Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022-082
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING BID NO. 2022028 PROJECT NO. IRC -1639 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA PETER D. O'BRYAN, CHAIRMAN JOE EARMAN, VICE CHAIRMAN COMMISSIONER SUSAN ADAMS COMMISSIONER JOSEPH E. FLESCHER 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 -1639 DIVISION 0 - BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 Bid Bond 00452 Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors 00460 Certification Regarding Prohibition Against Contracting with Scrutinized Companies CONTRACT FORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Public Construction Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor's Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00948 Work Change Directive Table of Contents - 00010 - 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_113idding Documents - 20210824.docx IRC -1639 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 APPENDIX D SUBSURFACE SOIL EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION + + END OF TABLE OF CONTENTS ++ Table of Contents - 00010 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 SECTION — 00100 Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27th 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, March 30, 2022. 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 "69TH STREET FROM 66TH AVENUE TO SR5/US- 1, RESURFACING" and Bid No. 2022028. Bids should be addressed to Purchasing Division, Room B1-301, 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 -1639 INDIAN RIVER COUNTY BID NO. 2022028 PROJECT DESCRIPTION: The proposed improvements to 69th Street from 66t`' Avenue to SR5/US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, watermain installation, sidewalk installation, signing and pavement markings. This is an F.D.O. T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54-01. All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto. Detailed specifications are available at: www.demandstar.com or at www.ircqov.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 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 Advertisement for Bids - 00100 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210624.docx IRC -1639 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, March 16, 2022 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: 02/27/2022 and 03/06/2022 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 F:\PublicWorksNENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\3ids\Bid Documents - Advertisement\DIV 0_1_13idding Documents - 20210824.docx SECTION 00200 — Instructions to Bidders TABLE OF CONTENTS Article No. -Title IRC -1639 Paqe ARTICLE1 - 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.......................................................................................4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA......................................................................5 ARTICLE8 - BID SECURITY.......................................................................................................5 ARTICLE9 - 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0113idding Documents - 20210824.docx IRC -1639 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 LIQUIDATED DAMAGES..........................................................................................................10 MODIFICATION AND WITHDRAWAL OF BID..........................................................................16 OPENINGOF BIDS..................................................................................................................17 PRE-BID CONFERENCE...........................................................................................................5 PREPARATIONOF BID...........................................................................................................13 QUALIFICATIONS OF BIDDERS................................................................................................3 SIGNING OF AGREEMENT.....................................................................................................21 SITEAND OTHER AREAS.........................................................................................................6 SUBCONTRACTORS, SUPPLIERS, AND OTHERS................................................................12 SUBMITTALOF BID.................................................................................................................15 SUBSTITUTE AND "OR -EQUAL" ITEMS..................................................................................11 Instructions to Bidders - 00200 - ii F:\PublicWorks\ENGINEERING DIVISION PROJECTS0639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_13idding Documents - 20210824.docx IRC -1539 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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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.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. 3.05 Bidder must hold a current registration as a General Contractor in the State of Florida. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4.01.A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions has been identified and established in paragraph 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data, interpretations, opinions or information contained in such reports or shown or indicated in such drawings. 4.02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities, including OWNER, or others. 4.03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. Instructions to Bidders - 00200 - 2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1—Bidding Documents - 20210824.docx IRC -1639 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 (purchasing(a)-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 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; Instructions to Bidders - 00200 - 3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacmg (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_13idding Documents - 20210824.docx IRC -1639 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, if any, is specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are REQUIRED to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6.01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. Instructions to Bidders - 00200 - 4 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1—Bidding Documents - 20210824.docx IRC -1539 ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7.01 CONE OF SILENCE. Potential bidders and their agents shall not communicate in any way with the Board of County Commissioners, County Administrator or any County staff other than Purchasing personnel in reference or relation to this solicitation. This restriction shall be effective from the time of bid advertisement until the Board of County Commissioners meets to authorize award. Such communication may result in disqualification. 7.02 All questions about the meaning or intent of the Bidding Documents are to be submitted to PURCHASING (purchasinq(a-)ircgov.com) in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.03 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 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. Instructions to Bidders - 00200 - 5 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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 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. Instructions to Bidders - 00200 - 6 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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). Bids not submitted on the bid form(s) shall be rejected, as will bids submitted on rewritten or recreated bid forms. 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. 13.12 All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 13.13 In accordance with Florida Statutes Section 218.80, the "Public Bid Disclosure Act", Indian River County as OWNER is obligated to disclose all license, permit, impact, or inspection fees that are payable to Indian River County in connection with the construction of the Work by the accepted bidder. All permit, impact, or inspection fees payable to Indian River County in connection with the work on this County project will be paid by Indian River County, with the exception of re -inspection fees. The Bidder shall not include ANY PERMIT, IMPACT, NOR INSPECTION FEES payable to Indian River County in the bid. Instructions to Bidders - 00200 - 7 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 13.14 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. 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. 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. Omission of unit prices where required will result in disqualification of the bid. 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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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 Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs. Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted, the Bidder, by submitting its Bid, expressly Instructions to Bidders - 00200 - 9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-1—Bidding Documents - 20210824.docx IRC -1639 SECTION 00300 — Bid Package Contents THIS PACKAGE CONTAINS: SECTION TITLE Bid Form Bid Bond SECTION NUMBER 00310 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 Qualifications Questionnaire List of Subcontractors 00456 00458 Certification Regarding Prohibition Against Contracting with Scrutinized Companies 00460 SUBMIT ONE (1) ORIGINAL AND ONE (1) COPY OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * Bid Package Contents - REV 04-07 — 00300 - 1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx SECTION 00310 — Bid Form PROJECT IDENTIFICATION: Project Name: 69TH STREET FROM 66TH AVENUE TO SR6/US-1, RESURFACING County Project Number: IRC -1639 Bid Number: Project Address: Project Description 2022028 69th Street (East of 661 Avenue to US -1) Vero Beach, FL 32967 The proposed improvements to 69th Street from 66th Avenue to SR51US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, water - main installation, sidewalk installation, signing and pavement markings. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54- 01. INDIAN RIVER COUNTY 1800 2711 Street VERO BEACH, FLORIDA 32960 IRC -1639 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged. Addendum Date 3/10/22 3/21/22 Addendum Number #2 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work. Bid Form REV 04-07 - 00310 - 1 F:\Pub11c Works1ENGINEERING DIVISION PROJECTSM39 69th Street 66th Avenue to US -1 Resurfacing (SC0P)11-Adrt1nTic1s0d Documents-AdveNsemenADIV 0_1—Bidding Documents - 20210824.docx IRC -1639 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 F:\Public Works\ENGINEERING DIVISION PROJECTSN639 89th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admfn1Bids1 id Documents-AdvertisementlDIV 0 1_Bidding Documents - 20210824.docx ITEMIZED BID SCHEDULE * ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SR5/US-1, RESURFACING PROJECT NO. IRC -1639 BID NO. 2022028 FM NO. 438073-1-54-01 BIDDER'S Name: Item No. s uDescription � , Unit Quantityy „. Unit Price Amounts - ROADWAY PAY ITEMS 101-1 MOBILIZATION/ DEMOBILIZATION LS 1 $ 352,200.00 $ 352,200.00 102-1 MAINTENANCE OF TRAFFIC LS 1 $ 69,500.00 $ 69,500.00 104-2 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION LS 1 $ 16,600.00 $ 16,600.00 110-1-1 CLEARING & GRUBBING AC 14 $ 5,800.00 $ 81,200.00 110-7-1 MAIL BOX (F&I) EA 31 $ 141.00 $ 4,371.00 120-1 REGULAR EXCAVATION CY 8,628 $ 23.95 $ 206,640.60 120-6 EMBANKMENT CY 1,753 $ 28.85 $ 50,574.05 160.4 TYPE B STABILIZATION SY 16,808 $ 8.85 $ 148,750.80 210-2A COQUINA, NEW MATERIAL FOR REWORKING BASE TN 266 $ 47.00 $ 12,502.00 283-1 ASPHALT EMULSION TYPE CSS -11-1 - PAYMENT WILL BE BASED ON ACTUAL QTY. GAL 55,000 $ 3.65 $ 200,750.00 283-2 CEMENTTYPE 1 OR TYPE 2- PAYMENT WILL BE BASED ON ACTUAL QTY. TN 200 $ 181.65 $ 36,330.00 283-7 FULL DEPTH BASE RECLAMATION (10" MIXING DEPTH) SY 19,942 $ 8.85 $ 176,486.70 285-706 OPTIONAL BASE GROUP 04 (CEMENTED COQUINA, LBR 100, 6") SY 13,111 $ 9.00 $ 117,999.00 285-716 OPTIONAL BASE GROUP 18 (CEMENTED COQUINA, LBR 100,16-) SY 1,781 $ 38.50 $ 68,568.50 334-1-13A SUPERPAVE ASPHALT CONCRETE, (SP -12.5) (TRAFFIC C) (1.5-) TN 2,674 $ 139.91 $ 374,119.34 334-1-13B SUPERPAVE ASPHALT CONCRETE, (SP -12.5) (TRAFFIC C) (2-) TN 141 $ 557.81 $ 78,651.21 337-7-82 ASPHALTIC CONCRETE FRICTION COURSE (FC -9.5) (TRAFFIC C) (1") TN 1,781 $ 17955 $ 319,778.55 400-1-2 CONCRETE CLASS 1, ENDWALLS CY 4.1 $ 2,200.00 $ 9,020.00 425-1-521 INLETS, DT BOT, TYPE C, <10' EA 12 $ 3,170.00 $ 38,040.00 425-1-551 INLETS, DT BOT, TYPE E, <10'(W/ CONC. APRON) EA 1 $ 4,105.00 $ 4,105.00 425-2-41 MANHOLE (TYPE 7) (P -BOTTOM) (<10') EA 1 $ 6,450.00 $ 6,450.00 430-175-115 CONCRETE PIPE CULVERT (15") (S/CD) (CL 111) LF 133 $ 81.75 $ 10,872.75 430-175-118A CONCRETE PIPE CULVERT (18") (S/CD) (CL 111) LF 438 $ 99.00 $ 43,362.00 430-175-118B CORRUGATED ALUMINUM PIPE CULVERT (18") (S/CD) LF 50 $ 222.00 $ 11,100.00 430-175-124A CONCRETE PIPE CULVERT (24-) (S/CD)(CL 111) LF 23 $ 179.50 $ 4,12850 430-964-4 PVC PIPE FOR NON-STANDARD DRAINAGE (10") (SCH 80) LF 25 $ 146.75 $ 3,668.75 430-984-119 MITERED END SECTION (ROUND) (10-) (SD) EA 1 $ 521.00 $ 521.00 430-984-123 MITERED END SECTION (ROUND) (I5-) (SD) EA 3 $ 1,220.00 $ 3,660.00 430-984-125 MITERED END SECTION (ROUND) (18") (SD) EA 1 $ 3,558.00 $ 3,558.00 520-1-10 CONCRETE CURB AND GUTTER (TYPE F) LF 412 $ 31.25 $ 12,875.00 520-2-4 CONCRETE CURB (TYPE D) LF 21 $ 89.85 $ 1,886.85 520-3 VALLEY GUTTER - CONCRETE (2- WIDE) LF 110 $ 46.75 $ 5,142.50 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (6" THICK) (FIBER REINFORCED) SY 334 $ 52.50 $ 17,535.00 530-3-4 RIPRAP- RUBBLE (F&I) (DITCH LINING TN 50 $ 85.00 $ 4,250.00 00310-3 SA3 - ACTIVE BIDSl691h St From 66th Ave to SR6-US-1 Resurfacinglllemized Bid Schedule - Addendum 2 - Filiabie ITEMIZED BID SCHEDULE *ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SRS/US-1, RESURFACING PROJECT NO. IRC -1639 BID NO. 2022028 FIVI NO. 438073-1-54-01 131r%nVD,C rt,.,. Ite "° Quantity UhIfOrIce;:,.,, Amount 570-1-1 PERFORMANCE TURF (SOD) (BAHIA) SY 35,000 $ 2.88 $ 100,800.00 999-1 ASBU ILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED SURVEYOR) LS 1 19,900.00 19,900.00 ROADWAY SUB -TOTAL 2,615,897.10 SIGNING AND PAVEMENT MARKINGS PAY ITEMS 700-1-11 SINGLE POSTSIGN, F&I, GROUND MOUNT, UP TO 12 SF AS 18 $ 410.55 $ 7,389.90 700-1-13 SINGLE POST SIGN, F&I, GROUND MOUNT, 20-30 SF AS 1 $ 1,646.23 $ 1,646.23 700-1-50 SINGLE POST SIGN, RELOCATE AS 1 $ 188.31 $ 188.31 700-13-15 RETROREFLECTIVE SIGN STRIP - F&I, S' EA 1 72.45 $ 72.45 706-3 RETRO -REFLECTIVE MARKERS EA 362 $ 4.00 $ 1,448.00 711-11-121 THERMOPLASTIC, STD, WHITE, SOLID, 6' LF 16,480 , $ 1.06 $ 17,468.80 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" LF ill $ 6.71 $ 744.81 711-11-141A THERMOPLASTIC, STD, WHITE, SKIP (6'-10'), 6" LF 107 $ 0.72 $ 77.04 711-11-141B THERMOPLASTIC, STD, WHITE, SKIP (2'-4'),6" U`_ 200 $ 0.72 $ 144.00 711-11-160 THERMOPLASTIC, STD, WHITE, MESSAGE EA 1 $ 434.70 434.70 711-11-221 THERMOPLASTIC, STD, YELLOW, SOLID, 6" LF 10,696 $ 1.06 $ 11,337.76 711-11-224 THERMOPLASTIC, STD, YELLOW, SOLID, 18" LF 38 $ 4.35 $ 165.30 711-11-231 THERMOPLASTIC, STD, YELLOW, SKIP (10'-30'), 6- LF 4,020 $ 0.63 $ 2,532.60 SIGNING AND PAVEMENT MARKINGS SUB -TOTAL 43,649.90 UTILITY PAY ITEMS 999 -IA UTILITY ASBUILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED SURVEYOR) LS 1 $ 11,600.00 $ 11,600.00 1050-31-206 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (15") LF 20 $ 41.85 $ 837.00 1050-31-208 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (V') LF 31 $ 60.25 $ 1,867.75 1050-31-212 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (12") LF 5,919 $ 86.00 $ 509,034.00 1050-42-214 UTILITY PIPE (F&I) (HDPE, DR 11) (WATER MAIN) (14") LF 250 $ 142.50 $ 35,625.00 1055-51-112 UTILITY FITTING (F&I) (45 DEGREE BEND) (WATER MAIN) (12") EA 20 $ 1,325.00, $ 26,500.00 1055-51-206 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X6") EA 1 $ 1,210.00 $ 1,210.00 1055-51-208 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (8"X8") EA 2 $ 1,348.00 $ 2,696.00 1055-51-208A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X8") EA 2 $ 1,311.00 $ 2,622.00 I055-51-212 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X12') EA 2 $ 1,615.00 $ 3,230.00 I055 -5I -212A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (8"X12") EA 4 $ 1,727.00 $ 6,908.00 1055-51-308 UTILITY FITTING (F&I) (REDUCER) (DI) (WATER MAIN) (6"X8") EA 2 $ 965.00 $ 1,930.00 1055-51-410 UTILITY FITTING -12"x14" PVC/HDPE TRANSITION COUPLING EA 2 $ 2,395.00 $ 4,790.00 1055-51-508 UTILITY FITTING (F&I) (CAP) (DI) (8") (WATER MAIN) EA 4 $ 647.00 $ 2,588.00 1060-11-222A UTILITY STRUCTURE AND MANHOLE - BELOW GROUND W/ ARV (<80 CF) (9.1,-12,) EA 1 $ 6,847.00 $ 6,847.00 1080-11-499 , UTILITY FIXTURE (F&I) (TEMPORARY JUMPER CONNECTION) (2") EA I $ 4,328.00 _ $ 4,328.00 00310-4 S:13 - ACTIVE BIDSX69[h St From 66th Ave to SR5-US-1 Resurfacing'Jtemized Bid Schedule - Addendum 2 - Fillable ITEMIZED BID SCHEDULE * ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SRS/US-1, RESURFACING PROJECT NO. IRC -1639 BID NO. 2022028 FM NO. 438073-1-54-01 Amount 2,124.00 16,704.00 32,865.00 2,696.00 5,400.00 4,647.00 29,875.00 716,923.75 2,615,897.10 43,649.90 350,000.00 716,923.75 80,000.00 3,806,470.75 'ILIZED FOR BIDDING IRC --1639 5.01 Bidder shall complete the Work in accordance with the Contract Documents for the price(s) contained in the Bid Schedule: A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore, the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions. C. