on or after the Effective Date of the Agreement and are not attached helreto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); ARTICLE 10 - MISCELLANEOUS 10.01 Terms I 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 Agreement (Public Works) REV 04-07 - 00520 - 7 FV (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.do x j - 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 Contra IDocuments. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each bi rids 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. i 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, I 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 Ithe 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 dislclosed 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. 1 (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 Agreement (Public Works) REV 04-07 - 00520 - 8 H:\Bids\2020-2021IFY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx I I I i electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible wit';h the information technology systems of the County. 8. IF THE CONTRACTON APPLICATION OF CHAPTER CONTRACTOR'S DUTY TO PRI, TO THIS CONTRACT, CONT. RECORDS AT: (772) 226-1424 publicrecords@irc-gov.com Indian River County Office i 1801 27th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply this Agreement. [The remainder of this HAS QUESTIONS REGARDING THE 119, FLORIDA STATUTES, TO THE )VIDE PUBLIC RECORDS RELATING kCT THE CUSTODIAN OF PUBLIC the County Attorney these requirements shall be a material breach of was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 9 H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx 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 6, 2021 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER:u314 y c0 CONTRACTOR: APPROVED AS SUFFICIENCY: Dylan Reingold, County Attorney Halley Engineering Contractors; `Inc. Address forgiving notices: 13901 NW 118th Avenue Jeffrey R. Smith, Clerk of Court and Comptroller n License No. CGC1519544 j Attest:J`�/ , - (Where applicable) Deputy Clerk i (SEAL) Agent for service of process �Av� I 14n, 14 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 Designated Representative: Name: Daniel Halley Title: President Address: 13901 NW 118th Avenue Miami, FL 33178 Phone: 305-883-0055. ext 103 Facsimile: 305-883-0085 i (if CONTRACTOR is a corporation or a� partnership, attach evidence of authority to sign.) I I * * END OF SECTION i Agreement (Public Works) REV 04-07 - 00520 - 10 H:\Bids\2020-2021 FY (2021000)\2021018 66th Ave Widening (49th St to 69th St)\IRC-1505 - Sample Agreement.docx I SECTION 00550 - Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) (Insert name of Contract as it appears in the Contract Documents) Project No: IRC -1505 I FM No: 436379-1-54-01 and 436379-1-54-02 IRC Bid No. 2021018 , 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 720 calendar days for Substantial Completion of this project and 750 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) i By: (AUTHORIZED SIGNATURE) (TITLE) Notice to Proceed REV 04-07 00550 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening_49th St to 69th St\1-Admin\13id Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx RECORDED IN THE PUBLIC- RECORDS OF JEFFREY R SMITH, CLERK OF COURT Public Work INDIAN RIVER COUNTY FL 1�.5. Chapter 255,05 (1)(a) 11K:1410 PG; 2475 Page 1 of 3:41161202111,51 SAM covelt Page THIS BOND IS GIVEN TO COMPLY WITH SECTION '255.65 0 SECTION 71.3.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED CLAlIV1ANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIM(TAT"ION PROVISIONS IN SECTION 255.015j2) OR SECTION 113.23 FLORIDA STATUTES. f30Nn NO: CON -1 -RAC -1 -OR NAM P.- CON'! RA&OR A15DRUS' s: CONTRACTOR VI -ION E NO,, 5URLTY CONI PANY NAME: S'URETY:PRINCIPAL 13U51N1-55 ADbWcsS: SURrTY'1'ITONr NO; OI-NIN't R NAML: OINNElt ADDRESS: OWNER I'.HON'E NO: OBLIC;PIi NAME,: (ft'cngl�5u',ling en(ilr (s �t'ifl.ergntIrui�l 111e inyffi-v, Ills ciuilracli¢K pghlic eniily) OBLIGE II ADDRESS: OBIJGEEPHONENO: BON I) AM'OUN'T: CON'f`H&C-T NQs Sif applirahle) i sCiurrI.ON OP I-VORK: ilkojLic'r LOCA-nON: 1.11CAL. DESCRIPTION: {if ,hp(iiablal (17378'188 I I:+llc;v L n inc rine Cmmitracturs, Ettc, 13901 N W 1181x, Ave Mitt t. ljL 33178 �{,�5,,,�d•Q055 I'sacelersCasualty and Sm Compan_ oof Arnedca - 1 'korner SQI. 2MS t IstrtfurcI ), (►61 B3 (J131t1 866:36-2()77 - Indian ('Byer Couj3ty Board of Ccn+nfy C:ot)-uni§sionors 7 600 27111 Street Yero PMch, P1.32900 272-226-1414 1-OLQ 2711tStrSet Vern rlexadi FT. 32960 772-726-1416 02,728.137.fi5 Wd Nj. W2102 011, Avcnuc Itoidwly Widcd (491" Street to 69b Street Vsr-u !leach. Ft. b'( Q( b-PAC,A .All ulb@r 1"11114 pu(;e(sI Ire do n"iyl cubgrqut11tt to 6w lousy !'Psurdlesa of itni• page Uuui�ce(r).lft6L nu,y he pMltited thelroliu. 00610-2 PUBLIC CONSTRUCTION BOND Bond__ No. 107378188 (enter bond number) Halsey Engineering Travelers Casualty and Surety BY THIS BOND, We Contractors; Inc. as Principal and Company of America a corporation, as Surety, are bound to Indian. River County ,herein called Owner, in the sum of $32,728,137,85 , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. 'THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated j1L, z-nzi , between Principal and Owner for construction of (1) , 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 bored 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 01- Zazl Halley Engineering Contractors, Inc. ame of f?fi ictpal) �Dl I lailleY, Preside By (As,Attorne.yAn Fact) Charles J. 'Nielson r J Travelers Casualty and Surety Company of America c.,iari (Name of Surety) (f) 56th Avenue Roadway Widening (49th Street to (39th Street) - Bid No. 2021018 The provisions Haid limitations or Section 255.05 Florida Statutes. including but not limited to the notice atud tiiatc Iimitatioils in Scctians 255-05(l) and 255.05(110), ary mcorportted ice (his bond. bN rricreaace. Public construction Bond - 00610 - 3 F "IC WmkMNGINEERING MOON PROgIcTstt6tl -055 Aye Wld�i INL"th SI to eft 54111.AdminlBidpbtumpnlalMefterCenlnet GOet&�xnlsSt]IV 4_1 Contrnet Fwrna.dapi Travelers Casualty and Surety Company of America j"� Travelers Casualty and Surety Company TRAVELERS,I St. Paul fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That Travelers Casually and Surely Company of America, Travelers Casualty and Surety Company, and Sl Pard Fire and Marine Insurance Company are corporations duly organized under Ura lays of the Slate of Connecticut (herein collectively called the 'Companies"). and that the Companies do hereby make, constitute and appoint CHARLES J NIELSON of MiAMI LAKES Florida , their true and lawful Attorney -In -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof an behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any action.- or proceodIngs allowed by law, IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. Oy.iki,N +pp +CArJY�44�J�arY AN�o4 [1�1}� y} �• iligrrd G p Mar � � i1AAiFCrg4, 7 r�' CJ^SMR M p i Stale of Connecticut City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robort L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surely Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, and that fie, as such, being authorized so to do, executed ilia foregoing instrument for the purposes therein contained by signing an behalf of the corporations by himself as a duty authorized officer. In Witnoss Whereof, I hereunto set my hand and official seal. Tl1r My Commission expires the 30th day of Juno, 2021 tM�R. C `;i!l��AJtL1J o ptablios* Marts C, Tetreault, Notary Public Ml ot'G This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of 'Travelers Casualty and Surety Company of America, Travelers Casually and Surely Company, and St. Paul Fire and Marine insurance Company, which resolutions are now In till force and effect, reading as follows: RESOLVED, that the Chairman, [lie President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice Presidani, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Atlorneys•hi-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with Ilse Company's name and seal with the Company's seat bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undedaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and It. Is FURTHER RESOLVED, that tho Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees at this Company, provided that each such delegation Is In writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, trial, any bond, recognizance, contract of Indemnity, or willing ohligalory In the nature of a bend, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, Hny Second Vice President, the Treasurer, any Assistant l'resasurer, the Corporate Secretary or any Assistant 5ecrelary and duly allested and scaled with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by ane or more Attorneys-in•Fact and Agents pursuant to ilia Bower prescribed In his or her certificate or their certificates of aulilorily or by ale or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that (he signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vire President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Allomey or to any cerirficale relating thereto appointing Resident Vice Presidents, Resident Assislanl Secretaries or Attorneys-in•Fact for purposes only of executing and attesting bonds and underiakings and other writings oNigalory in the feature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which 11 is attached. I, Kevin E, Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine insurance Company, do hereby certityiihat the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this t( lip day of u'`y-,I�,�iq� �I.VY pyo alryi� � •!• 1 +, +: ; r. Q orrnn 7 runtrano.k,4 GlY'lr SRC � COIIl4 bi fl.�1 t � �r 1 :\ S Y' i ♦ y/J/ yf L 16 `r.� F„+fir ��f, * h• f� t 1, l i. r — eSF�� f I Kevin E. Hughes, Ass dant Secretary ro verify Ilia authenticity of tills power of Attorney; pkase can us at 1-800-411-3B8O. Please refer to the avove-no med Attorney-in-fact and,Me d4ils of t/re trand t6 -111th the power is attadrad. ..,, CORPORATE RESOLUTION OF HALLEY ENGINEERING CONTRACTORS, INC. WHEREAS, it is in the best interests of this corporation to enter into a contract with the Indian River County Board of County Commissioners for 66th Avenue Roadway Widening (49th Street to 691h Street). NOW THEREFORE, IT IS RESOLVED, that the Daniel Halley, President (specify authorized officer; e.g. President, Vice President, Treasurer, followed by printed name of officer) of this corporation is hereby authorized and empowered on behalf of the corporation to enter into a contract with the Indian River County Board of County Commissioners upon award of contract, In accordance with the terms and conditions contained in the proposed contract, a copy of which is made a part hereof the bid documents. CERTIFICATE OF RESOLUTION 1, Susana Herrera, secretary of Halley Engineering Contractors, Inc_ (name of corporation), a Florida corporation, or a corporation founded in the State of Florida, and authorized by the Secretary of State. State of Florida, to conduct business in the State of Florida, hereby certify that the foregoing is a full, true, and correct copy of the resolution of the Board of Directors of the corporation, duly and regularly passed and adopted at a meeting of the Board duly called and held In all respects as required by law, and by the bylaws of the corporation, on the 9111 day of April, 2021, at which meeting a quorum of the Board was present. Executed by me as secretary of the corporation on this day off 2021. of Susaha Hera a Jame of Secretary rioted or typed r� CERTIFICATE OF LIABILITY INSURANCE DATEJr1MiDDIY�Yl F 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, LXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESFN1-ATiVk OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is nn ADDITIONAL INSURED, the policy(los) 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 llou of such ondorsomont(s). PRODUCER NA NI�_ PHONE 800-344-4838 CI t3stlfo-silo PrankH. Furman, Inc. EMAIL ADDRESS: 1314 Ea8t Atlantic nlvd, INSUn ERS AFFORDING COVERAGE. NAIC it V. O, Box 1927 INSURERA:Zurich American Insurance Com an 16535 Yonipano Beach PL 33061 INSURRD INSURERS:Great Amuricon Insurance Company 16691 INSURURC:Navi ators 82ecialty Insurance Company 36056 Halley Engineering Contractors, Inc. INSURER O: OL001162410S 13901 14VI 110th Avenue INSURL'REt_ XCU b Broad Form PD Incl PERSONAL 8 ADV INJURY S 1, 000, 000 _ INSURER IF: Y. Miami FL 33178 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY'II IAT 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 CIE TIFICATii MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED nY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, LXC( USIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LIR �� �' TYPE Of INSURANCE. A OL SOUR POLICY NUMBER POLICY El r A fYYV POI.IGY EXP MI YYYY _ L BIOS A X C GIAPAC44CIA L GENE NAL IJASILITY r� CLAUAS•MAOE LJ OCCURUAMAVE EACFIOGCUNREt4Cr: $ 1, ODD, 000 REN1 30e,000 PREMISES•,(EA occunencn 3 X ml:t)EXPt One pi lSQll S 5.'000 ConL•ractual lnoluded X Y OL001162410S 10/1/:020 1n/l/2031 XCU b Broad Form PD Incl PERSONAL 8 ADV INJURY S 1, 000, 000 Y. iIlAlT hr'PUtS Pr:{f" POLICY a mo IOC2,000,000 GENERALAGUREGATE j 5 21000,000 OrN'Lnt`.GRt:GArE r'110DUCfS-P.OIAP10r'AGO S AUTOMODILEIJAMLITY COMINNED SINGLE Iimil S 21000,,000 f ardd Po A K ANY AUTO ALL OWNED AUfCIS IED Autos AUTOS X Y DAVOI1624609 10/1/2020 10/1/2021 BODILY INJURY (Ow pwwm) f IlOMLY INJURY Per;vddonl f ( ) XX 19RItU AUTOS A IONON-OWNED PROPERTi DAMAGE 4 Id f - X V140RCAIALIAIIX OCCUR TOU120040604 1011/202D _ 10/10021 EACH OCCURRCNCE f 5, OOC, 000 U VXCESSLIAa CLAIMS -MADE Umbrella is follow Corm of AGGREGATC f S, DOC, 000 :fro X RGT6WT10N 9 d ; the OF., AL and BL A WOin( I. RS LoMPE NSATION AND EMPL.OYERT LIADO.ITY YIN AN7 FIRDPItir:IOIVPART14EIVC-XECUTIVE OFfICC,RIhIR.InER EXCLUDED? � IMontl;llafylnNH) L.� n pp'09, Clnb[flhe I(7SQ� 0 SCRIPTION 01 OPERATIONS rmiaw NIA y WCOI162450S State of rlorlda 10/l/2020 10/1/1031 I.ER GL EACH ACCIDENT S 1, 000, Opo E•L.DISCASE-EA EMPLOYEE S 1 000,000 E.L. Ol5EARE -POLICY LIMP( = 000 C toneractord Pollution T.iabilit) SP20T,C>80631TSC 10/1/3020 10/%/2021 tacliIfedani $1,b00,000 tOacurrunce Yarm) naOucUba, $10,000 0f;5CRIP710N OF OPERATIONS / L0ChT10NS / VEIIiCLES (ACORO 101, Addlllonal RumarUs Schedula, rosy ho altathad It morn spnta Is (equilud) Pro}ectl HIiC 2105; IHC -1505; 66th Avenue Roadway Widening 149th 8treot to 69th Street), radian River County, Indian River Parma Water Control District (IRYWCD) and its Consultants, their officers, directors, partners, employees, and agents aro known as Additional Insureds on General Liability and Automobile Liability as required by written contract subject to policy terms and conditions, Coverage is primary and non-contributozy over any other valid or collectible insurance of the Additional Insurado. Waiver of Subrogation applies in favor of the Additional Insureds for General Liability, Automobile Liability and Workera Compensation as required by written contract subject to CERTIFICATE HOLDER UArvctLLAI IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Indian Sliver County TNt FXPIRATION OA•rC THEREOF, NOTICE WILL ITE DCLIVEREU IN .1001 27th Street ACCORDANCE WITH THE POLICY PROVISIONS, Vero Beach, FL 32960-338B AUT140rilZrO REPRESENTATIVE I Dirk 1JeJong/JC 10 -Vale- -- ACOkD 25 20141011 C� 1988-2014 ACORD CORPORATION, All rights reserved. ( The ACORD name and logo are registered marks of ACORD INS025 12at4oll SECTION 00622 - Contractor's Application for Payment 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Project No.: IRC -1505 FM No.: 436379-1-54-01 & 436379-1-54-02 Bid No.: 2021018 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): 5% of completed Work: % of retainage: $ Total Retainage: $ 6. Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments: $ 8. DUE THIS APPLICATION (6 _MINUS 7): $ CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments. to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; Contractor's Application for Partial Payment - 06-09 rev - 00622 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx 2. Updated Construction Schedule per Specification Section 01310. Dated By: I Page 2 of 5i (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title STATE OF COUNTY OF Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20_by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. Please remit payment to: Contractor's Name: Address: **************************************************************************************************** [The remainder of this page was left blank intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx - 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 i Business Address BY: Print Name: Title: (Affix Corporate SEAL) STATE OF FLORIDA ; COUNTY OF INDIAN RIVER i 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] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms.docx Page 4 of 5 CERTIFICATION OF PROJECT MANAGER: 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 I 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] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 4 F:\PubHcWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_491h St to 69th Sl\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx I Page 5 of 5' ATTACHMENT A I 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): Contractor's Application for Partial Payment - 06-09 rev - 00622 - 5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\150566th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx Lo 0 LOo UZ O O O � Z U N C- ° Q C ca Q_ ¢ O o 0 0 0 0 0 0 Q 0 c 0 to 0 v3 o vi e vi c c » t/i e vi W Z ~ I 1 QZ JLL m Q a d a d _ a W O o U rn A W 1- H o a ¢ m - w a o F oN z a w F d d LU Q o Fc1- w o o w wa e w d z J n a pH w a O a F d F a v o--- - ° o d a O w E'S O F Z w° E; w d d Q W° W � O O o _ �t LU N Z F Ci �- J Z wo O O o 'I Q Q Y U i W W J W s z Q ? cY r y _ 'd LU e > >o 0 o! > Q 0 0ll 0 i W I tl 'C p w a F - o"I x U " c m m o F -i w > 'Al F. 'j; J � •C J J Q OO w F Z p m W m Z N KU 0 (7 D Q i PAGE 00622-6 SECTION 00630 - Certificate of Substantial Completion Date of Issuance: , 20 OWNER: Indian River County CONTRACTOR: CONTRACT FOR: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) Project No.: IRC -1505 FM No.: 436379-1-54-01 & 436379-1-54-02 Project Description: The proposed improvements to 66th Avenue from north of 49`h Street to north of 69`h Street consisting of the widening and reconstruction of the existing roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are 5 bridges within the project limits. The side streets on the east and west of the intersection approaches will be widened to a 3 -lane roadway section. Also included will be stormwater drainage improvement, pavement markings, traffic signals and landscape and irrigation improvements. OWNER's Bid No. 2021018 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To: And To: OWNER CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. Certificate of Substantial Completion REV 04-07 - 00630 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees shall be as follows: ' OWNER: CONTRACTOR: I I 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. I 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). I OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) * * END OF SECTION * * Certificate of Substantial Completion REV 04-07 - 00630 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 3_Contract Forms.docx SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME:66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) PROJECT NO: IRC -1505 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 proposed improvements to 66th Avenue from north of 49th Street to north of 69th Street consisting of the widening and reconstruction of the existing roadway to a 4 - lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8' wide concrete sidewalk will be provided on the west side of the roadway. There are 5 bridges within the project limits. The side streets on the east and west of the intersection approaches will be widened to a 3-1ane roadway section. Also included will be stormwater drainage improvement, pavement markings, traffic signals and landscape and irrigation improvements. UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. Contractor's Final Certification of the Work - 00632-1 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_3_Contract Forms.docx 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. 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. (Contractor) By: STATE OF COUNTY OF (Corporate Seal) Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20_ by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. + + END OF SECTION + + Contractor's Final Certification of the Work - 00632-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0-3—Contract Forms.docx I 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: i (Insert name of CONTRACTOR) ; Who is the CONTRACTOR for the following Project: I PROJECT NAME: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) PROJECT # IRC -1505 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision. I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name: I Florida Professional Surveyor and Mapper Registration Number: , Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: Telephone Number: DIV 0-3—Contract Forms - 00634 - 1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widen!ng_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 3 Contract Forms.docx 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 General Conditions - 00700 -1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY...............................................................................................................1 1.01 Defined Terms..........................................................................................................................................1 1.02 Terminology..............................................................................................................................................3 ARTICLE 2 - PRELIMINARY MATTERS.................................................................................................................................4 2.01 Delivery of Bonds.....................................................................................................................................4 2.02 Copies of Documents.............................................................................................................................4 2.03 Commencement of Contract Times, Notice to Proceed...................................................................4 2.04 Starting the Work.....................................................................................................................................4 2.05 Before Starting Construction.................................................................................................................4 2.06 Preconstruction Conference..................................................................................................................5 2.07 Initial Acceptance of Schedules............................................................................................................5 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE.......................................................................5 3.01 Intent..........................................................................................................................................................5 3.02 Reference Standards..............................................................................................................................5 3.03 Reporting and Resolving Discrepancies.............................................................................................6 3.04 Amending and Supplementing Contract Documents.......................................................................6 3.05 Reuse of Documents..............................................................................................................................6 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS....................................................................................................................................................................6 4.01 Availability of Lands.................................................................................................................................6 5.02 4.02 Subsurface and Physical Conditions...................................................................................................7 Certificates of Insurance.........................................................................................................................10 4.03 Differing Subsurface or Physical Conditions ......................................................................................7 4.04 Underground Facilities............................................................................................................................8 Property Insurance..................................................................................................................................11 4.05 Reference Points.....................................................................................................................................8 5.08 4.06 Hazardous Environmental Condition at Site.......................................................................................9 ARTICLE 5 - BONDS AND INSURANCE................................................................................................................................10 5.01 Performance, Payment, and Other Bonds..........................................................................................10 5.02 Licensed Sureties and Insurers............................................................................................................10 5.03 Certificates of Insurance.........................................................................................................................10 5.04 CONTRACTOR's Liability Insurance...................................................................................................10 5.05 OWNER's Liability Insurance................................................................................................................11 5.06 Property Insurance..................................................................................................................................11 5.07 Waiver of Rights.......................................................................................................................................12 5.08 Receipt and Application of Insurance Proceeds................................................................................13 5.09 Acceptance of Bonds and Insurance; Option to Replace................................................................13 5.10 Partial Utilization, Acknowledgment of PropertyInsurer..................................................................13 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES..........................................................................................................13 6.01 Supervision and Superintendence..............................:........................................................................13 6.02 Labor; Working Hours.............................................................................................................................14 6.03 Services, Materials, and Equipment....................................................................................................14 6.04 Progress Schedule..................................................................................................................................14 6.05 Substitutes and "Or-Equals"..................................................................................................................14 6.06 Concerning Subcontractors, Suppliers, and Others.........................................................................16 6.07 Patent Fees and Royalties.....................................................................................................................16 6.08 Permits.......................................................................................................................................................17 6.09 Laws and Regulations............................................................................................................................17 6.10 Taxes.........................................................................................................................................................17 General Conditions - 00700 -11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 6.11 Use of Site and Other Areas..................................................................................................................17 8.01 6.12 Record Documents................................................................................................................................18 8.02 6.13 Safety and Protection..............................................................................................................................18 8.03 6.14 Safety Representative............................................................................................................................18 8.04 6.15 Hazard Communication Programs.......................................................................................................18 8.05 6.16 Emergencies..............................................................................................................................................18 8.06 6.17 Shop Drawings and Samples................................................................................................................19 8.07 6.18 Continuing the Work................................................................................................................................20 8.08 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................20 8.09 6.20 Indemnification.........................................................................................................................................20 8.10 ARTICLE7 - OTHER WORK.....................................................................................................................................................21 7.01 Related Work at Site...............................................................................................................................21 7.02 Coordination.............................................................................................................................................21 ARTICLE 8 - OWNER'S RESPONSIBILITIES........................................................................................................................22 8.01 Communications to Contractor.............................................................................................................22 8.02 Replacement of ENGINEER.................................................................................................................22 8.03 Furnish Data.............................................................................................................................................22 8.04 Pay Promptly When Due........................................................................................................................22 8.05 Lands and Easements; Reports and Tests........................................................................................22 8.06 Insurance...................................................................................................................................................22 8.07 Change Orders.........................................................................................................................................22 8.08 Inspections, Tests, and Approvals.......................................................................................................22 8.09 Limitations on OWNER's Responsibilities..........................................................................................22 8.10 Undisclosed Hazardous Environmental Condition............................................................................22 8.11 Evidence of Financial Arrangements...................................................................................................22 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION....................................................................................22 9.01 OWNER'S Representative.....................................................................................................................22 9.02 Visits to Site..............................................................................................................................................22 9.03 Project Representative..............................................................................................................:............23 9.04 Clarifications and Interpretations..........................................................................................................23 9.05 Authorized Variations in Work...............................................................................................................23 9.06 Rejecting Defective Work.......................................................................................................................23 9.07 Shop Drawings, Change Orders and Payments...............................................................................23 9.08 Determinations for Unit Price Work......................................................................................................23 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work.........................23 9.10 Limitations on ENGINEER's Authority and Responsibilities...........................................................24 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS.............................................................................................................24 10.01 Authorized Changes in the Work..........................................................................................................24 10.02 Unauthorized Changes in the Work.....................................................................................................24 10.03 Execution of Change Orders.................................................................................................................24 10.04 Notification to Surety...............................................................................................................................25 10.05 Claims and Disputes...............................................................................................................................25 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK...................................................25 11.01 Cost of the Work......................................................................................................................................25 11.02 Cash Allowances.....................................................................................................................................27 11.03 Unit Price Work........................................................................................................................................27 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES.................................................28 12.01 Change of Contract Price.......................................................................................................................28 12.02 Change of Contract Times.....................................................................................................................29 12.03 Delays Beyond CONTRACTOR's Control..........................................................................................29 12.04 Delays Within CONTRACTOR's Control............................................................................................29 General Conditions - 00700 - III I'APublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 12.05 Delays Beyond OWNER's and CONTRACTOR's Control..............................................................29 12.06 Delay Damages.......................................................................................................................................29 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK...............................................................................................................................................29 17.01 13.01 Notice of Defects......................................................................................................................................29 17.02 13.02 Access to Work........................................................................................................................................29 17.03 13.03 Tests and Inspections.............................................................................................................................30 17.04 13.04 Uncovering Work.....................................................................................................................................30 17.05 13.05 OWNER May Stop the Work.................................................................................................................30 13.06 Correction or Removal of Defective Work..........................................................................................31 13.07 Correction Period.....................................................................................................................................31 13.08 Acceptance of Defective Work..............................................................................................................31 13.09 OWNER May Correct Defective Work.................................................................................................31 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION..............................................................................32 17.01 14.01 Schedule of Values.................................................................................................................................32 17.02 14.02 Progress Payments.................................................................................................................................32 17.03 14.03 CONTRACTOR's Warranty of Title......................................................................................................34 17.04 14.04 Substantial Completion...........................................................................................................................34 17.05 14.05 Partial Utilization......................................................................................................................................34 14.06 Final Inspection........................................................................................................................................35 14.07 Final Payment..........................................................................................................................................35 14.08 Final Completion Delayed......................................................................................................................35 14.09 Waiver of Claims......................................................................................................................................36 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.........................................................................................36 17.01 15.01 OWNER May Suspend Work................................................................................................................36 17.02 15.02 OWNER May Terminate for Cause......................................................................................................36 17.03 15.03 OWNER May Terminate For Convenience........................................................................................36 17.04 15.04 CONTRACTOR May Stop Work or Terminate..................................................................................37 17.05 ARTICLE 16 - DISPUTE RESOLUTION...................................................................................................................................37 16.01 Methods and Procedures.......................................................................................................................37 ARTICLE 17 - MISCELLANEOUS.............................................................................................................................................37 17.01 Giving Notice............................................................................................................................................37 17.02 Computation of Times.............................................................................................................................37 17.03 Cumulative Remedies.............................................................................................................................37 17.04 Survival of Obligations ............................................................................................................................37 17.05 Controlling Law........................................................................................................................................38 General Conditions - 00700 - IV FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th Sl to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 CON- TRACTOR 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 Docu- ments 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. 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 General Conditions - 00700 -1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_4_conditions of the Contract.docx CONTRACTOR submittals are not Drawings as so defined. 18. Effective Date of the Agreement --The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. ENGINEER --The individual or entity named as such in the Agreement. 20. ENGINEER's Consultant --An individual or entity having a contract with ENGINEER to furnish services as ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the Supplementary Conditions. 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 Completion 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 condi- tions 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. 38. Samples --Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 39. Shop Drawings --All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of the Work. 40. Site --Lands or areas indicated in the Contract Documents as being furnished by OWNER General Conditions - 00700 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_491h St to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx 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 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 General Conditions - 00700 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_CondiGons of the Contract.docx 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. ThA wc)rd "furnish," when -sed 61 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of CONTRACTOR, "provide" is implied. E. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish. 2.02 Copies of Documents A. OWNER shall furnish to CONTRACTOR up to ten copies of the Contract Documents. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times, Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Pro- ceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the ninetieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starting the Work A. CONTRACTOR shall start to perform the Work on the date when the Contract Times commence 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 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 General Conditions - 00700 - 4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_491h St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 3. a preliminary schedule of values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference 2.07 Initial Acceptance of Schedules A. Unless otherwise provided in the Contract Documents, at least ten days before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- ate will be held to review for acceptability to ENGI- NEER as provided below the schedules submitted in accordance with paragraph 2.05.8. 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 accept- able 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 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, General Conditions - 00700 - 5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th Sl to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 Docu- ments 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, ambigu- ity, or discrepancy unless CONTRACTOR 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 Amend- ment; (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: (6) a r'e'p' ^; (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 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 General Conditions - 00700 - 6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx lands in accordance with applicable Laws and Regula- tions. 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 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. 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 CONTRACTOR is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require change in the Contract Documents; or 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 General Conditions - 00700 - 7 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 Docu- ments 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 required by paragraph 4.03.A. 3. If OWNER and CONTRACTOR are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in paragraph 10.05. However, OWNER, ENGINEER, and ENGINEER's Consultants shall not be liable to CONTRACTOR for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by CONTRACTOR on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities, including OWNER, or by others. Unless it is otherwise expressly provided in the ' Supplementary Conditions: 1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness 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, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including OWNER, during construction, and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. ENGINEER will promptly review the Under- ground 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 conse- quences. 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'sjudgment are necessary to enable CON- TRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points General Conditions - 00700 - 8 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin8d Documents\Master Contract Documents\DIV 0_4_Condifions of the Conlract.docx 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. 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 accor- dance 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 General Conditions - 00700 - 9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0-4—Conditions of the Contract.docx by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this para- graph 4.06.E shall obligate OWNER to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by CONTRACTOR or by anyone for whom CONTRACTOR is responsible. Nothing in this paragraph 4.06.E shall obligate CONTRACTOR to indemnify any individual or entity from and against the consequences of that individual's or entity's own negli- gence. I. The provisions of paragraphs 4.02, 4.03, and 4.04 are not intended to apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds 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 "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. 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 5.01.13, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.6 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. tQ the Supple 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; General Conditions - 00700 - 10 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx 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 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 addi- tional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include completed operations insurance; 4. include contractual liability insurance covering CONTRACTOR's indemnity obligations under paragraphs 6.07, 6.11, and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or replacing defective Work in accordance with paragraph 13.07; and 7. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment (and CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supple- mentary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to OWNER and any such additional insured of continuation of such insurance at final payment and one year thereafter). 5.05 OWNER's Liability Insurance 5.06 Property Insurance 2. be va-We-A on a Build-er's Risk "all risk! baildiRgs, false werk, aad #4;r;al,; ;;nd General Conditions - 00700 - 11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 4 Conditions of the Contract.docx D. OWNER shall not be responsible for purchas- ing and maintaining any property insurance specified in this paragraph 5.06 to protect the interests of CONTRACTOR, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by CONTRACTOR, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. 5.07 Waiver of Rights €. C-AA.11NIFER waives— a!! Fights agaia6t GGISITRA TOR S6IbG RtF tG � �— mss, €�IGInl� -.€R, General Conditions - 00700 - 12 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condi6ons of the Contract.docx 5.08 Receipt and Application of Insurance Proceeds 5.09 Acceptance of Bonds and Insurance; Option to Replace 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in cover- age necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. CONTRACTOR shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of General Conditions - 00700 - 13 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx construction, but CONTRACTOR shall not be responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific 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 ENGI- NEER for acceptance (to the extent indicated 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 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 General Conditions - 00700 - 14 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin0d Documents\Master Contract Documents\DIV 0 4 Conditions of the Conlract.docx equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment ENGINEER determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. CONTRACTOR certifies that: (i) there is no increase in cost to the OWNER; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under paragraph 6.05.A.1, it will be considered a proposed substitute item. b. CONTRACTOR shall submit suffi- cient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. c. The procedure for review by ENGI- NEER will be as set forth in paragraph 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. d. CONTRACTOR shall first make written application to ENGINEER for review of a proposed substitute item of material or equipment that CONTRACTOR seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed substitute item will prejudice CONTRACTOR's achievement of Substantial 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 substitute item in connection with the Work is subject 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 estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute item. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute item. B. Substitute Construction Methods or Proce- dures: If a specific means, method, technique, se- quence, or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph 6.05.A.2. C. Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.13. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an `or equal." ENGINEER will advise CONTRACTOR in writing of any negative determination. D. Special Guarantee: OWNER may require CONTRACTOR to furnish at CONTRACTOR's ex- pense a special performance guarantee or other surety with respect to any substitute. E. ENGINEER's Cost Reimbursement. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitute proposed or submitted by CONTRACTOR pursuant to paragraphs 6.05.A.2 and 6.05.13 and in making changes in the Contract Documents (or in the General Conditions - 00700 - 15 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx 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 Subcon- tractor, Supplier, or other individual or entity (including those acceptable to OWNER as indicated in paragraph 6.06.13), whether initially or as a replacement, against whom OWNER may have reasonable objection. CON- TRACTOR shall not be required to employ any Sub- contractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom CONTRACTOR has reasonable 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 accor- dance 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 Subcontractor, 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 differ- ence 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 ENGI- NEER to reject defective Work. C. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other individual or entity, nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcon- tractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. E. CONTRACTOR shall require all Subcontrac- tors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to commu- nicate with ENGINEER through CONTRACTOR. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appro- priate 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 insur- ance 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 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 General Conditions - 00700 - 16 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_CondiGons of the Contract.docx 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, consumer, 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 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 General Conditions - 00700 - 17 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening_49th St to 69th St\1-Admin\13id Documents\Master Contract Docurnents\DIV O_4_Conditions of the Contract.docx 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 materials, rubbish, and other debris shall conform to applicable 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 ENGINEER 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 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 CON- TRACTOR or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.07.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. CONTRACTOR shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged be- tween or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies General Conditions - 00700 - 18 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV O_4_Conditions of the Contract.docx A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety 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, COW 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 ENGI- NEER. 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 General Conditions - 00700 - 19 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contracl.docx 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. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections called for by ENGI- NEER 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. B. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: observations by ENGINEER; 2. recommendation by ENGINEER or payment by OWNER of any progress or final payment; 3. the issuance of a certificate of Sub- stantial Completion by ENGINEER or any payment related thereto by OWNER; 4. use or occupancy of the Work or any part thereof by OWNER; 5. any acceptance by OWNER or any failure to do so; 6. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by ENGINEER; 7. any inspection, test, or approval by others; or 8. any correction of defective Work by OWNER. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage: 1. is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom; and 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the General Conditions - 00700 - 20 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx 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 CON- TRACTOR or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of CONTRAC- TOR 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 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 General Conditions - 00700 - 21 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 4.01 and 4.05. Paragraph 4.02 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by ENGINEER in preparing the Contract Documents. 8.06 Insurance A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. OWNER is obligated to execute Change Orders as indicated in paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in paragraph 13.03.6. 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 inter- vals appropriate to the various stages of construction 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 General Conditions - 00700 - 22 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx observations, ENGINEER, for the benefit of OWNER, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive'or continuous inspections on the Site to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defective Work. B. ENGINEER's visits and observations are subject to all the limitations on ENGINEER's authority and responsibility set forth in paragraph 9.10, and particularly, but without limitation, during or as a result of ENGINEER's visits or observations of CONTRACTOR's Work ENGINEER will not supervise, direct, control, or have authority over or be responsible for CONTRACTOR's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If OWNER and ENGINEER agree, ENGI- NEER will furnish a Resident Project Representative to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and 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 prompt- ness such written clarifications or interpretations of the requirements of the Contract Documents as ENGI- NEER 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 compat- ible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be aGGGMPIiShed by a Field Qrdt;r And will he hindiA9 on OWNER RAGI R11130 C-C-AITRAGTOR, who shall PeFfeicm the Work to agree on entitle-mmant to or on the @11TIGUAt OF A-AR-FIt-, 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 CON- TRACTOR the ENGINEER's preliminary determina- tions on such matters before rendering a written deci- sion 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 CONTRAC- TOR, subject to the provisions of paragraph 10.05. 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work General Conditions - 00700 - 23 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 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 exer- cise such authority or responsibility or the undertaking, exercise, or performance of any authority or respon- sibility by ENGINEER shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcontractor, 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 accor- dance with the Contract Documents. C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontrac- tor, any Supplier, or of any other individual or entity performing any of the Work. D. ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibil- ity set forth in this paragraph 9.10 shall also apply to ENGINEER's Consultants, Resident Project Repre- sentative, and assistants. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If OWNER and CONTRACTOR are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6.16 or in the case of uncovering Work as provided in paragraph 13.04.B. 10.03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1. changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01.A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or General Conditions - 00700 - 24 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid DocumentsWaster Contract Documents\DIV O_4_Conditions of the Contract.docx 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 pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regula- tions, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility. The amount of each applicable Bond will be adjusted to reflect the effect of any such change. 10.05 Claims and Disputes A. Notice: Written notice stating the general nature of each Claim, dispute, or other matter shall be delivered by the claimant to ENGINEER and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be delivered to the ENGINEER and the other party to the Contract within 60 days after the start of such event (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim, dispute, or other matter). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of paragraph 12.01.13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of paragraph 12.02.6. 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 afterthe 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 10.05.13, 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 General Conditions - 00700 - 25 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in paragraph 11.01.B. 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 connec- tion 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 paragraph 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 tempo- rary 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 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 General Conditions - 00700 - 26 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening 49th St to 69th Sl\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx of them may be liable. Such losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining CONTRACTOR's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. When the Cost of the Work is used to determine the value of a Change Order or of a Claim, the cost of premiums for additional Bonds and insurance required because of the changes in the Work or caused by the event giving rise to the Claim. j. When all the Work is performed on the basis of cost-plus, the costs of premiums for all Bonds and insurance CONTRACTOR is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- pals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by CONTRACTOR, whether at the Site or in CONTRACTOR's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.01.A.1 or specifically covered by paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the CONTRACTOR's fee. 2. Expenses of CONTRACTOR's princi- pal and branch offices other than CONTRACTOR's office at the Site. 3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 4. Costs due to the negligence of CON- TRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraphs 11.01.A and 11.01.6. C. CONTRACTOR's Fee: When all the Work is performed on the basis of cost-plus, CONTRACTOR's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, CONTRACTOR's fee shall be determined as set forth in paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to paragraphs 11.01.A and 11.01.6, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated .for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11.03 Unit Price Work General Conditions - 00700 - 27 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations 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 adequate 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: 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 paragraphs 11.01.A.1 and 11.01.A.2, the CONTRACTOR's fee shall be 15 percent; b. for costs incurred under paragraph 11.01.A.3, the CONTRACTOR's fee shall be five percent; c. where one or more tiers of subcon- tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and CONTRACTOR will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under paragraphs 11.01.A.4, 11.01.A.5, and 11.01.6; 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 General Conditions - 00700 - 28 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widen!ng_49th St to 69th St\1-Adm1n\13id Documents\Master Contract Documents\DIV 0_4_Condifions of the Contract.docx 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 Amend- ment. 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 ENGI- NEER 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 CONTRACTOR. 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 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 OWN- ER, independent testing laboratories, and govern- mental 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. General Conditions - 00700 - 29 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0-4—Conditions of the Contract.docx 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish ENGINEER the required certificates of inspec- tion or approval. D. CONTRACTOR shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for OWNER's and ENGINEER's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to OWNER and ENGINEER. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by CON- TRACTOR without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered 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 promptness 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 necessary labor, material, and equipment. If it is found that such Work is defective, CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observa- tion, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and OWNER shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, OWNER may make a Claim therefor as provided in paragraph 10.05. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a Claim therefor as provided in paragraph 10.05. 13.05 OWNER May Stop the Work General Conditions - 00700 - 30 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 4 Conditions of the Contract.docx 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 A. 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 replace- ment (including but not limited to all costs of repair or replacement of work of others) will be paid by CONTRACTOR. B. daAte if 69 PMVided 4R the SpeGifiGatiGRS GF by C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. D. CONTRACTOR's obligations under this paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER's recommendation of final pay- ment, ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall pay all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to OWNER's evaluation of and determination to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by CONTRACTOR pursuant to this sentence. If any such acceptance occurs prior to ENGINEER's recommen- dation 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 para- graph 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 provi- sion 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, General Conditions - 00700 - 31 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_conditions of the Contract.docx 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 exten- sion 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 ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments 1. At least 20 days before the date established for each progress payment (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that OWNER has received the materials and equip- ment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect OWNER's interest therein, all of which must be satisfactory to OWNER. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied on account to discharge CONTRACTOR's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications 1. ENGINEER will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- TRACTOR may make the necessary corrections and resubmit the Application. 2. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations on the Site of the executed Work as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of ENGINEER's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents General Conditions - 00700 - 32 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx (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 pay- ment 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) inspections 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 responsibilities specifically as- signed to ENGINEER in the Contract Docu- ments; 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 ENGINEER's opinion to protect OWNER from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Written Amendment or Change Orders; c. OWNER has been required to correct defective Work or complete Work in accor- dance with paragraph 13.09; or d CAIGIAICCA has agfi-aI L. owledge of C. Payment Becomes Due D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly General Conditions - 00700 - 33 FAPublic Warks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\13id Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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. ple+e ENGINEER EER .. gill pFepaFe and deliVer+e OWN E Shall fiX the ,diate of e„hstaRtial Cempletien. TheFe Gh—All he .,+ aGheal +e the Ge. -Ii -ate list of items it^—hoe—GGFn letedO;—wFFested befc�e—final payment. OWNER sha;II have 6eveR days after FeGelpt ads IF ..hiGh to make WFi++eR CNI(_INICCI7 as +e .+ pFeyisieR6 of the t#....... If, after ser+sideratiea of 9WTlE�i's 94E1 9RG ENIGINIEERa. nsffi lero +he Wnro L , ,hotnn tialljhsemplete, ENGINEER ..611 ..6+hin said 14 days list A -f UP -M.5; t9 be GOFnpletEld 9 ' $ €NGINIE€R believes justified after Gemple+ion CNlQNICCI? Will aleli"er +e QAfNlCo npd 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, maybe accomplished prior to Substantial Com- pletion of all the Work subject to the following condi- tions. 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 substantially 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 com- plete, 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 Com- pletion of that part of the Work and the division General Conditions - 00700 - 34 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditons of the Contract.docx 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) 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 anyway be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, CONTRACTOR 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 obser- vation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the Application for Payment to OWNER for payment. At the same time ENGINEER will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.09. Otherwise, ENGINEER will return the Application for Payment to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 14.08 Final Completion Delayed A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed, and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for Payment and recommendation of ENGINEER, and without terminat- ing the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.0 1, 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. General Conditions - 00700 - 35 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by CONTRAC- TOR against OWNER other than those previously made in writing which are still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER May Suspend Work A. At any time and without cause, OWNER may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. GGNITR_4.GTGR shall be A -flowed an aEljustment in the mph 195. 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 Con- tract 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 Docu- ments prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; General Conditions - 00700 - 36 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx 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 termina- tion. 15.04 CONTRACTOR May Stop Work or Terminate A. If, through no act or fault of CONTRACTOR, the Work is suspended for more than 90 consecutive days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, then CONTRACTOR may, upon seven days written notice to OWNER and ENGINEER, and provided OWNER or ENGINEER do not remedy such suspension or failure within that time, terminate the Contract and recover from OWNER payment on the same terms as provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or remedy, if ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, er any Gum fiRally d8t8FMiR8d tQ 138 Gil '44, 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 General Conditions - 00700 - 37 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SAI-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Agreement. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. General Conditions - 00700 - 38 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th Sl to 69th SAI-Admin\Bid Documents\Master Contract Documents\DIV 0_4_Conditions of the Contract.docx SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS Table Of Content Article Title Page Number SECTION 00800 - SUPPLEMENTARY CONDITION TO THE GENERAL CONDITIONS .........................1 TableOf Content.......................................................................................................................... 1 SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS .................... 2 SC -1.00 Introduction.......................................................................................................................... 2 SC -1.01 Defined Terms....................................................................................................................... 2 SC -1.02 Terminology..........................................................................................................................2 SC -2.05 Before Starting Construction................................................................................................ 2 SC -2.06 Preconstruction Conference................................................................................................. 3 SC -3.06 Coordination of Plans, Specifications, and Special Provisions..............................................3 SC -4.02 Subsurface and Physical Conditions......................................................................................4 SC -5.01 Performance, Payment and Other Bonds.............................................................................4 SC -5.03 Certificates of Insurance.......................................................................................................4 SC -5.04 CONTRACTOR's Liability Insurance.......................................................................................4 SC -5.05 OWNER's Liability Insurance.................................................................................................5 SC -5.06 Property Insurance................................................................................................................ 6 SC -5.07 Waiver of Rights....................................................................................................................7 SC -5.08 Receipt and Application of Insurance Proceeds...................................................................7 SC -5.09 Acceptance of Bonds and Insurance; Option to Replace......................................................7 SC -6.02 Labor; Working Hours...........................................................................................................7 SC -6.06 Concerning Subcontractors, Suppliers, and Others..............................................................8 SC -6.08 Permits..................................................................................................................................8 SC -9.05 Authorized Variations in Work..............................................................................................8 SC -11.01 Cost of the Work............................................................................................................... 8 SC -13.03 Test and Inspections..........................................:..............................................................9 SC -13.05 OWNER May Stop the Work............................................................................................. 9 SC -13.07 Correction Period..............................................................................................................9 SC -14.02 Progress Payments..........................................................................................................10 SC -14.04 Substantial Completion...................................................................................................10 SC -14.07 Final Payment..................................................................................................................11 SC -15.01 OWNER May Suspend Work...........................................................................................11 SC -15.02 OWNER May Terminate For Cause.................................................................................11 SC -15.04 CONTRACTOR May Stop Work or Terminate..................................................................12 SC -16 Dispute Resolution..............................................................................................................12 SC -16.02 Mediation........................................................................................................................12 SC -17 Miscellaneous.....................................................................................................................12 SC -17.06 Liens................................................................................................................................12 +++ END OF THIS SUPPLEMENTARY CONDITIONS INDEX +++ Supplementary Conditions - 00800-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d DocumentsWaster Contract Documents\DIV O S Conditions of the Contract.docx IRC -1505 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 Add the following language to the end of GC 1.01.A.20. ENGINEERS's Consultant: Phase 1A: Arcadis U.S. Inc. 1500 Gateway Boulevard, Suite 200 Boynton Beach, FL 33426 Phase 113: Kimley-Horn & Associates, Inc. 445 24th Street, Suite 200, Vero Beach, FL 32960 SC -1.01.A.21. Delete paragraph GC 1.01.A.21 in its entirety. SC -1.02 Terminology SC -1.02.D.1, 2, and 3 Delete paragraphs GC -1.02.D.1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1. The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install" shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide" shall mean to furnish and install services, materials, or equipment complete and ready for intended use. SC -2.05 Before Starting Construction SC -2.05.C. Delete paragraph GC 2.05.0 in its entirety and insert the following paragraph in its place: C. Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required ;of the Subcontractor has been so obtained and approved. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with Article 13. Supplementary Conditions - 00800-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0 —5—Conditions of the Contract.docx IRC -1505 SC -2.06 Preconstruction Conference SC -2.06 Delete paragraph GC -2.06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work, the Project Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in paragraph 2.05.6, 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 i *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 Supplementary Conditions - 00800-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d DocumentsWaster Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions 6. Approved Shop Drawings 7. Drawings 8. Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. SC -4.02 Subsurface and Physical Conditions SC -4.02 Add the following new paragraphs immediately after paragraph GC -4.02.8: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Roadway Soil Survey: Geotechnical Engineering Services Reportfor Proposed Roadway Improvements Along 66th Avenue. Dated April 14, 2006 D. Reports and drawings itemized in SC -4.02.0 are not included with the Bidding Documents. Copies may be examined at Indian River County Purchasing Division, 1800 27th Street, Building "B", Vero Beach, FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 200016th 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: Supplementary Conditions - 00800-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 0_5_Conditions of the Contract.docx IRC -1505 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. 2. Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Premises/Operations b. Products/Completed Operations C. Contractual Liability d. Independent Contractors e. Explosion f. Collapse g. Underground. 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a. Owned Autos b. Hired Autos C. Non -Owned Autos. 4. Special Requirements: a. Ten (10) days. prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. b. "Indian River County Florida" will be named as "Additional Insured" on both the General Liability and Auto Liability. C. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. d. An appropriate "Indemnification" clause shall be made a provision of the Contract (see paragraph 6.20 of the General Conditions). e. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements, which are subject to modification in response to high hazard operation. g. Insured must be authorized to do business and have an agent for service of process in Florida and have Best's Rating of A -VII or better. D. Additional Insureds: 1. The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. Indian River County. Florida b. Indian River Farms Water Control District 0RFWCD) Supplementary Conditions - 00800-5 R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, 8, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 1. include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5. allow for partial utilization of the Work by OWNER; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC -5.06 shall comply with the requirements of paragraph 5.06.0 of the General Conditions. SC -5.06.E Delete paragraph GC -5.06.E in its entirety and insert the following in its place: E. Additional insureds: Supplementary Conditions - 00800-6 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: a. Indian River County, Florida b. Indian River Farms Water Control District 0RFWCD) SC -5.07 Waiver of Rights SC -5.07 Delete GC -5.07 (paragraphs A, 8, and C) in its entirety. SC -5.08 Receipt and Application of Insurance Proceeds SC -5.08 Delete GC -5.08 (paragraphs A and 8) 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 -6.02.6. Add the following paragraphs immediately after paragraph GC -6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. Supplementary Conditions - 00800-7 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_5_Conditions of the Contract.docx IRC -1505 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 C-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: The OWNER has obtained the following permits (copies of these permits are contained in Appendix A): A. St. Johns River Water Management District - Permit No. 87006-13, dated 11/17/2020 B. St. Johns River Water Management District - Permit No. 69244-6, dated 12/15/2020 C. Indian River Farms Water Control District - Permit No. 18-03, dated 08/01/2017 D. Department of the Army - Permit No. SAJ-2017-01526 (NW -JCL), dated 07/17/2017 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 -9.05 Authorized Variations in Work SC -9.05.A. Delete the second sentence in paragraph GC -9.05.A in its entirety. 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 - 2.06.6) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. Supplementary Conditions - 00800-8 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 SC -13.03 Test and Inspections SC -13.03.13. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: 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 13.03.1) below; 2. costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.04.13 shall be paid as provided in said paragraph 13.04.13; 3. tests otherwise specifically provided in the Contract Documents. SC -13.05 OWNER May Stop the Work 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 CON- TRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. SC -13.07 Correction Period SC -13.07A. Delete the firstsentence 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 Supplementary Conditions - 00800-9 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Adm1n\Bid DocumentsWaster Contract Documents\DIV 0_5_Conditions of the Contract.docx IRC -1505 B. In special circumstances where a particular item of equipment is placed in continuous service before Final Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. SC -14.02 Progress Payments SC -14.02.B.5. Delete paragraph GC-14.02.B.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.8.5. Add the following sentences at the end of paragraph GC -14.02.8.5: e. OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.0.1 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 orthe 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 Supplementary Conditions - 00800-10 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 0_5_Conditons of the Contract.docx IRC -1505 Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC -14.0413 Add the following new paragraph immediately after paragraph GC 14.048: C. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees SC -14.07 Final Payment SC -14.07.C.1. Delete paragraph GC -14.07.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the "Local Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq. SC -15.01 OWNER May Suspend Work SC -15.01.A Delete the last sentence in paragraph GC -15.01.A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10.05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such Work suspension. SC -15.02 OWNER May Terminate For Cause SC -15.02.A.5 and SC -15.02.A.6 Add the following new paragraphs immediately after paragraph GC - 15.02.A.4: 5. CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers. 7. CONTRACTOR certifies that it and its related entities 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 its related entities 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. Supplementary Conditions - 00800-11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 OWNER may terminate this Contract if CONTRACTOR 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 CONTRACTOR, 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: SC -15.04 Delete the following text from the second sentence of paragraph GC -15.04.A: 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 Supplementary Conditions - 00800-12 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d DocumentsWaster Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 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++ Supplementary Conditions - 00800-13 F:\Public Works\ENGINEERING DIVISION PROJECTSM05-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0 5 Conditions of the Contract.docx IRC -1505 SECTION 00942 - Change Order Form No. DATE OF ISSUANCE: EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) OWNER's Project No. IRC -1505 OWNER'S Bid No. 2021018 FM No.: 436379-1-54-01 & 436379-1-54-02 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from $ previous Change Orders No. to Contract Price prior to this Change $ Order: Net increase (decrease) of this $ Change Order: Contract Price with all approved $ Change Orders: ACCEPTED: By: CONTRACTOR (Signature) Date: CHANGE IN CONTRACTTIMES Description Time Original Contract Time: (days or dates) Substantial Completion: Final Completion: Net change from previous Change Orders No. to (days) Substantial Completion: Final Completion: Contract Time prior to this Change Order: (days or dates) Substantial Completion: Final Completion: Net increase (decrease) this Change Order: (days or dates) Substantial Completion: Final Completion: Contract Time with all approved Change Orders: (days or dates) Substantial Completion: Final Completion: RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: Change Order Form — 00942 I'APublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 0_6_Condibons Of the Contract.docx SECTION 00948 - Work Change Directive DATE OF ISSUANCE: IRC -1505 No. _ EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Project: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) OWNER's Project No. IRC -1505 OWNER'S Bid No. 2021018 FM No.: 436379-1-54-01 & 436379-1-54-02 You are directed to proceed promptly with the following changes: Description: Reason for Change Order: Attachments: (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices [l Unit Prices II Lump Sum F] Other: M By Change Order: Estimated increase (decrease) of this Work Change Directive If the change involves an increase, the estimated amount is not to be exceeded without further authorization. ACCEPTED: By: CONTRACTOR (Signature) RECOMMENDED: Method of determining change in Contract Times ❑ Contractor's Records [l Engineer's Records II Other: ❑ By Change Order: Estimated increase (decrease) in Contract Times: Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated time is not to be exceeded without further authorization. By: ENGINEER (Signature) Date: ** END OF SECTION** APPROVED: By: OWNER (Signature) Work Change Directive — 00948 HPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 0_6_Conditions of the Contract.docx Division 1— General Requirements, IRC -1505 DIVISION 1- GENERAL REQUIREMENTS DIVISION 1- GENERAL REQUIREMENTS SECTION 01009 - SPECIAL PROVISIONS SECTION 01024 - FORCE ACCOUNT SECTION 01050 - FIELD ENGINEERING AND LAYOUT SECTION 01091- REFERENCE STANDARDS SECTION 01215 - GENERAL QUALITY CONTROL SECTION 01220 - PROGRESS MEETINGS SECTION 01310 - CONSTRUCTION SCHEDULES SECTION 01340 - SUBMITTAL OF SHOP DRAWINGS SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01541- PROTECTION OF THE WORK AND PROPERTY SECTION 01550 - ACCESS ROADS, PARKING AREAS AND USE OF PUBLIC STREETS SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT SECTION 01611- STORAGE OF MATERIAL AND EQUIPMENT SECTION 01630 - SUBSTITUTIONS SECTION 01710 - SITE CLEANUP AND RESTORATION SECTION 01820 - POST FINAL INSPECTION F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 SECTION 01009 - SPECIAL PROVISIONS 1.1 GENERAL A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. I B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41St Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D. In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental. Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. ,In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. + + END OF SECTION + + Special Provisions - 01009-1 R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 SECTION 01024 - FORCE ACCOUNT. 1 1 (;FNFRAI A. 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 ++ Force Account - 011024-1 FAPubI1c Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 SECTION 01050 - FIELD ENGINEERING AND LAYOUT 1.1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B. Develop and make all detail surveys and measurements needed for construction including but .not limited to, slope stakes, batter boards, piling layouts and all other working lines, elevations and cut sheets. C. Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D. Provide all material required for benchmarks, control points, batter boards, grade stakes, and other items. E. Be solely responsible for all locations, dimensions and levels. No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings. F. Safeguard all points, stakes, grademarks, monuments and benchmarks made or established on the Work, and reestablish same, if disturbed. Rectify all Work improperly installed because of not maintaining, not protecting or removing without authorization such established points, stakes, marks and monuments. G. When requested by the ENGINEER, provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR. Do no excavation or embankment work until all cross -sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. 1.2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents. Immediately notify the ENGINEER upon discovery of any errors, inaccuracies or omissions in the survey data. The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate, without any reasonably inferable errors, inaccuracies or omissions. Field Engineering and Layout - 01050-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\13id Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 B. The CONTRACTOR shall carefully preserve all control stakes, benchmarks, reference points and property corners and will be responsible for any mistake or loss of time caused by their unnecessary loss or disturbance. If the loss or disturbance of the stakes or marks cause a delay in the Work, the CONTRACTOR shall have no claim for damages or extension of time. Control stakes, benchmarks, reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Surveyor and Mapper, at the CONTRACTOR's expense. In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due the CONTRACTOR for the work performed under this Contract. C. All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D. All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. M161felff0Iu3iZTL• A. CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet. 1.4 LAYOUT OF STRIPING A. Establish by instrument, and mark the finished surface, the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications. ++ END OF SECTION ++ Field Engineering and Layout - 01050-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 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 Reference Standards - 01091-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U. L., Inc. Underwriter's Laboratories, Inc. SSPC Steel Structures Painting Council SJRWMD St. Johns River Water; Management District C. When no reference is made to a code, standard or specification, the standard specifications of ASTM, FDOT, or ANSI shall govern. D. In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard, the more stringent requirement prevails. + + END OF SECTION + + Reference Standards - 01091-2 F:\PublieWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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. General Quality Control - 01215-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 1.5 PROJECT PHOTOGRAPHS/VIDEOS A. The CONTRACTOR shall make provisions, at his expense, for photographs and video tapes of all work areas just prior to construction, and for unusual conditions during construction. The photographs and videos shall show pertinent physical features along the line of construction. The purpose of the videos is to determine any damage to private or public property during construction. The video must be performed by a professional videographer. B. Pre -Construction Photographs and Video: 1. Contractor shall provide the Owner with photographs and video record and one copy of the existing conditions prior to construction. These photographs and videos shall be a standard DVD format and shall be narrated. 2. The photographs and video shall include, but not be limited to, the following items shown in a clear manner: 1) All existing features within the right-of-way. 2) All existing features within the temporary construction easement. 3) All existing features within permanent easements. 4) All existing features adjacent to any construction. 3. Detail of the photographs and video shall be such that the following examples shall be clear and visible: 1) Cracks in walls. 2) Condition of fencing. 3) Condition of planted areas and types of vegetation. 4) Condition of sodded areas. 5) Conditions of sprinkler systems and associated controls and wiring. 6) Condition of signs. 7) Conditions of lighting and associated wiring. 8) Significant detail of any pre-existing damages physical features shall be shown. The coverage of the photographs and video should include the limits of effects of the use of vibratory rollers. 9) These photographs and video record shall be presented and approved by the Owner prior to the Notice to Proceed. A copy shall be kept in the Contractor's field office. 10) Payment — No additional payment will be made for this work. ++ END OF SECTION ++ General Quality Control - 01215-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1GENERAL REQUIREMENTS.docx Division 1– General Requirements, IRC -1505 SECTION 01220 - PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. iiiwlguII►lIutil►�-wiD _ ► go A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. ++ END OF SECTION ++ Progress Meetings - 01220-1 F:Tublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 SECTION 01310 - CONSTRUCTION SCHEDULES 1.1 GENERAL REQUIREMENTS A. No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand. B. Designate'an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports. This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules. 1.2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated) progress schedules on a monthly basis the CONTRACTOR shall: A. Indicate the progress of each activity to the date of submission. B. Show changes occurring since the previous submission listing: 1. Major changes in scope. 2. Activities modified since the previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective action recommended and its effect. 3. The effect of changes on schedules of other prime contractors. 1.3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement, submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month's application for payment. Construction Schedules - 01310-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th Sl\1-Admin\Bid Documents\Master Contract Documents\DN 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 + + Construction Schedules - 01310-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 A. 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. Submittal of Shop Drawings - 01340-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings, product data, and samples are set forth in paragraph 6.17 of the General Conditions and as further explained herein. B. Prior to submission, thoroughly check shop drawings, product data, and samples for completeness and for compliance with the Contract Documents, verify all dimensions and field conditions, and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means, methods, techniques, sequences and operations of construction, safety precautions and programs incidental thereto, all of which are the CONTRACTOR's responsibility. 1. It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents. 2. Incomplete or inadequate submittals will be returned for revision without review. C. The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals. The CONTRACTOR shall approve the shop drawings based on his in -the -field measurements, prior to submittal to the ENGINEER for his review. D. Notify the ENGINEER, in writing at the time of submission, of deviations in submittals from the requirements of the Contract Documents. The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals, unless the ENGINEER gives written acceptance of specific deviations. E. Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed. Submittal of Shop Drawings - 01340-2 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_Qth St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 180127th 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] Submittal of Shop Drawings - 01340-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Contractor: Division 1—General Requirements, IRC -1505 1 CONTRACTOR SUBMITTALS SUBMITTAL NO. i Date Sent to County No. Copies Sent to County [:],Original Submittal ❑ Re -Submittal Project Name: 66TH AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) Project No.: IRC -1505 ❑ Shop Drawing ❑ Cut Sheet ' ❑ Other Description: Sub -Contractor: Remarks: ********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks: ********************************************************** * I IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 180127th Street ; No. Copies Ret'd Vero Beach, FI. 32960 Remarks: 1 Distribution of Copies: IRC Engineering Division ` Office File i Field Office File Submittal of Shop Drawings - 01340-4 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL ' REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of two (2) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. NOT Approved - Resubmit If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". One (1) electronic copy of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or "Approved as Noted", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a submittal is unacceptable, sone (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 without 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 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. ' Submittal of Shop Drawings - 01340-5 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 P. ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this, for the Shop Drawings being revised and resubmitted, and for time required to return the approved Shop Drawings to CONTRACTOR. Q. Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals. All costs to ENGINEER involved with subsequent submittals of Shop Drawings, Samples or other items requiring approval, will be back -charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions. If the CONTRACTOR requests a substitution for a previously approved item, all of ENGINEER'S costs in the reviewing and approval of the substitution will be back - charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. ++ END OF SECTION ++ Submittal of Shop Drawings - 01340-6 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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. 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. Construction Facilities and Temporary Controls - 01520-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th St\1-Admin\8id Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 B. TEMPORARY SANITARY FACILITIES 1. Provide temporary toilet facilities separate from the job office. Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job. Provide enough chemical toilets to conveniently serve the needs of all personnel. Properly seclude toilet facilities from public observation. 2. Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances. Immediately correct any facilities or maintenance methods failing to meet these requirements. Upon completion of work, remove the facilities from the premises. 1.4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public, workmen, and materials, and provide for the security of the site, both day and night. 1.5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1.6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities, services, and controls and legally dispose of them as soon as the work is complete. The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. ++ END OF SECTION ++ Construction Facilities and Temporary Controls - 01520-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 forthe preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS CONTRACTOR's responsibility for the maintenance of barricades, signs, lights, and for providing watchmen shall continue until OWNER accepts the Project. 1.3 TREE AND PLANT PROTECTION A. Protect existing trees, shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting, breaking or skinning of trunk, branches, bark or roots. Protection of the Work and Property - 01541-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th Sl to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 B. Do not store or park materials or equipment within the drip line of trees that are to remain. C. Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D. Fires shall not be permitted under or adjacent to trees and plants. E. Within the limits of the Work, water trees and plants that are to remain, in order to maintain their health during construction operations. F. Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible. Protect root systems from mechanical damage and damage by erosion, flooding, run-off or noxious materials in solution. G. If branches or trunks are damaged, prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use. H. Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I. Coordinate Work in this Section with requirements of other sections herein. 1.4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities. The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2) days. Irrigation systems partially within the right-of-way and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 1.5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures: 1. Underground structures are defined to include, but not be limited to, all sewer, water, gas, and other piping, and manholes, chambers, electrical conduits, tunnels and other existing subsurface work located within or 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 Protection of the Work and Property - 01541-2 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 independently verified by the OWNER or the ENGINEER. Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate. The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages, which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities. The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures, nor for temporary bracing and shoring of same. If it is necessary to shore, brace, or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3. Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction. 4. Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services. Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance, interruption, and restoration in the appropriate line item in the Contract. 5. Where it is necessary to temporarily interrupt house or business services, the CONTRACTOR shall notify the owner or occupant, both before the interruption (24- hour minimum), and again immediately before service is resumed. Before disconnecting and pipes or cables, the CONTRACTOR shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6. Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location, to prevent damage to them and to prevent interruption of the services which such structures provide. If CONTRACTOR damages an underground structure, restore it to original condition at CONTRACTOR's expense. 7. Necessary changes in the location of the Work may be made by ENGINEER, to avoid unanticipated underground structures. 8. If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract 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. Protection of the Work and Property - 01541-3 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1 -Admi n\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 damaged structure. i D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 1.6 DAMAGE TO EXISTING STRUCTURES ANDIUTILITIES 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. Protection of the Work and Property - 01541-4 I'APublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL i REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 + + Protection of the Work and Property - 01541-5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 Docu- ments. 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 ++ Access Roads, Parking Areas and use of Public Streets - 01550-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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. FIWAQ: IA1TJta ll 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, Contractor shall inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. Transportation and Handling of Materials and Equipment - 01610-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 ++ Transportation and Handling of Materials and Equipment - 01610-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 ++ Storage of Material and Equipment -01611-1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 manufac- turers, and construction methods (if specified). 1. After end of specified period, requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B. Submit 5 copies of Request for Substitution. Submit a separate request for each substitution. In addition to requirements set forth in Article 6.05 of General Conditions, include in the request the following: 1. For products or manufacturers: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature with product description, performance and test data, and reference standards. c. Samples, if appropriate. Substitutions - 01630-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1 -Admi n\Bid Documents\Master Contract Documents\DIV 1_GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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. 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. Substitutions - 01630-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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 used, 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 ++ Substitutions - 01630-3 F:\PublicWorksNENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 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: 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. 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, or damaged during construction. Particular attention will be placed on restoration of canals to equal or better condition than prior to construction. Site Cleanup and Restoration - 01710-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1—General Requirements, IRC -1505 H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. I. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, IRFWCD 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 ++ Site Cleanup and Restoration - 01710-2 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t•Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 1— General Requirements, IRC -1505 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 + + Post Final Inspection - 01820-1 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 1 GENERAL REQUIREMENTS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 DIVISION 2 - TECHNICAL PROVISIONS Table of Contents DIVISION 2 -TECHNICAL PROVISIONS..................................................................................................... 1 SECTION 001 -TECHNICAL SPECIFICATIONS............................................................................................. 3 SECTION004 - SCOPE OF WORK.............................................................................................................. 3 SECTION 101- MOBILIZATION................................................................................................................. 3 SECTION 102 - MAINTENANCE OF TRAFFIC............................................................................................... 4 SECTION 104 - PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION .............. 7 SECTION 109 - FIELD OFFICE.................................................................................................................. 17 SECTION 110 - CLEARING AND GRUBBING............................................................................................. 17 SECTION 120 - EXCAVATION AND EMBANKMENT.................................................................................. 19 SECTION 121- FLOWABLE FILL............................................................................................................... 20 SECTION 160-STABILIZING................................................................................................................... 20 SECTION 285 - OPTIONAL BASE COURSE................................................................................................ 21 SECTION 286 -TURNOUT CONSTRUCTION............................................................................................. 21 SECTION 327 - MILLING OF EXISTING ASPHALT PAVEMENT..................................................................... 22 SECTION 334 - SUPERPAVE ASPHALT CONCRETE.................................................................................... 22 SECTION 337 - ASPHALT CONCRETE FRICTION COURSES......................................................................... 22 SECTION 339 - MISCELLANEOUS ASPHALT PAVEMENT........................................................................... 23 SECTION 350 - CEMENT CONCRETE PAVEMENT...................................................................................... 23 SECTION 400 - CONCRETE STRUCTURES................................................................................................. 24 SECTION 415 - REINFORCING FOR CONCRETE......................................................................................... 25 SECTION 425 - INLETS, MANHOLES, AND JUNCTION BOXES.................................................................... 25 SECTION 430 - PIPE CULVERTS............................................................................................................... 27 SECTION 440 - UNDERDRAIN................................................................................................................. 28 SECTION 450 - STRUCTURAL STEEL AND MISCELLANEOUS METALS......................................................... 28 SECTION 455 - STRUCTURES FOUNDATIONS.......................................................................................... 29 SECTION 458 - BRIDGE DECK JOINTS...................................................................................................... 30 SECTION 460 - STRUCTURAL STEEL AND MISCELLANEOUS METALS......................................................... 30 SECTION 514 - PLASTIC FILTER FABRIC(GEOTEXTILE).............................................................................. 30 SECTION 520 - CONCRETE GUTTER, CURB ELEMENTS AND TRAFFIC SEPARATOR ...................................... 31 SECTION 521- CONCRETE BARRIERS, TRAFFIC RAILING BARRIERS, AND PARAPETS .................................. 31 SECTION 522 - CONCRETE SIDEWALK AND DRIVEWAYS.......................................................................... 32 SECTION 523 - PATTERNED PAVEMENT................................................................................................. 32 SECTION 527 - DETECTABLE WARNINGS................................................................................................ 32 SECTION530 - RIPRAP.......................................................................................................................... 33 SECTION536 - GUARDRAIL................................................................................................................... 33 SECTION550 - FENCING........................................................................................................................ 34 SECTION 570 - PERFORMANCE TURF..................................................................................................... 34 SECTION 580 - LANDSCAPE AND IRRIGATION......................................................................................... 37 SECTION 590 - IRRIGATION................................................................................................................... 37 SECTION630 - CONDUIT....................................................................................................................... 37 SECTION632 - SIGNAL CABLE..........................:..................................................................................... 