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided. The quantities actually required to complete the contract and work may be less or more than so estimated, and, if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D. Unit Prices have been computed in accordance with paragraph 11.03.13 of the General Conditions. 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14.07.6 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 bid form ; 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 0-1—Bidding Documents - 202108248id Form - 00310 - 6 FAPublic Works1ENGINEERING DIVISION PROJECTSN639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Adm1nl6ids\Bid Documents - AdveNsemen6DIV 0_1_Bidding Documents - 20210824.docx IRC -2639 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 March 31st , 20 22 . State Contractor License No. 052940 If Bidder is: An Individual Name (typed or printed): div: (Individual's signature) Doing business as: Business address: Phone No.: Email: A Partnership Partnership Name: FAX No.: By: (Signature of general partner-- attach evidence of authority to sign) Name (typed or printed): Business address: Phone No.: Email: FAX No.: A Corporation Corporation Name: Timothy Rose Contracting, Inc. State of Incorporation: Florida Type (General s, Professional, Service, Limited Liability): By: (Signature -- attakkw6ence of authority to sign) Name (typed or printed): Zachary Rose Title: Vice President (SEAL) (SEAL) (SEAL) (CORPORATE-,SCAQ Attest ( rgnature of Corporate Secretary) ', ) Business address: 825 8th Street, Vero Beach, FL 32962 Phone No.: 772-564-7800 FAX No.: 772-564-7888 Email: accounting@timothyrosecontracting.com Date of Qualification to do business is 1991 DIV 0-1—Bidding Documents - 20210824Bid Form - 00310 - 7 R\Public Works\ENGINEERING DIVISION PROJECTS1163969th Street 66th Avenue to US -1 Resurfacing (SCOP)N-AdminM3JdsXB1d Documents -AdverUsementlDIV 0_1_81ddng Documents - 20210824.docx A Joint Venture Joint Venture Name: 0 (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: Joint Venture Name: FAX No.: (Signature — attach evidence of authority to sign) Name (typed or printed): Title: Business address: Phone No.: Email: FAX No.: Phone and FAX Number, and Address for receipt of official communications: IRC -1639 (SEAL) (SEAL) (Each joint venturor must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) * * END OF SECTION * * DIV 0-1—Bidding Documents - 20210824Bid Form - 00310 - 8 F.Tublic Works\ENGINEERING DIVISION PROJECTS%1639 69th Straet 66th Avenue to US -1 Resurfacing (SCOP)\1-AdmIn1Bids\BId Documents-AdvertisementtDlV 0_1_Bidding Documents - 20210824.docx Bid or Proposal Bond Westfield Insurance Company Westfield Insurance 1 Park Circle, P O Box 5001, Westfield Center, Olio 44251-5001 Toll Free 800-243-0210 KNOW ALL MEN BY THESE PRESENTS, that we, TIMOTHY ROSE CONTRACTING, INC. as Principal, and the Westfield Insurance Company an Ohio Corporation, with its principal office at Westfield Center, Olio, as Surety, are held and firmly bound unto Indian River County 1800 27th Street, Vero Beach, FL 32560 as Obligee, in the penal suin of 5% of Bid Amount DOLLARS, lawfid money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the said Principal is herewith submitting a bid or proposal for 69th Street from 66th Ave to SR5/US-1 Resurfacing' NOW THEREFORE, the condition of the above obligation is such, that if the said Principal shall execute a contract and give bond for the faithful performance thereof, if required by the contract, or if the Principal or Surety shall pay the Obligee the difference, not exceeding the penal sum hereof, between the amount of the contract entered into in good faith to perform the work to which the bid or proposal relates and the amount bid or proposed,by,t-1e f" BD 5046 Principal, then this obligation shall be void; otherwise it shall remain in full force and effect. - y SIGNED this 18th day of March 2022 - TIMOTHY ROSE CONTRACTING, INC. Principal By: Ca 71 t -C. % also r\� Westfield Insurance Company By: Cabot W. Lord - Attorney-i_t' - tea` R BD 5046 POWER NO. 0990102 00 General Westfield Insurance Co. Power of Attorney Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohlo Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a"Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having Its principal office In Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CABOT W. LORD, JOSEPH E. COONS, JOINTLY OR SEVERALLY of PALM CITY and State of FL its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments- or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-In-Fact may do in the premises. Said appointment• is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed b the President and sealed and attested by the Corporate Secretary." "Be It Further Resolved, that the signature of any such designatedpersonand the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 02nd day of JANUARY A.D., 2020 . " •""'"' "' "'• WESTFIELD INSURANCE COMPANY Corporate, aSY>7.(,y"�k .•r"�1nNA( �iV° f 119 Seals 0�,.• �' •'�? s'• r WESTFIELD NATIONAL INSURANCE COMPANY Affixed/ov ••Nn :' �'G�'' J itA'TE ���,- OHIO FARMERS INSURANCE COMPANY s ALgE try ;: SEAL :m= =s: 4<~..'m `f• OS ::.1848.+� State of Ohio B County of Medina ss.: By: W. tumper, Natlona Surety Leader and SenJor Executive On this 02nd day of JANUARY A.D., 2020 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides In Hartford, CT; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial u.•'<„µ•N, Seal Affixed State of Ohio z vto David A. Kotnik, Attorney at Law, Notary Public County of Medina ss.:r'�t�.- My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) re,ot; o, 1, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still In full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Wltness Whereof, f have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 8t day of "A:D.; March,,,,, 2022 11 SUti.i/�� t1nNAk?(�.�r�,,'� to gip ............ .G=, of •�•,'` 7� :Ot .�;- j.�c;•�+ •� �,f t N.,Ta 144 m SEAL :M= ;g• �_ %� Secretary 3 u►�' ` ? y: ;oy:, '.4'�, ,,�' '=�'' , +'•• .- .••' +�� Frank A. Carrino, Secretary ��anN•c'F� ,<n,uP!••a J•`•,. y''"�hnupu••••'•''J BP6AC2 (combined' (06-02) IRC -1639 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. 2022028 2. 3. 4. 5. A for 69TH STREET FROM 66TH AVENUE TO SR51US-7 RESURFACING This sworn statement is submitted by: whose business address is: Timothy Rose Contracting, Inc. (Name of entity submitting Statement) 825 8th Street, Vero Beach, FL 32962 My name is Zachary Rose (Please print name of individual signing) and my relationship to the entity named above is Vice President I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in section 105.08, Indian River County Code, with any County Commissioner or County employee. Sworn Statement of Disclosure of Relationships - 00452-1 FVub is WorksIENGINEERING DIVISION PROJECTSM3969th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin%BJds1B1d Documents - AdvertisementlDIV 0-1—Bidding Documents - 20210824.docx IRC -1639 The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity have the following relationships with a County Commissioner or County employee: Name of Affiliate Name of County Commissioner Relationship or entity or employee N/A STATE OF Florida COUNTY OF Indian River (Signature) 3/31/22 (Date) Sworn to (or affirmed) and subscribed before me by means of ® physical presence or ❑ online notarization, this 31st day of March 2022, by Zachary Rose (name of person making statement). � n �} Rwo NotWy Public Stale of Florida (Signature of Notary Public - State of Florida) NK Stall 8 Best Print, Type, or Stam Commissioned Name of Nota Public My Commsmon HH 078488( P ry } Expms 0 210 512 02 5 persona y nown o me or ❑ who has produced as identification. * * END OF SECTION * * Sworn Statement of Disclosure of Relationships - 00452-2 F:1Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)11-Adndn\51ds'8d Documents-AdvertisementUV 0_t_Bidding Documents - 20210824.docx IRC -1639 SECTION 00454 — Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with Project No. IRC -1639 for 69TH STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING 2. This Sworn Statement is submitted by Timothy Rose Contracting, Inc. (Legal Name of Entity Submitting Sworn Statement) hereinafter "BIDDER". The BIDDER's address is 825 8th Street, Vero Beach, FL 32962 BIDDER's Federal Employer Identification Number (FEIN) is 65-0284242 3. My name is Zachary Rose and my relationship to the BIDDER (Print Name of Individual Signing) is Vice Presdent (Position or Title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act Section 553.60 et.seg. Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and OSHA Regulation(s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards. 6. The BIDDER has allocated and included in its bid the total amount of $ 750.00 , based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards, and intends to comply with said standards by instituting the following specific method(s) of compliance on this Project: Trench Box - 100 SF - $7.50 per SF 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 $ 1,000.00 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: Angle of Repose Florida Trench Safety Act - REV 04-07 - 00454 -1 FAPubIIc WorkskENGINEERtNG DIVISION PROJECTS11639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)11-Admin\Bids%Bid Documents - AdvadisementtDIV 0_1_Bidding Documents - 20210824.docx IRC -1639 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: Zacha Rose By: Position or Tit e: Vice President Date: 3/31/21 STATE OF Florida COUNTY OF Indian River Sworn to (or affirmed) and subscribed before me by means of M physical presence or ❑ online notarization, this 31st day of March , 2022, 022,, by Zachary Rose (name of person making statement). n (Signature of Notary Public - State of Florida) NolryPublicStateofFlorida (Print, Type, or Stamp Commissioned Name of Notary Public) stag B Beat uS:, • My Common HH 078498 74 1 Expna 02/05/2025 ® who is personally known to me or ❑ who has produced as identification. * * END OF SECTION * * Florida Trench Safety Act - REV 0407 - 00454 - 2 F:1Public WorksXENGINEERiNG DIVISION PR0JECTS1163969th Stmet66thAvenue to US -1 Resurfacing (SCOP)\t-Admin\BidslBid Documents-AdvertisemenflDIV 0 1_Bidding Documents - 20210824.docx IRC -1639 SECTION 00456 — Qualifications Questionnaire NOTICE: THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS. Documentation Submitted with Project No: IRC -1639 Project Name: 69TH STREET FROM 66TH AVENUE TO SR51US-1, RESURFACING_ Bidder's Name / Address: Timothy Rose Contracting, Inc. Bidder's Telephone & FAX Numbers: 772-564-7800, Fax 772-564-7888 3. Licensing and Corporate Status: a. is Contractor License current? Yes b. Bidder's Contractor License No: 052940 [Attach a copy of Contractor's License to the bid] G. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4. Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 31 years 5. What is the last project OF THIS NATURE that the firm has completed? 58th Ave Resurfacing/Reclamation from 57th St. to 85th St 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.] Has the firm implemented a drug-free workplace program in compliance with Florida Statute 287.087? Yes Qualifications Questionnaire - 00456 -1 F:\Pub1JcWorks\ENGINEERING DIVISION PROJECTS11639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Adm9n\8ids1Bid Documents-Advertlsement\OIV 0_1—Bidding Documents - 20210824.docx IRC -1639 (In the case of a tie, preference will be given to businesses with drug-free workplace programs) 10. Has the firm ever been charged with noncompliance of any public policy or rules? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project.] 11. Attach to this questionnaire, a notarized financial statement and other information that documents the firm's financial strength and history. 12. Has the firm ever defaulted on any of its projects? No [If your answer is "yes", then attach a separate page to this questionnaire that explains the circumstances and list the project name, Owner, and the Owner's telephone number for each project in which a default occurred.] 13. Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule. 14. Name of person who inspected the site of the proposed work for the firm: Name: Timothy Rose Date of Inspections: 15. Name of on-site Project Foreman: Christopher Dial 3116/22 Number of years of experience with similar projects as a Project Foreman: 16 16. Name of Project Manager: Timothy Rose Number of years of experience with similar projects as a Project Manager: 37 17. State your total bonding capacity: 40,000,000.00 18. State your bonding capacity per job: 15,000,000.00 19. Please provide name, address, telephone number, and contact person of your bonding company: Westfield Ins. Co., 1 Park Cir., Westfield Center, OH 44251, Dan Sheehan 904-661-4708 [The remainder of this page was left blank intentionally] Qualifications Questionnaire - 00456 - 2 FAPubIIc WorksIENGINEERING DIVISION PROJECTS\1639 89th Street 66th Avenue to US -1 Resurfacing (SCOP)11-AdMniBidslBid Documents - Adver isement0V 0_1—Bidding Documents - 20210824.docx U M � C O 0 U O 4 �_ E U O = U 0 0 cE E ca P �L O Qi o E M O Z L L1. c N o cn LL Q i is E O w U d C 4} o E O U U N .O a a o .mac � U C6 fli Q Z � N CO m co v a a N rz C O C5 N C O cu 4- 7 Cf k q § § li ® % jk \ & \ \ \ / k CO \ �)& \ R \ . ƒ & _ a 2 / Q | mn m q # G m ) j (D / , / ) @ CIJ 2 $ \ 7 / ) / \ A \ \ \ I-- 1.- ; _ _ § Cl § § ( ) § § § § ) § § § § 04 N & § § / § D @ § [ § e [ 0 / \)§ \ 15 ( § §/k ( » '0o ) / k « 4 D ee / ƒ 4 E E ' { § / & ) / 2 \ f / / k \ \ \ -Y- / r LU k / { a e $ - m $ cn \ \ \ ) \ / ) / / / 0 k ca § ) m 2f o J ) .2! } } & / / § � k / \ � / _ � 2 k � k 2m • ) § \ § � Q / X00 7 2§ L J A e ; o . j CD � �f\} E\ E } o ] \ §f/ t` E c E f® t \ \ ° § { 2 5 m a — , U) ) m D 0« {§ > I )I « \� )\ \\ UI �a U ° 0 d)\ �z�7 § § § )e O § tuA IRC -1639 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 -1639 for 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING Note: Attach additional sheets if required. * * END OF SECTION * * List of Subcontractors REV 3-18A - 00458 - 1 RAPublic WorkstENGINEERING DIVISION PROJECTS4163969th Street 66th Avenue to US -1 Resurfacing (SCOP)11-Adm1nWdsV3Id Documents-Advertisement\DIV 0_t Biddmg Documents -20210824.docx Work to be Performed Subcontractor's Name/Address Portion of Work % 1. Paving C.W. Roberts Contracting, Inc. 8530 SW Jayme Way Pal City El 34990 23% 2 Striping Hog Technologies 3920 SE Commerce Ave Stuart FL 34997 1% 3. 4. 5. 6. 7. a. 9. 10. 11. 12. 13. 