38 SECTION 633 - COMMUNICATION CABLE.........:..................................................................................... 38 SECTION 635 - PULL, SPLICE AND JUNCTION BOXES................................................................................ 39 SECTION 639 - ELECTRICAL POWER SERVICE ASSEMBLIES....................................................................... 39 Division 2 — Technical Provisions - 01025-1 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 641- PRESTRESSED CONCRETE POLES...................................................................................... 40 SECTION 646 -ALUMINUM POLES, PEDESTALS, AND POSTS.................................................................... 40 SECTION 649 - GALVANIZED STEEL POLES, MAST ARMS AND MONOTUBE ASSEMBLIES ........................... 40 SECTION 650 - VEHICULAR TRAFFIC SIGNAL ASSEMBLIES........................................................................ 41 SECTION 653 - PEDESTRIAN SIGNAL ASSEMBLIES................................................................................... 41 SECTION 660 -VEHICLE DETECTION SYSTEM.......................................................................................... 42 SECTION 665 - PEDESTRIAN DETECTION SYSTEM.................................................................................... 42 SECTION 670 -TRAFFIC CONTROLLER ASSEMBLIES................................................................................. 42 SECTION 682 -VIDEO EQUIPMENT........................................................................................................ 43 SECTION 684 - NETWORK DEVICES........................................................................................................ 43 SECTION 685 -TRAFFIC CONTROL SYSTEM AUXILIARIES......................................................................... 44 SECTION 700 - HIGHWAY SIGNING........................................................................................................ 44 SECTION 705 - OBJECT MARKERS AND DELINEATORS............................................................................. 45 SECTION 706 - RAISED RETROREFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE ................ 45 SECTION 711 -THERMOPLASTIC PAVEMENT MARKINGS........................................................................ 45 SECTION 715 - HIGHWAY LIGHTING SYSTEM.......................................................................................... 46 SECTION 999 - RECORDS/AS-BUILTS...................................................................................................... 47 SECTION 1000 - WATER AND SEWER UTILITIES....................................................................................... 56 SECTION 1050,1055 & 1080 - UTILITY PIPE/ UTILITY FITTINGS AND FIXTURES .......................................... 57 Division 2 — Technical Provisions - 01025-2 F:\PubficWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th Sl\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 -Technical Provisions, IRC -1505 Phase 1 SECTION 001- TECHNICAL SPECIFICATIONS STANDARD SPECIFICATIONS A. All work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction, January 2015 (except for Bridge and Signal Plans which are 2016 Edition), and Supplemental Specification, Special Provisions and addenda thereto, except as modified and supplemented hereinafter. Reference to Article numbers herein -after apply to the FDOT Standard Specifications, and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative. Wherever the Specifications, Supplementals, etc. may refer to the "Owner", "Department", "State of Florida Department of Transportation", or words relating to offices of State Government, such words shall be taken as meaning Owner or Indian River County, Florida. Wherever the word "Owner's Engineer", "District Engineer", "Engineer", "Project Engineer", etc., appears, it shall be taken to mean the Registered Professional Project Engineer of the Indian River County Public Works Department, Engineering Division acting directly or through duly authorized representatives. Wherever the word "Resident Engineer" appears, it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County, assigned to observe the progress quantity and quality of the work. The work to be performed for utility work (if any) shall conform to the applicable technical specifications of the "Indian River County Department of Utility Services, Water, Wastewater, and Reclaimed Water Utility Construction Standards" March, 2018 or the current version. SECTION 004 - SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 101- MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. A. The Contractor shall maintain all grassed and landscaped areas within the project limits in a satisfactory condition until final acceptance of the project. Such maintenance within the limits of construction shall include the mowing of all existing grassed areas within the Right -of -Way, removal of all trash and debris on a weekly basis, and keeping vegetation trimmed on all sidewalks. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. Division 2 — Technical Provisions - 01025-3 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 01011 - Mobilization — Per Lump Sum Phase 113 Bid Item No. 101-1- Mobilization/Demobilization — Per Lump Sum SECTION 102 - MAINTENANCE OF TRAFFIC; The work specified in this item shall conform to Section 102 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, except as modified herein. A. GENERAL PROVISIONS -DESCRIPTION: The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period, including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities; the providing and maintenance temporary drainage, temporary signalization and temporary lighting, the providing of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the, safety and convenience of the public as well as for minimizing public nuisance; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at or before the pre -construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the'workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan, alternate proposals will be considered when they are found to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer.' Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. ' Division 2 — Technical Provisions - 01025-4 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_491h St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. The Contractor shall be responsible for performing daily inspections, including weekends and holidays, with some inspections at nighttime, of the installations on the project and replace all equipment and devices not conforming with the approved standards during that inspection. The project personnel will be advised of the schedule of these inspections and be given the opportunity to join in the inspection as is deemed necessary. C. TRAFFIC CONTROL - STANDARDS: The FDOT Design Standards For Design, Construction, Maintenance and Utility Operations On The State Highway System, Edition as dated on the plans set forth the basic principles and prescribes minimum standards to be followed in the design, application, installation, maintenance and removal of all traffic control devices and all warning devices and barriers which are necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional traffic control devices warning devices, barriers or other safety devices will be required where unusual, complex or particularly hazardous conditions exist. The above referenced standards were developed using F.H.W.A., U.S.D.O.T. Manual on Uniform Traffic Control Devices (MUTCD). D. TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALLATION: The responsibility for installation and maintenance of adequate traffic control devices, warning devices and barriers, for the protection of the travel in public and workmen, as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to recommendations of the Engineer. The required traffic control devices, warning devices and barriers shall be erected by the Contractor prior to creation of any hazardous condition and in conjunction with any necessary re-routing of traffic. The Contractor shall immediately remove, turn or cover any devices or barriers which do not apply to existing conditions. All traffic control devices shall conform to MUTCD standards and shall be clean and relatively undamaged. Damaged devices diminishing legibility and recognition, during either night or day conditions, are not acceptable for use. E. NO WAIVER OF LIABILITY: The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article, and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F. Contractor's Maintenance of Traffic Plan shall maintain continuous vehicular traffic on 66th Avenue at all times. The Contractor shall maintain one lane of traffic at all times during 66th Avenue cross drain culvert constructions. The Contractor may elect to close through traffic for a period not to exceed 120 calendar days per roadway during the construction of the following bridges: Division 2— Technical Provisions -01025-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 a. 53rd Street Bridge over Lateral "A" Canal b. 61st Street Bridge over Lateral "A" Canal c. 65th Street Bridge over Lateral "A" Canal d. 69th Street Box Culvert over Lateral "A" Canal The Contractor may also elect to close the following roadways at the same time: Alternative 1 • 53rd Street • 61st Street Alternative 2 • 57th Street • 65th Street Please note the not to exceed 120 total calendar days will apply to both closing alternatives (i.e. Alternative 1; closings 53rd St, 61st St. cannot exceed 120 calendar days total). G. The Changeable Variable Message Sign shall be used as necessary. The location, message, and duration shall be as directed by Engineer. Changeable Variable Message Signs shall be included in Bid Item for Maintenance of Traffic — per Lump Sum as required by the Contractor's Maintenance of Traffic Plan. H. In addition to above, the Contractor shall comply with INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION in Appendix C. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0102 1- Maintenance of Traffic — Per Lump Sum Phase 1B Bid Item No. 102-1- Maintenance of Traffic — Per Lump Sum Division 2 — Technical Provisions - 01025-6 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 104 - PREVENTION CONTROL AND ABATEMENT OF EROSION AND WATER POLLUTION PART 1—GENERAL 1 1 CrY1PF A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction. site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release — separate and independent discharges are required. C. Pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual and other references as may be applicable or required by regulatory permits. D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's Work as a result of failure to comply with this Section, the Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual.. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. F, Submit to SJRWMD a "Notice to District of Dewatering Activity" (SJRWMD Form No. 40C- 2.900(12)) prior to commencement of dewatering in accordance with F.A.C. 40C-2.042(9). Provide a copy of the Notice to Indian River County. Division 2 — Technical Provisions - 01025-7 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\150566th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.6 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. Provide copies of all approved permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications or requirements between permits, the more stringent specification or requirement shall govern. C. Pay for all required water quality sampling and laboratory tests. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans, permits, and these Specifications; and the installed system has been examined by the OWNER for compliance. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut -down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans, specifications, contract documents, and permits. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. Immediately report all water quality Division 2 — Technical Provisions - 01025-8 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th Sl\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 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. 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. I C. "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. Maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County, Florida Department of Environmental Protection (FDEP) and other applicable regulatory agencies for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certifiedl erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County, FDEP, and all applicable regulatory agencies. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" (located at the end of this Section). 1.6 "POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. With respect to this Section and as may be further defined in paragraphs 1.6.13, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant Division 2 — Technical Provisions - 01025-9 R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL ' PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Body An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric,turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62- 302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as by overland flow. If the discharge water's TSS and turbidity measurements exceed pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge is defined to be polluted. D. When Pollution Always Occurs The discharge from a construction site or work area is defined to be polluted whenever the pH of"the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, orl (4) Concentrated pollutants. E. Above paragraphs 1.6.13, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the'construction site, the OWNER may report the violations to Indian River County Stormwater Ehforcement, 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. Polvacrylamide: 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 Division 2 — Technical Provisions - 01025-10 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 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: 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 Dewaterine or Pumoing Oaerations Usine Filter Baes: 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. (1-8007591-2284). Division 2 — Technical Provisions - 01025-11 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 c. 0'r 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-feetlonger than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448-3636). b. Or equivalent. F. Catch Basin Protection: 1: Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to,be used to lift the sack from the basin; and a colored restraint chord approximately, halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800-448- 3636). b. "FloGuard+PLUS," supplied by Kristar Enterprises, Inc. (1-800-579-8819). C. Or equivalent. G. Construction Site Egress Driveways: Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels. Construct a crushed rock driving surface at the vehicle exit point(s). Locate the site egress driveways a minimum of 25 feet from all drainage inlets or pipes. Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area. Provide wash - down stations as required to wash vehicle tires and retain all washwater on-site. Do not use limerock. H. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1. Crushed Limerock: Limerock shall not be used under any circumstance. 2. Acceptable Material: FDOT #4 non -calcareous aggregate, washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction, Section 901. Division 2 —Technical Provisions - 01025-12 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 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 6.13.8. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0104-2 — Prevention, Control & Abatement of Erosion and Water Pollution —per Lump Sum Phase 1B Bid Item No. 104-2 — Prevention, Control & Abatement of Erosion and Water Pollution —Per Lump Sum [The remainder of this page was left blank intentionally] Division 2 — Technical Provisions - 01025-13 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_ 4Qth St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project: 66th AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET), 66th Avenue (49th Street to 69th Street), Vero Beach, Florida 32967 STATE OF COUNTY OF Personally, before me the undersigned authority, appeared stated as follows: 1. This sworn statement is submitted by the PERMITTEE, whose business address is and (if applicable) its Federal Identification No.(FEIN) is 2. My name is who upon oath duly administered, 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 Division 2 — Technical Provisions - 01025-14 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment of life or property, including outdoor recreation unless authorized by applicable law." 5. 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 UNTIL Final Acceptance of the Project by the OWNER. 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. CONTRACTOR understands that it may be liable for these and other penalties if offsite pollution occurs as a result of activities associated with the Project. 8. Transfer of Ownership or County Issued Permits: (a) Transfer of Interest in Real Property: Within twenty-one (21) days of any transfer of ownership or control of the real property at which the permitted activity, facility, or system is located or authorized, the Permittee shall notify in writing, both the Indian River County Engineering Division and the Indian River County Stormwater Division of the transfer. Permittee shall provide the name, mailing address, and telephone number of the transferee and a copy of the instrument effectuating the transfer. Said notification is in addition to notifying the County Attorney's Office as required by County Code. (b) Transfer of a County Permit. To transfer a County issued permit, Permittee must provide (1) the information required in Item 8(a); (2) a written statement from the proposed_ transferee that it will be bound by all terms and conditions of the permit; and (3) a new "Permittee's Affidavit" form properly executed by the transferee. Upon proper receipt of these items the County shall transfer the permit to the transferee. (c) Permittee is encouraged to request a permit transfer prior to the sale or legal transfer of the real property at which a permitted facility, system, or activity is located or authorized. However, the transfer shall not be effective prior to the sale or legal transfer. (d) An "Illicit Discharge Sign" must be present at the site at the time of transfer. Replacement or additional signs may be obtained from the Indian River County Public Works Department at a cost of $30.00 per sign. Division 2 — Technical Provisions - 01025-15 FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Under penalty of perjury, PERMITTEE declares that it has read the foregoing affidavit and the facts stated in it are true. I FURTHER AFFIANT SAYETH NAUGHT Permittee: Authorized Signature: (if signing as Owners Agent, attach Letter of Authorization to Sign from.Owner) t Printed Name: i Date: Work Telephone: i Mobile Telephone: Email Address: STATE OF COUNTY OF Sworn to (or affirmed) and subscribed before me by means of ❑ physical presence or ❑ online notarization, this day of 20___, by (name of person making statement). (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) ❑ who is personally known to me or ❑ who has produced as identification. ++ END OF SECTION ++ Division 2 — Technical Provisions - 01025-16 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 109 - FIELD OFFICE The Specifications for Field Office (Contractor) shall include furnishing and installing a Construction Field Office within the Project Limits in accordance with these Specifications. It is the Contractor's responsibility to clean the inside of the building and provide furnishings. The building shall be a double wide converted shipping container with R-13 insulation in the walls and roof, pre -finished interior walls, tile floor with vinyl base, 8 feet high, pre -finished interior ceiling panels, and adequate fluorescent lighting. This unit shall also include air-conditioning, heat, and sufficient space to hold progress meetings. Each room shall have at least one (1) weatherproof window and two electrical and data outlets. Each window shall be a minimum of 8 square feet, be screened and able to be opened and closed to provide adequate ventilation. Equip each outside door with a deadbolt lock. The container office shall be made with durable, high quality materials that meet national, state and local building, electrical, and mechanical codes. The Building shall be equipped with tables and chairs to accommodate meetings for a minimum of 12 people. The field office shall be ready for use no later than ten (10) calendar days after the date the Contract is fully executed and before any other work is started, and shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Owner. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. IRC 1— Field Office — Per Lump Sum SECTION 110 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction with the following modifications: A. Prior to any clearing and grubbing, the contractor will stake the right-of-way. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, in- cluding pavement and sidewalks. B. No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved, after a review of the project site with the Contractor's representative. Division 2 — Technical Provisions - 01025-17 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 C. Where the final pavement or structural work will be close to existing trees, the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization, structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots. If directed by the Engineer or where shown on the drawings, work shall be done by hand in order to protect the trees. D. The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures. The Contractor shall not pull hair or major root structures. All severed roots shall be sawn clean and paint with pruning paint. Stumps, roots, etc., shall be completely removed and disposed of by the Contractor. Undesirable, dead, and/or damaged trees (as so designated by the Engineer) shall be removed. E. All trees to be removed shall be disposed off site; burning will be strictly prohibited. F. All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for transplanting is required, this work shall be done in cooperation with the Owner and at no additional expense to the Owner. G. All items to be removed shall be excavated to their full depth. All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge. (See Paragraph C, Special Provisions) The Contractor shall transport the culverts to the County's storage yard. All metal castings for catch basins, manholes, or other structures shall 'be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Any culverts, structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. H. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. I. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Division 2 — Technical Provisions - 01025-18 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0110 11- Clearing & Grubbing — Per Lump Sum Bid Item No. 0110 3 - Removal of Existing Structure (Dwelling) - Per Each 53rd Street Bridge Bid Item No. 110-3 - Demolition and Removal of Existing Bridge — Per Lump Sum North Relief Canal Bridge Bid Item No. 110-3 - Demolition and Removal of Existing Bridge — Per Lump Sum 57rd Street Bridge Bid Item No. 110-3 - Demolition and Removal of Existing Sidewalks and Barriers — Per Lump Sum Phase 1B Bid Item No. 110-1-1- Clearing & Grubbing — Per Acre Bid Item No. 110-7-1- Mail Box F & I — Per Each 611t Street Bridge Bid Item No. 110-3 - Removal of Existing Structures/ Bridge — Per Square Foot 651t Street Bridge Bid Item No. 110-3A - Removal of Existing Structures/ Bridge — Per Square Foot SECTION 120 - EXCAVATION AND EMBANKMENT A. Earthwork, including earthwork for drives outside the right-of-way limits, shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the FDOT Standard Specifications for Road and Bridge Construction. Such price and payment shall specifically include all cost of any roadway, lateral ditch or canal, and final dressing operations. B. Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors. C. Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill, isolated swale bottom locations, isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation. Approximately 2.0 ft of subsoil excavation is required in sublateral canals. Cost of replacement embankment shall be included in cost of subsoil excavation. Contractor shall coordinate with county representative prior to any subsoil excavation. Division 2 — Technical Provisions - 01025-19 F:\PubficWorks\ENG1NEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Adm1n\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 D. Embankment - General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: Roadway Design Standard Index No. 505, Embankment Utilization Details is modified by the addition of the following: Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0120 1- Regular Excavation —Per Cubic Yard Bid Item No. 0120 5 — Channel Excavation (Lake Excavation) — Per Cubic Yard Bid Item No. 0120 6 — Embankment, Compacted in Place -Per Cubic Yard Phase 113 Bid Item No. 120-1— Regular Excavation — Per Cubic Yard Bid Item No. 120-4 — Subsoil Excavation — Per Cubic Yard Bid Item No. 120-5 — Channel Excavation - Per Cubic Yard Bid Item No. 120-6 — Embankment - Per Cubic Yard SECTION 121- FLOWABLE FILL The work specified in this item shall conform to Section 121 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 012170 — Flowable Fill, — Per Cubic Yard SECTION 160 - STABILIZING Division 2 —Technical Provisions - 01025-20 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 A. Section 160 is modified by the addition of the following: "The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines, and grades shown in the plans." Minimum L.B.R. = 40 - No under -tolerance. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0160 4 - Type B Stabilization - Per Square Yard Phase 113 Bid Item No. 160-4 - Type "B" Stabilization - Per Square Yard SECTION 285 - OPTIONAL BASE COURSE A. Sub Article 285-4 is modified by the addition of the following: Base material, thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used. No additional payment will be made for base thickness in excess of the specified thickness Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 285709 — Optional Base, Base Group 09 — Per Square Yard Phase 113 Bid Item No. 285-709 — Optional Base, Base Group 09 — Per Square Yard SECTION 286 - TURNOUT CONSTRUCTION The work specified in this item shall conform to Section 286 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Division 2 — Technical Provisions - 01025-21 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 0286 1—Turnout Construction —Per Square Yard Bid Item No. 0286 2 —Turnout Construction -Asphalt — Per Ton Phase 1B Bid Item No. 286-1— Turnout Construction — Per Square Yard SECTION 327 - MILLING OF EXISTING ASPHALT PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1'B Bid Item No. 327-70-01— Milling Existing Asphalt Pavement (1" Avg. Depth) — Per Square Yard SECTION 334 - SUPERPAVE ASPHALT CONCRETE The work specified in this item shall conform to Section 334 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Sub article 334-8.1 through 334-8.3 — Basis of Payment shall be deleted in its entirety. Sub article 334-8.4 — Payment shall be amended as follows: Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0334 113 —Superpave Asphaltic Concrete, Traffic C, SP -12.5 — Per. Ton Phase 1B Bid Item No. 334-1-13 — Superpave Asphalt Concrete, (SP -12.5) (Traffic C) (2" Thick) - Per Ton SECTION 337 - ASPHALT CONCRETE FRICTION COURSES The work specified in this item shall,conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Sub article 337-12.1 through 337-12.3 — Basis of Payment shall be deleted in its entirety. Sub article 337-12.4 — Payment shall be amended as follows: Division 2 — Technical Provisions - 01025-22 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0337 7 82 — Asphaltic Concrete Friction Course, Traffic C, FC -9.5, PG 76-22 w/Polymer, — Per Ton Phase 113 Bid Item No. 337-7-82 —Asphaltic Concrete Friction Course (FC -9.5) (Traffic C) (1" Thick) — Per Ton SECTION 339 - MISCELLANEOUS ASPHALT PAVEMENT The work specified in this item shall conform to Section 339 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0339 1- Miscellaneous Asphalt Pavement - Per Ton 53rd Street Bridge Bid Item No. 339-1- Miscellaneous Asphalt —Per Ton North Relief Canal Bridge t Bid Item No. 339-1- Miscellaneous Asphalt— Per Square Foot Phase 1B Bid Item No. 339-1- Miscellaneous Asphalt Pavement —Per Ton SECTION 350 - CEMENT CONCRETE PAVEMENT The work specified in this item shall conform to Section 350 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0350 3 1— Plain Cement Concrete Pavement, 6" — Per Square Yard Division 2 — Technical Provisions - 01025-23 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 400 - CONCRETE STRUCTURES The work specified in this item shall conform to Section 400 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0400 12 — Concrete Class I, Endwalls - Per Cubic Yard 53rd Street Bridge Bid Item No. 400-2-4 —Class II Concrete for Closure Pours Between Deck Units —Per Cubic Yard Bid Item No. 400-2-5 —Class II Concrete for Pile Caps —Per Cubic Yard Bid Item No. 400-2-4A — Class II Concrete — Per Cubic Yard (Sidewalks) Bid Item No. 400-2-10 — Class II Concrete — Per Cubic Yard (Approach Slab) North Relief Canal Bridge Bid Item No. 400-2-4 —Class II Concrete for Closure Pours Between Deck Units— Per Cubic Yard Bid Item No. 400-2-5 — Class II Concrete for Pile Caps — Per Cubic Yard Bid Item No. 400-2-4A — Class II Concrete — Per Cubic Yard (Sidewalks & Median) Bid Item No. 400-2-10 — Class II Concrete — Per Lump Sum (Approach Slab) 57rd Street Bridge Bid Item No. 400-2-4 —Class II Concrete —Per Cubic Yard (Sidewalks) Bid Item No. 400-2-10 — Class II Concrete - Per Cubic Yard (Approach Slab) Phase 1B Bid Item No. 400-1-2 — Class I Concrete (Endwall) - Per Cubic Yard Bid Item No. 400-2-2 —Class II Concrete (Endwall) —Per Cubic Yard Bid Item No. 400-4-1 — Reinforced Concrete Box Culvert (12'X10') — Per Linear Foot 61St Street Bridge Bid Item No. 400-2-4 — Class II Concrete, Superstructure — Per Cubic Yard Bid Item No. 400-2-5 — Class II Concrete, Substructure — Per Cubic Yard Bid Item No. 400-2-10 — Class II Concrete, Approach Slabs — Per Cubic Yard Bid Item No. 400-4-4 — Class VI Concrete, Superstructure — Per Cubic Yard Bid Item No. 400-148 — Plain Neoprene Bearing Pads — Per Cubic Foot 655' Street Bridge Bid Item No. 400-2-4A — Class II Concrete, Superstructure — Per Cubic Yard Bid Item No. 400-2-5A — Class II Concrete, Substructure — Per Cubic Yard Bid Item No. 400-2-10A — Class II Concrete, Approach Slabs — Per Cubic Yard Bid Item No. 400-4-4A — Class VI Concrete, Superstructure — Per Cubic Yard Division 2 — Technical Provisions - 01025-24 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 400-148A — Plain Neoprene Bearing Pads — Per Cubic Foot SECTION 415 - REINFORCING FOR CONCRETE The work specified in this item shall conform to Section 415 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 415-1-4 — Reinforcing Steel — Per Pound Bid Item No. 415-1-5 — Reinforcing Steel — Per Pound Bid Item No. 415-1-4A— Reinforcing Steel — Per Pound (Sidewalks) Bid Item No. 415-1-9 — Reinforcing Steel — Per Pound North Relief Canal Bridge Bid Item No. 415-1-4 — Reinforcing Steel — Per Pound Bid Item No. 415-1-5 — Reinforcing Steel — Per Pound Bid Item No. 415-1-4A — Reinforcing Steel — Per Pound (Sidewalks) Bid Item No. 415-1-9 — Reinforcing Steel — Per Lump Sum 57rd Street Bridge Bid Item No. 415-1-9 — Reinforcing Steel — Per Pound (Sidewalks) Bid Item No. 415-1-9A — Reinforcing Steel — Per Pound (Approach Slabs) Phase 1B Bid Item No. 415-1-1— Reinforcing Steel (Roadway) — Per Pound 61St Street Bridge Bid Item No. 415-1-4 — Reinforcing Steel, Bridge Superstructure — Per Pound Bid Item No. 415-1-5 — Reinforcing Steel, Bridge Substructure — Per Pound Bid Item No. 415-1-9 — Reinforcing Steel, Approach Slab — Per Pound 655" Street Bridge Bid Item No. 415-1-4A — Reinforcing Steel, Bridge Superstructure — Per Pound Bid Item No. 415-1-5A — Reinforcing Steel, Bridge Substructure — Per Pound Bid Item No. 415-1-9A — Reinforcing Steel, Approach Slab — Per Pound SECTION 425 - INLETS, MANHOLES, AND JUNCTION BOXES Division 2 — Technical Provisions - 01025-25 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 The work specified in this item shall conform to Section 425 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0425 1351 — Inlets, Curbs, Type P-5, <10' - Per Each Bid Item No. 0425 1361 — Inlets, Curb, Type P-6, <10'— Per Each Bid Item No. 0425 1451 — Inlets, Curb, Type J-5, <10'— Per Each Bid Item No. 0425 1461 — Inlets, Curb, Type J-6, <10 — Per Each Bid Item No. 0425 1521 — Inlets, Ditch Bottom, Type C, <10 — Per Each Bid Item No. 0425 2 41— Manholes, P-7, <10'— Per Each Bid Item No. 0425 2 71— Manholes, J-.7,'<10'— Per Each Bid Item No. 0425 2 72 — Manholes, J-7! >10'— Per Each Bid Item No. 0425 2 73 — Manholes, J-7, Partial —Per Each Bid Item No. IRC 2 — Control Structure — Per Each Bid Item No. IRC 3 — Conflict Structure — Per Each Phase 113 Bid Item No. 425-1-351— Inlets (Curb)'(Type P-5) (<10') - Per Each Bid Item No. 425-1-361— Inlets (Curb)'(Type P-6) (<10') - Per Each Bid Item No. 425-1-451— Inlets (Curb) (Type J-5) (<10') - Per Each Bid Item No. 425-1-452 — Inlets (Curb) (Type J-5) (>10') - Per Each Bid Item No. 425-1-452A — Inlets (Curb) (Type J-5) (Control Structure w/Internal Weir) - Per Each Bid Item No. 425-1-461— Inlets (Curb) ,(Type J-6) (<10') - Per Each Bid Item No. 425-1-462 — Inlets (Curb) (Type J-6) (>10') - Per Each Bid Item No. 425-1-521— Inlets (DT Bot) (Type C) (<10') - Per Each Bid Item No. 425-1-521A— Inlets (DT Bot) (Type C) (<10') (Control Structure w/External Skimmer) - Per Each Bid Item No. 425-1-531— Inlets (DT Bot) (Type C Mod.) (<10') (Back of SWK Inlet) - Per Each Bid Item No. 425-1-541— Inlets (DT Bot) (Type D) (<10') - Per Each Bid Item No. 425-1-541A— Inlets (DT Bot) (Type D) (<10') (Control Structure w/External Skimmer) - Per Each Bid Item No. 425-1-543 — Inlets (DT Bot) (Type D) (<10') (w/J Bottom) - Per Each Bid Item No. 425-1-559 — Inlets (DT Bot) (Type E) (>10') (Control Structure w/Internal Weir) - Per Each i Bid Item No. 425-1-581— Inlets (DT Bot) (Type H) (<10') (Control Structure w/Internal Weir) - Per Each Bid Item No. 425-1-713 — Inlets (Gutter) (Valley) (J -Bottom) — Per Each Bid Item No. 425-1-910 — Inlets (Closed Flume) — Per Each Bid Item No. 425-2-61— Manholes (P-8) (<10') — Per Each Bid Item No. 425-2-71— Manholes (J-7) (<10') (Conflict Structure) — Per Each Bid Item No. 425-2-72 — Manholes (J-7) (>10') — Per Each Division 2 — Technical Provisions - 01025-26 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL { PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 430 - PIPE CULVERTS The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. IRC 4 — Pipe Culvert, Schedule 80 PVC, Round, 8" — Per Linear Foot Bid Item No. 430 175 118 — Pipe Culvert, RCP, Round, 18" S/CD — Per Linear Foot Bid Item No. 430 175 118A — Pipe Culvert, CAP, Round, 18" S/CD — Per Linear Foot Bid Item No. 430 175 124 — Pipe Culvert, RCP, Round, 24" S/CD — Per Linear Foot Bid Item No. 430175 124A — Pipe Culvert, CAP, Round, 24" S/CD — Per Linear Foot Bid Item No. 430 175 130 — Pipe Culvert, RCP, Round, 30" S/CD — Per Linear Foot Bid Item No. 430175 130A — Pipe Culvert, CAP, Round, 30" S/CD — Per Linear Foot Bid Item No. 430 175 136 — Pipe Culvert, RCP, Round, 36" S/CD — Per Linear Foot Bid Item No. 430 175 142 — Pipe Culvert, RCP, Round, 42" S/CD — Per Linear Foot Bid Item No. 430 175 148 — Pipe Culvert, RCP, Round, 48" S/CD — Per Linear Foot Bid Item No. 430 175 166 — Pipe Culvert, RCP, Round, 66" S/CD — Per Linear Foot Bid Item No. 430 175 360 — Pipe Culvert, RCP, Elliptical, 48" x 76" S/CD — Per Linear Foot Bid Item No. 430 982 125 — Mitered End Section, RCP, 18" — Per Each Phase 1B Bid Item No. 430-175-115 — Pipe Culvert (RCP) (Round) (15" SS) — Per Linear Foot Bid Item No. 430-175-118 — Pipe Culvert (RCP) (Round) (18" SS) — Per Linear Foot Bid Item No. 430-175-118A — Pipe Culvert (CAP) (Round) (18" SS) — Per Linear Foot Bid Item No. 430-175-124 — Pipe Culvert (RCP) (Round) (24" SS) — Per Linear Foot Bid Item No. 430-175-124A — Pipe Culvert (CAP) (Round) (24" SS) — Per Linear Foot Bid Item No. 430-175-130 — Pipe Culvert (RCP) (Round) (30" SS) — Per Linear Foot Bid Item No. 430-175-130A — Pipe Culvert (CAP) (Round) (30" SS) — Per Linear Foot Bid Item No. 430-175-136 — Pipe Culvert (RCP) (Round) (36" SS) — Per Linear Foot Bid Item No. 430-175-136A — Pipe Culvert (CAP) (Round) (36" SS) — Per Linear Foot Bid Item No. 430-175-142 — Pipe Culvert (RCP) (Round) (42" SS) — Per Linear Foot Bid Item No. 430-175-142A — Pipe Culvert (CAP) (Round) (42" SS) — Per Linear Foot Bid Item No. 430-175-148 — Pipe Culvert (RCP) (Round) (48" SS) — Per Linear Foot Bid Item No. 430-175-148A — Pipe Culvert (CAP) (Round) (48" SS) — Per Linear Foot Bid Item No. 430-175-160 — Pipe Culvert (RCP) (Round) (60" SS) — Per Linear Foot Bid Item No. 430-175-166 — Pipe Culvert (RCP) (Round) (66" SS) — Per Linear Foot Bid Item No. 430-175-215 — Pipe Culvert (ERCP) (12"X18" SS) — Per Linear Foot Bid Item No. 430-175-218 — Pipe Culvert (ERCP) (14"X23" SS) — Per Linear Foot Bid Item No. 430-175-236 — Pipe Culvert (ERCP) (29"X45" SS) — Per Linear Foot Bid Item No. 430-964-3 — PVC Pipe (8") (Sch 80) — Per Linear Foot Bid Item No. 430-982-123 — Mitered End Section (Conc.) (15" CD) — Per Each Division 2 — Technical Provisions - 01025-27 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 430-982-125 — Mitered End Section (Conc.) (18" CD) — Per Each Bid Item No. 430-982-623 — Mitered End Section (Conc.) (12"X18" CD) — Per Each Bid Item No. 430-982-625 — Mitered .End Section (Conc.) (14"X23" CD) — Per Each SECTION 440 - UNDERDRAIN The work specified in this item shall conform to Section 440 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0440 1 10 - Underdrain with Sock Filter (4" Diameter) -Per Linear Foot Bid Item No. 0440 1 10A - Underdrain with Sock Filter (8" Diameter) - Per Linear Foot Bid Item No. 0440 7 34 - Underdrain with Sock Filter (10" Diameter) -Per Linear Foot Bid Item No. 0440 7 35 - Underdrain with Sock Filter (12" Diameter) - Per Linear Foot Phase 1B Bid Item No. 440-1-20 — Underdrain - Per Linear Foot Bid Item No. 440-1-60 — Rock Drain - Per Linear Foot SECTION 450 - STRUCTURAL STEEL AND MISCELLANEOUS METALS The work specified in this item shall conform to Section 450 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 12450-88-18A - Prestressed Precast Deck Units (18" x 4'-3" x 36'-0") - Per Linear Foot Bid Item No. 12450-88-18B - Prestressed Precast Deck Units (18" x 4'-6" x 36'-0") - Per Linear Foot North Relief Canal Bridge Bid Item No. 12450-88-15A - Prestressed Precast Deck Units (15" x 4'-5" x 14'-0") - Per Linear Foot Bid Item No. 12450-88-15B - Prestressed Precast Deck Units (15" x 4'-8" x 14'-0") - Per Linear Foot Bid Item No. 12450-88-15C - Prestressed Precast Deck Units (15" x 4'-5" x 34'-0") - Per Linear Foot Bid Item No. 12450-88-15D - Prestressed Precast Deck Units (15" x 4'-8" x 34'-0") - Per Linear Foot Division 2 — Technical Provisions - 01025-28 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th Sl to 69th St\l-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Phase 1B 611t Street Bridge i Bid Item No. 450-3-14 — Prestressed Slab Units, Width 48", Thickness 18" — Per Linear Foot Bid Item No. 450-3-24 — Prestressed Slab Units, Width 60", Thickness 18" — Per Linear Foot 65st Street Bridge Bid Item No. 450-3-14A — Prestressed Slab Units, Width 48", Thickness 18" — Per Linear Foot Bid Item No. 450-3-24A— Prestressed Slab Units, Width 60", Thickness 18" — Per Linear Foot SECTION 455 - STRUCTURES FOUNDATIONS The work specified in this item shall conform to Section 455 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 455-133-2 — 18" Square x 70'-0" Minimum (Test Pile —Abutment) —Per Linear Foot Bid Item No. 455-34-2 — 18" Square x 55'-0" Minimum (Abutment) — Per Linear Foot Bid Item No. 455-34-2A — 14" Square x 50'-0" Minimum (Wing Bent) — Per Linear Foot Bid Item No. 455-137 — Pile Dynamic Load Testing — Per Lump Sum Bid Item No. 455-14-5 — 8" x 8'-0" x 12'-0" Sheet Wall — Per Linear Foot North Relief Canal Bridge Bid Item No. 455-34-3 — 18" Square x 75'-0" Minimum (Test Pile —Abutment) — Per Linear Foot Bid Item No. 455-34-3A— 18" Square x 60'-0" Minimum (Abutment) — Per Linear Foot Bid Item No. 455-34-313 — 14" Square x 30'-0" Minimum (Wing Bent) — Per Linear Foot Bid Item No. 455-34-3C — 18" Square x 100'-0" Minimum (Intermediate Bent) — Per Linear Foot Bid Item No. 455-34-3D — 18" Square x 60'-0" Minimum (Debris Pile — Intermediate Bent) — Per Linear Foot Bid Item No. 455-34-3E — 18" Square x 85'-0" Minimum (Intermediate Bent) — Per Linear Foot Bid Item No. 455-137 — Pile Dynamic Load Testing — Per Lump Sum Bid Item No. 455-133 — 8" x 8'-0" x 14'-0" Sheet Wall — Per Linear Foot Phase 113 611t Street Bridge Bid Item No. 455-34-3 — Prestressed Concrete Piling, 18" SQ— Per Linear Foot Bid Item No. 455-143-3 — Test Piles -Prestressed Concrete, 18" SQ— Per Linear Foot 65st Street Bridge Bid Item No. 455-34-3A,— Prestressed Concrete Piling, 18" SQ— Per Linear Foot Division 2 — Technical Provisions - 01025-29 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening -49th Sl to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 455-143-3A—Test Piles -Prestressed Concrete, 18" SQ— Per Linear Foot SECTION 458 - BRIDGE DECK JOINTS The work specified in this item shall cohform to Section 458 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1B 61St Street Bridge Bid Item No. 458-1-11— Bridge Deck Expansion Joint, New Construction, F&I Poured Joint with Backer Rod — Per Linear Foot 655Y Street Bridge Bid Item No. 458-1-11A— Bridge Deck Expansion Joint, New Construction, F&I Poured Joint with Backer Rod — Per Linear Foot SECTION 460 - STRUCTURAL STEEL AND MISCELLANEOUS METALS The work specified in this item shall conform to Section 460 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 460-70-2 - Aluminum Bicycle Bullet Barrier Railing - Per Linear Foot North Relief Canal Bridge Bid Item No. 460-70-2 - Aluminum Pedestrian Bullet Barrier Railing — Per Linear Foot Bid Item No. 460-70-3 — Concrete Traffic Railing Barrier (Shoulder) with Spread Footing (Index No. 410, Sheet No; 5 Of 22) — Per Linear Foot 57rd Street Bridge Bid Item No. 460-70-2- Aluminum Pedestrian/ Bicycle Bullet Barrier Railing— Per Linear Foot SECTION 514 - PLASTIC FILTER FABRIC (GEOTEXTILE) The work specified in this item shall conform to Section 514 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Division 2 —Technical Provisions - 01025-30 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0514 712 — Plastic Filter Fabric, Stabilization — Per Square Yard SECTION 520.