14. Note: Attach additional sheets if required. * * END OF SECTION * * List of Subcontractors REV 3-18A - 00458 - 1 RAPublic WorkstENGINEERING DIVISION PROJECTS4163969th Street 66th Avenue to US -1 Resurfacing (SCOP)11-Adm1nWdsV3Id Documents-Advertisement\DIV 0_t Biddmg Documents -20210824.docx 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: Zachary Rose By: (Auth (rize ignature) Title: Vice President Date: 3/31/22 Certification Regarding Prohibition Against Contracting - 00460 - I F:1PubIIc WorksIENGINEERING DIVISION PROJECTS11639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)11-Adan\Bidsl3id Documents - Advertisementk= 0_1_Bidding Documents - 20210824.docc Timothy Rose Contracting Work in Progress Contract Price + Anticipated Job Description Owner Change Orders Completion SR6o & 43rd Ave Indian River County $12,279,920.41 11/2022 Pulte - 58th Ave Pulte Group $12,411,856.00 08/2022 Portofino Village Vero 95 Land Trust $548,580.00 0512022 Hawkins Unit 17 - North Phase Hawkins Project $3,725,014.00 06/2022 9:23 AM Timothy Rose Contracting, Incorporated 04/01/22 Profit & Loss Accrual Basis October through December 2021 Oct - Dec 21 Ordinary Income/Expense Income Construction Income 9,029,029.24 Total Income 9,029,029.24 Cost of Goods Sold 1,520.98 Auto and Truck Expense 38,061.31 Construction Equipment Repairs 78,713.73 Contract Labor 119,636.03 Contract Services 2,459,240.11 Dump Fees 2,549.96 Equipment Fuel & Oil 129,838.56 Equipment Rental 172,525.86 Equipment/Labor Expenses 19,648.77 Materials & Supplies 3,210,995.00 Payroll Leasing 931,432.19 Permits and Bonds 6,993.30 Professional Fees - COGS 1,890.00 Subcontractors Expense 97,080.88 Utilities -job site 1,226.47 Total COGS 7,269,832.17 Gross Profit 1,759,197.07 Expense Advertising and Promotion 1,520.98 Bank Service Charges 195.00 Bidding Cost Expense 688.41 Computer and Internet Expenses 14,026.86 Computer Programming 51,620.37 Insurance Expense Group Health Ins Group Life Insurance 2,020.00 Group Health Ins - Other 10,868.62 Total Group Health Ins 12,888.62 Worker's Comp Ins 35,322.80 Insurance Expense - Other 107,858.33 Total Insurance Expense 156,069.75 Internet Meals and Entertainment Office Supplies Parking and Tolls Payroll Administrative Fees Payroll Expenses Payroll Tax Expense Pension 401k Plan Postage Professional Fees Legal Fees Total Professional Fees Rent Expense Repairs and Maintenance Tax & Licenses Taxes - Property Telephone Expense Travel Expense Uniforms Utilities 324.50 1,089.93 4,011.59 523.16 22,322.06 55,595.94 72,595.74 5,727.89 478.74 674.00 674.00 19,170.00 13,783.29 12,839.80 14,575.18 4,056.55 6,939.04 11,235.22 3,139.66 Page 1 9:23 AM Timothy Rose Contracting, Incorporated 04/01/22 Profit & Loss Accrual Basis October through December 2021 Oct - Dec 21 Total Expense Net Ordinary Income Other Income/Expense Other Income Net Other Income Net Income NouuY Public slate of Florida 1 $taa B Best ! 1 1S' MY commnaIon HH 076488 w Expire 02/05/2025 04 A 473,203.66 1,285,993.41 256.05 256.05 1,286,249.46 Page 2 Indian River County Purchasing Division purchasing@ircgov.com Issue Date: March 10, 2022 69th Street from 66th Avenue to SR5/US-1, Resurfacing Project Name: IRC -1505, FM No. 438073.1.54 Bid Number: 2022028 Bid Opening Date: March 30, 2022 This addendum is being released to provide information about the pre-bid meeting location and agenda. 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. The location of the pre-bid meeting to be held at 10:OOAM on March 16, 2022 will be at: 180027 th Street (Building), room Bl -501 (large conference room). No bidder arriving after the meeting has begun will be allowed to sign in. Attachment: Pre -Bid Meeting Agenda Page 1 of 3 Board of County Commissioners o 180127th Street r Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 MANDATORY PRE-BID MEETING AGENDA MARCH 16,2022, 10:00 AM INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room B1-501 Building B 69" STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING PROJECT No. IRC -1639, FDOT FM No. 438073-1-54-01 Project Name: 69th Street from 66t' Avenue to SR5/US-1, Resurfacing Project Number: IRC -1639 Bid Number: 2022028 FDOT FM No.: 438073-1-54-01 INTRODUCTIONS /SIGN IN SHEET: This meeting is being recorded as part of the project records. This is a Pre-bid meeting; attendance at this conference by all bidders is MANDATORY. No bidder arriving after the meeting has begun will be allowed to sign in. PROJECT DESCRIPTION: The proposed improvements to 69th Street from 66th Avenue to SR5/US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, watermain installation, sidewalk installation, signing and pavement markings. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54- 01. CONTRACT DETAILS Bid opening: Wednesday, March 30, 2022 at 2:00 PM Contract time: 210 days to substantial completion 240 days to final completion Estimate: $3,320,891.00 (includes a $430,000.00 force account) Liquidated Damages: $2,712.00 per day CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com. PROJECT CONSULTANTS: Brian Good, PE Kimley-Horn and Associates, Inc. F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\Pre Bid\IRC-1639_PRE BI D_AG EN DA.docx Page 2 of 3 UTILITIES AT&T Comcast Florida Power and Light, Co. — Distribution Indian River County Traffic Operations Indian River County Utilities Indian River Farms Water Control District (IRFWCD) PROJECT REQUIREMENTS: • 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. • 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. • Funding for this project is through a State grant. 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. 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. • Any change orders, revisions, time extensions and weather days need to be submitted and approved by Indian River County and FDOT. Weather letters will be issued on a monthly basis and will need FDOT approval. • Summary of required Contractors bid forms can be found on the submittal's checklist (Section 00200, Instructions to Bidders, Article 15 —Submittal of Bid). • Contractor Qualifications: Bidders shall be a qualified General Contractor registered in the State of Florida. Bidders shall have a minimum of three years of experience in the construction of reclaimed asphalt base course. Bidders shall provide a list of five successfully completed full depth reclamation (FDR) projects within the State of Florida along with a valid contact name and phone number for the Owners of those projects, and the completion date for each project. • Provide list of Sub -contractors per Bid Documents, Section 00458 — List of Subcontractors. F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\i- Admin\Meetings\PreBid\IRC-1639_PREBID_AGENDA.docx Page 3 of 3 OTHER ISSUES • Bidders to review plan documents and provide comments to Indian River Purchasing Department as soon as possible. No further comments or questions will be addressed from end of business, March 20, 2022. • Governing Standards and Specifications for this project will be FDOT Standard Specifications for Road and Bridge Construction dated January 2019, FDOT Standard Plans FY 2018-19, and Indian River County Standard Specifications. • All testing will be performed per FDOT specifications, or as specified in the Contract Documents. • Sequence of construction: Watermain installation followed by FDR and asphalt. • Review Contract Documents Division 2 —Technical Provisions, and Appendices A -D. • Review Technical Provisions Section 283 — Reclaimed Asphalt Pavement Base. • Permits for the project are provided in Appendix W. • Review Appendix 'D'- Subsurface Soil Exploration and Geotechnical Engineering Evaluation. • HDD required for a section of the watermain installation under IRFWCD Lateral 'G' Canal. • Pressure pipe and associated watermain components to be used for the project are specified in the Technical Provisions, Section -18, IRC Utilities Approved Manufactures' Products List. • Coordination will be required with the Developer Project "Lost Tree Preserve". • IRC work hours are Monday to Friday from 7:00 AM to 5:00 PM. • 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 FDOT Index 600, FY2020-2021 Edition and shall be signed and sealed by a Florida PE. o Access for school, businesses and residences, school buses, sanitation & US Postal Service and emergency vehicles must be maintained at all times. o Temporary Lane Closures require notice to the IRC traffic department 72 -hours in advance and can be conducted between 9 AM and 4 PM. o Detour routes must be developed and signed by a Professional Engineer and approved by the County. • There will be an Addendum (that will include the Meeting Minutes) — Bidders to review plan documents and provide comments to Purchasing (purchasing@ircgov.com) by end of business March 20, 2022. DISCUSSION Questions & Answers F:\Public Works\ENG I NEE RING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\Pre Bid\IRC-1639_PREBID_AG EN DA.docx Indian River County Purchasing Division purchasing@ircgov.com ADDENDUM NO. 2 Issue Date: March 21, 2022 Project Name: IRC -1639: 69th Street From 66th Avenue to SR5/US-1, Resurfacing (SCOP) Bid Number: 2022028 FDOT FM No.: 438073-1-54-01 Bid Opening Date: April 1, 2022 at 2:00 p.m. [UPDATED] This addendum is being released to provide the pre-bid meeting minutes and sign -in sheet, answer bidder questions received to date, provide bid plans in AutoCAD format, modify the bid documents, and extend the deadline for receipt of questions and bids. 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. Modifications to Bid Documents: The deadline for receipt of bids is hereby extended to Friday, April 1, 2022 at 2:00 p.m. Questions must be received by 2:00 p.m. on March 23, 2022 to be considered. Section 00800, Supplementary Conditions to the General Conditions: Delete Section SC -5.06 in its entirety. Property Insurance is not required. Replace Itemized Bid Schedule (section 00310-3), with the attached Itemized Bid Schedule — Addendum 2. Replace Plan Sheet 4, Summary of Pay Items with Plan Sheet 4, Summary of Pay Items — Addendum 2 Replace Plan Sheet 38A, Miscellaneous Detail with Plan Sheet 38A Miscellaneous Detail — Addendum 2 Questions and Answers 1. Can you supply AutoCAD files to use with the bidding process? AutoCAD files are provided with this Addendum No.2. Page 1 of 3 r:\PW-Purchasing\IRC-1639\Addendum 2\IRC-1639 ADDENDUM2.dac 2. Can a Pavement Full Depth Reclamation subcontractor qualify the prime contractor for the FDR experience requirement? Yes, the intent of requirement is that the contractor performing the FDR work have 5 -years' experience performing FDR. 3. What does Clearing and Grubbing include? Clearing and Grubbing removal of 6 -inches of organic material, but does not include the cut section for the roadway widening. 4. Is there afield office required? A Field office is not required for this project, the Section in Contract Document, General Division 1, Section 00200, Article 6, a Field Office is not applicable. 5. Does the contractor performing the directional drilling required to have five years' experience, and be a General Contractor? The contractor performing directional drilling shall have experience performing this type of work. 6. Can the requirement for Builder's Risk Insurance be waived? Builder's Risk (property) insurance is not required for this project. 7. Does Polyacrylamide need to be applied on all disturbed areas? Application Polyacrylamide shall be part of the Contractor's SWPPP plan. 8. Will there bean insurance requirement for the FEC (Florida East Coast) Railroad required? No work will be within railroad right of way. 9. Is the County honoring fuel and Bitumen adjustment costs? Fuel and bitumen adjustment costs are excluded from County projects. 10. The cross-section sheets numbered 64-79 reflect a difference in design from the existing crown section to the proposed cross slope section. How will correct quantities be accounted for and how will they be paid? A new Pay Item No. 210-2A for additional Coquina Base material has been added to the Itemized Bid Schedule and, Plan Sheet -4, Summary of Pay Items and are included with Addendum 2. 11. How are design quantity deficiencies between stations are handled? All deficiencies encountered will need to be identified before breaking the road and will be addressed at that time. 12. What is the contractor's responsibility if soils encountered do not meet specification of the maximum percentage of 200 sieve fines? A change in existing field conditions would be addressed by a Work Change Directive and reimbursed with the force account if found to be valid. 13. How was the sod quantity determined? Sod quantities have been estimated on area of soil disturbance (North R/W of 691h Street to South R/W or the top of bank of the Sub -Lateral Canal. 14. What Pay Item is mowing included? Page 2 of 3 F:\PW-Purchasing\IRC-1639\Addendum 2\IRC-1639 ADDENDUM2.doc Mowing is included in the Mobilization Pay Item No. 101-1. 15. How will the proposed cross slope match the existing roadway? The transition from the proposed roadway cross slope to the existing roadway slope will occur within a distance of approximately 50 -feet from the connection to the existing roadway. 16. What work does the pay item for Mail Box (F&I) include? The existing mail box will be removed and replaced with a new mail box. However, coordination with the property owner will be required to confirm they agree with the replacement. 17. What Pay Item is demolition of pipe, concrete, and asphalt included? Demolition of pipe, concrete, and asphalt is included in the Clearing and Grubbing Pay Item No. 110-1-1. 18. The Detail M-2 referenced on the plans for restoration of pavement over piping is missing? Plan Sheet -38A, Miscellaneous Detail with Detail M-2 is attached with Addendum 2. 19. Will the FDR Asphalt Emulsion and Portland Cement be separate pay items from the FDR Pay Item? New Pay Items No. 283-1 for the Asphalt Emulsion and No. 283-2 for the Portland Cement have been added to the Itemized Bid Schedule and Plan Sheet -4, Summary of Pay Items and are included with Addendum 2. Attachments: Meeting Minutes of Pre -Bid Meeting held on March 16, 2022, including Sign -In sheet Revised Itemized Bid Schedule—Addendum 1 Revised Plan Sheet -4, Summary of Pay Items Revised Plan Sheet -38A, Miscellaneous Detail Lost Tree Preserve Offsite Improvement Plans Bid Plans in AutoCAD format Page 3 of 3 F:\PW-Purchasing\IRC-1639\Addendum 2\IRC-1639_ADDENDUM2.doc Page 1 of 7 ERS Board of County Commissioners c` z 180127th Street Vero Beach, Florida 32960-3365 Telephone: (772) 567-8000 Fax: (772) 778-9391 PRE-BID MEETING MINUTES MARCH 16, 2022,10:00 AM INDIAN RIVER COUNTY ADMINISTRATION BUILDING Room B1-501 Building B 69th STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING PROJECT No. IRC -1639, FDOT FM No. 438073-1-54-01 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 two (2) working days from issuance of the meeting minutes, we will assume that our understandings are correct. The project will move forward according to the bid plans and specifications and the understandings herein. Project Name: 6911 Street from 661h Avenue to SR5/US-1, Resurfacing Project Number: IRC -1639 Bid Number: 2022028 FDOT FM No.: 438073-1-54-01 INTRODUCTIONS /SIGN IN SHEET. This meeting was recorded as part of the project records. This was a Pre-bid meeting; attendance at this conference by all bidders was MANDATORY. No bidder arriving after the meeting began was allowed to sign in. See attached Sign -in Sheet for attendees. PROJECT DESCRIPTION. The proposed improvements to 691h Street from 66th Avenue to SR5/US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, watermain installation, sidewalk installation, signing and pavement markings. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54- 01. CONTRACT DETAILS Bid opening: Friday, April 1, 2022 at 2:00 PM Contract time: 210 days to substantial completion 240 days to final completion Estimate: $3,320,891.00 (includes a $430,000.00 force account) Liquidated Damages: $2,712.00 per day F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\l- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 2 of 7 CONTACTS BIDDING PROCESS All communications concerning this bid shall be directed to Indian River County Purchasing Division at purchasing@ircgov.com. PROJECT CONSULTANTS: Brian Good, PE Kimley-Horn and Associates, Inc. UTILITIES AT&T Comcast Florida Power and Light, Co. — Distribution Indian River County Traffic Operations Indian River County Utilities Indian River Farms Water Control District (IRFWCD) PROJECT REQUIREMENTS: • 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. • 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. • Funding for this project is through a State grant. 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. 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. • Any change orders, revisions, time extensions and weather days need to be submitted and approved by Indian River County and FDOT. Weather letters will be issued on a monthly basis and will need FDOT approval. • Summary of required Contractors bid forms can be found on the submittal's checklist (Section 00200, Instructions to Bidders, Article 15 — Submittal of Bid). • Contractor Qualifications: Bidders shall be a qualified General Contractor registered in the State of Florida. Bidders shall have a minimum of three years of experience in the construction of reclaimed asphalt base course. Bidders shall provide a list of five successfully completed full depth reclamation (FDR) projects within the State of Florida along with a valid contact name and phone number for the Owners of those projects, and the completion date for each project. F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 3 of 7 • Provide list of Subcontractors per Bid Documents, Section 00458 — List of Subcontractors. OTHER ISSUES • Bidders to review plan documents and provide comments to Indian River Purchasing Department as soon as possible. No further comments or questions will be addressed from end of business, March 23, 2022. • Governing Standards and Specifications for this project will be FDOT Standard Specifications for Road and Bridge Construction dated January 2019, FDOT Standard Plans FY 2018-19, and Indian River County Standard Specifications. • All testing will be performed per FDOT specifications, or as specified in the Contract Documents. • Sequence of construction: Watermain installation followed by FDR and asphalt. • Review Contract Documents Division 2 —Technical Provisions, and Appendices A -D. • Review Technical Provisions Section 283 — Reclaimed Asphalt Pavement Base. • Permits for the project are provided in Appendix W. • Review Appendix `D' - Subsurface Soil Exploration and Geotechnical Engineering Evaluation. • HDD required for a section of the watermain installation under IRFWCD Lateral 'G' Canal. • Pressure pipe and associated watermain components to be used for the project are specified in the Technical Provisions, Section -18, IRC Utilities Approved Manufactures' Products List. • Coordination will be required with the Developer Project "Lost Tree Preserve". • IRC work hours are Monday to Friday from 7:00 AM to 5:00 PM. • 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 FDOT Index 600, FY2020-2021 Edition and shall be signed and sealed by a Florida PE. o Access for school, businesses and residences, school buses, sanitation & US Postal Service and emergency vehicles must be maintained at all times. o Temporary Lane Closures require notice to the IRC traffic department 72 -hours in advance and can be conducted between 9 AM and 4 PM. o Detour routes must be developed and signed by a Professional Engineer and approved by the County. • There will be an Addendum (that will include the Meeting Minutes) — Bidders to review plan documents and provide comments to Purchasing (purchasing@ircgov.com) by end of business March 23, 2022. F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 4 of 7 DISCUSSION • Mark Winslow stated the sequence of construction shall be watermain installation and drainage improvements followed by FDR and asphalt • James Ennis (Indian River County Engineering) stated the contractor can use the FDR mix design provided by the Geotechnical Engineer or they can provide their own mix design and it will need to be submitted to the County for evaluation. Costs for testing and development of a proposed mix design shall be the responsibility of the contractor. • David Gunter (Indian River Farms Water Control District) stated that during HDD watermain installation, his permit requirements must be followed and one requirement is ( Zero NTU's (Nephelometric Turbidity Units) of discharged turbidity against the background water. Any offsite drainage or dewatering will also have to meet the same discharge requirements. • The new poles that are going to be installed by FP&L will take place after the project begins and clearing has taken place. The poles will not be located in, but will span the wetlands. The wetlands that will be impacted by the widening of the road have been previously mitigated. • Brian Good (Kimley Horn) stated that Lost Tree Preserve has a requirement to construct the section of watermain from STA. 201+5 to STA. 218+80 through a developer agreement with the County. Watermain construction is part of this contract and will require the Contractor to coordinate the tie in of the new watermain with the Lost Tree Preserve constructed section at STA. 201+5. A copy of the applicable plan sheets for the Lost Tree Preserve 69th St. Offsite Improvements will be provided in the addendum. • A forthcoming addendum will be addressing a change to the FDR pay item. It is currently listed as a Square Yard unit and all-inclusive of emulsion and cement. The change will reflect individual items for mixing, emulsion, and cement and will include their respective quantities. The Force Accounts as shown in the Itemized Bid Schedule are only used for items that are unanticipated and additional to the work. It is not for the purpose of price increases in materials. It is a fixed line item in the bid schedule and not to be modified. It is not paid out unless there is additional work issued and approved by the County. • Jennifer Hyde (Indian River County Purchasing Division) stated that every empty line item in the Itemized Bid Schedule must be filled in with a unit price cost amount or the bid will be disqualified. • Kirstin Leiendecker (Indian River County Engineering) stated that all of the bid forms must be filled out and submitted for bids to be qualified. All addendums must be acknowledged in the bid forms for the bids to be qualified. • Tim Rose (Timothy Rose Contracting) stated the plans don't incorporate FDR in the road widening. Brian Good stated that a 1 -foot overlap with new widened shoulder base will be included in the FDR roadway breaking. • Tim Rose stated there is a road cut of 2-1/2 inches shown in the plans and asked how this will be paid. Brian Good stated the pavement core results showed 10 -inches of existing base rock. The intention is not to change the road grade throughout the entire project; however, there are some locations where it the grades are modified in order to accommodate field conditions. The removal of the materials is intended to be included as part of the unit cost of the FDR Pay Item No. 283-7. • Tim Rose asked what Clearing and Grubbing includes. Brian Good stated it includes the removal of 6 -inches of organic material. James Ennis & Brian Good clarified that Clearing F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 5 of 7 and Grubbing doesn't include the cut section calculation for the road widening and that excavation pay item has been calculated to include the shoulder surface to the bottom of the proposed should widening typical section. • Tim Rose asked if the contractor is required to take core samples before they submit a bid. Brian Good clarified the purpose of the referenced language is allow the Contractor to take samples in the event that the Contractor wants to propose an alternative design to what is already approved for the project. James Ennis added that there will be no compensation for the core sampling, and the Contractor will assume any risk for testing. Coordination with the County must take place prior to coring the roadway, and the Contractor will be responsible for roadway restoration. • Zach Rose asked for confirmation that the road can be closed. Brian Good stated the Maintenance of Traffic Plan is the responsibility of the Contractor and road closures would need to be submitted to and approved by the County. James Ennis clarified that the temporary lane closure language is intended for closures outside of the mixing operation. Road closures will be allowed, conditional to the approval of the project specific MOT plan, to take place during the mixing operation under the condition that local access is maintained. A full closure of 69th Street from 66th Avenue to Lost Tree Village will not be allowed. Full closures will need to be done in sections so as to allow reasonable traffic maintenance. • A field office will not be required for this project and will be specified in an addendum. • James Ennis confirmed that project station markers are required every 100' throughout the project. This is also specified within the contract at Section 01050 — Field Engineering and Layout, 1.3 Station Boards, A. • Zach Rose asked if the Contractor that will do the directional drilling has to have five years of experience can be a General Contractor. The Contractor that performs the directional drilling should have experience performing this type of work. • Brian Good clarified the concrete for the sidewalk shall be fiber mesh reinforced and have a minimum strength of 3,000 psi. • Rob Morris (FP&L) stated their pole relocations, for a section of the project from STA. 199+60 to STA. 209+50 will be against the right of way. All of the vegetation will need to be cleared and anything that overhangs in the right of way will need to be trimmed and everything removed as FP&L doesn't perform that type of work. Kirstin Leiendecker stated that FP&L will be required to coordinate with the Contractor to perform and complete their work. A question was asked if there was a Utility Work Schedule so as to assure against any delays in the Contractor's work. Rob Morris stated their permit for the work is forthcoming and their work will be performed in a timely manner once they know when the project begins. James Ennis stated that once the Notice to Proceed is issued, the Contractor is expected to proceed with erosion control installation along with clearing & grubbing in such a manner that allows for FPL to proceed with their utility relocations as soon as possible. • Brian Good stated that in addition to other utilities, the plans reflect a deflection of a proposed waterline under an existing AT&T fiber line and it is at the northeast corner of 58th Avenue and 69th Street. • David Gunter stated there is a canal maintenance road on the east side of the Lateral G Canal that is also posted with a street sign as 46th Court which serves as access for several residences. Mr. Gunter noted that this is a private road and should not be used for any F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 6 of 7 construction material storage or activities. • A question was asked if Builder's Risk Insurance, per the contract, is necessary. The requirement for Builder's Risk Insurance will be addressed in the addendum. • A question was asked about the application of Polyacrylamide on all disturbed areas but it's not clear as to how long after earthwork activities the application should take place. James Ennis stated the application should be part of the Contractor's SWPPP (Stormwater Pollution Prevention Plan) best management practices for dust control and that application rates/frequency should be based upon the Contractor's monitoring that should take place so that dust doesn't become a pollutant. • The adjacent project, IRC -1325: 58th Avenue Full Depth Reclamation, is already complete and no project coordination is necessary. • No insurance for the FEC (Florida East Coast) Railroad will be necessary as no work shall take place within their right of way. • Fuel and bitumen adjustment costs are excluded from County projects. • The cross section sheets numbered 64-79 reflect a difference in design from the existing crown section to the proposed cross slope section. A question was asked how correct quantities would be accounted for and how they would be paid. Brian Good stated the additional quantities were accounted for in both base rock items. He stated it can be quantified during construction by the station limits in the plans, and that a pay item for the additional tonnage of Coquina base material will be provided. • It was stated that the cross section stations are every 100' and there is concern that in between the stations there could be a design quantity deficiency. Brian Good stated any deficiency would have to be addressed as it was found and James Ennis stated anything as such would need to be identified prior to breaking the road surface. • A Contractor stated there is concern as to how the maximum percentage of material passing the No. 200 sieve was to be achieved. Brian Good stated the core samples tested were well below the maximum allowed. It is not the intent for the Contractor to have to make those changes if there were an area that exceeded the amount allowed and it would have to be addressed at the time it occurs. He stated that situation may require a change to the amount of base replacement. James Ennis stated if soil conditions unexpectedly changed in a manner that was substantially different compared to what was expected in the mix design then the mix design would have to be adjusted accordingly and that the, the purpose of the contingency fund was to address these types of unexpected field conditions. • Brian Good stated that the quantities for sod were determined based on where soil disturbance will take place, which is from the north right of way of 69th Street to either the south right of way or the top of the bank of the Sub -Lateral Canals. • It was stated that mowing does not have a separate line item. Mowing is included in the Mobilization Pay Item No. 101-1. • A question was asked about the proposed cross slope changes that will take place. Brian Good confirmed the only places where this occurs is where this project will transition into an existing condition, usually within a distance of 50'. • The roadway pay item for Mail Box, furnish and install, was clarified that the intent is for the old mail boxes to be removed and new mail boxes to be installed. However, coordination with the property owner will be required to confirm they agree with the replacement. F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx Page 7 of 7 • Brian Good stated that at the horizontal direction drill under the canal, there is a footnote that the Contractor is to locate all existing utilities prior to the work being performed and the cost of the locates, including soft -digs, shall be included in the cost for the directional drill activity. • A question was asked about the demolition of pipe, concrete, and asphalt and the item associated with that activity. Brian Good stated those activities are to be included in Clearing and Grubbing, • A question was asked about pipe crossing detail M-2 and how it wasn't included in the plans. Brian Good stated that detail will be sent out in an addendum. He stated the pipe should be installed first and per detail M-2. Tim Rose and Zach Rose questioned the order in which the work is to take place when installing drainage and James Ennis stated for clarification that the roadway can be broken, the drainage or utility installed, the trench be restored per detail M-2 and the FDR process be performed throughout. If the Contractor chose to perform the drainage work first, the trench would need to be restored per detail M-2 and it would include temporary asphalt. • Mark Winslow (Indian River County Engineering) stated that all addendums will need to be acknowledged in the bids. • James Ennis stated that after the meeting, all questions need to be directed to the Purchasing Division and no other County staff should be called for questions. The deadline for questions is Wednesday, March 23, 2022, 2:OOPM. The project is anticipated to be awarded during the first BCC meeting in May and the anticipated Notice to Proceed is the first week of June. Kirstin leiendecker stated the AutoCAD drawings will be included as part of the addendum. • Meeting adjourned. Arrerwm- Sign-In Sheet F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1- Admin\Meetings\PreBid\IRC-1639_PREBID_MIN_ 20220316.docx PRE-BID MEETING SIGN -IN SHEET 69TH STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING IRC PROJECT NUMBER: IRC -1639 Bid Number 2022028 FDOT FM No. 428073-1-54-01 MARCH 16, 2022 —10:00 AM NAME COMPANY & ADDRESS PHONE # / FAX # / CELL # EMAIL ADDRESS Lo _4C1 IV RryLeemu C7-7 T►2c- r� r„Ii !