- CONCRETE GUTTER, CURB ELEMENTS AND TRAFFIC SEPARATOR The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0520 17 — Concrete Curb and Gutter, Type E (Modified) — Per Linear Foot Bid Item No. 0520 110 — Concrete Curb'and Gutter, Type F — Per Linear Foot Phase 1B Bid Item No. 520-1-10 — Concrete Curb and Gutter (Type F) — Per Linear Foot Bid Item No. 520-1-11— Concrete Curb and Gutter (Type F) (Mod.) — Per Linear Foot SECTION 521- CONCRETE BARRIERS, TRAFFIC RAILING BARRIERS, AND PARAPETS The work specified in this item shall conform to Section 521 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 521-5-1— Concrete Traffic Railing Barrier (32" F Shape) — Per Linear Foot Bid Item No. 521-5-4 — Concrete Traffic Railing Barrier (32" Vertical Shape) — Per Linear Foot Bid Item No. 521-72-3 — Shoulder Concrete Barrier Wall (Index 410 — Cantilever Wall) — Per Linear Foot North Relief Canal Bridge Bid Item No. 521-5-1— Concrete Traffic Railing Barrier (32" F Shape) — Per Linear Foot Bid Item No. 521-5-4 — Concrete Traffic Railing Barrier (32" Vertical Shape) — Per Linear Foot Division 2—Technical Provisions - 01025-31 R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th Sl to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 57rd Street Bridge Bid Item No. 521-5-1— Concrete Traffic Railing Barrier (32" F Shape) — Per Linear Foot Bid Item No. 521-5-4— Concrete Traffic Railing Barrier (32" Vertical Shape) —Per Linear Foot Bid Item No. 521-72-3 — Shoulder Concrete Barrier Wall (Index 410 — Cantilever Wall) — Per Linear Foot Phase 1B 61St Street Bridge Bid Item No. 521-5-1— Concrete Traffic Railing -Bridge, 32" F -Shape — Per Linear Foot Bid Item No. 521-5-5 — Concrete Traffic Railing -Bridge, 42" Vertical Face — Per Linear Foot 65st Street Bridge Bid Item No. 521-5-1A — Concrete Traffic Railing -Bridge, 32" F -Shape — Per Linear Foot Bid Item No. 521-5-5A — Concrete Traffic Railing -Bridge, 42" Vertical Face — Per Linear Foot SECTION 522 - CONCRETE SIDEWALK AND DRIVEWAYS The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0522 2 — Sidewalk Concrete, 6" Thick (Fiber Reinforced) — Per Square Yard Phase 113 Bid Item No. 522-2 — Sidewalk Concrete,`6" Thick (Fiber Reinforced) — Per Square Yard SECTION 523 - PATTERNED PAVEMENT The work specified in this item shall conform to Section 523 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0523 2 — Patterned Pavement, Concrete Non -Vehicular Areas — Per Square Yard SECTION 527 - DETECTABLE WARNINGS Division 2 — Technical Provisions - 01025-32 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Bid Item No. 527-2 — Detectable Warnings — Per Square Foot SECTION 530 - RIPRAP The work specified in this item shall conform to Section 530 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0530 3 3 — Riprap, Rubble, Bank and Shore — Per Ton 53rd Street Bridge Bid Item No. 530-3-3 — (Rock Rubble) (Canal Excavation as Required Shall Be Included in the Cost of the Rock Rubble) — Per Ton North Relief Canal Bridge Bid Item No. 530-3-3 — (Rock Rubble) (Canal Excavation as Required Shall Be Included in the Cost of the Rock Rubble) — Per Ton Phase 1B Bid Item No. 530-3-4 — Riprap, Rubble, (F&I) (Ditch Lining) —Per Ton SECTION 536 - GUARDRAIL The work specified in this item shall conform to Section 536 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0536 11 — Guardrail — Roadway (Includes Pipe Rail Full Length) — Per Linear Foot Bid Item No. 0536 8 — Guardrail — Bri,dge Anchorage Assembly, Furnish & Install — Per Each Division 2 —Technical Provisions - 01025-33 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SM-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 0536 73 — Guardrail Removal - Per Linear Foot Bid Item No. 0536 82 — Guardrail Anchorage — Concrete Barrier Wall — Per Each Bid Item No. 0536 85 24 — Guardrail End Anchorage Assembly — Parallel — Per Each Bid Item No. 0536 85 25 — Guardrail End Anchorage Assembly —Type II — Per Each Phase 113 Bid Item No. 536-1-1— Guardrail (Roadway) — Per Linear Foot Bid Item No. 536-85-22 — Guardrail End Anchorage Assembly (Melt) — Per Each Bid Item No. 536-85-25 — Guardrail End Anchorage Assembly (Type II) — Per Each Bid Item No. 536-85-30 — Guardrail End Anchorage Assembly (ET -2000) — Per Each SECTION 550 - FENCING The work specified in this item shall conform to Section 550 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0550 10222 — Bid Item No. 0550 60214 — IRC 5— Phase 1B Bid Item No. 550-10-110A — Bid Item No. 550-10-110B — Bid Item No. 550-10-220 — Bid Item No. 550-10-222 — Bid Item No. 550-10-410A — Bid Item No. 550-10-410B — Bid Item No. 550-60-213 — Bid Item No. 550-60-225 — Bid Item No. 550-60-912 — Fencing, Type B, 5.1-6.0, w/Vinyl Coating — Per Linear Foot Fence Gate, Type B, Single, 18.1-20' Opening — Per Each Relocate Existing Fence — Per Linear Foot Fencing (Type A) (5.0') Standard — Per Linear Foot Fencing (Type A) (4.0') Standard — Per Linear Foot Fencing (Type B) (6.0') Standard — Per Linear Foot Fencing (Type B) (6.0') (With Vinyl Coating) — Per Linear Foot Fencing (Wood) (4.0') (3 Rail Split Rail) — Per Linear Foot Fencing (Wood) (5.0') (3 Rail Split Rail) — Per Linear Foot Fence Gate (Type B) (Single) (16.0' Opening) — Per Each Fence Gate (Type B) (Double) (24.0' Opening) — Per Each Fence Gate (Wood) (Single) (10.0' Opening) — Per Each SECTION 570 - PERFORMANCE TURF i 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 Division 2— Technical Provisions -01025-34 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 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". 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 Division 2 — Technical Provisions - 01025-35 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 of approximately 2 inches. H. Placing Sod: The sod shall be placed on the prepared surface, with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools. Where sodding is used in drainage ditches, the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas, the offsets of individual strips shall not exceed 6 inches. In order to prevent erosion caused by vertical edges at the outer limits, the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1%" below paved shoulder. On slopes greater than 3:1, the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth, at suitable intervals. Sodding shall not be performed when weather and soil conditions are, in the Engineer's opinion, unsuitable for proper results. Sod shall be placed around all structures, equipment pads, etc. Watering: The areas on which the sod is to be placed shall contain sufficient moisture, as determined by the Engineer, for optimum results. After being placed, the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks. Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance, whichever is latest). J. Maintenance: The Contractor shall, at his expense, maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. Replanting or repair necessary due to the Contractor's negligence, carelessness or failure to provide routine maintenance shall be at the Contractor's expense. The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not'exceed 6" without mowing. Clippings shall be removed from sidewalk. K. Article 570-9. The first two paragraphs under this Article are deleted and the following is added: The contract unit price for performance turf shall include the costs of sod, fertilizer (2 applications), sidewalk sweeping after mowing, mowing, pegging disposal of clippings, water, tools, equipment, labor and all other incidentals necessary. Item of Payment Payment for the work specified in this item shall be made under: Division 2 — Technical Provisions - 01025-36 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Adm1n\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Phase 1A Bid Item No. 0570 11 — Performance Turf, Sod 1- Bahia - Per Square Yard Bid Item No. 057012 — Performance Turf, Sod 2 — At Augustine - Per Square Yard Phase 1B Bid Item No. 570-1-2A — Performance Turf (Sod) (Bahia) - Per Square Yard Bid Item No. 570-1-213 — Performance Turf (Sod) (St Augustine 'Floratam') — Per Square Yard SECTION 580 - LANDSCAPE AND IRRIGATION The work specified in this item shall be performed per the landscaping and irrigation plans. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 580-1-1— Landscape Complete (Small Plants) — Lump Sum Bid Item No. 580-1-2 — Landscape Complete (Large Plants) — Lump Sum Phase 113 Bid Item No. 580-1-1— Landscape (Small) — Lump Sum Bid Item No. 580-1-2 — Landscape (Large) — Lump Sum Bid Item No. 580-12-10 — Flora Mulch (3" deep) — Per Cubic Yard Bid Item No. 162-1-3 — Prepared Soil Layer (Special Depth) — Per Cubic Yard SECTION 590 - IRRIGATION The work specified in this item shall be performed per the irrigation plans. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0590-70 — Irrigation Complete, Complete — Lump Sum Bid Item No. 0590-70-1— 4" Well (DEEPER THAN 100') — Per Linear Foot Phase 1B Bid Item No. 590-70 — Irrigation Complete — Per Lump Sum Bid Item No. 590-70-1— 4" Well (DEEPER THAN 100') —Per Linear Foot SECTION 630 - CONDUIT Division 2— Technical Provisions - 01025-37 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 The work specified in this item shall conform to Section 630 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0630 2 11A — 2 — 2" PVC Signal Conduit w/ 96 -Fiber Cable (50' coil in boxes) (Open Trench) - Per Linear Foot Bid Item No. 0630 2 12A— 2 — 2" PVC Signal Conduit w/ 96 -Fiber Cable (50' coil in boxes) (Directional Drill) - Per Linear Foot Phase 113 Bid Item No. 630-2-11A— Bid Item No. 630-2-11B — Signalization Bid Item No. 630-2-11— Bid Item No. 630-1-12 — SECTION 632 - SIGNAL CABLE Conduit (Open Trench) (F&I) (2") — Per Linear Foot Conduit (Ope'n Trench) (F) (2") — Per Linear Foot Conduit (Signal) (F&I) (Open Trench) - Per Linear Foot Conduit (Signal) (F&I) (Directional Bore) — Per Linear Foot The work specified in this item shall conform to Section 632 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be Fisted on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 632-7-1— Cable (Signal) (F&I) — Per Intersection Bid Item No. 632-7-6 — Cable (Signal) (Remove) — Per Intersection SECTION 633 - COMMUNICATION CABLE The work specified in this item shall conform to Section 632 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Division 2 — Technical Provisions - 01025-38 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0633 1 123 — 96 -Fiber Cable in Bridge Conduit — Per Linear Foot Phase 113 Bid Item No. 633-1-123 — Fiber Optic Cable (F&I) (Underground) (49-96 Fibers) Per Linear Foot Bid Item No. 633-2-31— Fiber Optic Connection (Splice) - Per Each Bid Item No. 633-2-32 — Fiber Optic Connection (Termination) — Per Each SECTION 635 - PULL, SPLICE AND JUNCTION BOXES The work specified in this item shall conform to Section 635 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 0635 2 12 —17" x 30" Pull Box for Fiber Optic Cable — Per Each Bid Item No. 0635 2 13 — 30" x 48" Splice Box for Fiber Optic Cable - Per Each Phase 113 Bid Item No. 635-2-12 — Pull and Splice Box (F&I) (17"X30") (Pull Box) — Per Each Bid Item No. 635-2-13 — Pull and Splice Box (F&I) (30"X48") (Slack Box) — Per Each Signalization Bid Item No. 635-2-11— Pull Box (F&I) (Traffic Signal) — Per Each SECTION 639 - ELECTRICAL POWER SERVICE ASSEMBLIES The work specified in this item shall conform to Section 639 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Division 2 — Technical Provisions - 01025-39 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 639-1-111— Electrical Power Service (Signals) (Above Ground) (Meter Purchased by Contractor — Per Assembly Bid Item No. 639-1-610— Electrical Power Service (Signals) (Above Ground) (Remove) — Per Assembly Bid Item No. 639-2-1— Electrical Service Wire (F&I) — Per Lump Sum Bid Item No. 639-3-11— Electrical Service Disconnect (F&I) (Pole Mounted) - Per Each SECTION 641- PRESTRESSED CONCRETE POLES The work specified in this item shall conform to Section 641 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 641-2-12 — Prestressed Conc. Pole (F & 1) (Type P-11 Service Pole) —Per Each Bid Item No. 641-2-80 — Prestressed Conc. Pole (Complete Pole Removal) —Per Each SECTION 646 - ALUMINUM POLES, PEDESTALS, AND POSTS The work specified in this item shall conform to Section 646 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL)'. Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 646-1-11— Aluminum Signal Poles (Pedestal) — Per Each SECTION 649 - GALVANIZED STEEL POLES, MAST ARMS AND MONOTUBE ASSEMBLIES Division 2 — Technical Provisions - 01025-40 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_Qth St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 The work specified in this item shall conform to Section 649 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 649-31-106 — Mast Arm (F&I) (Wind Speed 150) (Single Arm W/ Luminaire) (36') — Per Each Bid Item No. 649-31-107 — Mast Arm (F&I) (Wind Speed 150) (Single Arm W/ Luminaire) (46') — Per Each Bid Item No. 649-31-108 — Mast Arm (F&I) (Wind Speed 150) (Single Arm W/ Luminaire) (60') — Per Each Bid Item No. 649-31-109 — Mast Arm (F&I) (Wind Speed 150) (Single Arm W/ Luminaire) (70.5') - Per Each SECTION 650 - VEHICULAR TRAFFIC SIGNAL ASSEMBLIES The work specified in this item shall conform to Section 650 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 650-1-14 —Traffic Signal (F&I) (Aluminum) (3 -Section) (1 -Way) — Per Assembly Bid Item No. 650-1-16 -Traffic Signal (F&I) (Aluminum) (4 -Section) (1 -Way) — Per Assembly Bid Item No. 650-1-18 —Traffic Signal (F&I) (Aluminum) (5 -Section) (1 -Way) (Straight)— Per Assembly SECTION 653 - PEDESTRIAN SIGNAL ASSEMBLIES The work specified in this item shall conform to Section 653 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Division 2 — Technical Provisions - 01025-41 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 653-1-11— Pedestrian Signal (F&I) (LED Countdown) (1 -Way) - Per Assembly SECTION 660 - VEHICLE DETECTION SYSTEM The work specified in this item shall conform to Section 660 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 660-4-11— Vehicle Detection System (F&I) (Video) (Cabinet Equipment) — Per Each Bid Item No. 660-4-12 —Vehicle Detection System (F&I) (Video) (Above Ground Equipment) — Per Each SECTION 665 - PEDESTRIAN DETECTION SYSTEM The work specified in this item shall conform to Section 665 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 665-1-11— Pedestrian Detector (F&I) (Standard) — Per Each SECTION 670 - TRAFFIC CONTROLLER ASSEMBLIES The work specified in this item shall conform to Section 670 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Division 2 — Technical Provisions - 01025-42 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening_491h St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 670-5-111—Traffic Controller Assembly (F & 1) (NEMA) (One Preemption Plan) - Per Assembly Bid Item No. 670-5-600 —Traffic Controller Assembly (Remove Controller with Cabinet) - Per Assembly SECTION 682 - VIDEO EQUIPMENT The work specified in this item shall conform to Section 682 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). The Contractor shall use "Bosch 800 series" video surveillance cameras only. Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 682-1-133 — ITS CCN (F&I) (Dome Enclosure) (Non -Pressurized) (IP) (HD) — Per Each SECTION 684 - NETWORK DEVICES The work specified in this item shall conform to Section 684 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 684-1-1— Managed Ethernet Switch (F&I) — Per Each Division 2 — Technical Provisions - 01025-43 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 685 - TRAFFIC CONTROL SYSTEM AUXILIARIES The work specified in this item shall conform to Section 685 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction and to the Minimum Specification for Traffic Control Signal Devices (MSTCSD) be listed on the Florida Department of Transportation Approved Product List (APL). Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Signalization Bid Item No. 685-1-13 — Uninterruptable Power Supply (F&I) (Line Interactive with Cabinet) — Per Each SECTION 700 - HIGHWAY SIGNING A. Signing for traffic control shall conform to the requirements of the Standard Specifications, Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturer's specifications. B. Traffic Signs: All existing signs which are the property of the Owner shall be transported to the Indian River County Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits. Care shall be exercised by the Contractor during removal, storage and relocation so as not to damage the signs. If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation. Item of Payment Payment shall be made under: Phase 1A Bid Item No. 0700 20 11— Single Post Sign, F&I, Less than 12 SF — Per Assembly Bid Item No. 0700 20 13 — Single Post Sign, F&I, 21-30 SF — Per Assembly Bid Item No. 0700 150 — Single Post Sign, Relocate — Per Assembly Bid Item No. 0700 160 — Single Post Sign, Remove — Per Assembly Phase 1B Bid Item No. 700-1-11— Single Post Sign (Furnish & Install) (Less than 12 SF) —Per Assembly Bid Item No. 700-2-12 — Multi Post Sign (Furnish & Install) (12-20 SF) — Per Assembly Signalization Bid Item No. 700-5-22 — Internally Illuminated Sign (F & 1) (Overhead Mount, 12-18 SF) — Per Division 2 — Technical Provisions - 01025-44 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_Qth St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Each SECTION 705 - OBJECT MARKERS AND DELINEATORS The work specified in this item shall conform to Section 705 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1B Bid Item No. 705-10-4 — Object Marker, Type 4 — Per Each SECTION 706 - RAISED RETROREFLECTIVE PAVEMENT MARKERS AND BITUMINOUS ADHESIVE The work specified in this item shall conform to Section 706 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. A. All reflective pavement markers shall be 4" x 4". Item of Payment Payment shall be made under: Phase 1A Bid Item No. 0706 3 — Retro Reflective Pavement Markers, (Amber/Amber) — Per Each Bid Item No. 0706 3A — Retro Reflective Pavement Markers, (White/Red) — Per Each Phase 1B Bid Item No. 706-3 — Retro Reflective Pavement Markers — Per Each SECTION 711- THERMOPLASTIC PAVEMENT MARKINGS The work specified in this item shall conform to Section 711 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Division 2 — Technical Provisions - 01025-45 RNPublic Works\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 071111111 — Thermoplastic, Standard, White, Solid, 6" — Per Net Mile Bid Item No. 0711 11112 — Thermoplastic, Standard, White, Solid, 8" — Per Net Mile Bid Item No. 0711 11123 — Thermoplastic, Standard, White, Solid, 12" — Per Linear Foot Bid Item No. 0711 11124 — Thermoplastic, Standard, White, Solid, 18" — Per Linear Foot Bid Item No. 0711 11125 — Thermoplastic, Standard, White, Solid, 24" — Per Linear Foot Bid Item No. 071111131 — Thermoplastic, Standard, White, Skip, 6",10-30 Skip— Per Gross Mile Bid Item No. 0711 11131A —Thermoplastic, Standard, White, Skip, 6", 6-10 Skip— Per Linear Foot Bid Item No. 0711 14170 — Thermoplastic, Standard, White, Arrow — Per Each Bid Item No. 0711 14170A — Thermoplastic, Standard, White, Arrow, U -Turn — Per Each Bid Item No. 0711 11211— Thermoplastic, Standard, Yellow, Solid, 6"— Per Net Mile Bid Item No. 0711 11224— Thermoplastic, Standard, Yellow, Solid, 18" —Per Linear Foot Bid Item No. 0711 11241— Thermoplastic, Standard, Yellow, Dotted/Guideline/6-10 Gap Extension 6" — Per Linear Foot Phase 1B Bid Item No. 711-11-121— Thermoplastic, Std, White, Solid, 6" — Per Linear Foot Bid Item No. 711-11-122 —Thermoplastic, Std, White, Solid, 8" — Per Linear Foot Bid Item No. 711-11-123 —Thermoplastic, Std, White, Solid, 12" — Per Linear Foot Bid Item No. 711-11-124—Thermoplastic, Std, White, Solid, 18" — Per Linear Foot Bid Item No. 711-11-125 —Thermoplastic, Std, White, Solid, 24" — Per Linear Foot Bid Item No. 711-11-131— Thermoplastic, Std, White, Skip, (10'-30') 6" — Per Linear Foot Bid Item No. 711-11-141—Thermoplastic, Std, White, Skip, (2'-4'/ 6'-10') 6" — Linear Foot Bid Item No. 711-11-160 — Thermoplastic, Std, White, Message — Per Each Bid Item No. 711-11-170 — Thermoplastic, Std, White, Arrow — Per Each Bid Item No. 711-11-221— Thermoplastic, Std, Yellow, Solid, 6" — Per Linear Foot Bid Item No. 711-11-224 — Thermoplastic, Std, Yellow, Solid, 18" — Per Linear Foot Bid Item No. 711-11-241— Thermoplastic, Std, Yellow, Skip, (2'-4' / 6'-10') 6" — Per Linear Foot SECTION 715 - HIGHWAY LIGHTING SYSTEM The work specified in this item shall conform to Section 715 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A 53rd Street Bridge Bid Item No. 715-2117 — 2" Diameter PVC Conduit — Per Linear Foot North Relief Canal Bridge Bid Item No. 715-2117 — 4" Diameter PVC Conduit — Per Linear Foot 57rd Street Bridge Division 2 — Technical Provisions - 01025-46 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th Sl to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Bid Item No. 715-2117 — 4" Diameter PVC Conduit — Per Linear Foot Phase 1B Signalization Bid Item No. 715-1-11— Lighting Conductors (F&I) (Insulated, No.10 or <) — Per Linear Foot SECTION 999 - 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. MAINTENANCE OF RECORD DOCUMENTS: 1. Maintain in CONTRACTOR's field office, in clean, dry, legible condition complete sets of the following project documents: Drawings, Specifications, Addenda, approved Shop Drawings, samples, photographs, Change Orders, other modifications of Contract Documents, test records, survey data, Field Orders, and all other documents pertinent to CONTRACTOR'S Work. 2. Provide files and racks for proper storage and easy access. 3. Make documents available at all times for inspection by ENGINEER and OWNER. 4. Do not use record documents for any other purpose and do not remove them from the field office. 5. Label each document "RECORD DRAWING" in 2 -inch high printed letters. 6. Keep record documents current at all times. 7. No work shall be permanently concealed until the required record data has been obtained. RECORD / AS -BUILT DRAWINGS A. During the construction operation, the CONTRACTOR shall maintain records of all deviations from the approved Project Plans and Specifications and shall prepare therefrom "RECORD" drawings showing correctly and accurately all changes and deviations from the work made during construction to reflect the work as it was actually constructed. B. The Record/As-Built survey shall be performed and subsequent plans prepared by a Professional Surveyor and Mapper, registered in the state of Florida and certified to the standards set forth in Chapter 472, Florida Statutes and Chapter 5J-17.050 Florida Administrative Code (Florida Minimum Technical Standards). C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location Division 2 — Technical Provisions - 01025-47 F:\PubhcWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 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 as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As- Built drawings submitted to the County: DRAINAGE: 1. Right-of-way Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves —All inverts, pipe size, stations and offsets. 3. Outfalls —AII pipe inverts, pipe size, elevations and station offsets, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Roadway/Off Site Drainage — All inverts, elevations and station offsets; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as -built of typical cross section as shown on design plan. ROADWAY: Division 2 — Technical Provisions - 01025-48 F:\PubI1cWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\t-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 1. Stations and offsets related to controlling baseline and elevations of all structures, side street and major driveway radius returns (edge of pavement), bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. + WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location ands elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. ' 3. Show location, size and type of material of all sleeves and casing pipes. 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water 'mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stub -outs. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one -hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell -tales) at each of the one -hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2 -inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As -Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations,'identified by O.R. Book and Page Number. GRAVITY SEWER: ; 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. i 2. Show distance between manholes center -to -center and horizontal location by baseline station and offset. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub -outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show station and offset location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where services are not perpendicular to wye. f t Division 2 — Technical Provisions - 01025-49 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th SM-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serial number(s) of the pump(s). SURVEY CONTROL 1. Install/re-establish: It shall be the contractor's responsibility to hire a Professional Surveyor and Mapper as defined per Chapter 472, Florida Statutes, to replace any horizontal and vertical control shown on the engineering plans that was destroyed during construction. 2. New roadway alignment control points (survey baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion. Include all intersections and side streets. State plane coordinates and elevations for all control points. 3. If shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s),vertical control (bench marks), property corners destroyed and/or disturbed during the scope of the project shall be properly re-established as per standards as set forth within Florida Statutes, Administrative code and Minimum Technical Standards for that type of survey. All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re -establishments. RECORD/AS-BUILTS DRAWINGS FORMAT - SUBMITTAL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As -Built (record) information. B. CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD Civil 3D 2013 AND PDF format or in current version as agreed by the ENGINEER. C. CONTRACTOR's surveyor shall review, sign and seal As-Builts or Record drawing(s). Said Division 2 — Technical Provisions - 01025-50 R\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 drawing(s) shall clearly state type of survey, positional tolerances, adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida, any standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. AERIAL PHOTOGRAPH The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction. The photographs shall be done in a manner to show the construction progress for the entire length of the project. The photographs can be angled and not prepared to a particular scale, however, must be detailed enough to identify the work in detail. Item of Payment Payment for the work specified in this item shall be made under: . Phase 1A Bid Item No. 0999-1— Record Drawings — Per Lump Sum Phase 1B Bid Item No. 999-1— Construction Layout/Record/ As -Built Drawings (By Registered Surveyor) — Per Lump Sum Division 2 —Technical Provisions - 01025-51 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505.66th Ave Widening 49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL I PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic. Name Date: Project Name- 66th AVENUE ROADWAY WIDENING (49TH STREET TO 69TH STREET) Project No.: IRC -1505 Chapter 61G17-6 Minimum Technical Standards F.A.C. 61G17-6.003 General Survey, Map, and Report Content Requirements M (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: m (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: Division 2 —Technical Provisions - 01025-52 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx ® (c) Type survey stated on map and report: As -Built Survey Boundary Survey Condominium Survey Mean High Water Line Survey Quantity Survey Record Survey Division 2 - Technical Provisions, IRC -1505 Phase 1 Construction Layout Survey Control Survey Hydrographic Survey Specific or Special Purpose Survey Topographic Survey ® (d) Name, certificate of authorization number, and street and mailing address of the business entity on the map and report. ® (e) Name and license number of the surveyor and mapper in responsible charge. ® (f) Name, license number, and street and mailing address of a surveyor and mapper practicing independent of any business entity on the map and report. ® (g) Survey date (date of data acquisition.) ® (h) Revision date for any graphic revisions (when survey date does not change.) ® (i) Map and report statement "Survey map and report or the copies thereof are not valid without the signature and the original raised seal of a Florida licensed surveyor and mapper." ® (j) Insurance statement in W 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. m (1) All computed data or plotted features shown on survey maps supported by accurate survey measurements unless clearly stated otherwise. ® (m) Bearings, distances, coordinates, and elevations shown on a survey map shall be substantiated by survey measurements unless clearly stated otherwise. ® (n) Bearing reference (well established and monumented line) ® (o) A designated "north arrow" ® (p) Stated scale or graphic scale ® (q) Abbreviations in legend or notes. In (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 10 (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. Division 2 — Technical Provisions - 01025-53 F:\PubficWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 (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. m (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; m (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". Division 2 — Technical Provisions - 01025-54 F:\PubIicWorWENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 61G17-6.004 Specific Survey, Map, and Report Requirements (1) As-Built/Record Survey: ® (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction maybe 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) Division 2 — Technical Provisions - 01025-55 F:\Public Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th SAI-Admin0d Documents\Master Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 SECTION 1000 - WATER AND SEWER UTILITIES A. Water Utilities The water utilities for this project shall be constructed per the "Indian River County Department of Utility Services Water & Wastewater Utility Standards", March 18, 2018. This document can be obtained online at www.ircutilities.com. http://www.ircutilities.com/UStandards/Utility Standards.pdf Relocation of existing fire hydrants shall include the cost of all pipe, fittings, thrust blocks, retaining rods, trenching grading, and incidental items associated with relocation. B. Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Department of Utility Services Water & Wastewater Utility Standards", March 18, 2018. This document can be obtained online at www.ircutilities.com. http://www.ircutilities.com/UStandards/Utility Standards.pdf. C. Earthwork and Backfill Compaction - All fill must be compacted by hand tamping from under the pipe up to the center line. Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shouldersand 95 percent in easements, in accordance with AASHTO T-180. D. Ductile Iron Pipe and Fittings General: All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C-150 & C-151. All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 52 minimum. All exposed ductile iron pipe shall be Class 53 minimum. 2. Fittings: All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C110 (ANSI 21.10-87), or latest revision. All exposed aboveground fittings shall be flanged joint. 3. Bell and Spigot Connections: Joints in bell and spigot pipe shall be push -on, mechanical, or restrained joints in accordance with AWWA Standard C-111 (ANSI 21.11-85), or latest revision. Mechanical joint pipe set -screw type retainer glands will not be permitted. 4. Flanged Connections: Flanged pipe with screwed -on flanges shall be furnished with long hubs, and the flanges shall be screwed on the threaded end of the pipe in the shop, and the face of the flange and end of pipe refaced together. There shall be no leakage through the Division 2 — Technical Provisions - 01025-56 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening -49th St to 69th St\1-Admin\Bid DocumentsWaster Contract Documents\DIV 2 TECHNICAL PROVISIONS.docx Division 2 - Technical Provisions, IRC -1505 Phase 1 pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside. The back of the hub shall be caulked where the hub threads joint with the pipe. 5. Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box adjustments where needed. E. Disinfecting Potable Water Pipelines Before being placed in service, all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651, "Standard Procedure for Disinfecting Water Mains", except that the use of tablets is strictly prohibited. The procedure shall be approved by the Engineer. The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection, Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required. SECTION 1050, 1055 & 1080 - UTILITY PIPE/ UTILITY FITTINGS AND FIXTURES The Contractor shall provide all labor and material necessary to adjust/ modify the existing water main or install new water mains as depicted in the construction documents. Pay item costs shall include all PVC water main, fittings, inspection fees, restraints, pressure testing and all other incidental activities necessary to be performed, unless specifically identified to be paid for under separate pay item. All utility improvements shall be constructed consistent with Indian River County Utility standards, specifications and construction details. Item of Payment Payment for the work specified in this item shall be made under: Phase 1A Bid Item No. 105011224 — Bid Item No. 1050 11424 — Bid Item No. IRC -6 — Bid Item No. IRC-7— Bid Item No. 1080 11201— Bid Item No. 1080 11404 — Bid Item No. 1080 11403 — Bid Item No. 1080 1125 — Bid Item No. IRC -8 — Bid Item No. IRC -9 — 12" PVC Reuse Water Main — Per Linear Foot 12" DIP Reuse Water Main — Per Linear Foot Cap and Grout Existing 12" Reuse Main — Per Linear Feet Remove and Dispose of Existing 12" Areal Reuse Main and Pilings — Per Lump Sum 4" MJ Gate Valve — Per Each 12" MJ Gate Valve — Per Each 12" x 12" Tapping Sleeve and Valve — Per Each 2" Air Release Valve — Per Each 17' x 28" Meter Box — Per Each Fittings — Per Ton Division 2 —Technical Provisions - 01025-57 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\DIV 2_TECHNICAL PROVISIONS.docx APPENDIX A PERMITS Appendix A -Permits F:\Public Warks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract Documents\APPEN DIX.docx St. Johns River .. Water Management District Ann B. Shortelle, Ph.D., Executive Director 4049 Reid Street • P.O. Box 1429 - Palatka, FL 32178-1429 - 386-329-4500 - www.sirwmd.com November 17, 2020 James Ennis Indian River County 180127th St Vero Beach, FL 32960-3388 SUBJECT: 87006-13 66th Avenue - Phase 1A Dear Sir/Madam: Enclosed is your individual permit issued by the St. Johns River Water Management District on November 17, 2020. This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal, state, or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application, you may view the TSR by going to the Permitting section of the District's website at www.sjrwmd.com/permitting. Using the "search applications and permits" feature, you can use your permit number or project name to find information about the permit. When you see the results of your search, click on the permit number and then on the TSR folder. Noticing Your Permit: For noticing instructions, please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed, your permit will become non -final and any activities that you choose to undertake pursuant to your permit will be at your own risk. Please refer to the attached Notice of Rights to determine any legal rights you may have concerning the District's agency action. Compliance with Permit Conditions: To submit your required permit compliance information, go to the District's website at www.sjrwmd.com/permitting. Under the "Apply for a permit or submit compliance data" section, click to sign -in to your existing account or to create a new account. Select the "Compliance Submittal" tab, enter your permit number, and select "No Specific Date" for the Compliance Due Date Range. You will then be able to view all the compliance submittal requirements for your project. Select the compliance item that you are ready to submit and then attach the appropriate information or form. The forms to comply with your permit conditions are available at www.sjrwmd.com/permitting under the section "Handbooks, forms, fees, final orders". Click on GOVERNING BOARD Douglas Sumett, CHAIRMAN Rob Bradley, VICE CHAIRMAN Susan Dolan, SECRETARY Ran Howse, TREASURER ST. AUGUSTINE FLEMING ISLAND I SANFORD COCOA Doug Boumique Cale Oliver J. Chris Peterson Janet Price VERO BEACH MERRITT ISLAND WINTER PARK FERNANDINA BEACH forms to view all permit compliance forms, then scroll to the ERP application forms section and select the applicable compliance forms. Alternatively, if you have difficulty finding forms or need copies of the appropriate forms, please contact the Bureau of Regulatory Support at (386) 329- 4570. Transferring Your Permit: Your permit requires you to notify the Districtwithin 30 days of any change in ownership or control of the project or activity covered by the permit, or within 30 days of any change in ownership or control of the real property on which the permitted project or activity is located or occurs. You will need to provide the District with the information specified in rule 62-330.340, Florida Administrative Code (F.A.C.). Generally, this will require you to complete and submit Form 62-330.340(1), "Request to Transfer Permit," available at http://www.slrwmd.com/permitting/permitforms.html. Please note that a permittee is liable for compliance with the permit before the permit is transferred. The District, therefore, recommends that you request a permit transfer in advance in accordance with the applicable rules. You are encouraged to contact District staff for assistance with this process. Thank you and please let us know if you have additional questions. For general questions contact e-permit@sjrwmd.com or (386) 329-4570. Sincerely, Michelle Reiber, Bureau Chief Division of Regulatory Services St. Johns River Water Management District 525 Community College Parkway, S.E. Palm Bay, FL 32909 (321) 409-2129 Enclosures: Permit Notice of Rights List of Newspapers for Publication cc: District Permit File Robert W Lawson Arcadis US, Inc. 1500 Gateway Blvd Ste 200 . Boynton Beach, FL 33426-7233 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO: 87006-13 PROJECT NAME: 66th Avenue - Phase 1A A PERMIT AUTHORIZING: DATE ISSUED: November 17, 2020 Construction and operation of a Stormwater Management System for a 33.4 -acre project known as 66th Avenue - Phase 1A as per plans received by the District on October 19, 2020 and revised sheets 26 and 44 received on November 13, 2020. LOCATION: Section(s): 20, 19, 18, 17 Indian River County Receiving Water Body: Township(s): ' 32S Range(s): 39E Name ICIASS Indian River Lagoon 111, OFW, AP, IW ISSUED TO: Indian River County 1801 27th St Vero Beach, FL 32960-3388 The permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance. Said application, including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to the permittee any property rights nor any rights or privileges other than those specified herein, nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies. All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked, modified or transferred at any time pursuant to the appropriate provisions of Chapter 373, Florida Statutes. PERMIT IS CONDITIONED UPON: See conditions on attached "Exhibit A", dated November 17, 2020 AUTHORIZED BY: St. Johns River Water Management District Division of Regulatory Services r By: ' Marjorie Cook Supervising Professional Engineer "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 87006-13 66th Avenue - Phase 1A DATED November 17, 2020 1. All activities shall be implemented following the plans, specifications and performance criteria approved by this permit. Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315, F.A.C. Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 2. A complete copy of this permit shall be -kept at the work site of the permitted activity during the construction phase, and shall be available for review at the work site upon request by the District staff. The permittee shall require the contractor to review the complete permit prior to beginning construction. 3. Activities shall be conducted in a manner that does not cause or contribute to violations of state water quality standards. Performance-based erosion and sediment control best management practices shall be installed immediately prior to, and be maintained during and after construction as needed, to prevent adverse impacts to the water resources and adjacent lands. Such practices shall be in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (Florida Department of Environmental Protection and Florida Department of Transportation June 2007), and the Florida Stormwater Erosion and Sedimentation Control Inspector's Manual (Florida Department of Environmental Protection, Nonpoint Source Management Section, Tallahassee, Florida, July 2008), which are both incorporated by reference in subparagraph 62-330.050(9)(b)5, F.A.C., unless a project -specific erosion and sediment control plan is approved or other water quality control measures are required as part of the permit. 4. At least 48 hours prior to beginning the authorized activities, the permittee shall submit to the District a fully executed Form 62-330.350(1), "Construction Commencement Notice," (October 1, 2013) (http://www.flrules.org/Gateway/reference:asp?No=Ref-02505), incorporated by reference herein, indicating the expected start and completion dates. A copy of this form may be obtained from the District, as described in subsection 62- 330.010(5), F.A.C., and shall be submitted electronically or by mail to the Agency. However, for activities involving more than one acre of construction that also require a NPDES stormwater construction general permit, submittal of the Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities, DEP Form 62-621.300(4)(b), shall also serve as notice of commencement of construction under this chapter and, in such a case, submittal of Form 62-330.350(1) is not required. 5. Unless the permit is transferred under Rule 62-330.340, F.A.C., or transferred to an operating entity under Rule 62-330.310, F.A.C., the permittee is liable to comply with the plans, terms and conditions of the permit for the life of the project or activity. 6. Within 30 days after completing construction of the entire project, or any independent portion of the project, the permittee shall provide the following to the Agency, as applicable: a. For an individual, private single-family residential dwelling unit, duplex, triplex, or quadruplex — "Construction Completion and Inspection Certification for Activities Associated with a Private Single -Family Dwelling Unit" [Form 62-330.310(3)]; or b. For all other activities — "As -Built Certification and Request for Conversion to Operation Phase" [Form 62-330.310(1)]. c. If available, an Agency website that fulfills this certification requirement may be used in lieu of the form. 7. If the final operation and maintenance entity is a third parry: a. Prior to sales of any lot or unit served by the activity and within one year of permit issuance, or within 30 days of as -built certification, whichever comes first, the permittee shall submit, as applicable, a copy of the operation and maintenance documents (see sections 12.3 thru 12.3.4 of Volume 1) as filed with the Florida Department of State, Division of Corporations and a copy of any easement, plat, or deed restriction needed to operate or maintain the project, as recorded with the Clerk of the Court in the County in which the activity is located. b. Within 30 days of submittal of the as- built certification, the permittee shall submit "Request for Transfer of Environmental Resource Permit to the Perpetual Operation and Maintenance Entity" [Form 62-330.310(2)] to transfer the permit to the operation and maintenance entity, along with the documentation requested in the form. If available, an Agency website that'fulfills this transfer requirement may be used in lieu of the form. i i 8. The permittee shall notify the District it writing of changes required by any other regulatory District that require changes to the permitted activity, and any required modification of this permit must be obtained prior to implementing the changes. I 9. This permit does not: a. Convey to the permittee any property rights or privileges, or any other rights or privileges other than those specified herein or in Chapter 62-330, F.A.C.; i b. Convey to the permittee or create in the permittee any interest in real property; c. Relieve the permittee from the need to obtain and comply with any other required federal, state, and local authorization, law, rule, or ordinance; or d. Authorize any entrance upon or, work on property that is not owned, held in easement, or controlled by the permittee. 10. Prior to conducting any activities on state-owned submerged lands or other lands of the state, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund, the permittee must receive all necessary approvals and authorizations under Chapters 253 and 258, F.S. Written authorization that requires formal execution by the Board of Trustees of the Internal Improvement Trust Fund shall not be considered received until it has been fully executed. ; 11. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities that may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or use of. any project authorized by the permit. 12. The permittee shall notify the District iH writing: r a. Immediately if any previously submitted information is discovered to be inaccurate; and b. Within 30 days of any conveyance or division of ownership or control of the property or the system, other than conveyance via a long-term lease, and the new owner shall r request transfer of the permit in accordance with Rule 62-330.340, F.A.C. This does not apply to the sale of lots or units in residential or commercial subdivisions or condominiums where the stormwater management system has been completed and converted to the operation phase; 13. Upon reasonable notice to the permitt lee, District staff with proper identification shall have permission to enter, inspect, sample and test the project or activities to ensure conformity with the plans and specifications authorized in the permit. 14. If prehistoric or historic artifacts, such as pottery or ceramics, projectile points, stone tools, dugout canoes, metal implements, historic building materials, or any other physical remains that could be associated with Native American, early European, or American settlement are encountered at any time within the project site area, the permitted project shall cease all activities involving subsurface disturbance in the vicinity of the discovery. The permittee or other designee shall contact the Florida Department of State, Division of Historical Resources, Compliance Review Section (DHR), at (850) 245-6333, as well as the appropriate permitting agency office. Project activities shall not resume without verbal or written authorization from the Division of Historical Resources. If unmarked human remains are encountered, all work shall stop immediately and the proper authorities notified in accordance with Section 872.05, F.S. For project activities subject to prior consultation with the DHR and as an alternative to the above requirements, the permittee may follow procedures for unanticipated discoveries as set forth within a cultural resources assessment survey determined complete and sufficient by DHR and included as a specific permit condition herein. I 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62-330.201, F.A.C., provides otherwise. i 16. The permittee shall provide routine maintenance of all components of the stormwater management system to remove trapped sediments and debris. Removed materials shall be disposed of in a landfill or other upland's in a manner that does not require a permit under Chapter 62-330, F.A.C., or cause violations of state water quality standards. 17. This permit is issued based on the applicant's submitted information that reasonably demonstrates that adverse water resource -related impacts will not be caused by the completed permit activity. If any adverse impacts result, the District will require the permittee to eliminate the cause, obtain any necessary permit modification, and take any necessary corrective actions to resolve the adverse impacts. 18. A Recorded Notice of Environmental Resource Permit may be recorded in the county public records in accordance with Rule�62-330.090(7), F.A.C. Such notice is not an encumbrance upon the property. I 19. This permit for construction will expire five years from the date of issuance. 20. At a minimum, all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities. To prevent reduction in storage volume and percolation rates, all accumulated sediment must be removed from the storage area prior to final grading and stabilization. 21. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. I 1 i 22. The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance entity must maintain a record of each required inspection, including the date of the inspection, the name and contact information of the inspector, and whether the system was functioning as designed and permitted, and make such record available for inspection upon request by the District during normal business hours. If at any time the system is not functioning as designed and permitted, then within 30 days the entity shall submit a report electronically or in writing to the District using Form 62-330.311(1), "Operation and Maintenance Inspection Certification," describing the remedial actions taken to resolve the failure or deviation: 23. This permit does not authorize the permittee to cause any adverse impact to or "take" of state listed species and other regulated species of fish and wildlife. Compliance with state laws regulating the take of fish and wildlife is the responsibility of the owner or applicant associated with this project. Please refer to Chapter' 68A-27 of the Florida Administrative Code for definitions of "take" and a list of fish and wildlife species. If listed species are observed onsite, FWC staff are available to provide decision support information or assist in obtaining the appropriate FWC permits. Most marine endangered and threatened species are statutorily protected and a "take" permit cannot be issued. Requests for further information or review can be sent to FWCConservationPlanningServices@MyFWC.com. 24. The proposed project must be constructed and operated as per calculations received by the District on September 18, 2020, plans received October 19, 2020, and revised plan sheets 26 and 44 received on November 13, 2020. Notice Of Rights i 1. A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code, the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P. O. Box 1429, Palatka Florida 32178-1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@serwmd.com, within twenty-six (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21) days of the District emailing the notice of District decision (for those persons to whom the District emails actual notice), or within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Chapter 28-106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no. 4 below. 1 2. Please be advised that if you wish to dispute this District decision, mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation, you must do so in a timely -filed petition. If all parties, including the District, agree to the details of the mediation procedure, in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections 120.569 and 120.57, Florida Statutes, the time limitations imposed by Sections 120.569 and 120.57, Florida Statutes, shall be tolled to allow mediation of the disputed District decision. The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator, a statement that each parry shall be responsible for paying its pro -rata share of the costs and fees associated with mediation, and the mediating parties' understanding regarding the confidentiality of discussions and documents introduced during mediation. If mediation results in settlement of the 'administrative dispute, the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute, the District will notify all the parties in writing that the administrative hearing process under Sections 120.569 and 120.57, Florida Statutes, is resumed. Even if a parry chooses not to engage in formal mediation, or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions. 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120.569 and 120.57(2), Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28-106.301, Florida Administrative Code. Notice Of Rights 4. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8:00 a.m. — 5:00 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8:00 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101.001, Florida Administrative Code), which is available for viewing at sirwmd.com. These conditions include, but are not limited to, the petition being in the, form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile is prohibited and shall not constitute filing. 5. Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, Florida Administrative Code). 6. The right to an administrative hearing And the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28-106, Florida Administrative Code, and Rule 40C-1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding, in accordance with the requirements set forth above. 7. Pursuant to Section 120.68, Florida Statutes, a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, within 30 days of the rendering of the final District action. 8. A District action is considered rendered, as referred to in paragraph no. 7 above, after it is signed on behalf of the District and filed by the District Clerk. 9. Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR. Decision.DOC.001 Revised 12.7.11 NOTICING INFORMATION Please be advised that the St. Johns River Water Management District will not publish a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication, using the District's notice form, notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication, then there is a 21 -day time limit for someone to file a petition for an administrative hearing to challenge the issuance of the permit. To close the point of entry for filing a petition, you may publish (at your own expense) a.one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes. If you do not publish a newspaper notice to close the point of entry, the time to challenge the issuance of your permit will not expire and someone could file a petition even after your project is constructed. A copy of the notice form and a partial list of newspapers of general circulation are attached for your convenience. However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published, the newspaper will return to you an affidavit of publication. In that event, it is important that you either submit a scanned copy of the affidavit by emailing it to compliancesupport@sjrwmd.com (preferred method) or send a copy of the original affidavit to: Office of Business and Administrative Services 4049 Reid Street Palatka, FL 32177 If you have any questions, please contact the Office of Business and Administrative Services at (386) 329-4570. NOTICE OF AGENCY ACTION TAKEN BY THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on (Name and address of applicant) permit# . The project is located in , Township South, Range East. water management system on acres for The receiving water body is County, Section The permit authorizes a surface known as A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code (F.A.C.), the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P.O. Box 1429, Palatka FL 32178-1429 (4049 Reid St, Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sjrwmd.com, within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes (F.S.), and Chapter 28-106, F.A.C. The District will not accept a petition sent by facsimile (fax). Mediation pursuant to Section 120.573, F.S., may be available and choosing mediation does not affect your right to an administrative hearing. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8 a.m. — 5 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101.001, Florida Administrative Code), which is available for viewing at www.sjrwmd.com. These conditions include, but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attemptirg to file a petition by facsimile (fax) is prohibited and shall not constitute filing. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28-106, Florida Administrative Code, and Rule 40C- 1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, F.A.C.). If you wish to do so, please visit http://www.sjrwmd.com/nor_dec/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's decision(s) on the permit application(s) described above. You can also request the Notice of Rights by contacting the Director of Business and Administrative Services, 4049 Reid St., Palatka, FL 32177-2529, tele. no. (386)329-4570. 1 NEWSPAPER ADVERTISING. ALACHUA The Alachua County Record, Legal Advertising P. O. Box 806 Gainesville, FL 32602 352-377-2444/ fax 352-338-1986 BRAFORD Bradford County Telegraph, Legal Advertising P. O. Drawer A Starke, FL 32901 904-964-6305/ fax 904-964-8628 CLAY Clay Today, Legal Advertising 1560 Kinsley Ave., Suite 1 Orange Park, FL 32073 904-264-3200/ fax 904-264-3285 FLAGLER Flagler.Tribune, c/o News Journal P. O. Box 2831 Daytona Beach, FL 32120-2831 386- 681-2322 LAKE Daily Commercial, Legal Advertising P. O. Drawer 490007 Leesburg, FL 34749 352-365-8235/fax 352-365-1951 NASSAU News -Leader, Legal Advertising P. O. Box 766 Fernandina Beach, FL 32035 904-261-3696/fax 904-261-3698 ORANGE Sentinel Communications, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 PUTNAM Palatka Daily News, Legal Advertising P. O. Box 777 Palatka, FL 32178 386-312-5200/ fax 386-312-5209 SEMINOLE Sanford Herald, Legal Advertising 300 North French Avenue Sanford, FL 32771 407-323-9408 BAKER Baker County Press, Legal Advertising P. O. Box 598 Maclenny, FL 32063 904-259-2400/ fax 904-259-6502 BREVARD Florida Today, Legal Advertising P. O. Box 419000 Melbourne, FL 32941-9000 321-242-3832/ fax 321-242-6618 DUVAL Daily Record, Legal Advertising P. O. Box 1769 Jacksonville, FL 32201 904-356-2466 / fax 904-353-2628 INDIAN RIVER Treasure Coast News 760 NW Enterprise Dr. Port St. Lucie, FL 34986 772-283-5252 MARION Ocala Star Banner, Legal Advertising 2121 SW 19th Avenue Road Ocala, FL 34474 352-867-4010/fax 352-867-4126 OKEECHOBEE Okeechobee News, Legal Advertising P. O. Box 639 Okeechobee, FL 34973-0639 863-763-3134/fax 863-763-5901 OSCEOLA Little Sentinel, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 ST. JOHNS St. Augustine Record, Legal Advertising P. O. Box 1630 St. Augustine, FL 32085 904-819-3439 VOLUSIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 St. Johns River .. Water .Management District Ann B. Shortelle, Ph.D., Executive Director 4049 Reid Street P.O. Box 1429 • Palatka, FL 32178-1429 • 386-329-4500 • www.sjrwmd.com December 15, 2020 James Ennis Indian River County 180127th St Bldg A ' Vero Beach, FL 32960-3388 SUBJECT: 69244-6 i 66th Avenue Roadway Widening - Phase 1B Basin 66B Drainage Modification Dear Sir/Madam: Enclosed is your individual permit issued by the St. Johns River Water Management District on December 15, 2020. This permit is a legal document and should be kept with your other important documents. Permit issuance does not relieve you from the responsibility of obtaining any necessary permits from any federal, state, or local agencies for your project. Technical Staff Report: If you wish to review a copy of the Technical Staff Report (TSR) that provides the District's staff analysis of your permit application, you may view the TSR by going to the Permitting section of the District's website at www.sjrwmd.com/perniitting. Using the "search applications and permits" feature, you can use your permit number or project name to find information about the permit. When you see the results of your search, click on the permit number and then on the TSR folder. Noticing Your Permit: I For noticing instructions, please refer to the noticing materials in this package regarding closing the point of entry for someone to challenge the issuance of your permit. Please note that if a timely petition for administrative hearing is filed; your permit will become non -final and any activities that you choose to undertake pursuant to your permit will be at your own risk. Please refer to the attached Notice of Rights to determine any legal rights you may have concerning the District's agency action. Compliance with Permit Conditions: To submit your required permit compliance information, go to the District's website at www.sjrwmd.com/permitting. Under the "Apply for a permit or submit compliance data" section, click to sign -in to your existing account or to create a new account. Select the "Compliance Submittal" tab, enter your permit number, and select "No Specific Date" for the Compliance Due Date Range. You will then be able to view all the compliance submittal requirements for your project. Select the compliance item that you are;ready to submit and then attach the appropriate information or form. The forms to comply with your permit conditions are available at Douglas Burnett, CHAIRMAN ST. AUGUSTINE GOVERNiNG BOARD Rob Bradley, VICE CHAIRMAN i Susan Dolan, SECRETARY FLEMING ISLAND SANFORD Doug Boumique Cole Oliver I J. Chris Peterson VERO BEACH MERRITT ISLAND f WINTER PARK Ron Howse, TREASURER COCOA Janet Price FERNANDINA BEACH www.sjrwmd.com/permitting under the section "Handbooks, forms, fees, final orders". Click on forms to view all permit compliance forms, then scroll to the ERP application forms section and select the applicable compliance forms. Alternatively, if you have difficulty finding forms or need copies of the appropriate forms, please contact the Bureau of Regulatory Support at (386) 329- 4570. Transferring Your Permit: Your permit requires you to notify the District within 30 days of any change in ownership or control of the project or activity covered by the permit, or within 30 days of any change in ownership or control of the real property on which the permitted project or activity is located or occurs. You will need to provide the District with the information specified in rule 62-330.340, Florida Administrative Code (F.A.C.). Generally, this will require you to complete and submit Form 62-330.340(1), "Request to Transfer Permit," available at http://www.serwmd.com/permitting/permitforms.html. Please note that a permittee is liable for compliance with the permit before the permit is transferred. The District, therefore, recommends that you request a permit transfer in advance in accordance with the applicable rules. You are encouraged to contact District staff for assistance with this process. i Thank you and please let us know if you have additional questions. For general questions contact e-permit@sjrwmd.com or (386) 329-4570. I Sincerely, ; Michelle Reiber, Bureau Chief Division of Regulatory Services St. Johns River Water Management District 525 Community College Parkway, S.E. Palm Bay, FL 32909 (321) 409-2129 Enclosures: Permit Notice of Rights ! List of Newspapers for Publication cc: District Permit File Brian A Good Kimley-Horn and Associates, Inc. 445 24th St Vero Beach, FL 32960-7501 i ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO: 69244-6 DATE ISSUED: December 15, 2020 PROJECT NAME: 66th Avenue Roadway Widening -Phase 1B Basin 66B Drainage Modification A PERMIT AUTHORIZING: Construction and operation of a Stormwater Management System for a 3.11 -acre project known as 66th Avenue Roadway Widening - Phase 113 Basin 66B Drainage Modification as per plans received by the District on September 11, 2020 and revised sheets 79A and 81 received on October 28, 2020. LOCATION: Section(s): 7 Indian River County Water Name Indian River ISSUED TO: Indian River County 180127th St Bldg A Vero Beach, FL 32960-3388 Township(s): 32S Range(s): 39E lass II, OFW, AP, IW The permittee agrees to hold and save the St.' Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance. Said application, including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to the permittee any property rights nor any rights or privileges other than those specified herein, nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies. All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked, modified or transferred at any time pursuant to the appropriate provisions of Chapter 373, Florida Statutes. PERMIT IS CONDITIONED UPON: See conditions on attached "Exhibit A", dated December 15, 2020 AUTHORIZED BY: St. Johns River Water Management District Division of Regulatory Services By: Christine Wentzel Supervising Regulatory Scientist "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 69244-6 66th Avenue Roadway Widening - Phase 1B Basin 66B Drainage Modification DATED December 15, 2020 1. All activities shall be implemented following the plans, specifications and performance criteria approved by this permit. Any deviations must be authorized in a permit modification in accordance with Rule 62-330.315, F.A.C. Any deviations that are not so authorized may subject the permittee to enforcement action and revocation of the permit under Chapter 373, F.S. 2. A complete copy of this permit shall be kept at the work site of the permitted activity during the construction phase, and shall be available for review at the work site upon request by the District staff. The permittee shall require the contractor to review the complete permit prior to beginning construction. 3. Activities shall be conducted in a manrier that does not cause or contribute to violations of state water quality standards. Performance-based erosion and sediment control best management practices shall be installed immediately prior to, and be maintained during and after construction as needed, to prevent adverse impacts to the water resources and adjacent lands. Such practices shall be in accordance with the State of Florida Erosion and Sediment Control Designer and Reviewer Manual (Florida Department of Environmental Protection and Florida Department of Transportation June 2007), and the Florida Stormwater Erosion and Sedimentation Control Inspector's Manual (Florida Department of Environmental Protection, Nonpoint Source Management Section, Tallahassee, Florida, July 2008), which are both incorporated by reference in subparagraph 62-330.050(9)(b)5, F.A.C., unless a project -specific erosion and sediment control plan is approved or other water quality control measures are required as part of the permit. 4. At least 48 hours prior to beginning the authorized activities, the permittee shall submit to the District a fully executed Form 62-330.350(1), "Construction Commencement Notice," (October 1, 2013) (http://www.firuies.org/Gateway/reference.asp?No=Ref-02505), incorporated by reference herein, indicating the expected start and completion dates. A copy of this form may be obtained from the District, as described in subsection 62- 330.010(5), F.A.C., and shall be submitted electronically or by mail to the Agency. However, for activities involving more than one acre of construction that also require a NPDES stormwater construction general permit, submittal of the Notice of Intent to Use Generic Permit for Stormwater Discharge from Large and Small Construction Activities, DEP Form 62-621.300(4)(b), shall also serve as notice of commencement of construction under this chapter and, in such a case, submittal of Form 62-330.350(1) is not required. 5. Unless the permit is transferred under Rule 62-330.340, F.A.C., or transferred to an operating entity under Rule 62-330.310,'F.A.C., the permittee is liable to comply with the plans, terms and conditions of the permit for the life of the project or activity. 6. Within 30 days after completing construction of the entire project, or any independent portion of the project, the permittee shall provide the following to the Agency, as applicable: a. For an individual, private single-family residential dwelling unit, duplex, triplex, or quadruplex — "Construction Completion and Inspection Certification for Activities Associated with a Private Single -Family Dwelling Unit" [Form 62-330.310(3)]; or b. For all other activities — "As -Built Certification and Request for Conversion to Operation Phase" [Form 62-330.310(1)]. c. If available, an Agency website that fulfills this certification requirement may be used in lieu of the form. 7. If the final operation and maintenance entity is a third party: a. Prior to sales of any lot or unit served by the activity and within one year of permit issuance, or within 30 days of as -built certification, whichever comes first, the permittee shall submit, as applicable, a copy of the operation and maintenance documents (see sections 12.3 thru 12.3.4 of Volume 1) as filed with the Florida Department of State, Division of Corporations and a copy of any easement, plat, or deed restriction needed to operate or maintain the project, as recorded with the Clerk of the Court in the County in which the activity is located. b. Within 30 days of submittal of the as- built certification, the permittee shall submit "Request for Transfer of Environmental Resource Permit to the Perpetual Operation and Maintenance Entity" [Form 62-330.310(2)] to transfer the permit to the operation and maintenance entity, along with the documentation requested in the form. If available, an Agency website that fulfills this transfer requirement may be used in lieu of the form. 8. The permittee shall notify the District in writing of changes required by any other regulatory District that require changes to the permitted activity, and any required modification of this permit must be obtained prior to implementing the changes. 9. This permit does not: a. Convey to the permittee any property rights or privileges, or any other rights or privileges other than those specified herein or in Chapter 62-330, F.A.C.; b. Convey to the permittee or create in the permittee any interest in real property; c. Relieve the permittee from the need to obtain and comply with any other required federal, state, and local authorization, law, rule, or ordinance; or d. Authorize any entrance upon or work on property that is not owned, held in easement, or controlled by the permittee. 10. Prior to conducting any activities on state-owned submerged lands or other lands of the state, title to which is vested in the Board of Trustees of the Internal Improvement Trust Fund, the permittee must receive all necessary approvals and authorizations under Chapters 253 and 258, F.S. Written authorization that requires formal execution by the Board of Trustees of the Internal Improvement Trust Fund shall not be considered received until it has been fully executed. 11. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities that may arise by reason of the construction, alteration, operation, maintenance, removal, abandonment or, use of any project authorized by the permit. 