% fj4mev4j 67, n rcw .iU�N LGO".i W/C1 /� #J C1LovSen erL .{..,,�. 77z-Hey—y-rr-/y SIfcrswc[ef Ce%1t 1'!•�c %' vc-Z� 6 zed, 7 `J P:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\I-AdminNeetings\PreBid1IRC-1639—PREBID_SIGNIN.docx PRE-BID MEETING SIGN-IN SHEET 69TH STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING IRC PROJECT NUMBER: IRC-1639 Bid Number 2022028 FDOT FM No. 428073-1-54-01 MARCH 16, 2022 —10:00 AM NAME COMPANY & ADDRESS PHONE # / FAX # / CELL # EMAIL ADDRESS w T ;1� W;1li`amS ZP_� "n neer,?Z Ro b Wr( pt L. t,k4 476I ke. r t3 A T-g T F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -I Resurfacing (SCOP)\l-Admin\Mcctings\PreBid\IRC-1639_PREBID_SIGNIN.dmx ITEMIZED BID SCHEDULE * ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SR5/US-1, RESURFACING PROJECT NO. IRC -1639 BID NO. 2022028 FM NO. 438073-1-54-01 BIDDER'S Name: Item No. Description Unit Quantity Unit Price Amount ROADWAY PAY ITEMS 101-1 MOBILIZATION/ DEMOBILIZATION LS 1 102-1 MAINTENANCE OF TRAFFIC LS 1 104-2 PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION IS 1 110-1-1 CLEARING & GRUBBING AC 14 110-7-1 MAIL BOX (F&I) EA 31 120-1 REGULAR EXCAVATION CY 8,628 120-6 EMBANKMENT CY 1,753 160-4 TYPE B STABILIZATION SY 16,808 210-2A COQUINA, NEW MATERIAL FOR REWORKING BASE TN 266 283-1 ASPHALT EMULSION TYPE CSS -11-1 - PAYMENT WILL BE BASED ON ACTUAL QTY. GAL 55,000 283-2 CEMENT TYPE l OR TYPE 2 - PAYMENT WILL BE BASED ON ACTUAL QTY. TN 200 283-7 FULL DEPTH BASE RECLAMATION (10" MIXING DEPTH) SY 19,942 285-706 OPTIONAL BASE GROUP 04 (CEMENTED COQUINA, LBR 1CO3 6") SY 13,111 285-716 OPTIONAL BASE GROUP 18 (CEMENTED COQUINA, LBR 100, 16") SY 1,781 334-1-13A SUPERPAVE ASPHALT CONCRETE, (SP -12.5) (TRAFFIC C) (1.5") TN 2,674 334-1-13B SUPERPAVE ASPHALT CONCRETE, (SP -12.5) (TRAFFIC C) (2") TN 141 337-7-82 ASPHALTIC CONCRETE FRICTION COURSE (FC -9.5) (TRAFFIC C) (1") TN 1,781 400-1-2 CONCRETE CLASS I, ENDWALLS CY 4.1 425-1-521 INLETS, DT BOT, TYPE C, <10' EA 12 425-1-551 INLETS, DT BOT, TYPE E, <10'(W/ CONC. APRON) EA 1 425-2-41 MANHOLE (TYPE 7) (P -BOTTOM) (<10') EA 1 430-175-115 CONCRETE PIPE CULVERT (15") (S/CD) (CL III) LF 133 430-175-118A CONCRETE PIPE CULVERT (18") (S/CD) (CL III) LF 438 430-175-118B CORRUGATED ALUMINUM PIPE CULVERT (18") (S/CD) LF 50 430-175-124A CONCRETE PIPE CULVERT (24") (S/CD)(CL III) LF 23 430-964-4 PVC PIPE FOR NON-STANDARD DRAINAGE (10") (SCH 80) LF 25 430-984-119 MITERED END SECTION (ROUND) (10") (SD) EA 1 430-984-123 MITERED END SECTION (ROUND) (15") (SD) EA 3 430-984-125 MITERED END SECTION (ROUND) (18") (SD) EA 1 520-1-10 CONCRETE CURB AND GUTTER (TYPE F) LF 412 520-2-4 CONCRETE CURB (TYPE D) LF 21 520-3 VALLEY GUTTER - CONCRETE (2' WIDE) LF 110 522-2 CONCRETE SIDEWALK AND DRIVEWAYS (6" THICK) (FIBER REINFORCED) SY 334 530-3-4 RIPRAP - RUBBLE (F&I) (DITCH LINING) TN 50 00310-3 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66ti Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids Wddendum\Nddendum 2\ITEMIZED BID SCHEDULE - ADDENDUM 2 ITEMIZED BID SCHEDULE * ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SR5/US-1, RESURFACING PROJECT NO. IRC -1639 BID NO. 2022028 FM NO. 438073-1-54-01 BIDDER'S Name: Item No. Description Unit Quantity Unit Price Amount 570-1-1 PERFORMANCE TURF (SOD) (BAHIA) SY 35,000 999-1 ASBUILT SURVEYING AND RECORD DRAWING PREPARATION (BY REGISTERED SURVEYOR) LS 1 ROADWAY SUB -TOTAL= SIGNING AND PAVEMENT MARKINGS PAY ITEMS 700-1-11 SINGLE POST SIGN, F&I, GROUND MOUNT, UP TO 12 SF AS 18 700-1-13 SINGLE POST SIGN, F&I, GROUND MOUNT, 20-30 SF AS 1 700-1-50 SINGLE POST SIGN, RELOCATE AS 1 700-13-15 RETROREFLECTIVE SIGN STRIP - F&I, S' EA 1 706-3 RETRO -REFLECTIVE MARKERS EA 362 711-11-121 THERMOPLASTIC, STD, WHITE, SOLID, 6" LF 16,480 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" LF 111 711-11-141A THERMOPLASTIC, STD, WHITE, SKIP (6'-10'), 6" LF 107 711-11-1418 THERMOPLASTIC, STD, WHITE, SKIP (2'-4'),6" LF 200 711-11-160 THERMOPLASTIC, STD, WHITE, MESSAGE EA 1 711-11-221 THERMOPLASTIC, STD, YELLOW, SOLID, 6" LF 10,696 711-11-224 THERMOPLASTIC, STD, YELLOW, SOLID, 18" LF 38 711-11-231 THERMOPLASTIC, STD, YELLOW, SKIP (10'-30'), 6" LF 4,020 SIGNING AND PAVEMENT MARKINGS SUB -TOTAL = UTILITY PAY ITEMS 999-1A UTILITY ASBUILT SURVEYING AND RECORD DRAWING PREDARATION (BY REGISTERED SURVEYOR) LS 1 1050-31-206 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (6") LF 20 1OSO-31-208 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (8") LF 31 1050-31-212 UTILITY PIPE (F&I) (PVC) (WATER MAIN)(12") LF 5,919 1050-42-214 UTILITY PIPE (F&I) (HDPE, DR 11) (WATER MAIN) (14") LF 250 1055-51-112 UTILITY FITTING (F&I) (45 DEGREE BEND) (WATER MAIN) ('2") EA 20 1055-51-206 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X6") EA 1 1055-51-208 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (S'W") EA 2 LOSS -51-208A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X8") EA 2 1055-51-212 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X12") EA 2 1055-51-212A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (8"X12") EA 4 1055-51-308 UTILITY FITTING (F&I) (REDUCER) (DI) (WATER MAIN) (6"X8") EA 2 1055-51-410 UTILITY FITTING - 12"x14" PVC/HDPE TRANSITION COUPLING EA 2 1055-51-508 UTILITY FITTING (F&I) (CAP) (DI) (8") (WATER MAIN) EA 4 1060-11-222A UTILITY STRUCTURE AND MANHOLE - BELOW GROUND W/ ARV (<80 CF) (9.1'-12') EA 1 1080-11-499 UTILITY FIXTURE (F&I) (TEMPORARY JUMPER CONNECTION) (2") EA 1 00310-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Addendum\Addendum 2\ITEMIZED BID SCHEDULE - ADDENDUM 2 ITEMIZED BID SCHEDULE * ADDENDUM 2 3/21/2022 PROJECT NAME: 69th STREET FROM 66th AVENUE TO SR5/US-1, RESURFACING PROJECT NO, IRC -1639 BID NO. 2022028 FM NO. 438073-1-54-01 BIDDER'S Name: Item No. Description Unit Quantity Unit Price Amount 1080-24-406 UTILITY FIXTURE (RELOCATE) (VALVE ASSEMBLY) (WATER MAIN) (6") EA 1 1080-24-108 UTILITY FIXTURE (F&I) (VALVE ASSEMBLY) (WATER MAIN) (8") EA 4 1080-24-112 UTILITY FIXTURE (F&I) (VALVE ASSEMBLY) (WATER MAIN) (12") EA 7 1080-32-106 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (6") EA 2 1080-32-108 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (8") EA 4 1080-32-112 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (12") EA 3 1644-136-08 FIRE HYDRANT (F&I) (3 WAY) (2 HOSE, 1 PUMPER) (6") EA 5 UTILITY SUB -TOTAL = ROADWAY SUB -TOTAL = SIGNING AND MARKING SUB -TOTAL = 999-25 FORCE ACCOUNT - ROADWAY = $350,000.00 UTILITY SUB -TOTAL = 999-25A FORCE ACCOUNT - UTILITY = $80,000.00 TOTAL PROJECT BID AMOUNT (INCLUDING FORCE ACCOUNTS) = LS=Lump Sum AC=Acre EA=Each CY=Cubic Yard SY=Square Yard TN=Ton LF=Linear foot AS=Assembly NOTE: IF THERE IS A DISCREPANCY BETWEEN THE PLANS (SUMMARY OF PAY ITEMS) AND THE ITEMIZED BID SCHEDULE THE BID SCHEDULE WILL BE UTILIZED FORBIDDING PURPOSES. TOTAL PROJECT BID AMOUNT IN WORDS: 00310-5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Addendum\Addendum 2\ITEMIZED BID SCHEDULE - ADDENDUM 2 6"/ 1 At -i3r vb'J 1 'TV'd •600'£Z-51919 37nu eBONO 037V35 ONV 03N915 A17V1I910 3714 XN0813379 9H1 51 139HS 51H1 40 O90J3M 7VfJIdiO 3H1 I W � W Z e � u � < h Zn ��ppQ55 K C d Q N a m U N w pU Y < ¢Z Z W a W mIz 6.p I W U Z W F � Q � J ❑ VAI a a v v r� y y z z z w ouf1 OJ w a" a a a a a w w< a a a a a a a a zW WU ti r o 4 ti rc f E r < m 1 z F a N ❑ ~ a < K OZ > W w w � a a O�>Z z 0 FtNp w uauyy U i 0 < i ❑ K¢ N K m O ' m 1� O F O W d U' 5 5 O 5 5 5 5 5 5 Si5 5 5 5 U w� � r Z W U W2 E S < F a m� r n o � V m rg m m Y 4 m m m4 < W ry� K YomW! ❑ O ZUD O i~ U d W U 2 e r K w w t N m FN7 tpq O m 2 y a W N Z p LL 2 y a O w z z � o U g S m� LL W¢ W W N❑ r F O F ❑ m U W ¢ Z > ❑ W rz< R� p F �� J¢ � O< X m� 2��� � u�1 W iUl i U W ¢ 2 mm N hJ as y ow a rc tv 'V w cCV C O m w u b � 5 ¢¢w>�a W�W w d u p O Z Z U Or U Z O g 2 O 4� & � � N z W �a 4awGG �� m b Ri Q g o w w w� £-���❑ � � d = g�¢� d a a a a ay Z a a a Q¢❑ a� 5 0 0 5 S�� 0 O W w w w Qi Wa Kp 0. U a U O Q F r d O � O w m W 3£ 3 W o w' www w❑ d a o� � Q Q��� F _ �u Q y W❑azYazo } � > v v t (7 2. aww�x mE w F< m- auo m< U 1 r a �o Qz L' rC � � � °r° � ❑ 3 � z < 2 ❑ � � " �� � j� ..IODQ w U o O ❑ d U U u 2 O m K�� O C G K� C k _ o 0 .- m U a ❑ z >>> a w iq ❑ u a mrc p r z r z z z z azw z z Q ogm o Q o�LL❑ t 2¢ o ❑ Z RR'll m �a ui m w F oYi i w 0 0 0 �<` '� QO O w D m p 0 p 0� 5 5 m w¢ f¢ ¢_ Z p $ a�a� ow W W$ 0 0 oma o o Ek's3 ❑p o U❑ U ❑gw ❑ U O O z z FF FF 1 m �o ly > o� 0� QQ QQ w w y � W Z� � $K$ $o$Ulo O O W<N�;;� O� Q Z Y '.' � m Wim, vi �❑❑❑ N y 0❑❑ m N O � N N «1 7 # O 1 o o o om C w w a a Q w a 222 F U U V U U U p:: Q i z w z�� r c a m g $ O `O mo W N o w a g i i i wLLe ❑ r x p 5� 5�� 5 s� ¢ m q� Wg+ g rc �a W a o a o � f rc w S U a o yll o �iy m¢❑__� O f o� U U❑❑ o u�CY m f❑❑ I�9 a > U¢ a¢ i g r rc x z r x x r x x x x x L Q a m 4 ry n r� old w m w w q8 $Mn�gz Y Wta V y0 O - m o i F I � u � < C d Q I a a v v r� y y z z z w w a" W a W ti rc f z0 � O ' 5 5 5 5 5 5 5 5 5 5 Si5 5 5 5 i m� r n o � V m rg m m Y 4 m m m4 < W ry� O� e r K w w t � o I � u � < C d Q I a a v v r� y y z z z w w a" W a W ti rc f z0 � O ' ' w O N m W O� K w w t g S m� LL � O< O m w u b � �:N 4� & � � m m LL � g o s � � d = d ° o U ❑ O � .pppO�9 V V i ry LL_ w < � � m � O � O �L' m !j i $ ;61 } � U (7 1 r r Y le� m L�. L' rC � � � °r° � ❑ 3 � z < 2 ❑ � � " � g N� a N fYll 2 O m K�� O ¢¢o to _ o 0 .- m U a ❑ z >>> z t j ❑ 2¢ o ❑ Z m m �a ui m w F oYi i w 0 0 0 �<` '� Q� W o m p 0 p 0� Z ti m w¢ f¢ ¢_ Z p O z y F z z FF FF 1 m �o ❑ z J > o� 0� QQ QQ w w y � W Z� � $K$ $o$Ulo O O W<N�;;� O� Q Z Y '.' � m Wim, vi �❑❑❑ N y 0❑❑ m N O � N N «1 ❑ O o o o om C w w a a Q w a 222 F U U V U U U p:: Q i z w z�� r m�<< $$ a n mo W N o w a g i i i wLLe ❑ r x p 5� 5�� 5 s� ¢ m q� Wg+ g rc �a W a o a o � f rc w S U a o yll o �iy m¢❑__� O f o� U U❑❑ o u�CY m f❑❑ I�9 a > U¢ a¢ i g r rc x z r x x r x x x x x a m 4 ry n r� old w m w w tF."�(( U7t'/ 'J'V'4 '000-U-51919 370!1 830Nn 037V3S ONV 03N915 A17VII910 3714 )INON13373 3H1 SI 133HS 51141 40 (3HO.J3N 7VIX440 3141 0 =2 M O MONNIN) N3AO3 8V31O..9E O z N 'J Z W ' J~ K 0 U)a \,, W� z0� `a_Q o W xm �\ Zmm o zQaS Z° Wa 0 \\W, Ow�w zd a¢ W s N /.�WUN w �� z0Qx x fg a i 00�- 0- U) <91- Oui \wgn 'Qa z a� W W N� LL(Z7 Q LL� z i 2d <Z w w> Ow W wam J O vvvv vvmow% ;i��� i; w w �z aw Q O o n W� <w ~ = W O z \\\\\\\ F z = z= gZ LLJ (n U Z °r w \ \ \ \ \ \ \ \jjN °_ Q r . a w r g p w 30 W° RFy ° + O W \\\\\\\ Fw- U O ° w 0~_7z U13o (, _" x x co N \\\F \\ p + a 0 w H cx) o �� °3 Z a z aowQ z w z aw0 w w °w \\\\\\\ w 2> o 3 00 ° Om w h _ ¢ \\\\\\\ J a m mJa z \\\\\\\ z1_ Z W Z �� N> ¢ W� =z Iaa1 J� ~ O \\\\\ z_ z mo \ 1VR131VW ONLLSIX3 z m w 3 Z \ \ \ \ \ \ 30VtiJ-8f1S ] 3 O < ° x w } F h U mw �� a �mx Z W Z >"' \� %% cYi�� w a wa 33� SOU as \w\.. ,.�/. 0=5 w gZaJ xoc� O)— V e D Ua a w�0 �3w m O �> 0ittW UZ U h a? �Z�: '�� aQc1i ocYiN <�axw�Jp]�~n W W j O x� z3 W, foo 33° °Oz U�LLJLL�QJ W 2 U h W �w �o�qo oam°� wa0 zo�aO�Qa > W '. .0az zoo Jaz mEo U�rnaiN�Qw R Q - I. a \wwa -1 ;00 vKp W LU LIS zw z X¢ Z J U w b /\N� Mom- M JZ mop 2>zammwM Q W h �a O p�� �O t In 0 ow o Z v v v Z 0 b cq TL i r S $ 0 1 Q p Z w �z CC ^ sww at :o w = O Z _ W 0 3 v < m 3 T w> r w w O x 0 3 O m > O ; O z a z z w w W 0 Z a o ui " a Q° = Q U, 3 Z W LL a Z x W LL i z_ F W° O Z w )y U' > p W w J Q W Q a' 0 O W O z z ° Q e w W 0 O O W m > W0 3 a 0 a a Q M0lo w ~ W a° Z KCL W w N a W a04 x y = a w >° w 0° z (� O ° r t- wm 0 z 3 W a a ai Z o 0 Z O O N Or W K Q LL 0 U H (r W z 0 z Ir 2w J Z Q w x a 3 0 0 3 cl a¢ W 3 o Q w Q N E Z o LL 3 J a w z wm a w z O O m 0, w a o 0 Q ° 30 o a p w o a o J U= a a W z LL a = r , a a o J F< LL f y Zm ai °z ° u< a W ai W g r Q O W w m o m W> 0 J o ~ (n 0 0 w z v r`�- _o ~ z ai z z r Q Z W a w a r 3 o a MD z W W¢ x O V O z w i z a 3 a O 9 z< a o 30 o O Z O m W W x Q W w Z O J J J J z U Z > U J N a LO) ug z Z r Q �- r- a a w w tt W R' J z z J f z w z m O z< O O m J w W� W tr 3 p 0 a> O K O LL LL O O m m W (n N N z~ U d z O U 2 0 g o 0 y 2 O W 1- ¢ � d' i - O w j a _ ~ a 7 p 4- y w 0 0 a> (Y Q i- qa W O D a 0 w a Q w x 0= w o w w m 0 z 0 0 Q ¢ O Q Z d. J i � 30°x022>02N°m ma awe Qom? o0 O Z ci of a N ro m of Z 4 W5, 4 gyy w uj II bill LLI 4 w F N �iHR oat=otvi�.5—larvtm_ —nil S it o I, j' I N n N 1 zo 1 W wo 111— ZQ-i 0 o a a ui i will M N C W IN 1�a 2 tI a d Cc i :rl< g L� wCL w o SLS W Cie m LU O d f— E� ISI t✓ atWJ W }y, EMS G 6 N f" I •ii i° o) O) O)cc a J n I t; it I'fF - �� aRa, O Z r[5 li +I ,1 Y Im Ho COa. @ ySE l ilx ;I 1. and Nn 3 s ci i� z @E I ! W p�¢ei it i :Ecc R .n ti p '4 a i i W 39i p I'33a 4 � I yRw 6_ ee ' � Z 1^ = Y w FF FF 1 W I vrW. R e 7 ��BBBB n s� ng pY W �R i'� 3 s a as i ll ln�a ! !ee i�E is &3i is SC92 01 i _ . ! e li�fif�i{ e = FL-YL3= =VIY �s _a �l a$ ru° 4 m� W I � eso�� = LL=Y1S�i1fHyV11 ENRON" 1011111 _ x pal on O � I --O Z — CY d WO 2QVj > Oo —j 6 d C R Q. > W LLJ N i a W �d o na A LL ON Lu 9 Lu La iJQ >MLu ui a Cc onLLI LLs ccO Zav~, o$ aia CC _�0 A �oC7 = a6 cF ma a o pp g L$ Z 'A J O � $ F3 c I I alS BE ills c 0� 111 i mill Ill i i i 11 11111mulmliol II ;tI �{�, i _ x 8 Y O I --O Z — CY WO 2QVj > Oo —j 6 d C R Q. > W LLJ N i a W �d o na A LL ON Lu 9 Lu La iJQ >MLu ui a Cc onLLI LLs ccO Zav~, o$ aia CC _�0 A �oC7 = a6 cF ma a o pp g L$ Z 'A J O � $ F3 c alS � 5 c 0� 6 p q E,gi�� �8 �Y i_ I $Ig Sgt 11 is ¢ € g Qe € %1 %RTzF €� all ._. �.�. _�..�� . . • .�� • .tea � . . .. aso CHs �s ao=mz 'arrr.r�rr-� 2 �4 a � r O O �+ i Z N Q NEI CO @Z I'm Q�J ao 4a> � co m L LJ N ■1 � Q O 9 a OCO) >mW LL 4 W J W Q cc ~ oS w u. pQN Z N ao_ w 8 CL J j ad Ll mw fA Z �-i 0 11111 $ J 0 'off lion 0 Ing I Moll 3�e T ��n mlI I I I min MORRIS -iiiinimmoniI 11, =miniEli i "a J W a m® 2 �4 a � r O O �+ i Z N Q W0N CO @Z > i- Q�J ao 4a> � co JU L LJ N a a a � Q O 9 a OCO) >mW LL 4 W J W Q cc ~ oS w u. pQN Z N ao_ w 8 CL J j ad Ll mw fA Z �-i z w W $ J 0 'off W i 3�e T ��n y{gez 0��4 in lolls IQ 1o11s1 0 =t i _ l0 lolls it y{gez 0��4 in lolls IL W S LL 1o11s1 0 II lolls _ l0 lolls it In Irll�l/ III 11111111H III I■ll1MIAM O '.lil 1■OORE���11 In on OY11 In >� oil 11111 101 -J 6 FORM I I111II01G111111111 ice''cc N W O W 110 LU N 11,1111111 I IL W S LL N 'ti t t it j�� f l�IN! O m N 0) >� aa� 0 O -J 6 a O a W > ice''cc N W O W LU N aaw Oaa O� E9 >dw a9- , W W _t w n F�- W p�Q r w � vJ O € a -j d a CD o d � 0 7C) 4-; o V LU O � n i H 1 +-� �:-� -1 •'�`__, _� of -r sk I W s ac): �.y LL LaR �.lam,'� d LJL Ij % 1fn JB1 -. � Y tj •' +- '� i. t' d;1) ? 3�I�• �'ulE��a �� c+6 U O t_ 1 17 j' 1(52' �O cn O LO f F11 Ln MN Ac FDA 0 [-. WK�a �. Z i Q U) o zLn W LU C7 v o ® LU — C7 � U U o W I rY RM !� "L ,hf5_T113 D cr LLI ct� I El 0 TIMOR -1 UN lu: DATE (MMJDD/YYYY) �►��' CERTIFICATE OF LIABILITY INSURANCE 06/09/2021 THiS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THiS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION iS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on ei,i_s certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Stuart Insurance, Inc. 3070 S W Mapp Palm City, FL 34990 Rick Halcomb, CIG, ARM )SE CONTRACTING, ING. ,t FL 32962 Co RFVIR10N NUMBER: COVERAGES CERTIFICATE NUMI3tR: HAVE BEEN ISSUED TO THE INSURED NAMED ABQVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF. INSURANCE LiSTED BELOW OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THiS INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION BY THE POLiCIESS DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS, CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED LIMITS SHOWN MAY HAVE BEEN R All PP ID EXCLUSIONS AND CONDITIONS OF SUCH POLICIES" PDUCY EFF CY PS LIMITS DDLUBR OF INSURANCE POLICY NUMBER OTYPE 1,000,000 )( COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE MAGETORENTED 100,000 CLAIMS -MADE X] OCCUR rA O6/D6/2021 06106/2022 7015727381 15,000 MED EXP An onerson $ PERSONAL&ADV INJURY 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'LAGGREGATELIIMITAPPLIES PER: POLICY F 78?