12. The permittee shall notify the District in writing: I a. Immediately if any previously submitted information is discovered to be inaccurate; and b. Within 30 days of any conveyance or division of ownership or control of the property or the system, other than conveyance via a long-term lease, and the new owner shall request transfer of the permit in accordance with Rule 62-330.340, F.A.C. This does not apply to the sale of lots or units in residential or commercial subdivisions or condominiums where the stormwater management system has been completed and converted to the operation phase' 13. Upon reasonable notice to the permittee, District staff with proper identification shall have permission to enter, inspect, sample and test the project or activities to ensure conformity with the plans and specifications authorized in the permit. 14. If prehistoric or historic artifacts, such as pottery or ceramics, projectile points, stone tools, dugout canoes, metal implements, historic building materials, or any other physical remains that could be associated with Native American, early European, or American settlement are encountered at any time within the project site area, the permitted project shall cease all activities involving subsurface disturbance in the vicinity of the discovery. The permittee or other designee shall contact the Florida Department of State, Division of Historical Resources, Compliance Review Section (DHR), at (850) 245-6333, as well as the appropriate permitting agency office. Project activities shall not resume without verbal or written authorization from the Division of Historical Resources. If unmarked human remains are encountered, all work shall stop immediately and the proper authorities notified in accordance with Section 872.05, F.S. For project activities subject to prior consultation with the DHR and as an alternative to the above requirements, the permittee may follow procedures for unanticipated discoveries as set forth within a cultural resources assessment survey determined complete and sufficient by DHR and included as a specific permit condition herein. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered binding unless a specific condition of this permit or a formal determination under Rule 62-330.201, F.A.C., provides otherwise. 16. The permittee shall provide routine maintenance of all components of the stormwater management system to remove trapped sediments and debris. Removed materials shall be disposed of in a landfill or other uplands in a manner that does not require a permit under Chapter 62-330, F.A.C., or cause violations of state water quality standards. 1 17. This permit is issued based on the applicant's submitted information that reasonably demonstrates that adverse water resource -related impacts will not be caused by the completed permit activity. If any adverse impacts result, the District will require the permittee to eliminate the cause, obtain any necessary permit modification, and take any necessary corrective actions to resolve the adverse impacts. 18. A Recorded Notice of Environmental Resource Permit may be recorded in the county public records in accordance with Rule 62-330.090(7), F.A.C. Such notice is not an encumbrance upon the property. I I 19. This permit for construction will expire five years from the date of issuance. 20. At a minimum, all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities. To prevent reduction in storage volume and percolation rates, all accumulated sediment must be removed from the storage area prior to final grading and stabilization. i 21. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. ; 22. The operation and maintenance entity shall inspect the stormwater or surface water management system once within two years after the completion of construction and every two years thereafter to determine if the system is functioning as designed and permitted. The operation and maintenance entity must maintain a record of each required inspection, including the date of the inspection, the name and contact information of the inspector, and whether the system was functioning as designed and permitted, and make such record available for inspection upon request by the District during normal business hours. If at any time the system is not functioning as designed and permitted, then within 30 days the entity shall submit a report electronically or in writing to the District using Form 62-330.311(1), "Operation and Maintenance Inspection Certification," describing the remedial actions taken to resolve the failure or deviation. 23. This permit does not authorize the pelrmittee to cause any adverse impact to or "take" of state listed species and other regulated species of fish and wildlife. Compliance with state laws regulating the take of fish and wildlife is the responsibility of the owner or applicant associated with this project. Please refer to Chapter 68A-27 of the Florida Administrative Code for definitions of "take" and a list of fish and wildlife species. If listed species are observed onsite, FWC staff are available to provide decision support information or assist in obtaining the appropriate FWC permits. Most marine endangered and threatened species are statutorily protected and a "take" permit cannot be issued. Requests for further information or review can be sent to FWCConservationPlanningServices@MyFWC.com. 24. The proposed project must be constructed and operated as per plans and calculations received by the District on September 11, 2020, and amended calculations and plan sheets 79A and 81, received on October 28„2020. Notice Of Rights A person whose substantial interests,are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code, the petition must be filed (received) either by delivery at the office of the District Clerk at District Headquarters, P. O. Box 1429, Palatka Florida 32178-1429 (4049 Reid St., Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@sirwmd.com, within twenty-six' (26) days of the District depositing the notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21) days of the District emailing the notice of District decision (for those persons to whom the District emails actual notice), or within twenty-one (21) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes, and Chapter 28-106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no. 4 below. ; 2. Please be advised that if you wish to dispute this District decision, mediation may be available and that choosing mediation does not affect your right to an administrative hearing. If you wish to request mediation, you must do so in a timely -filed petition. If all parties, including the District, agree to'the details of the mediation procedure, in writing, within 10 days after the time period stated in the announcement for election of an administrative remedy under Sections' 120.569 and 120.57, Florida Statutes, the time limitations imposed by Sections 120.569 and 120.57, Florida Statutes, shall be tolled to allow mediation of the disputed District decision. The mediation must be concluded within 60 days of the date of the parties' written agreement, or such other timeframe agreed to by the parties in writing. Any mediation agreement must include provisions for selecting a mediator, a statement that each parry shall be responsible for paying its pro -rata share of the costs and fees associated with mediation, and the mediating parties' understanding regarding the confidentiality of discussions and documents introduced during mediation. If mediation results in settlement of the administrative dispute, the District will enter a final order consistent with the settlement agreement. If mediation terminates without settlement of the dispute, the District will notify all the parties in writing that the administrative hearing process under Sections 120.569 and 120.57, Florida Statutes, is resumed. Even if a party chooses not to engage in formal mediation, or if formal mediation does not result in a settlement agreement, the District will remain willing to engage in informal settlement discussions. 3. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120.569 and 120.57(2), Florida Statutes, where no material facts are in dispute. ;A petition for an informal hearing must also comply with the requirements set forth in Rule 28-106.301, Florida Administrative Code. I Notice Of Rights 4. A petition for an administrative hearir g is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8:00 a.m. — 5:00 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8:00 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e- mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101.001, Florida Administrative Code), which is available for viewing at sirwmd.com. These conditions include, but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile is prohibited and shall not constitute filing. 5. Failure to file a petition for an administrative hearing within the requisite timeframe shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, Florida Administrative Code). 6. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28-106, Florida Administrative Code, and Rule 40C-1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding, in accordance with the requirements set forth above. 7. Pursuant to Section 120.68, Florida Statutes, a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, within 30 days of the rendering of the final District action. 8. A District action is considered rendered, as referred to in paragraph no. 7 above, after it is signed on behalf of the District and filed by the District Clerk. 9. Failure to observe the relevant timeframes for filing a petition for judicial review as described in paragraph no. 7 above will result in waiver of that right to review. NOR. Decision.DOC.001 Revised 12.7.11 NOTICING INFORMATION Please be advised that the St. Johns River Water Management District will not publish a notice in the newspaper advising the public that it has issued a permit for this project. Newspaper publication, using the District's notice form, notifies members of the public of their right to challenge the issuance of the permit. If proper notice is given by newspaper publication, then there is a 21 -day time limit for someone to file a petition for an administrative hearing to challenge the issuance of the permit. To close the point of entry for filing a petition, you may publish (at your own expense) a one- time notice of the District's decision in a newspaper of general circulation within the affected area as defined in Section 50.011 of the Florida Statutes. If you do not publish a newspaper notice to close the point of entry, the time to challenge the issuance of your permit will not expire and someone could file a petition even after your project is constructed. A copy of the notice form and a partial list of newspapers of general circulation are attached for your convenience. However, you are not limited to those listed newspapers. If you choose to close the point of entry and the notice is published, the newspaper will return to you an affidavit of publication. In that event, it is important that you either submit a scanned copy of the affidavit by emailing it to compliancesupport@sjrwmd.com (preferred method) or send a copy of the original affidavit to: Office of Business and Administrative Services 4049 Reid Street Palatka, FL 32177 If you have any questions, please contact the Office of Business and Administrative Services at (386) 329-4570. ' NOTICE OF AGENCY ACTION TAKEN BY THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Notice is given that the following permit was issued on (Name and address of applicant) permit# . The project is located in County, Section Township South, Range East. The permit authorizes a surface water management system on acres for known as The receiving water body is A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District (District). Pursuant to Chapter 28-106 and Rule 40C-1.1007, Florida Administrative Code (F.A.C.), the petition must be filed (received),either by delivery at the office of the District Clerk at District Headquarters, P.O. Box 1429, Palatka FL 32178-1429 (4049 Reid St, Palatka, FL 32177) or by e-mail with the District Clerk at Clerk@Sjrwmd.com, within twenty-one (21) days of newspaper publication of the notice of District decision (for.those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120.54(5)(b)4. and 120.569(2)(c), Florida Statutes (F.S.), and Chapter 28-106, F.A.C. The District will not accept a petition sent by facsimile (fax). Mediation pursuant to Section 120.573, F.S., may be available and choosing mediation does not affect your right to an administrative hearing. A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida during the District's regular business hours. The District's regular business hours are 8 a.m. — 5 p.m., excluding weekends and District holidays. Petitions received by the District Clerk after the District's regular business hours shall be deemed filed as of 8 a.m. on the District's next regular business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101.001, Florida Administrative Code), which is available for viewing at www.sjrwmd.com. These conditions include, but are not limited to, the petition being in the form of a PDF or TIFF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation, attempting to file a petition by facsimile (fax) is prohibited and shall not constitute filing. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes, Chapter 28406, Florida Administrative Code, and Rule 40C- 1.1007, Florida Administrative Code. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means the District's final action may be different from the position taken by it in this notice. Failure to file a petition for an administrative hearing within the requisite'time frame shall constitute a waiver of the right to an administrative hearing. (Rule 28-106.111, F.A.C.). If you wish to do so, please visit http://www.sjrwmd.com/nor_dec/ to read the complete Notice of Rights to determine any legal rights you may have concerning the District's decision(s) on the permit application(s) described above. You can also request the Notice of Rights by contacting the Director of Business and Administrative Services, 4049 Reid St., Palatka, FL 32177-2529, tele. no. (386)329-4570. 1 NEWSPAPER ADVERTISING ALACHUA The Alachua County Record, Legal Advertising P. O. Box 806 Gainesville, FL 32602 352-377-2444/ fax 352-338-1986 BRAFORD Bradford County Telegraph, Legal Advertising P. O. Drawer A Starke, FL 32901 904-964-6305/ fax 904-964-8628 CLAY Clay Today, Legal Advertising 1560 Kinsley Ave., Suite 1 Orange Park, FL 32073 904-264-3200/ fax 904-264-3285 FLAGLER Flagler Tribune, c/o News Journal P. O. Box 2831 Daytona Beach, FL 32120-2831 386- 681-2322 LAKE Daily Commercial, Legal Advertising P. O. Drawer 490007 Leesburg, FL 34749 352-365-8235/fax 352-365-1951 NASSAU News -Leader, Legal Advertising P. O. Box 766 Fernandina Beach, FL 32035 904-261-3696/fax 904-261-3698 ORANGE Sentinel Communications, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 PUTNAM Palatka Daily News, Legal Advertising P. O. Box 777 Palatka, FL 32178 386-312-5200/ fax 386-312-5209 SEMINOLE Sanford Herald, Legal Advertising 300 North French Avenue Sanford, FL 32771 407-323-9408 BAKER Baker County Press, Legal Advertising P. O. Box 598 Maclenny, FL 32063 904-259-2400/ fax 904-259-6502 BREVARD Florida Today, Legal Advertising P. O. Box 419000 Melbourne, FL 32941-9000 321-242-3832/ fax 321-242-6618 DUVAL Daily Record, Legal Advertising P. O. Box 1769 Jacksonville, FL 32201 904-356-2466 / fax 904-353-2628 INDIAN RIVER Treasure Coast News 760 NW Enterprise Dr. Port St. Lucie, FL 34986 772-283-5252 MARION Ocala Star Banner, Legal Advertising 2121 SW 19th Avenue Road Ocala, FL 34474 352-867-4010/fax 352-867-4126 OKEECHOBEE Okeechobee News, Legal Advertising P. O. Box 639 Okeechobee, FL 34973-0639 863-763-3134/fax 863-763-5901 OSCEOLA Little Sentinel, Legal Advertising 633 N. Orange Avenue Orlando, FL 32801 407-420-5160/ fax 407-420-5011 ST. JOHNS St. Augustine Record, Legal Advertising P. O. Box 1630 St. Augustine, FL 32085 904-819-3439 VOLUSIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 Page 1 INDIAN RIPER FARMS WATER CONTROL DISTRICT 7305 41h Street Vero Beach, Flotida 32958 (772) $02.2141 APP ICATI N FOR tCNNRCTION TO OR ISR r FACILIEES Date_ 08/01/2017 No. A. Applicant Information: Name: Indian Rivcr Count rX Address: 180127th Street, Building A Veru Beach, FI, 32960 Authorized Agent and Title: Richard B &. rka P.E. PLIblic works Direrlu Telephone Number. 772-226-1234 B. Proposed Connection or Use: (check appropriate box or boxes) NON.MMMABLE O Culvert connection to District canal for irrigation or drainage $100.06 O Pump connection to District Banal for irrigation or drainage $300.00 O Culvert andtor control structure in District canal for crossing andlor water storage 5200.00 ® Other (specify) $100.00 C. Location: Tract , Section 5,6,7,8, l7&1>} Tow6ship 325 , Range ,._39r , Canal No. Laterij A Other appropriate deseripBon: 66th Avenue -south of 61st Strcct to 73rd Street Property I.D. Parcel No. Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Clive diameter and length of culvert, diameter and rated capacity of pump; freight and width of riser or other details on water control structure.) Sec attached & Special Conditions: (for District use only) F. Estimated Date of Consiniction Commencement: 07/2018 Isstimated Date of Construction Completion: m/2nZ0 G. As the Applicant for permit, I do wuleraltind and agree that: I. The use of, or construction within, the right-of-way of the Indian River Farm Weer Control District will be in accordance with the details of the approved aietah andlor permit conditions sbown heroon, supporting this application; and if any ehangca are required. same will be cleared with the District. (Canfinued n Reverse emot) Signed: Date _-t_ A p tc t ----------------- — -------------- (For Application approved by: for the Indian River Farms Water Control District Application approved by: for Carter Associates, Inc„ Engineer for District Date of approval: Expiration Date of this approved application: PlawiSSION, WHEN GRANTED, WII3. 88 SUBJECT TO THE STANDARD PROVISOS SST FORTH ON THE REVERSE HEREOF. Pg.2 Initial, G. (continued) Z. 1 accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall retru,vc or repair same promptly and at no expense to the District; and I will prevent the discharge of any hyacinths or aquatic growth into the District's canal through, my connection. 3. 1 will neither plant trees or shrubs or erect any structure that will prohibit or limit the existing access of District equipment or vehicles without securing proper authorization thereof. 4. It is further understood and agreed that any other requirements of the District are binding upon me, the application, and I do hereby indicate acceptance of this notice thereof. 5- It is further understood and agreed that the lands to he benefited by this request are, or inay be, subject to flooding during periods of high water due to heavy rains or other acts of God, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the Diatriet. STANDARD PROVISOS 1. Permittee assumes full responsibility for any construction, operation or maintenance of District property or right-of-way subject to this Permit and shall save and hold harmless District from any expense, loss, damage or claim in regard thereto, and the District assumes and shall have no liability in connection therewith 2. This Permit may not be assigned or sub-ict to a third party and any transfer of Permittees property abutting DistrieN property or right•of-way shall ipso facto and without move. cancel, nullify and revoke this Permit. 3. This lh:rnit is subject always to the paramount right of the District to keep and maintain its drainage district functions and operations, and is subject to revocation and cancellation upon thirty days' notice from District to Pcrmiltce, 4. In no event shall the District be liable for any damages done or caused by the District to the Public, to Permittee or any other person using the right -of --way or property subject to this Permit, and Permitice shall save the District, its officers. agents, supervisors and employees harmless from any costs, charge or expense of claim or demand of any person against the District arising from or pertaining to any use made of the property or right- of-way subject to this permit. Permittee shall, at any time upon request of District, provide to District evidence, satisfactory to District, of liability insurance coverage, in amounts and with companies as Wray he required by District, protecting the interests of District and naming District as an additional insured. S. The District may, on thirty days' writicia notice to Permittee, require removal and/or alteration of any installation or construction an District right -or -way, G Any construction on District right-of-way or properly and clean up shall be completed promptly by Permittee and in a workmanlike manner wish minimum disturbance to existing bean, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days alter completion of construction or installation. 7. Permittee shall advise District's orfiec prior to commencement and upon completion of all constructian.(772•562-2141) 6 Permittee shall not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to tht: jurisdiction of District, nor permit anything to obstruct the now of water, and shall save and hold District harmless from any expense; loss or damage to District or others by any such discharge or obstruction, remedying or removing the some Immediately upon request of District. Pg. 3 Initial; 9. Permittee, as a condition to the continuance of this Permit, shall reimburse District immediately upon demand, for any testing or other costs or expenses to District associated with or arising from Pcrmittce's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer, or other installations or utilities may be located within the construction area, and applicant shall use diligent efforts to first detect and locate all such installations and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable for all darttages proximately resulting from its interfarencc with or interruption of services provided by other lawful right-of-way users. 11. This permit shall be considered to be a license only, for the limited purpose of installation, placement and maintenance of the improvements specified on the face hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. s 11. Antes-built/locauon certification of all culvert/structurc installations within the District,8 canalstright-of-way shalt be performed by a Florida Registered Professional Surveyor and Mapper on form provided by the District, and submitted to the District within thirty (30) days following completion of installation. If as -built ecrliticatinn is not received within thirty days of inst§llgtion, the District will either have certification completed at owncrlapplirants expense or order removal ofthe installation. By initialing and dating this page 1 am agreeing to all standard and special provisos: Initial: Date: Kimlep)) Horn Project: 661h Avenue Roadway Widening Phase 1B 491h Street to 691h Street Subject: IRFWCD R/W Construction Improvements The following below summarizes the proposed improvements within the IRFWCD right -of-way: 66" Avenue I . S-101 A, Sta. 357+50, RT — DBI to collect runoff from district maintenance road. 2. S -103A, Sta. 360+50, RT— DBI to collect runoff from district maintenance road. 3. 60" RCP cross drain, Sta. 364+79 — sub -lateral culvert connection replacement to Lateral 'A' Canal. 4. S -203A, Sta. 369+66.75, R f — DBi to collect runoff from district maintenance road. 5. S -206A, Sta. 375+75.00, RT— D131 to collect runoff from district maintenance road. 6. 24" RCP cross drain, Sta. 380+40.00 - Pond 66B outfall to Lateral `A' Canal. 7. S -209A, Sta. 381+75.00, RT — DBI to collect runoff from district maintenance road. 8. S -212A, Sta. 387+69.15, RT — DBI to collect runoff from district maintenance mad. 9. 60" RCP cross drain, Sta. 391+55 — sub -lateral culvert connection replacement to Lateral 'A' Canal. 10. S -303A, Sta. 396+53.85, RT — DBI to collect runoff from district maintenance road. 11. S -306A, Sta. 402+00.00, RT — DBI to collect runoff from district maintenance road. 12. 36" RCP cross drain, Sta. 404+75 — Pond 66C outfall to Lateral 'A' Canal. 13. S -309A, Sta. 408+50.00, RT — DBI to collect runoff from district maintenance road. 14. S -312A, Sta. 413+93.64, RT — DBI to collect runoff from district maintenance road. 15. 60" RCP cross drain, Sta. 419+30 — sub -lateral culvert connection replacement to lateral 'A' Canal. 16. S -403A, Sta. 423+76.72, RT — DBI to collect runoff from district maintenance road. 17. S -406A, Sta. 429+20.71, R'f.- DBI to collect runoff from district maintenance road. i S. 24" .RCP cross drain, Sta. 430+30 — Pond 66D outfall to Lateral 'A' Canal. 19. S -409A, Sta. 434+25.00, RT — DBI to collect runoff from district maintenance road. 20. S-4098, Sta. 436+50, RT — DBI to collect runoff from district maintenance road. 21. 5-412, Sta. 440+25.00, RT — DBI to collect runoff from district maintenance road. 6111 Stregt 1. 1.8" RCP, Sta. 185+79, RT —discharge connection from proposed roadside swale. 2. 18" RCP, Sta. 187+92.54, RT — existing swale connection. 3. 18" RCP, Sta. 188+12.56, RT -- existing swale connection. 4. 18" RCP, Sta. 194+28.04, RT — existing swale connection. 5. Bridge Replacement, Sta. 201+02.68 to Sta. 201+43.35 6. 66" RCP sub -lateral enclosure for maintenance access, Sta. 201+46.96 to Sta. 202+90.96 7. 18" RCP, Sta. 214+39.60, RT — proposed roadside swale and existing swale connection Kimley))) or Project: 66th Avenue Roadway Widening Phase 18 49'h Street to 69th Street Subject: IRFWCD R/W Construction Improvements The following below summarizes the proposed improvements within the IRFWCD right -of --way: (cont.) 51t' Street I . 18" RCP, Sta. 182+10.00— discharge connection from proposed roadside swale. 2. 18" RCF, Sta. 191A-01.18, RT —existing Swale connection. 3. Bridge Replacement, Sta. 201+02.68 to Sta. 201+43.35 4. 66" RCP sub -lateral enclosure for maintenance access, Sta. 201+47.33 to Sta. 202+91.33. 5. 18" RCP, Sta. 211+43.46, RT — existing swale connection. 6. 18" RCP, Sta. 217+84.95, RT— proposed -roadside swale and existing swale connection 69meet t. 18" RCP, Sta. 186+60.00— discharge connection from proposed roadside swale. 2. 18" RCP, Sta. 194+68.30, RT — existing swale connection. 3. 12' x 8' RCBC Bridge Replacement, Sta. 201+20.01 4. 66" RCP sub -lateral enclosure for maintenance access, Sta. 201+95.00 to Sta. 202+67.41. ANT OF a `gIIP�" M J,1�k qy � N �fOerArEs o%p�,,b REPLY O 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-2017-01526 (NW -JLC) James Ennis Indian River County 1801 27th Street, Building A Vero Beach, Florida 32960 Dear Mr. Ennis: July 17, 2017 fl C�1,�1� S ; JUL 19 20417 INDIAN RIVER COUNTY ENGINEERING DIV;S Your application for a Department of the Army permit, received in April 2017, has been assigned number SAJ-2017-01526. A review of the information and drawings provided shows the proposed work involves altering 1.21 acres of road side ditches for the widening of 66th Street from an existing 2 lane rural roadway to a 4 land divided urban corridor between 61St Street and 73rd Street. The project is located along 66th . Avenue in Sections 5, 6, 7, 8, 17 and 18, Township 32 South, Range 39 East, Vero Beach, Indian River County Florida. Your project, as depicted on the enclosed drawings (Attachment 1), is authorized by Nationwide Permit Number 14. 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.sai. usace.army.mil/Divisions/Regulatory/sourcebook.htm. Please be aware this web address is case sensitive and should be entered as it appears above. Once there you will need to click on "Nationwide Permits." These files contain the description of the Nationwide Permit authorization, the Nationwide Permit general conditions, and the regional conditions, which apply specifically to this verification for NWP 14. 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. -2 - The following special conditions are included with this verification: 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, 10117 Princess Palm Avenue, Suite 120, Tampa, FL 33610-8302. b. For electronic mail: CESAJ-ComplyDocs@usace.army.mil (not to exceed 10 MB). The Permittee shall reference this permit number, SAJ-2017-01526 (NW -JLC), on all submittal s. 2. Commencement Notification: Within 10 days from the date of initiating the authorized work, the Permittee shall provide to the Corps a written notification of the date of commencement of work authorized by this permit. 3. Completion Notification: 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. 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 (N RHP) 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 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 -3 - 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. Erosion Control and Turbidity: Prior to the initiation of any work authorized by this permit, the Permittee shall install erosion control devices and turbidity barriers around all work areas to prevent fill material and any erodible ground surface from being displaced into adjacent wetlands or surface waters. Immediately (within 24 hours) after completion of the final grading of the land surface, all slopes, land surfaces, and filled areas shall be stabilized using sod, degradable mats, barriers, or a combination of similar stabilizing materials to prevent erosion. The erosion control measures shall remain in place and be maintained until all authorized work has been completed and the site has been stabilized. 6. Regulatory Agency Changes: Should any other regulatory agency require changes to the work authorized or obligated by this permit, the Permittee is advised that a modification to this permit instrument is required prior to initiation of those changes. It is the Permitted's responsibility to request a modification of this permit from the Cocoa Regulatory Office. 7. Eastern Indigo Snake Protection Measures: The Permittee shall comply with U.S. Fish and Wildlife Service's "Standard Protection Measures for the Eastern Indigo Snake" dated August 12, 2013 and provided in Attachment 2 of this permit. This letter of authorization does not obviate the necessity to obtain any other Federal, State, or local permits, which maybe required. Prior to the initiation of any construction, projects qualifying for this Nationwide 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 -4 - 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 letter of 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/wildlifen 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.orci/ ) also maintains updated lists, by county, of documented occurrences of those species. This letter of 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 Jim Carr by telephone at 321-504-3771, Extension 26. 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 take a few minutes to visit http://per2.nwp.usace.army.mil/survey.html' and complete our automated Customer Service Survey. Your input is appreciated — favorable or otherwise. Again, please be aware this web address is case sensitive and should be entered as it appears above. Sincerely, . DlgltAy signed by CARRMESLAWSON1 21371 CARR.JAMES.LAWS D-,uS,o=u S.Go emment olu=DoD, ON.11.121643171 1. cu,=_cn RJAM�LAWSON.,,,216431711 Date: 2017.07.17 09:18:16 -04'00' James L. Carr II Project Manager Enclosures Copies Furnished: CESAJ-RD-PE Brian Good, Kimley-Horn and Associates, Vero Beach, FL -5 - GENERAL CONDTIONS 33 CFR PART 320-330 PUBLISHED FEDERAL REGISTER DATED 13 NOVEMBER 1986 1. The time limit for completing the work authorized ends on March 18, 2017. 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 of 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 conditioris 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. SELF -CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: NW -14 Application Number: SAJ-2017-01526 Permittee's Name & Address (please print or type): i Telephone Number: Location of the Work: Date Work Started: Date Work Completed: 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 I DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER: SAJ-2017-01526(NW-JLC) A 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. I 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. (TRANSFEREE -SIGNATURE) ; (SUBDIVISION) (DATE) I (LOT) (BLOCK) (STREET ADDRESS) (NAME -PRINTED) (MAILING ADDRESS) (CITY, STATE, ZIP CODE) Attachment 2 Indigo Snake Conditions 4 Pages STANDARD PROTECTION MEASURES FOR THE EASTERN INDIGO SNAKE U.S. Fish and Wildlife Service August 12, 2013 The eastern indigo snake protection/education plan (Plan) below has been developed by the U.S. Fish and Wildlife Service (USFWS) in Florida for use by applicants and their construction personnel. At least 30 days prior to any clearing/land alteration activities, the applicant shall notify the appropriate USFWS Field Office via e-mail that the Plan will be implemented as described below (North Florida Field Office: jaxregsQfws.gov; South Florida Field Office: verobeach@fws.gov; Panama City Field Office: panatnacity@fws.gov). As long as the signatory of the e-mail certifies compliance with the below Plan (including use of the attached poster and brochure), no further written confirmation or "approval" from the USFWS is needed and the applicant may move forward with the project. If the applicant decides to use an eastern indigo snake protection/education plan other than the approved Plan below, written confirmation or "approval" from the USFWS that the plan is adequate must be obtained. At least 30 days prior to any clearing/land alteration activities,:the applicant shall submit their unique plan for review and approval. The USFWS will respond via e- mail, typically within 30 days of receiving the plan, either concurring that the plan is adequate or requesting additional information. A concurrence e-mail from the appropriate USFWS Field Office will fulfill approval requirements. The Plan materials should consist of: 1) a combination of posters and pamphlets (see Poster Information section below); and 2) verbal educational instructions to construction personnel by supervisory or management personnel before any clearing/land alteration activities are initiated (see Pre -Construction Activities and During Construction Activities sections below). POSTER INFORMATION Posters with the following information shall be placed at strategic locations on the construction site and along any proposed access roads (a final poster for Plan compliance, to be printed on 11" x 17' or larger paper and laminated, is attached): DESCRIPTION: The eastern indigo snake is one of the largest non -venomous snakes in North America, with individuals often reaching up to 8 feet in length. They derive their name from the glossy, blue -black color of their scales above and uniformly slate blue below. Frequently, they have orange to coral reddish coloration in the throat area, yet some specimens have been reported to only have cream coloration on the throat. These snakes are not typically aggressive and will attempt to crawl away when disturbed. Though indigo snakes rarely bite, they should NOT be handled. SIMILAR SNAKES: The black racer is the only other solid black snake resembling the eastern indigo snake. However, black racers have a white or cream chin, thinner bodies, and WILL BITE if handled. LIFE HISTORY: The eastern indigo snake occurs in a wide variety of terrestrial habitat types throughout Florida. Although they have a preference for uplands, they also utilize some wetlands Attachment 2 Indigo Snake Conditions 4 Pages and agricultural areas. Eastern indigo snakes will often seek shelter inside gopher tortoise burrows and other below- and above -ground refugia, such as other animal burrows, stumps, roots, and debris piles. Females may lay from 4 -12 white eggs as early as April through June, with young hatching in late July through October. PROTECTION UNDER FEDERAL AND STATE LAW: The eastern indigo snake is classified as a Threatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission. "Taking" of eastern indigo snakes is prohibited by the Endangered Species Act without a permit. "Take" is defined by the USFWS as an attempt to kill, harm, harass, pursue, hunt, shoot, wound, trap, capture, collect, or engage in any such conduct. Penalties include a maximum fine of $25,000 for civil violations and up to $50,000 and/or imprisonment for criminal offenses, if convicted. Only individuals currently authorized through an issued Incidental Take Statement in association with a USFWS Biological Opinion, or by a Section 10(a)(1)(A) permit issued by the USFWS, to handle an eastern indigo snake are allowed to do so. IF YOU SEE A LIVE EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and allow the live eastern indigo snake sufficient time to move away from the site without interference; • Personnel must NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake, if possible, for identification and documentation purposes. • Immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake, the activities must halt until such time that a representative of the USFWS returns the call (within one day) with further guidance as to when activities may resume. IF YOU SEE A DEAD EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of , the snake. • Take photographs of the snake, if possible, for identification and documentation purposes. • Thoroughly soak the dead snake in water' and then freeze the specimen. The appropriate Wildlife agency will retrieve the dead snake. Telephone numbers of USFWS Florida Field Offices to be contacted if a live or dead eastern indigo snake is encountered: North Florida Field Office — (904) 731-3336 Panama City Field Office — (850) 769-0552 South Florida Field Office — (772) 562-3909 Attachment 2 Indigo Snake Conditions 4 Pages PRE -CONSTRUCTION ACTIVITIES 1. The applicant or designated agent will post educational posters in the construction office and throughout the construction site, including any access roads. The posters must be clearly visible to all construction staff. A sample poster is attached. 2. Prior to the onset of construction activities; the applicant/designated agent will conduct a meeting with all construction staff (annually for multi-year projects) to discuss identification of the snake, its protected status, what to do if a snake is observed within the project area, and applicable penalties that may be imposed if state and/or federal regulations are violated. An educational brochure including color photographs of the snake will be given to each staff member in attendance and additional copies will be provided to the construction superintendent to make available in the onsite construction office (a final brochure for Plan compliance, to be printed double -sided on 8.5" x 11" paper and then properly folded, is attached). Photos of eastern indigo snakes may be accessed on USFWS and/or FWC websites. 3. Construction staff will be informed that in the event that an eastern indigo snake (live or dead) is observed on the project site during construction activities, all such activities are to cease until the established procedures are implemented according to the Plan, which includes notification of the appropriate USFWS Field Office. The contact information for the USFWS is provided on the referenced posters and brochures. DURING CONSTRUCTION ACTIVITIES 1. During initial site clearing activities, an onsite observer may be utilized to determine whether habitat conditions suggest a reasonable probability of an eastern indigo snake sighting (example: discovery of snake sheds, tracks, lots of refugia and cavities. present in the area of clearing activities, and presence of gopher tortoises and burrows). 2. If an eastern indigo snake is discovered during gopher tortoise relocation activities (i.e. burrow excavation), the USFWS shall be contacted within one business day to obtain further guidance which may result in further project consultation. 3. Periodically during construction activities, the applicant's designated agent should visit the project area to observe the condition of the posters and Plan materials, and replace them as needed. Construction personnel should be reminded of the instructions (above) as to what is expected if any eastern indigo snakes are seen. . POST CONSTRUCTION ACTIVITIES Whether or not eastern indigo snakes are observed during construction activities, a monitoring report should be submitted to the appropriate USFWS Field Office within 60 days of project completion. The report can be sent electronically to the appropriate USFWS e-mail address listed on page one of this Plan. Attachment 2 Indso Snake Conditions ,ATT E N T I OPV ■ 4 Pages THREATENED EASTERN INDIGO SNAKES MAY BE PRESENT ON THIS SITE M 1F YOU SEE A LIVE EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and allow the eastern indigo snake sufficient time to move away from the site without interference. • Personnel must NOT attempt to touch or handle snake due to protected status. • Take photographs of the snake, if possible, for identification and documentation purposes. • Immediately notify supervisor or the applicant's designated agent, and the appropriate U.S. Fish and Wildlife Service (USFWS) office, with the location information and condition of the snake. • If the snake is located in a vicinity where continuation of the clearing or construction activities will cause harm to the snake, the activities must halt until such time that a representative of the USFWS returns the call (within one day) with further guidance as to when activities may resume. IF YOU SEE A DEAD EASTERN INDIGO SNAKE ON THE SITE: • Cease clearing activities and immediately notify supervisor or the applicant's designated agent, and the appropriate USFWS office, with the location information and condition of the snake. • Take photographs of the snake, if possible, for identification and documentation purposes. • Thoroughly soak the dead snake in water and then freeze the specimen. The appropriate wildlife agency will retrieve the dead snake. USFWS Florida Field Offices to be contacted if a live or dead eastern indigo snake is encountered: North Florida Field Office—(904) 731-3336 Panama City Field Office — (850) 769-0552 South Florida Field Office—(772) 562-3909 Killing, harming, or harassing indigo snakes Is strictly prohibited and punishable under State and Federal Law. DESCRIPTION: The eastern Indigo snake is one of the largest non -venomous snakes in North America, with individuals often reaching up to 8 feet In length. They derive their name from the glossy, blue -black color of their scales above and uniformly slate blue below. Frequently, they have orange to coral reddish coloration In the throat area, yet some specimens have been reported to only have cream coloration on the throat. These snakes are not typically aggressive and will attempt to crawl away when disturbed. Though indigo snakes rarely bite, they should NOT be handled. SIMILAR SNAKES: The black racer is the only other solid black snake resembling the eastern indigo snake. However, black racers have a white or cream chin, thinner bodies, and WILL BITE if handled. LIFE HISTORY: The eastern indigo snake occurs Ina wide variety of terrestrial habitat types throughout Florida. Although they have a preference for uplands, they also utilize some wetlands and agricultural areas. Eastern indigo snakes will often seek shelter inside'gopher tortoise burrows and other below- and above- ground refugia, such as other animal burrows, stumps, roots, and debris piles. Females may lay from 4 =12 white eggs as early as April through June, with young hatching in late July through October. PROTECTION: The eastern indigo snake is classified as a Threatened species by both the USFWS and the Florida Fish and Wildlife Conservation Commission. "Taking" of eastern Indigo snakes is prohibited by the Endangered Species Act without a permit "Take" is defined by the USFWS as an attempt to kill, harm, harass, pursue, hunt, shoot, wound, trap, capture, collect, or engage In any such conduct. Penalties include a maximum fine of $25,000 for civil violations and up to $50,000 and/or imprisonment for criminal offenses, if convicted: Only individuals currently authorized through an Issued Incidental Take Statement in association with a USFWS Biological Opinion, or by a Section 10(a)(1)(A) permit Issued by the USFWS, to handle an eastern indigo snake are allowed to ddso. August 12, 2013 fort I N Md ''00*el w r fA ti woo �x ¢ g O x C Vi C o inj $u Q O Ii1 2 Q 6 W � ti xd_ °+ Si J Wuxi O l- in g@ a N� Q W Q Lwnk LU t- WWFw�ww� a `o gym¢ '3" 0. WW W WW mp i �� fC i� o¢�xe a Z_ 8��: 30 w g N � 1nm pv�a w n0 2 4 2xQ r QW }.vOj1`� "^ o � Nn yy0.ja�� 2 W g W O W � Q: a x aC, N ti Lo • � � � o tiio� 89�QQ� 2 x = U 8 8 8 8,ng Lns Q8 tiL*� ~O'F1 VI °1 bN �N bN iDa xM OQ O¢ O¢ U¢ 2!� 2!� 2ti W1- b Wh W� WH mv1 LLJi:_. i(i:.'jz cif cc CIO3-sr-a Ui !� LV � L 1 -- fix" ,T 3 _ sOo O N CL Sit in cr- a Lu 11 �1 nNj IE9 ¢hn tiv T �r� �+ b± \n+ IbDQ ' Lb � bb bb Win Win mh C" in n W 2 2 Q Q Y0.p 4 g J _ _� ti o ° 2 2 p p 2 J J 2 2 v 1 tz o U 0. 0. Qw a a 4 L 1" Ln ti xo 2 2 ton V) h Vl x 2 x O 0. h 0. q= 2 in 1n ` 2U U W W W W p ion `^ �dg O 1 U, 1n O 2 !� ° h W W> 2 Q 0. 0. O ti_ L 2 2D 22o ¢ p w 6 2p p2 2 4 a Q W q W Qpr�� Q, U V \n Ol p In Vlsh I�1 C1 x r.� O N ^ T pN N v' h W _ Z � SOSI I ,V 9°'d W -2a r.. N i,- cW m o WQ N w moQ 2g Wz ml oW wa ti b i m kN Zo Wm mti ff� W x WW �C Z ti,n Wo m� LQ. Ns 12 84w �Oz U 2W y °° ¢ NWtiH2 jH e 2 ! yW �x gpC WW tia 1�2� OW 2G Hrc W x xti�il�O N Q 2 H U aS ��pU >W V1S U�a� 20 yl �¢ R C J vl �1,¢ 4� >•c x°° U I rr a y W 1� p¢pW�--WI`s UL 4QNNm¢ H WL ELes v�,iz� ,—(� z = W O 1y �6a hW �gi ¢¢Vi 1� �� �° WW W4J IJi=W ~ xWWWIx.W 2 C 1' i ¢ 11yy 2 N $k �ti�tiW °WV W WN � O z_ti 4C O H �W J py°j � O 2 I,W tiW❑ ��' °N_22 m1.I zbt =i Wx ¢V 4 W W I��w Q� _ ¢ b W i0 Zati 1'W bK 'dam ti0 Wx !gt 02 6 x x �a��2bC w p 1 �cl�iW3�I�p W ¢ W IQ �1 > to X60 WO dJ W ti kx WQ `�pv rax -�$ � W8m �~_ � ¢ W IN ❑2 ° azm3 O Z W�4 C �i m`6ti6 1/t> �0 Wz � Q�WWg �Qv hxg �`� 8 w§ .4� (� 2 ~§ i Na NZzn zap zw $z Z o08 mg �N xh �~ Q$i`�� m lW y§ ti ph H$ px � 0 �¢� WwB �ti ado � �8 NWj $o U i� �� ai. Wz' a yap w� yl z 8' ¢`d� ` z WW r� ¢z��ti o$ W iti Hp �1-U x�0 �aQW~���`2J�'y'z~�� Uya= °����W~��W`t W nvi In Q r•, N N � �I N N ^H M� h 1¢ 1� Ml •ri tg W cog m o 'Mg a � oo w Q Ff+ 2 2ti2 W� ° ~ y�jQ x~;4�1 x N VIWC a H _in¢a� krzT i �W°N�ti � �W aylg$�tiliSgjt } pt OWWVW� ¢¢IR NS�¢~ Wx t W 40+�W�m K�RCdW WUY 8 UW Q56� LL J U 4 p O W$� tid N a QW Z� z H� W 0 J 2CW�`j Q z• N 6 z N. �Ua 304411 i��g 8x aS����2 ��a zJo�jii°'a 8� ao 0 4� € xx W 1�w x H 2�J tiQ4�=W y0 Joh'-�H a h� W Ngi C�J¢� W 1_b ap~.x1` 4 W �4J � N � ¢ ¢ pxbW COOti 21�2Uw x ¢W ~2 ¢ ywWOZ I_� m 6!. bV14 VI O W¢LCW 2�x0� W CWig x w ° � ti0w� Hw �ox��`= WH Jyy yiyyo�m4� Hw oW < Wti W2 = J 2� xCQ°n ¢~ PWi� ow��^ QaW = wmuW 3 3 Lp.w ti W 0 ¢ 2ti>=' UOD OO 0 0~Ij J $ b ti ml.m In �� ¢,� ¢_ WEI _` �� a� ¢ n ¢ m ma�koi`o xH H_ 8�m¢�� we 8z w 8� W N Irj V N b m Oq Q N �1 P �1 b C m r AAte`� C 00 N (0 N E a ,, u d �' N c N �. L 0 r O "= i O CL N W ¢ W�Jb oox po �3yhi Wk d 3 UxZ 2 �WO W �Y�p�ti��i mNti4 � W d x is tJ 9� i Hyo W pWpti��''w"o2� d -R zNa b, LL, M W 4 -is �sW U U1O�yj, co W QU;�y� aW NOS v> ¢O���jIl�4Yo� �1,2¢�Ui U1= Cu $ �wwoxx8a8eWrc�� u¢ $ ti C W z bl N E n R MATCHLINE A -A W w b � I co LU U LU LU N _� J Lo Z Lo �Q-- Lu r— O = W �'ffia Ep�5; fSAk F�I MATCHLINE B—B I�G MATCHLINE A—A f , MATCHLINE C -C2 > pq L 'N y I I - /� �F h U 'c� ' • f �, .. i•t W w ro. U i a l N KNEE No � N ;. gg; � � at �rzti�'.r� R ^�''a'dEt„+';���. ���F��'� �,fti— Q r - $'�C ws' 1.'skt rr D, a*li h ..:•2 S �. ..,� '�. a \ e t b 1 '+' •+i����� �' - - t � � q"" �I�f + �R'' � '� . �. � � �< � (� Lid r "'�'• x � x •m'-4�i �a,3. _�, � t . l ul 3 � n•� f�` ��� fi' s t `i S (� -.35 O F r5 y�1 1'11 � .Fiww°hC. 'V t tt � J i .�•W 4 � 1 5 •V. }y+l � 1'� V [��! w1 - • 4y i"'S� � a d, 'f%•. "^� � tw � i d 1� �,+t ��•r�•.{Yr ,a'€�'h•u: A � . (t•� M * - 5�3-.•7"R,°.:'Gi; _ r q 1 -Yi �1" 5'iJ,�i3 S'`� F ` F ,R �:6 'g i7.Y .;+< "sta. �,. { t+. 5�.'.t \•. z•a.. 2 f�N+ 1,,s s. V til �QlK 'Y<`} a• r� ` { el ' s S �, Q MW a a3y �QIk3� I An xLj LCL, LL - W < r LLJ aj W ill a Lu LLJ cc on '3.i )a ��S 7z `"' �' '� �i2tstn�..•tY e zr �`3�"1=.M. i�+t� - I{ - � `�^' O##�f�" � ,g$,�..� 5 •dpi' L � i axjr�1`.Ut { Ln 7°� �" t K•, c�>-� Y "'fig:. �`` � �`''4 re t�� 1�1 pi �. vatr•eiw2 er t�+� >F.,., IF Rik: p r$+ ko Lu 1 Wi` +..I t L,I,y�i. 1 n, , ,�"' Ix \ M 1A bh` 16"x' SLI : .,y. �-x,•. - fI �,i r x� ii" �"�. '1,� II _ r�x � li�m. "� �� W ' ' �, a b.., ' x �. � .:.�i SIV:.;�? �,:a: _ . ,' �4;..�� �. �•.4., f . ! I' I I Q � S � �;��.' \ I +y •:4si- 9 a k :w MATCHLINE' B -B { I MATCHLINE D—D k���'Flx �. �`�Y4 �t� ��Ft�' � �''; -�,pt C� ..,�i , •ti �`'S;�jt''T� +. `�``,� ''� •rsr' a" ' ovn 'C ; lid ORA t r -Av.5-4,' ,moi(.. ;- �� _ y„��. e tr - t'f •+-"••� t:, .�"��t '�+��, i�sr�. �,� pct `�'�� '�� +rt-'¢ ��� X� � '� .+k •t`� -:.� � Y i � �- #�►�t. ��ss ;�/X•3`r.?I,vf`�'d 7I I - � � � �,� {a' i` �.�,5 �'w'( �"I a r `17R,o �'�" i"A '�'E ,7i�i' -r$xae �•n i 6. .�+? _ 1.. ^1 x a .•' .:, a.�+�.t....4.n-iv: .4,., �',',. ,_'i �, ''4 � _.k � y -i .s � s•.��tr ww•v.+v.a•M ry»« +r`i M♦.♦-��.. ..`,.jam (,,�.. �; �� , + awaC i; � .+-M � - � .+w4 tr=r;'s - '�"' `� �r,s �L. E �' � 1y t' � .. s1• � * ���+r., R+: s p ;,.:rya'"-ax.^+,'•.wwr..r�wn•+ww,.-..r•..ww.,�w'.ve�..vsr..' «.., r .., Y Y. w r ' ,Lq::• N 4 . :� y - � L.. e. Warr,..»n++:�.er�+•+a•�r•«iww�yvm..... .«...�., s � ! h+,wPR'+'1..-xa.•,...K�.�..,ixrr...•+v`i�.+<.r..w.7i..ww ,. �' I :ny#, l � „� - �'"Sa ,;..� hi'•'t•:• ••r.sn:e,�wM '. Na.a. ;;,,.,r. .;.w.+v.�«.wee x.:•r+rwa..r� ,'t. ;- ,ci!C*•`t'�'�"e"v„"wl<'.•'aN r!y'.i +wM.rM.w.rM•Laf :+5e,/!`:S J+'..w ` 1.1...i . ''. 1 1 - •Y� , µ A p'1M,r:.. .�q:wr,•nia+..e.n tArw. .a,,.•wq••v4 Ma.W. 1 \! _ _ An�fk� .tw�ufa-..r r/r qt .^•Tw! �!+Mc•. ... � \-. \ i y ,.. � .P!H1+H1ia �T�+'MN.n-i !RW�'S1r a'Y.Y• A4h�M.MPva p�MiwnlV�i:Mi i .a -y.,'. �E. n.-..• .,mow:.., ..a..wwivr ... ..r.�.r p . �� :�? •'� _ ♦ �. C.i tr . ^� a, r...�++,tn• ay., aM..,Mi..r .>•+s syln.*..+w . � l �w � '( � n. � ♦. tj tj YrM � to '1 4•'a ',,` a\ . t MATCHLINE C—C Off N N a is t Q 10 N lot yyy I 10 I Qi V w LO won w r " O N 5 c�� W } Y STOM HAS e Q ® i G x1 f -40i- .I o u r iIF age w2bg 1: WAR2px moo K" Vs :1 ZZ d L 4 o C ; { l �� i'l, n (1181 HX3 10b &M X131VM 30VAOS 83H10 30N3AV W99 33S) 319-319 3N17H01V N c o (1181HX3 10ddnl d3 HIO 3nN311V W99 33S) M19 M19V3N171-101 ..:.0 Nv4%.A Y 3`tiY45y ",`: :' -.'�'1'i+.-�ei°i+'x2 . -a hnt ,rrwa' ✓ T:. 4 G�i� Lasi Y-✓- .. LE 1t 1� ..,�tAv*„hp7f ?> �, s> s��a, �. � �i ® t I � ,.N- `�� �' r j�sS��'X Fxx'Y^4'3xsr'� �• 'd 'i`bGm:r .a ! � :3--�� •,r9� "f R z� u� x V milli it v S o¢ F slot 2 N C W f' ,I 0 :' .;,...;:.. ...�.'CY-.s '_acv ,^+, :: �.,*>��•,. , ` •�-�.�� ��. it .•n'�a4 ,�h�2 v��s `�, �{�,'', 4•'k. �ax�+-�'k�'t4s">�+d��.:,?y.i�^.tia; ;eta }.< 7 vw s- �� �1 s �i � e t. co Di In. ¢meq fiTk `r..U. r: r r# tar' ye 1, re q (Sim Mal �4cr..aw.n:azv�w'4 t�'F� oc� t„�m•�e+r�, *fr'...,�. � �� � eV't -i,�.�n>k �� �..'��.':=: ^.'c`,�,.:,�. � x-.`;,1:� ;�`'�;;, r 'kms. d,';:`:1. FnnS:s:. r;.•<.S C�', F�'r ..'� 1118/9X3 19bdWl Y-91 vm 39b'3NNS Y31410 3nN3AV 1499 33S1 369-369 i 3N17H91b1N (1191HX3 19Y/dWl 831vm 3 31?N3AV W99 33S) I I � � I ".y _ \ ; � N. � + .. „ i_ �---w—v ,yrk � ♦:v�7 � '� � } t � � � +'—^� � �� � � ! � .�""'�i s . µ 4} •s � R 1 �`` � r � t � 1 ' ` #t 5 .� �"y"�Ve x�. ._ r _ .r........_ _ � �„ i . ,� ss �. M1 w i ' �. a .,, � � ,. w', "� �^ r. i -t' � , � i r �� � .L _ 4 ' r � � + � ' �• 1 , W r �� .�'? � - - . - - w --�---�.- - �. � J r .� � .� � ya Rn�r r �� .. SON I W Md 002 § 7 q E ® _ , . _ 0eco oL - §( \ % § @ 2 k\ � � ¥ # o cu 04 cu § Lo p ,_—— iOGaISNOD a _G»� [ e— — — e �Qba� . /2 ! a 5 7 — .9N17 hV ® / ( uj §2 `® mA{ §\§ � � ® » oL - §( \ % § . ¥ a a•)w R �Qba� . /2 � §( a•)w R �Qba� ioii I 'Ar y d Old Wl r U ti LU ti � � r N N { s U) � LU Ol m •� 2 C ��go �3i 'S W � O+ R1W LINE _ H QV H Lu a m A ~ I W WWW o .n GI W� mot Ln '4 O C1 > W > I O � ili1 O j g O N p ggB Y ti o pi N tlKh ail N e- ` W a 09 pW Y "2 W yO S 4 e � I o W C 3X/7 AVH I I � H w o zi I W �� � Past I -Ar :l d M XY 4 £ _ Lu 10 < CP N Ln ...2bN ON t.1� ~=0N ON ¢?N 2N 9 C9¢ZN ?N KIP �� �� �¢ T ` pp S 1- o N In T — 2¢Wm Wja g x x¢W� Wm U) a4W4 W4 I�j ¢ CjW� Wa h 1 Z QQ 3N17 M/a I 3N17 Jh 7VNV0 00Mdal _ _ 1 1 7tl//VJ OJ/Alal Q� k0 3N/7 80/103S 3N17 N01103S `0 4 /3!117 nva 7VNVO 00Mdal _ _ �W /3N17 M/ 7"V0 00M ial ~ W V, OI ��� i 1 eb � L O ° ) O N O O a ZA ° ' 3N/7 MJa 15IX3 J x �I (� N � 3Nl7 hV m S�' O O ti ry� 2 `0 • U j KJ fl -O i wg + �� ` `� + ° C-0 C\jI n 4 x C 1' elf J w� 3N17 /Na b > doado N a x o I load o ti y 4Q '15N00 d0 SIM/7 '1 S/!00 dO S11W17 hQ LU jj 'lo - tiO W n i� Qo In ¢� oW ' xo 40 "fl I N :- d O0 -N1 a p � � h T fn ti m ai /gym LL W W cm WZzN 2J 3i c T ai vi Cpm m N2 9w Q i W �4ti0 tim - 4 i DaWm U� Q �t71t 1w, tt� J ¢p Zt b 3N17 Jh 3N17 M/!! zl 7VNVJ OOMd2fl _ J� 7VAMO OOMdaI 3N17 N0I103S /�,� 3N17 NOI1J35 /3N17 M/Fl 7VNVJ OOMdNI�W /3N17 hV 7VNVJ OJMM 4 _ w N = WER <10 oI Ow~ O 4ea O - H ` a8 O Q+ o N Q TO m N _ Q 3N17 M/N'1SIX3 I (n (n 3N17 ,W '151X3 �I mQ z O N� O ~ ~ 4 O R O � �I NC + Q � � �I �� Ir t.- m N p p I b '^ v I m vi 4 7 'nY C� Z a O ~p 3N17 !NX � I •doad � � o ,� �, � z � '1SNQ7 30 S1IH17 ' vu � ow a° SOST N v d w wl + rnN r to I` ( i �. N r c C: 00 N N O ^m E — >, N n = r 5 w W 4 m h is �U,,e C uio og rn N,^ cu W N� mR� L L O 1 .Q N N L O2 a 2 Q W C%4 Q O~ I''Q^ vo W� 3N17 /3N17 M/t .NOIIVAY.9S3Y ,(HdYnw .I /3N17 (0�— i (:))O + + rnN ( i m O 1 1 W 4 II � a � U CI\l O I C, og rn ro N� mR� L L O 1 .Q N N L J �x Q O~ V W� TH JY \\ mm \, do \ "'a 1 WR ti .NOIIVAY.9S3Y ,(HdYnw .I /3N17 in N� `N m H R-- �pN C� U4�0 �QQQ ` �kgm I W vn W �O Qtim �1� -- _i NOl1Vna3S3a .IHdNnw O LO N r� 1v ! rn L O �� (0�— i (:))O + + rnN ( i m O 1 1 v / V) Q II 2 � U CI\l O I C, og rn N� mR� L L O 1 N N L Q O~ W� TH in N� `N m H R-- �pN C� U4�0 �QQQ ` �kgm I W vn W �O Qtim �1� -- _i NOl1Vna3S3a .IHdNnw O LO N r� 1v ! rn L O �� sysl Ar: -00 e � § CL / k � \ 7 C3) K ) �w Q p [\ 04 m �+ ƒ §\ aE gro A, � � . eIN ƒ3$ 1 \ 2�\ % % . w § ¥/ \ /ƒ A ¢ & { () ! ƒ A, � � . eIN 1 \ § � . w { () ! )2 . // \ / V 2©3 ®m^( # Q R ,C'9 ( 2 ` 2()/ , u»mm ` »�ry\ / 2 | \ gay > ��§ ( / r 99 6 -09 ~ ~ � °§ Lu � R {( P I }£ ® ƒ %gym §+ 16- 6-\ LA A, � � I royr I -Ar -1-d w -w I co fl -09 a) , i - or 00*00+99f 3N17HJIVn OLkiig I--- — -J— I lb b LO Ln ' Di 90'-- OP0.9, Id W ti L—C) Ln WO -4. oo* fol .9 K ;RK ca a) th— lu I.Ljtq —ices.. 7� �Xld Lull GIU 71. 14 -WE k I IT. 00,09+09f -3N1 71401M '05 — ----- SOSI I N :!-.r w-2ri cotD a N O co to q, Lu ,,,Of ,0Z ,Of jr rn f11%N 00'09+£6£ 'VIS 3N17HO1VW iu1 I r $ W I I W �q 1 1 %c•I� 02 I , ! i !�i I I 00- 00'00 e '0 !d o ^v � LB'9Z'7 Ln o Lt g I Lr -- -=1 ------I �o'�• C�CCyyI I nl I I I tea.• '° — I II - I I 00' 5 b, + • 5 II 8 I C O 811ZI I II I. W LI II V14J 2 h — I55a�� •if oW: I In Lu 1`1� Ir � a" I I �' III a FO �_ II I 11 � "' ,�il � W':;'• I I �� (I ! q II! -00 --+Rrbl; � 4. � w III -- --- I II II �I II II II WtiI z rl III vv gjj--- '73 OOT + a r 1I ,���• ( � ^ l i !! I I II i II — ——__� s 1I I I " I I -- S 3V 7HO1Vn --- 00.00+88£ 'V SOS/ I 0n/ fwd '0.727 4N] l0 — tl• — NN L6 µ u ,Of ,OZ ,OF 0+;1'VIS 3N,£Ib 701W00 I� I '� I. N it ;11: I II III III II — _ ___IL p -- n, � - — III �W ��' � 1• •�... � IIWk I' (a � I;�d , ; �I �' �W W� I I I I III II I I I III II qNq 33 I g I 4 NI° x> a �� � a� ti k ti• �m �' I� I I I i I I II IW III •s + i e I w� ;I�a� 16Ps �I, I W I = I' II Q-- 8 IN N W I Ij I%, ` I oo a I_414� I' SNI I 3u• I A I I I I1 I { WZJ Now f.. •73 U �9 Ld 9,02 00 I m I P O I� I BI'9Z '7 2 �• g6v, s.. II _o wsli _• _ la,�, g ,��I to ul I I I I I I� � ' No�I W -_��._. y i I -- __.I..__.___ — —i—T,7— t ��� �aBs FltB W�y.N*W� tiM I I Iti I I Mall11 , a s.�a� _ Ac _ I � I I '�' I `h Ie �'M1mIII 2 X Fo•_ 4 g .� � , .vv I III I I "llsS Q . ga -�--I- � I I� I I I 1s" NBC - I it ,�,��I�.�. pt z �xli ...P. .1..�.� �...i_,�� I I� I II I Ig ���W I II —I— /Wrbl I • I I I I I 00'05+5;' 'VIE 3N;714J1VW � � � � —I} { ,96 ,lC ,C6 ,Of ,OZ ,0£ � SOST I -Ar Nd W d17 z ,OF ,OF (n ,OS lO 'It. N0 CO to N- N NV- vii N v— 00'0St881'V1S 9Nl7HOJM N 73 s •0zCL � G a ZmW V I I I d o fop OQO i b I 1 _ I`A" LO W O 11 I I� 1�0 pUZ Y Ing oo W h�� i i Ln C � E$ W '��q II wmv'! I � 71fa Ali II� r,f W T- I I yWl III `Y , I OTCo 2 J3 I m� p I OI I LLb I 6� 11 I R ^ N gip UP.f'a�P , MIRb�QgWWLn ca w W o� - p I- CQ '�d6,6Ln m WWQ I - cc_ I a In .LJ I 2� I O W (may • I I N N N- - I smer I nv AV myr I U) 1,— 47I ko v '09 'of or 00 00t -t,61 3N I 714DIVH a) cu CNI E CL >, 71 < o I "I'T --- -b- WL C4 M . . Zd. 07 C04 IL I � s `( ISI I'I"==� + � I —�- I °M' flT x I I oil k III 91 via ....... IN - q pig 4—Z 3m SM Ew ;R 2� 11 hill 00'05+88/'VIS 3AI 7HJIVn os or Off I W Nd VO W1 �. N r — - — -- ~ ag! C 0)O N Rf 04 se z' r I C r C S133HS 371d0Yd V �j 00'07•+661 18 NV7d 'VIS 30N3AV 3N17HOIM 4199 33S —i — (d/� II 8 M614 1166)CTRI,ls `YI 1 O (� $N 1; Vi r d) N C+ 8 i 80 1— I W b+ Q Ngo ice, U �; II II I U) sz+ 2 I/i CiW?Il � N I �I" 0f' III ? � jti •] ����111i I _1 V Il\vII 8py Ro1Ned +aOn �• Z - � �2XW�� I � -4� II I I i^n I � I / 0 In cpi=Wx �u I l4 -W 4—k I w OV9,14Id ONUZIi t` I -- — � o O In IssI W 1 a° asJ -- W a = UDi N q N jIIF 1 d' I +N I p Q_— 02 I '7 'S 1 Z'H£+Pi~bl I m 3N171401M 00'00fb61'V1S I N N N N — — —1— os of or SOS! I N -1-d w?P/ 1 z r (A ,OS ,OF .0£ l0 V. N O W to V. N 2 C 00,00,rCE'V1S 31VI71401M N m N I I (i m Wti W LlU Wti o m �+ (flei� 1a1ppD � R 1 — is oa use i W u �o p� oo�j �zw�;W�m — N Q� g I� ink I W Ila~ S 1 1771 ^ Via@ ow az lln Qi�14:Fo � I �� ro i II, � � v°fi c �' — OB• --�-----.. .. — - -- --- - -- � � N�`4 t4n ¢ W Npoon n n 0 i i I N N2Oi WI ^ 06 NUZWVi4im ((�� O 11/� /T `r: ti h t 7 7 `9 UL, t 00'Ob+ app ZO'-=e I _— K �6EEgl GOO gm J + _00 OL+ 00' L+J I E @ — bN3 I gLdEplFf II M• � W -I IT- 7i V� 1 —A 'V.LS Id S133HS 37/3061d I NV 7d 30N3AV 4499 33S 6B Z' 3 1 11 00'09+'000 'VIS 3NI7140IVn N W I \ N _ I O a ` d I 1 1 I C 1 — rosr I N y d a9-2rr r-- Cl) O CO b Nt N uxi C 00'09+012?'V1S 3N17H01dW i N (a N E 0'LL — � n,l a � � tn PV I " W 0 � I 1 1. ,LI l �� '^ x I Q I � � p j4 h vh I �II I I O H~ a I 0010+— I I i 11x I i I — — — �E — — e E, 5111k Vf I � ^ � �iYY�� j• I � 2N 1 I 1 1 11 , N ec 1 wp t N- I —Nod a .J i W JIj p W I. OZ- '73 Dolc;* 1 �I -,- �I I 00'00r-903'V1S 3N171431VH I I N N N N ,OS ,ul ,OF "SIf I ,v !-.r vari CO N n 't N O N <0 t C', 17 00*00+910*VIS 3Nl7H,)IVn N CON C\j T- 1117 Lo CL < CO A 14 im 61 L9W ,q!iv jD $6 s!i j + zJ — — — -- — — — — — — — Og O Ln II9c,12 IF& 0 an Ln moo+ co Ln r r.9 -9 pl, P I f I -T IN 00'09+010'VIS 3N I 714JIM c\j ,ub or SOS! I N -!-.r OD?!•! r U) ti I N d- N O -- toO--. N= i N N I I u [v LU` - __.__ _I _ _____ — rej y O m I I I LL ~P ¢ Nair W II W I V'^ W b oo, I I to pp�ul W W to10,02 �2 OC N F9 I I — -- — i —_- _ L\jm `a ko 4 � W r 0 1 ' I � W F9 i 1 I I — w I I a f „ , Sol 11 1 OOi00+9/Z'd1S 3�N17HJ1Vi ,OS N N — N N ,OF ,OF y -II I ".9f I -Ar and w-2rr I ,OS or to T QQ I C.) W z r-1 Ou 0-9t 99 1 * VIS 3N I 714JIM 5 IT E (L 7D 51T6 Lo I — — — — < C39I Z— CID ..... .. ... i. cc W Ed rl StR P11 I... LL W IW O inV Pq LU W —W -j R -cc , lc:r:) Pd. SOSI I N -!-d o3-2ri F OUR 0 El ■ mm�lml No Kai No ME MEN ME M MEN I ME No M Fos ME ON 0 0 MEN it ME MI No 0 ME El MENoi ON ME LI 0 No MEN slim r.M I , 0 MMONIM I Yaw I -Ar -!—d -00-wl I Ln or 00*0.9+961'VIS 3N17H,?IVn N cu cj E 6m UL 4, CQ ;2P rz) LID stI r I'le 3 oc 09. J'Z r ul L,; u; PO -JZ -7- 00 coli S+ '70 (u �1 00'0:+ ou UPGNP, c"11 7-2 -4 op Voc )d moi_ I 00100+161'v1s 3N17HJ1Vn or or coir I "Ar •rad w'a'r r 0 05 ,O£ 'of ( N a)c— 00'00+-000'V1S 3N1714JIM C -�� Z_4 I, r, II,_ eoo =�- �— $• — uu 1010.1 OOT11+ S133HE 37/30ad I NV7d 30N3AV 4199 -93S 00'09+000 'VIS 3N17H01VH M +ld m ` O - 'SZ CO'00+ 3 I Id p v _ �0 _ I 8 00'66+ Pd S133HS 371-40dd I NV7d 30N3AV 4199 33S -1-- 00'00+661 'VIS 3N17Hj1VW ± I I +661 S 1�1 I L 1 Y I I jI 0.1 .I$�, I6 ,--- J +�Zli k4 H-4 c - -1-- --- — � — m ,�;�lA vNill jq I H ¢ _ L— _ --'- �„�AAw.i C 4J N e 2 � II JI ¢ IIS �i�Xw o i •!; I III '-W .I-.— I Inu=wlniH f• � ¢ I 00'09+961'V1S 3N17H01Vn - I - IN N N N ,OS ,0£ I,0£ SOSI I -,v?-.r w•?!rt ti N r t0 — - 05OF DF = 00'OS+LOZ'V15 3Nl7H01VYY N fSf CV7 I 7M cn tL oLo iji- 1--- IZ O ',B•�'nA f ;I II x �1--- i x u I CV aa���W ;tog°,un l I � I .k •I� I I I I IzioeI —�— , � ><W>>I� H 4i3� I f x II �'-- �wvi a I 1 W , III I O, s OgRa$n I m4 I l Im 'ZZ 73 t 0109t I w11. W I ,•dro� L— m pe ��g�ro�W I m tF IIS Inl 1'F6+ I - I _ Ln N QI ¢ �I p I I; I � �a2nI.W I LW W � I I,�•� t I � _ — ^ �� � ; 6 as I I m"M pe ............ m 'I J -- po�Nln a l tN m I ____—_.69•ZL—___ _I—.._— a a Hu L: � I � NHu LO I I I, I k �, ��W I � b •zz •73 •os — 1 -' — _ � gln +n� f II N I I ib v�-i ,�• �-` I: — Ig ee I f 00i004-Z00'V1S 3NI7NOIVW � N N— I-- ,05 I snci I ti v Y ,f 1p V N N ... w q• N vzi x 41 105 ,0f ,Of C 00 00,y. 3N17H01VH N N p I ✓ I I �� 00 W LoAm r B I ` I --- - - m p o d 91 tz, co 8 J •f 1 r" R �� � � �.il _ ....... ' w �--Itg6'73 in I ;tib Folid --- a t " I: t W I O '^ v''i cpiniu�� I •'u I W _ _— _O 41 giN��•����' d t +�gWnnW I �� � I!I I II�- WW I I u t It V I --L"j a I x I I} x m 6 VZZ 73'et I — O � �, , I • I; ,4 I WWI 4 Id.. -� — 00'09+LOZ'V1S 1I 3N171401VH ' I ,05 SOSI I N -!-d 70 -2a [— fp N I lD I <t N O ca to Nt N E�>,g I --—— I — -- N uJ IS °a � ,I � �,\.-.� 14 •�+vW tu I I ° W ail N�4 I ��u dol h FI --- ----- --- - --- -- - - -'�w- --- LnEN Zr) E Polk — �i W' 4a 'SpI'W�Nq°$1'S" 0a °NII Y1b1`lpJ I I I 4d. Il, ip N' I l� I I ISI �� e� zW>>1 II I>>I Ilw Q¢Qa��2 Lx L� N I II I w W I �ZOIWi I W L ff9MIL, pap i. ��M� � I I a I I:✓� II I I W l — -- —;— ti NX _ :I w � , I I1•� � ; I iI1 ; � r9 I � IiI I� I I { I i — 00*00+flz,V1S I 38171401M I + I I ,OS SOS/ I N -d '0107/7 I I -- (A to a N O ao kO <t N v=i C 0)o m ca N C E i1 >, �- - - — — w Lo CO I I F �R7 � b N i N 9, W i I i 1 ff k� � I 11 i 3 It �6ii Y�tl I I ¢ a I 9J 1 H i I1 tok Ig � `il t IWI W I I z c o � _ • i I ii I 1 __. i._ — I iG WI Y I' I iii I I I I 00'05+a 13 VIS 3NI7140IVH i ,lKi N N N i N ,OF T-- U) ,S'D6 W j In -N — R N - N -N O -- coto eF N W o H L N e ,OF 'of 00'00+681'V1S C 3N17ND1Vl Y I I 'I- I w cfl � � N � IIi I. ,� III I - ---- --- - W r�� � lz� LO C) N I kl I � o Q ~ c 1 CA W7,_ $�a — I I � z Z� I I � I I So I II� I I 1 i2 � � • I N I h � g w +�lo ---- - tog `� I I I I _......_...... m� -- 00 I I I I I I � — i I N N N N .OL ,OF• - -O 1-- O W to V. N H r to .OF 00'00+90Z'V1S 3N17H01V/Y N f6 Ng I I E IL 1 1 I I I op.--N 1 • j I I i t °jI Wrl O Naw�bl I N II I k I rz �a ti� N A4i" p n p Q o M i I I a-w O;g N�i - ,' — `rI b'01+ I nj I V v1 - ip9st l08 p I I I I I Xlo "zu 1 O U 'I' QN�W2�� 4�"�•• � K 1 � � a � m � � I I � �a a� g9•F --!--- � ' I -- — � � 4 Op xIo gz_P�p a„aN� ' W _Ol Ia W WOO PN j 7BF "I 1 W - ” v' O �r r ut'ig2'Wim I n� ]7i I W I Ng24 00 ��+ 1 O T N , p0i��E� VIM .I ti as = W � ��p•I ar+ I 9a0 � R, �, i0 V�I� W IPS W i pct cz 3• —k-.s " _-- — r+ ti "JIS'. iS' I • 1 ' 1�: ire if:ll 4 ls' � ar =e a+ W S133NS 3 /3 bd '8 NV d 3DNI I/ 499'33S —� 00 061000 'V15 �NI7H01t N .or-- I os .or I L ao`Is+ 3 1 d N N N N r (n `— ,0G ,of ,OF " C 00'05+11Z'V1S 3N1WIVIN N mN I 8Ii 75- .� _m 414LO 04 (0 �I n oy_ I DOI O N +pyin I I i I — fled�,HxW Yili -`--- Bos I /d I....... ro Ki�zn'I� z HIS a I .._._--'j v n, I• I W ! ' � I N I 4 � I• I� Riq� 6 I; I I L WI�� �H=_ �d ��@i �Mng IL I •I I I -- -...._........ AN—N z a _ W I 0010g+ a W�-i-__ — - - i I I I I I I � I I I �,I - I -- ----- 00 004- 3N17HD1Vn .02 or cu NC) ! d Q cm C .zf I CN M - -� L p` 0 4 y�W �MT-I CN �Wz Q Nom i� I W W x a a W OQ ~J ¢gym pN �ti U � � p� N O O zUO I V 1 �� �n N ? V zf w , !'A373 H1Ib51 ,5L'ZI I � �� f'A313 H1HON1 ,SL21 ,Zl I h0 pj I I I o � a I W?W� tl1 2 h � a a � o a o Cic� N �zt�w V �FS S 26 N2gv � � yp 11Q-�aC h b=CO LU ikU�O W a f'A373 H-IM51 ,5L'S CA373 H1HOH1 SL'£ oa a� i � W H C cu i N O j Q� I 2 CD cu Lo O Q 2 a r = i !Q NVA O D O = N ti a ti a O 4 crc-11 2 U U •Sj o i o Q V W � � ([Vv�j �2o O Jp�� O a � '••�VVV , W APPENDIX B INDIAN RIVER COUNTY FERTILIZER.ORDINANCES Appendix B -IRC Fertilizer Ordinances F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1505-66th Ave Widening_49th St to 69th St\1-Admin\Bid Documents\Master Contract I Documents\APPENDIX.docx ORDINANCE NO. 2013 - n1 2 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 MA1vAGEMENT;" 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 detennined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida -Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science -based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to: adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, F:W1rJUd-1GZNLq"-a-7m1u A2O)d= Page I of ORDINANCE, NO. 2013 - 012 NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. Section 3. Adoption of Chapter 316 of the Code of Indian River County fthe "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 Raver County Fertilizer and Landscape Management Ordinance." Section 316.2. Definitions. For the purposes of this chapter, the following terms shall have the fbl1o!6jM meanings: "Administrator" shall mean the County Administrator, or an administrative official of the County desi nated_by the County Administrator to administer and enforce the provisions of this chMtter. "Application" or "apply" shall mean the actual physical deposit of -fertilizer to turf or landscaae 1p ants. "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 RlAnorpylUno6tGEh'FJtALYkralw:om Afilnd)(Aq a2V),&U nage 2 q f9 ORDINANCE NO. 2013 - and practicable on -location means, including economic and technological considerations for improving water gualiM 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 anv designated employee or agent of Indian River Couniy_ 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 My 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 1) of this Code, and his or her designees. "Fertilize" "Art lizing," or "fertilization" shall mean the act of appl-YjAg 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 enricbmn gt or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall acater 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, rolipous 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 (excludingt_aft "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 anv group of people acting as an organized entity. ,F,Wpn ,yVl,rd�ICENL iALV3„elvtt 4 -20)3 rAwo(q j.. -t20,%6- Page 3 of 9 ORDINANCE NO. 2013 - 012 "Restricted Bergson" shall mean June 1 through September 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not re uire 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 availabilijy 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 a ass. "Urban landscape" shall mean pervious areas on residential, commercial, industrial, institutional, highway riis-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 anv portion of Indian River County, issued by the National Weather Service, or if heavy rain is likelv. Section 316.4. Fertilizer -free zones. Fertilizer shall not be applied witbin 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 voluntpH ten foot low maintenance zone is strongly recommended. but not mandated from anv pond, stream, water course, lake, wetland or from the top of a seawall. A swale/berm s sy tem is recommended for installation at the landward edge of this low maintenance zone to capture and filter runoff. If more stringent Indican River County Code regulations apply, this provision r:a yvr.roticFxnrncw.,or. m e a�io s mn +e..rn . brrarr Kurroo d �e •;ot1 p F p[a.�ursald.= Page 4 of 9 ORDINANCE NO. 2013 - 012 voluntary nature of Me above sentences no mowed or cut vegetative maternal 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 shI 11 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 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. (e) Fertilizers applied to an urban lawn or t i rf within Indian River County shall be applied in accordance with requirements and directions:set forth on the label or tag for packaged fertilizer 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. i I (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 - Section 316.7. Application practices. a) Spreader deflector shields are required :when fertilizins 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. (b) Fertilizer shall not be apRlied milled 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 acts icable. F.•NacnvJlGnb1GENFWfYUl reh�tfsea&Adlrran.er�Lkd).e�yrlFmtB:erM(uN F1n Qdlnmre-200M.V(AVw SQld.. Page 5 of container. Section 316.8. Management of grass clippings and vegetative materials. maximum extent practicable. Section 316.9. Exemptions. The provisions set forth above in this chapter shall not apply to: pastures useu for grazing livestock; (g -j- gnyauds 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 Rerformled within the provisions of the Florida Department when applying fertilizer to golf course practice and' Iay areas,• specialized turf areas; (fl vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. I Section 316.14. Training. a? Witivn the tune period set torth_in_ section 316.12 of this Chaoter, 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 "Florid — endh Desi F.Mtbn.ryV.7.d.�FrYF1iAL1Nc+atunow QQFlnmrccalO.dirancrfVm�>flFcnyl.a 0�mrce •�td7!(FTvvlJNvgm2l{LQar Page 6of9 ORDINANCE NO. 2013 - Management Practices for Protection of Water Resources by the Green Industries" offered y the Florida Department of Environmentat 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 cha ter which ro m shall include among other thins informative postings on the County website printing and distributing informative brochures and other print materials, and speaking engagements at community associations, civic orppizations etc. The pro grain shall also include, to the extent practicable, use of any materials front 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 pro ram shall not constitute a defense to any action brought to enforce the provisions of this chanter. 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-friendfy hest Management Practices for Protection of Water .Resources by the Green Indxistries, " 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 foray category of occupation which mqy Mly any fertilizer to turf and/or landscape plants. Commercial Fertilizer Applicators shall provide proof of completion of the pro am 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 Cou= shall have and carry in their possession at all times when applying fertilizer, evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicator per Rule 5E-14.117(18), Florida Administrative Code. (c) All businesses appl n�ng fertilizer to turf and/or landscape_ plants (including but not limited to residential lawns, golf courses, commercial properties, and multi -family and condominium properties) inust ensure that at least one employee has a "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business_ owner_ obtaining_a Local Busihess Tax Certificate. Owners for any category of F.•1AflomeyL'wb'GEllENAUA.sw'v1ou QO�dnexculOnnKeN niGnrtileddPeRJR:oOiAnaa<. 3011 (firsnfffAagut7Yljd Page 7 of 9 ORDINANCE NO. 2013 - 012 occupation which may apply any fertilizer to turf and/or landscape plants shall provide proof of completion of the program to the Indian River County Tax Collector's Office. Section 31.6.13. Enforceanent. This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertainingto o this Chanter, pursuant to Chapter 162 Florida Statutes and §103.07 of this Code. In addition, this chapter may be enforced by the Environmental Control Officer pursuant to Chapter 85-427 Special Acts Laws of Florida and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in 4100.05 of this Code and to the extent applicable, Chapter 85-427, Special Acts, Laws of Florida. Funds generated by penalties 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. Apy 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 Co= 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. £.•LtnmoyllfndotOP�lER4L7?.ssafthwiROnl7rtnmrr110�d7renualPnilRx�MaikfFertlLrrrOWl+aures-101!(Anaf!yyC4rr]Ofd�a Page 8 of 9 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. 'Ibis 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 18'b day of July, 2013, and on the 10th day of August, 2013 for an additional public hearing to be held on the 2e day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E. Flescher AYE Vice Chairman Wesley IS. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari �yE Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 20'h day of August, 2013. ATTEST: Jeffrey R. Smi#h, Cleilk�f�' c By: Clerk BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA �By: septi 9. Flescher, Chairman Approved as to form and legal sufficiency: Dylgf,R.-eingold, County Attorney EFFECTIVE DA1'E: This ordinance was filed with the Florida Department of State on the day of , 2013. F_4dironrylL 'GPMRELVtrsN.rA.eAQ '.wee.rlOrdinom� rnl�naWadelFonl xrD,dnmree-7013 (F7red)(Argrt ]OJ.d Doge of 9 ORDINANCE NO. 2013 -014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANACEMENT 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 natu al. and constructed stornmater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WtIEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to furl' or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14, 201 3; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, NO1'1I, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article V111, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findin s. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. e:Iw.l�"f.mfrr:l!h'U!11.77.•..d..w.n.ceh.[i�vn:r.[6.f5mmfrnrlrn'rluurU:..... le.nA_er[i..Manwo.iA.:r Page I aJ 3 ORDINANCE NO. 2013 - 014 Section 3. Amendment of Section 316.6 (Fertilizer content and '100icatiion rates) of Chanter 316. (Indian River Countv Fertilizer and Landscape Manngem2nt Ordinance) of the Code of Indian River Countv (the "Code"). Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: 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 25-50% 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. Applicabi€itV. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; , . e stibjeet matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 6. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. F't.Irrornrl^llnJuft.'�.'f.'4�I.V<r3.JiuireiJ rF[lnumm�i'.[.lnlimMux'F'wl:ll:rr4lin:M4cnlnm fenJi:rr tNiP'unntl.:P.<s Page 2 of 3 ORDINANCE NO. 201.3 - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Veio Beach Press Journal, on the 16th day of- Seeptenber , 2013, for a public hearing to be held on the lst_ day of October 2013, at which time it was moved For adoption by Commissioner Solari , seconded by Commissioner O'sryan , 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 Zore Aye The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October, 2013. •r""O BOARD OF COUNTY COMMISSIONERS „ INDIAN RIVER COUNTY, FLORIDA ley: 4 eph E. Flescher, Chairman {k. ATTEST: Jeffrey R. Smith, Clerk! Court Approved as to form and legal sufficiency: and Comptroller 13y: --- Dep u ryClerk lan Reingotd, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. Lt}J�ILJ:rmfniprteGlhrAirryr. (e,uvNu2elrHrL_:nlmenenmw!•.•rliLta+Onfumixnrh¢x Page 3 of APPE INDIAN RIVER COUNTY T SPECIAL CONDITI WAY CO DIX C IC ENGINEERING DIVISION )NS FOR RIGHT-OF- STRUCTION Appendix C-IRCTED Special Conditions for Right -of -Way Construction FAPublic Works\ENGINEERING DIVISION PROJECTS\1505-66th Ave Wdening_491h St to 69th St\1-Admin\Bid Documents\Master Contract Docu m enls\HPPEN D IX. docx SPECIAL CONDITIONS: INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF-WAY CONSTRUCTION 1. All work performed under this permit shall be in accordance with the Florida Department of Transportation Design Standards (https://www.fdot.gov/design/`standardplans/current/default.shtm), Indices 102-600 and the Manual on Uniform Traffic Control Devices. 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. 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 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.) 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 102-600, FY 2019-2020, and the Manual on Uniform Traffic Control Devices, 2009 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 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 Rev. 5/23/2019 Special Conditions for Right of Way Construction Page 2 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. 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 a minimum of seventy=two (72) 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 a minimum of 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. 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). Rev. 5/23/2019