- LOC 2,000,000 PRODUCTS-COMPJOPAGG $ OTHER:COMBIdEeDSINGLELIMIT 7015727395 06/06/2021 06106/2022 1,000,000 B AUTOMOBILELIABILITY BODILY INJURY Per person)$ BODILY Peracctdent X ANY AUTO OWNED SCHEDULED P OPERTY DAMAGE erecradetd AUTOS ONLY AUTOS 2( HIRED pp�� AUTOS ONLY X AUTOSot $ 7015727400 06/06/2021 06/06/2022 EACH OCCURRENCE 3,000,000 C X uMBRELLALIAB X OCCUR 3,000i AGGREGATE ' EXCESS Ll CLAIMSMADE $ DED %� RETEMION$ 10000 pER DTH- WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN STATUTE — E.L. EACH ACCIDENT $ EL DISEASE -EA EMPLOYE $ ANY PROPRIETOR/PARTNER/ FJCECUTNE ❑ in BE EXCLUDED? N / A E.L. DISEASE -POLICY LIMIT $ 100,000 (Manda�toty If yes, describe under DESCRIPTION OFOPERATIONS bekwv7015029465 06/06/2021 06/06/2022 RENTED EQ C Contractors Equi DED $1000 Rented/Leased 101, Additional Remarks Schedule, may be attached if more space is required) DESCRIPTION OF OPERATIONS / LOCATIONS f VEHICLES (ACORD CANCELLATION CERTIFICATE HOLDER BLANK -`[ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 13E CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. SAMPLE CERTIFICATE AUTHORIZED REPRESENTATIVE FOR BID PURPOSES n 1989_217115 ACORD CORPORATION. All rights reserved. ACORD 26 (2016/03) . —1— 1— .,f A('ORT) ® A oR" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/28/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pol)cy(ies) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Nexus Partners Insurance 5745 North Scottsdale Road, Suite B120 Scottsdale, AZ 85250 NAME: CT Cory Strahler P 904-739-2722 FAX Ne: E-MAIL ADDRESS: a matrixonesource.com INSURERS AFFORDING COVERAGE NAIC# INSURERA: StarStone National Insurance Company 25496 INSURED Ally HR, LLC LICIF Timothy Rose Contracting Inc. 12735 Gran Bay Parkway West Ste 202 Jacksonville FL 32258 INSURER B: INSURERC: INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 65913344 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MWDD/YYYY POLICY EXP MM/DD LIMITS AUTHORIZED REPRESENTATIVE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR Jodie R. Kramer Cole EACH OCCURRENCE $ AMA �TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: JECTPOLICY ❑ PRO ❑ LOC OTHER: GENERAL AGGREGATE $ PRODUCTS-COMP/OPAGG $ $ AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIREDNON-OWNED AUTOS ONLY AUTOS ONLY COMBINED GLELIMIT $ Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per de 1 UMBRELLAUAB EXCESS UAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEM BER EXCLIJ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N /A 780220001-843 1/1/2022 1/1/2023'/ STATUTE ERS E.L. EACH ACCIDENT $1,()00,000 E.L. DISEASE -EA EMPLOYE $ E.L. DISEASE- POLICY LIMIT 1 $1,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Coverage provided for all leased employees but not subcontractors of: Timothy Rose Contracting, Inc. 1/1/2021 r-GATICICA-rE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 65913344 I Matrix 1 2215065 1 Master certificate I Melissa Ash 1 12/28/2021 11:24:47 AM (EST) I Page 1 of 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Timothy Rose Contracting, Inc. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1360 Old Dixie Hwy SW ACCORDANCE WITH THE POLICY PROVISIONS. Suite 106 Vero Beach FL 32962 AUTHORIZED REPRESENTATIVE Jodie R. Kramer Cole ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 65913344 I Matrix 1 2215065 1 Master certificate I Melissa Ash 1 12/28/2021 11:24:47 AM (EST) I Page 1 of 1 FDOfi Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVM 7. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY October 21, 2021 TIMOTHY ROSE CONTRACTING, INC. 825 8TH STREET VERO BEACH, FLORIDA 32962 *REVISED* RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, GUARDRAIL, HOT PLANT -MIXED BITUM. COURSES, SIDEWALK Unless notified otherwise, this Certificate of Qualification will expire 6/30/2022. In accordance with Section 337.14(4), Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable). In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdo-Ewpl.dot.state.fl.us/ContractorPreQualificati on Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. The company 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 the 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 the company has performed such work. Improve Safety, Enhance Mobility, Inspire Innovation www.fdot.gov TIMOTHY ROSE CONTRACTING, INC. October 21, 2021 Page Two All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link.to this report at the website shown above. Sincerely, 11&0" Z'?- Alan Autry, Manager Contracts Administration ffice AA: cg 2021 - 2022 LOCAL BUS1NE,SS TAX INDIAN RIVER COUNTY, FLORIDA MUST BE DISPLAYED INA CONSPICUOUS PLACE TYPE OF 512 CONTR-GENERAL/CERTIFIED BUSINESS BUSINESS 825 8TH ST ADDRESS VERO BEACH, FL 32960 1 NAME TIMOTHY ROSE CONTRACTING INC MAILING ROSE, TIMOTHY ADDRESS 825 8TH ST VERO BEACH, FL 32960 Paid 08/06/202140.00 r 191-00000320 ACCOUNT # 23991 RECEIPT# 5452 EXPIRES SEPTEMBER 30, 2022 AMOUNT 40.00 PENALTY 0.00 4 TRANSFER 0.00 TOTAL 40.00 This receipt is in addition to and not in lieu of any other license required by law or municipal ordinance and is subject to regulations of zoning, health and any other lawful authority. Owner must notify the Tax Collector's Office of any changes -in business name, ownership, location addfess or mailing address. CAROLE JEAN JORDAN,. CFC TAX COLLECTOR INDIAN RIVER COUNTY, FLORIDA �t F ,.,.A20G,-81(:9 :5 =13140 RAE -I FL 03 F F?kqM N � i ,� I - I_'r c-1•L_-r�"rT�jry-F =U . �• ». :i-`-7L��=a'J�-/��iL'"TT1�•T.�-rt_itiF2r7��-f��til�iiT�rp,�1;--1'T. ^��{ �l Ra _ _��{�p^F'd r}�I f1(&,`{r ii! ��• ��l4Call�J�. �1N1l S�W%.WL �'�� �� Uo t T�` , COOP JV Trench Safety ELI Itis attmd -k- hours of fraiu�zg z _ �t Mete Y Zn3ctar �` t _ . l L l^L L rZL11 12�ll-•`,-]L--psi �:.�s L-7�-��1_IO.7Ar �, �' 2022 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# S75343 Entity Name: TIMOTHY ROSE CONTRACTING, INC. Current Principal Place of Business: 825 8TH STREET' VERO BEACH, FL 32962 Current Mailing Address: 825 8TH STREET VERO BEACH, FL 32962 US FEI Number: 65-0284242 Name and Address of Current Registered Agent: ROSE, TIMOTHY W, 825 STH STREET VERO BEACH, FL 32962 US FILED Jan 25, 2022 Secretary of State 0556738565CC Certificate of Status Desired: No The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail Title P Name ROSE, TIMOTHY W. Address 825 8TH STREET City -State -Zip: VERO BEACH FL 32962 Title VP Name ROSE, ZACHARY T Address 825 8TH STREET City -State -Zip: VERO BEACH FL 32962 Title SEC Name ROSE,RONALD Address 825 8TH STREET City -State -Zip: VERO BEACH FL 32962 Date I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: TIMOTHY ROSE PRESIDENT 01/25/2022 Electronic Signature of Signing Officer/Director Detail Date WEST F1ELD" RE: Timothy Rose Contracting, Inc. 825 811 Street Vero Beach, FL 32962 To Whom It May Concern: June 9, 2021 Timothy Rose Contracting, Inc. is bonded by Westfield Insurance Company. Westfield Insurance Company has a current A.M. Best Rating of A, XV, a current Treasury Listing of $128,468,000 as of July 1, 2020, and is licensed to conduct business in the State of Florida. We have a current bond program in place at $15,000,000 for single job size, with an aggregate of $40,000,000. These limits and any specific approval would be conditioned upon applicable underwriting considerations at the time of the bond request. This letter is not a commitment to provide any bonds unless all of the usual underwriting requirements have been met, including the review of contract documents, along with any required bond forms prior to issuing any bonds. Timothy Rose Contracting, Inc. is an excellent contractor with impressive results, and we highly recommend their services to you. Should you have any questions, or need additional information, please do not hesitate to contact me directly. Sincerely, oa, Azdie Erin Reddy Surety Underwriter (440) 829-4940 Sworn to and subscribed before me this 9th day of June, 2020 Notary Public State of: Florida Notary Public: fl-, My Commission expires:L 1 CD2 Printed, typed or stamped commissioned name of notary public One Park Circle I P.O. Box 5001 1 Westfield Center, OH 442515001 HOLLYB. SHEEHAN COMMISSION#GG949431 Fo ` EXPIRES: May i9, 2024 Baxted77uu NotuyPubNcUrxlenrr�ers BOARD OF COUNTY COMMISSIONERS rjt May 3, 2022 Timothy Rose Contracting, Inc. Attn: Mr. Timothy Rose 8258 th Street Vero Beach, FL 32962 via Email accounting@timothyrosecontracting.com NOTICE OF AWARD Reference: Indian River County Bid No. 2022028 69th Street from 66th Avenue to SR5/US-1 Resurfacing Dear Mr. Rose: It is my pleasure to inform you that on May 3, 2022 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 ($3,806,470.75). 2. Two Signed Copies of Enclosed Agreement 3. 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 and two fully -executed copies of the enclosed agreement to this office at the address provided below no later than May 18, 2022. 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, Jenniferriyde Purchasing Manager Cc: Project Manager Office of Management and Budget • Purchasing Division 1800 27th 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...................................................................................................2 ARTICLE 3 - ENGINEER........................................................................................................2 ARTICLE 4 - 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 INTENTIONALLY] Agreement (Public Works) REV 04-07 - 00520 - 1 F:\Purchasing\BidsQ021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement. docx SECTION 00520 Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Timothy Rose Contracting, Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed improvements to 69th Street from 66th Avenue to SR5/US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, watermain installation, sidewalk installation, signing and pavement markings. This is an F.D.O.T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54-01. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING County Project Number: IRC -1639 FM Number: 438073-1-54-01 Bid Number: 2022028 Project Address: 69th Street (East of 66th Avenue to US -1), Vero Beach, FL 32967 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment Agreement (Public Works) REV 04-07 - 00520 - 2 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement.docx A. The Work will be substantially completed on or before the 210th 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 240th 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 $2,712.00 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 $2,712.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.13, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $3,806,407.75 Written Amount: Three million, eight hundred six thousand, four hundred seven dollars and seventy 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 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agree ment.docx 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 be performed by CONTRACTOR under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. 7.02 "To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement." Agreement (Public Works) REV 04-07 - 00520 - 4 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agree ment.docx ICLE 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 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 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 00520-9, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); 6. 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 00800-1 to 00800-13, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a cover sheet and sheets numbered 1 through 154, inclusive, with each sheet bearing the following general title: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING: 13. Addenda (if applicable ); 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 Appendix D — Subsurface Soil Exploration and Geotechnical Engineering Evaluation 15. CONTRACTOR'S BID (pages 00310-1 to 00310-8, inclusive); 16. Bid Bond (page 00430-1); Agreement (Public Works) REV 04-07 - 00520 - 6 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement.docx 17. Qualifications Questionnaire (page 00456-1 to 00456-2, inclusive); 18. List of Subcontractors (page 00458-1); 19. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 20. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 22. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 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 Agreement (Public Works) REV 04-07 - 00520 - 7 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement.docx and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords(a-ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 Agreement (Public Works) REV 04-07 - 00520 - 8 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement.docx C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. [The remainder of this page was left blank intentionally] Agreement (Public Works) REV 04-07 - 00520 - 9 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 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 3 day May of 2022 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: ,//Y//•t•bY by .• y � 0 h1 MASS •., Y �' 1 INDIAN RIVER COUNTY ��.• !o •. `' cc�rcccc�t�n By: By: Per D. O'B (Contractor) jj� Jason E Br wn, Co dminl•._..'.•`i°•' (CORPORATES Ly Ptd •• r, bCOUN Y• ^j `4.� Yom, Attest*' APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: ylan Reingold, County Attorney Address for giving notices: %1W IV& V ern (S each,�c 3a5 (O--�— Jeffrey Vtl, Clerk of Court and Comptroller t� License No. �A "1 t Attest: Alo (Where applicable) Deputy Clerk (SEAL) Agent for service of process: 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: Title: Address: Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * Agreement (Public Works) REV 04-07 - 00520 - 10 F:\Purchasing\Bids\2021-2022 FY (2022000)\2022028 69th Street Resurfacing Project\SECTION 00520 Sample Agreement.docx SECTION 00550 — Notice to Proceed Dated TO: (BIDDER) ADDRESS: Contract For: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING (Insert name of Contract as it appears in the Contract Documents) Project No: IRC -1639 FM No: 438073-1-54-01 IRC Bid No. 2022028 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 210 calendar days for Substantial Completion of this project and 240 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) By: INDIAN RIVER COUNTY (OWNER) (AUTHORIZED SIGNATURE) (TITLE) Notice to Proceed REV 04-07 00550 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66-.h Avenue to US -I Resurfacing (SCOP)\I-Admin\Bids\3id Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx 3120220032791 RECORDED IN THE PUBLIC RECORDS OF JEFFREY R SMITH, CLERK OF COURT Public Work INDIAN RIVER COUNTY FL F.S. Chapter 255.05 (1)(a) BK: 3542 PG: 913 Page 1 of 3 5/20/2022 10-11 AM Cover Page THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES. BOND NO:162878N CONTRACTOR NAME: Timothy. Rose Contracting, Inc. CONTRACTOR ADDRESS: 825 8th Street CONTRACTOR PHONE NO: SURETY COMPANY NAME: SURETY PRINCIPAL BUSINESS ADDRESS: SURETY PHONE NO: OWNER NAME: OWNER ADDRESS: OWNER PHONE NO: OBLIGEE NAME: (If contracting entity is different from the owner, the contracting public entity) OBLIGEE ADDRESS: OBLIGEE PHONE NO: BOND AMOUNT: CONTRACT NO: (If applicable) DESCRIPTION OF WORK: Vero Beach, FL 32962 772-564-7800 Westfield Insurance Company P.O. Box 5001 Westfield Center, OH 44251-5001 904-661-4700 Indian River County 1800 27th Street Vero Beach, FL 32960 772-226-1416 Indian River Countv 1800 27th Street Vero Beach, FL 32960 772-226-1416 �3 806 470.75 Resurfacing PROJECT LOCATION: 69th Street From 66th Avenue to SR5/US-I, Vero Beach, FL LEGAL DESCRIPTION: (If applicable) FRONT PAGE, All other bond page(s) are deemed subsequent w this page regardless of any page numbers) that may be printed Iherenn. 00610-2 00610 - Public Construction Bond PUBLIC CONSTRUCTION BOND Bond No. 162878N (enter bond number) BY THIS BOND, We Timothy Rose Contracting, Inc. , as Principal and Westfield Insurance Company , a corporation, as Surety, are bound to Indian River County herein called Owner, in the sum of $ 3,906,470.75----------------- , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated between Principal and Owner for construction of 69th Street from 66th Avenue to SR5/US-I Resurfacing , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON April 11, 2022 Tipiott y7ose Contracting, Inc. of Princ B i, Cindy L.Mirisola, As torne In Fact homey -in -Fact & 17 ,,M'iiirn,'A, t l� i Westfield Insurance Company (Name of Surety) 00610-3 00610 - Public Construction Bond 'nC �� CERTIFICATE OF LIABILITY INSURANCE DATE (M MID �-; 5/3/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT The Sihle Insurance Group of Vero Inc. NAME: Certificate Department 5055 Highway AIA PHONE c 7724731100 ac No :407-389-3580 Vero Beach FL 32963 EMAIL_ INSURERS AFFORDING COVERAGE NAIC A INSURERA: Continental Insurance Company 19445 INSURED TIMCROS-01 Timothy Rose Contracting Inc. INSURER B: Valley Fore Insurance Company 20508 825 8th Street INSURER C: Transportation Insurance Company 20494 Vero Beach FL 32962 INSURER D: Continental Casualtv Cmmnanv INSURER E: INSURER _- COVERAGES CERTIFICATE NUMBER. 1327106493 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AD[ 7�7015727381 POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MM/ODIYYYY MMIDD(YYYY LIMITS B X COMML-RCIAL GENERAL LIABILITY Y 6!62021 6/6/2022 EACH OCCURRENCE $1,000.000 CLAIMS -MADE O OCCUR AMA TOREN? 6162021 1 6/6/2022 6162021 1 6/6/2022 PREMISES Ea occu(rence) S100,000 MED EXP (Any one person) S15,000 PERSONAL & ADV INJURY S1.000.000 U N=KAL A(iUREGATE PRODUCTS - COMPIOP AGG S2.000,000 S2,000,000 s COMBINED SINGLE LIMIT Ea accident GENT AGGREGATE LIMIT APPLIES PER: BODILY INJURY (Per person) PRO - X POLICY n ECT n LOC BODILY INJURY (Per accident) S PROPERTY DAMAGE Pnr arrid ,nt S OTHER: C AUTOMOBILE LIABILITY BUA 7015727395 ANY AUTO WNED X SCHEDULED TOS ONLY AUTOS RED NON -OWNED X J TOS ONLY AUTOS ONLY A X UMBRELLALIAB X OCCUR 7015727400 EXCESS LIAR CLAIMS -MADE DED RETENTIONS WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETORIPARTNER/EXEGUTIVE YIN OFFICCR/MEMBrJiEXCLUDED? ❑ N / q (Mandatory in NH) If Yes, describe under DESCRIPTION OF OPERATIONS below D Contractors Equipment Rented/Leased Equipment C7015029465 Installation Floater 6162021 1 6/6/2022 6162021 1 6/6/2022 PREMISES Ea occu(rence) S100,000 MED EXP (Any one person) S15,000 PERSONAL & ADV INJURY S1.000.000 U N=KAL A(iUREGATE PRODUCTS - COMPIOP AGG S2.000,000 S2,000,000 s COMBINED SINGLE LIMIT Ea accident S 1.000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE Pnr arrid ,nt S EACH OCCURRENCE I S 3.000.000 S E L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S E.L. DISEASE -POLICY LIMIT S 6/62021 6/6/2022 Maximum Any One Item S500,000 Maximum Any One Item 5100,000 Property Limits S100,000 DESCRIPTION OF OPERAf IONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached if more space is reyuimd) Project Name: 69th Street from 66th Avenue to SR5/US-1, Resurfacing IRC -1505, FM No. 438073.3.1.54 Indian River County is listed as additional insured CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Indian River County ACCORDANCE WITH THE POLICY PROVISIONS. 1800 27th Street Vero Beach FL 32960 AU/TIfORI2EO REPRESE NTATIVE ACORD 25 (2016103) RD C The ACORD name and logo are registered marks 8of ACORD ORPORATION. All rights reserved, THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER N AND ISSUED PRIOR TO 07/27/18, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 0991002 01 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint GERALD K, SIHLE, BARBARA W. ALDINGER, DEIDRE R. PADGETT, CINDY L. MIRISOLA, ROBERT H. BOND, JOINTLY OR SEVERALLY of ALTAMONTE SPRINGS and State of FL its true and lawful Altorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bondsrecognizances, undertakings, or other instruments or contracts of , suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises, Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive. any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Beit Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presentsto be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 27th day of JULY A.D., 2018 . a5„..gip' z ,P�\oNn�,� "1k5U Corporate seats �a�,,.�••.. C •• WESTFIELD INSURANCE COMPANY %�'• '' s'', WESTFIELD NATIONAL INSURANCE COMPANY Affixed LA ='j •'.'.... fr' SEAL:�, HARTER S� OHIO FARMERS INSURANCE COMPANY �►� �' u,'; SEAL ;m 30�1` fDib� _Z7' O: :• 1848 By: State of Ohio w,,.«...'".,,. ' • Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 27th day of JULY A.D., 2018 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they N were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. oln1 aa a,,,,,,. Seal otAL •., Affixed ,�P..••'11f/ S State of Ohio : ,n d *^O f ,� o County of Medina ss.: ,r David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Cade) ;. qrE OF O . I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 1 fit day of April tZ .. v r , 1848 .!if SQcrQtary ,r„d`� 1” .r ��+`:;; ; , Off- . •or,, Frank A. Carrino, Secretary m.K„y Uri�u.t •oN. BPOAC2 (combine) (06-024 0% ,�. SECTION 00622 — Contractor's Application for Payment 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From: (CONTRACTOR) Project No.: IRC -1639 FM No.: 438073-1-54-01 Bid No.: 2022028 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 F:\Public WorLTNGINEERING DMSION PROJECTS\1639 69th Street 66th Avenue to US -I Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advertisement\DIV 01 —Bidding Documents - 20210824.docx 2. Updated Construction Schedule per Specification Section 01310. Dated STATE OF COUNTY OF By: Page 2of5 (CONTRACTOR — must be signed by an Officer of the Corporation) Print Name and Title 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\ENGfNEERING DNISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advertisement\DN 0_1 Bidding Documents - 20210824.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 Business Address BY: Print Name: Title: (Affix Corporate SEAL) STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared to me well known or who produced as identification, who being by me first duly sworn upon oath, says that he/she is the for and that he/she has been authorized by it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and sworn to before me this day of , 20 Notary Public, State of My Commission Expires: ******************************************************************************************************* [The remainder of this page was left blank intentionally] Contractor's Application for Partial Payment - 06-09 rev - 00622 - 3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\7-Admin\Bids\Bid Documents - Advertisement\DN 0_IBidding Documents - 20210924.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 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:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -I Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advertisement\DIV 0_I_Bidding Documents - 20210824.docx Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): Contractor's Application for Partial Payment - 06-09 rev - 00622 - 5 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advenisement\DN 0_1_Bidding Documents - 20210824.docx 0 Z_ V a LL N W N Ln Ln O W M Z to w � a 2 — F- o � z lCD C U OLL o LL D— F- V) — J O O O O O O O Q p O O O O O O O oO F O p O kR O lfl O fA O fA O O fR fR O d4 W 2 H U N Z Z } Q � F J m Z LU Q ❑ 0 W Q o z LU J F ❑ W Q w O CD U U) LU O o ❑ w QJ LU w F W R' o 0 Q 0 cn z o o Z w ❑ LU J a po O J Q ❑ Q ❑ Q W O~ O w ❑} F W LU e W Q Z C H J o w 9 ~' o CL � Q O 2 a p w O O w❑ J Q F Q F Q o F Z Z o Z_ J d Z :D w~ w Q Q D cn o Q � cn ❑ � � J Q Q O ❑ O o o O F a L = z r- Q 0 J Z rno 0 O 0 F- F oQ > U } W J F = CL da z Q Q 0 w c 3 p Cl O O O a E o p > a ❑ U W J 7 ❑ a F O J Q LU x O m In U) j J J C ~ _ F- z z ZQ Qr UO =0 v� ❑ W U o U) OULLQ 6 PAGE 00622-6 SECTION 00630 — Certificate of Substantial Completion Date of Issuance: 20 OWNER: Indian River County CONTRACTOR: CONTRACT FOR: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING Project No.: IRC -1639 FM No.: 438073-1-54-01 Project Description: The proposed improvements to 69th Street from 66th Avenue to SR5/US-1 consist of reconstructing the roadway utilizing full depth reclamation, new asphalt concrete pavement, drainage improvements, watermain installation, sidewalk installation, signing and pavement markings. This is an F.D. O. T. Small County Outreach Program (SCOP) funded project, FM No. 438073-1-54-01. OWNER's Bid No. 2022028 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To: OWNER And To: CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all- inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 calendar days of the above date of Substantial Completion. Certificate of Substantial Completion REV 04-07 - 00630 - 1 F:\Public Works\ENGINEERING DMSION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advertisement\DIV 0_I_Bidding Documents - 20210824.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: The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on: ENGINEER: 0 (Authorized Signature) (Date). CONTRACTOR accepts this Certificate of Substantial Completion on (date). CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date). OWNER: INDIAN RIVER COUNTY 0 (Authorized Signature) * * END OF SECTION * * Certificate of Substantial Completion REV 04-07 - 00630 - 2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\ 163969th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Adverlisement\DIV 01 Bidding Documents - 20210824.docx SECTION 00632 - CONTRACTOR'S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) PROJECT NAME: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING PROJECT NO: IRC -1639 STATE OF _ COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the CONTRACTOR with whom Indian River County, Florida, a political subdivision of said state, did on the day of 20 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: IkFTiTa Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4. All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. Contractor's Final Certification of the Work - 00632-1 F:\PublicWorks\ENGINEERINGDMSION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1Bidding Documents - 20210824.docx 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_1_Bidding Documents - 20210824.docx SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) I CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: (Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING PROJECT # IRC -1639 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision. I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents, except for discrepancies listed below. [Attach additional sheets as necessary] CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name: Company Address: Telephone Number: (SURVEYOR'S SEAL) DN 0-1—Bidding Documents - 20210824 - 00634 - 1 F:\Public Works\ENGINEERING DIVISION PROJECTS\ 163969th Street 66th Avenue to US -I Resurfacing (SCOP)\I-Admin\Bids\Bid Documents - Advertisement\DIV 0_1 Bidding Documents - 20210824.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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY...............................................................................................................1 1.01 Defined Terms..........................................................................................................................................1 1.02 Terminology..............................................................................................................................................3 4.02 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 5.01 2.06 Preconstruction Conference..................................................................................................................5 5.02 2.07 Initial Acceptance of Schedules............................................................................................................5 5.03 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 4.02 Subsurface and Physical Conditions...................................................................................................7 4.03 Differing Subsurface or Physical Conditions......................................................................................7 4.04 Underground Facilities............................................................................................................................8 4.05 Reference Points.....................................................................................................................................8 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 Property Insurer..................................................................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 - II F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2 -Conditions of the Contract - 20211207.docx 6.11 Use of Site and Other Areas..................................................................................................................17 Communications to Contractor.............................................................................................................22 6.12 Record Documents................................................................................................................................18 Replacement of ENGINEER.................................................................................................................22 6.13 Safety and Protection..............................................................................................................................18 Furnish Data.............................................................................................................................................22 6.14 Safety Representative............................................................................................................................18 Pay Promptly When Due........................................................................................................................22 6.15 Hazard Communication Programs.......................................................................................................18 Lands and Easements; Reports and Tests........................................................................................22 6.16 Emergencies.............................................................................................................................................19 Insurance...................................................................................................................................................22 6.17 Shop Drawings and Samples................................................................................................................19 Change Orders.........................................................................................................................................22 6.18 Continuing the Work................................................................................................................................20 Inspections, Tests, and Approvals.......................................................................................................22 6.19 CONTRACTOR's General Warranty and Guarantee.......................................................................20 Limitations on OWNER' Responsibilities..........................................................................................22 6.20 Indemnification.........................................................................................................................................20 Undisclosed Hazardous Environmental Condition............................................................................22 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' 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 F:\PubIicWorks\ENG1NEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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 13.01 Notice of Defects......................................................................................................................................29 13.02 Access to Work........................................................................................................................................29 13.03 Tests and Inspections.............................................................................................................................29 13.04 Uncovering Work.....................................................................................................................................30 13.05 OWNER May Stop the Work.................................................................................................................30 13.06 Correction or Removal of Defective Work..........................................................................................30 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 14.01 Schedule of Values.................................................................................................................................32 14.02 Progress Payments.................................................................................................................................32 14.03 CONTRACTOR's Warranty of Title......................................................................................................34 14.04 Substantial Completion...........................................................................................................................34 14.05 Partial Utilization......................................................................................................................................34 14.06 Final Inspection........................................................................................................................................34 14.07 Final Payment..........................................................................................................................................35 14.08 Final Completion Delayed......................................................................................................................35 14.09 Waiver of Claims......................................................................................................................................35 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION.........................................................................................36 15.01 OWNER May Suspend Work................................................................................................................36 15.02 OWNER May Terminate for Cause......................................................................................................36 15.03 OWNER May Terminate For Convenience........................................................................................36 15.04 CONTRACTOR May Stop Work or Terminate..................................................................................37 ARTICLE 16 - DISPUTE RESOLUTION..................................................................................................................................37 16.01 Methods and Procedures.......................................................................................................................37 ARTICLE17 - 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........................................................................................................................................37 General Conditions - 00700 - IV F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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. Thome .:oFd—"fumish," wrhea-gid- R Genn6Gt10n With RAr�;GeB, ""ateF:als, 9f said c materials eF equipmeRt to +ho 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 F:\Pub1icWorks\ENG1NEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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: (4) a Field QFder; (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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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 a 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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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 necessaryto 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.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 5.01.6, CONTRACTOR shall within 20 days thereafter substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All Bonds and insurance required by the Contract Documents to be purchased and maintained by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- ER or any other additional insured) which CON- TRACTOR is required to purchase and maintain. OWNER shall deloveF to GONTRAOT-OR, with GGP'eS to each additional the Supple- mentary TOR A- Any other addit4nnal 'RGured) WhiGh OWNE 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 -2 -conditions of the Contract - 20211207.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 wri#efl GIR a Bi ilde-'s; Rask '44 tuck" fe-rm that shall at least f49 phySiGal less ar damage tG the Werk, tempera buildings, false we,ck,—and F:RateFials— Rd General Conditions - 00700 - 11 F:\Pub1icWorks\ENGINEER1NG DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-2—Conditions of the Contract - 20211207.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 €. OWNER wa_s all rights agai St CONTR (;T -(Dm R, 9Ubsentra t9FS, €NGINE€R, General Conditions - 00700 - 12 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.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 F:\PubIhcWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2 Conditions of the Contract - 20211207.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.B. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until ENGINEER's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." ENGINEER will advise 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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 6.06.6), 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.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, :n 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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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. General Conditions - 00700 - 18 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2 Conditions of the Contract - 20211207.docx 6.16 Emergencies A. In emergencies affecting the safety or protec- tion of persons or the Work or property at the Site or adjacent thereto, CONTRACTOR is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- cause of the action taken by CONTRACTOR in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. CONTRACTOR shall submit Shop Drawings to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. All submittals will be identified as ENGINEER may require and in the number of copies specified in the General Requirements. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified perfor- mance and design criteria, materials, and similar data to show ENGINEER the services, materials, and equipment CONTRACTOR proposes to provide and to enable ENGINEER to review the information for the limited purposes required by paragraph 6.17.E. B. CONTRACTOR shall also submit Samples to ENGINEER for review and approval in accordance with the acceptable schedule of Shop Drawings and Sample submittals. Each Sample will be identified clearly as to material, Supplier, pertinent data such as catalog numbers, and the use for which intended and otherwise as ENGINEER may require to enable ENGI- NEER to review the submittal for the limited purposes required by paragraph 6.17.E. The numbers of each Sample to be submitted will be as specified in the Specifications. C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop Drawings and Sample submittals acceptable to ENGI- NEER as required by paragraph 2.07, any related Work performed prior to ENGINEER's review and approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. D. Submittal Procedures 1. Before submitting each Shop Drawing or Sample, CONTRACTOR shall have determined and verified: a. all field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to means, methods, techniques, sequences, and procedures of construction and safety precautions and programs incident thereto; and d. CONTRACTOR shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's obligations under the Contract Documents with respect to CONTRACTOR's review and approval of that submittal. 3. At the time of each submittal, CON- TRACTOR shall give ENGINEER specific written notice of such variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, such notice to be in a written com- munication separate from the submittal; and, in addition, shall cause a specific notation to be made on each Shop Drawing and Sample sub- mitted to ENGINEER for review and approval of each such variation. E. ENGINEER's Review 1. ENGINEER will timely review and approve Shop Drawings and Samples in accordance with the schedule of Shop Drawings and Sample submittals acceptable to 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 General Conditions - 00700 - 19 F:\Pub1jcWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\3ids\B1d Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. ENGINEER's review and approval of Shop Drawings or Samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of each submittal as required by paragraph 6.17.D.3 and ENGI- NEER has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample approval; nor will any approval by ENGINEER relieve CON- TRACTOR from responsibility for complying with the requirements of paragraph 6.17.D.1. F. Resubmittal Procedures 1. CONTRACTOR shall make correc- tions required by ENGINEER and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. 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 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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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 anyway 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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.B. 8.09 Limitations on OWNER's Responsibilities A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply with Laws and Regulations applicable to the performance of the Work. OWNER will not be responsible for CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. OWNER's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in paragraph 4.06. 8.11 Evidence of Financial Arrangements A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, OWNER's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S Representative A. ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and will not be changed without written consent of OWNER and ENGINEER. 9.02 Visits to Site A. ENGINEER will make visits to the Site at 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 observations, ENGINEER, for the benefit of OWNER, General Conditions - 00700 - 22 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2_Conditions of the Contract - 20211207.docx 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. Those may be aGGGMplished by a Field Ord -81' ondl will be hindliRg nn OWNER and! also ., pFemptly. if OWNER and CONTRACTOR are 6lRable if o of ad1i, strReRt i the GeRtFaGt PF!Ge or !19.05. 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 A. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of General Conditions - 00700 - 23 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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 anytime 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 OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties; General Conditions - 00700 - 24 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to ENGINEER and the claimant within 30 days after receipt of the claimant's last submittal (unless ENGINEER allows additional time). B. ENGINEER's Decision: ENGINEER will render a formal decision in writing within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. ENGINEER's written decision on such Claim, dispute, or other matter will be final and binding upon OWNER and CONTRACTOR unless: 1. an appeal from ENGINEER's decision is taken within the time limits and in accordance with the dispute resolution procedures set forth in Article 16; or 2. if no such dispute resolution procedures have been set forth in Article 16, a written notice of intention to appeal from ENGINEER's written decision is delivered by OWNER or CONTRACTOR to the other and to ENGINEER within 30 days after the date of such decision, and a formal proceeding is instituted by the appealing party in a forum of competent jurisdiction within 60 days after the date of such decision or within 60 days after Substantial Completion, whichever is later (unless otherwise agreed in writing by OWNER and CONTRACTOR), to exercise such rights or remedies as the appealing party may have with respect to such Claim, dispute, or other matter in accordance with applicable Laws and Regulations. C. If ENGINEER does not render a formal decision in writing within the time stated in paragraph 10.05.8, a decision denying the Claim in its entirety shall be deemed to have been issued 31 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any. D. No Claim for an adjustment in Contract Price or Contract Times (or Milestones) will be valid if not submitted in accordance with this paragraph 10.05. ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items, and shall not include any of the costs itemized in paragraph 11.01.6. General Conditions - 00700 - 25 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.docx 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 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. General Conditions - 00700 - 26 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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 princ(- 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 11.013, CONTRACTOR will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to ENGINEER an itemized cost breakdown together with supporting data. 11.02 Cash Allowances A. It is understood that CONTRACTOR has in- cluded in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums as may be acceptable to OWNER and ENGINEER. CONTRACTOR agrees that: 1. the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and 2. CONTRACTOR's costs for unloading and handling on the Site, labor, installation costs, overhead, profit, and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Con- tract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of General Conditions - 00700 - 27 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 -2 -Conditions of the Contract - 20211207.docx 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 12.01.13.2, on the basis of the Cost of the Work (determined as provided in paragraph 11.01) plus a CONTRACTOR's fee for overhead and profit (determined as provided in paragraph 12.01.C). C. CONTRACTOR's Fee: The CONTRACTOR's fee for overhead and profit shall be determined as follows: a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under 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 11.013; e. the amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment General Conditions - 00700 - 28 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-2—conditions of the Contract - 20211207.docx 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. 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. General Conditions - 00700 - 29 F:\Pub1icWorks\ENG1NEER1NG DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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 m 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 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). General Conditions - 00700 - 30 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue -o US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.docx 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. before SubstaRtial Gempletie-P A -f ;all the Work, the earlier date if cpreyided in the Cr, Gif' +' OF h 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, 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 General Conditions - 00700 - 31 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2 Conditions of the Contract - 20211207.docx 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 (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 General Conditions - 00700 - 32 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2_Conditions of the Contract - 20211207.docx 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.B.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 C. Payment Becomes Due D. Reduction in Payment 1. OWNER may refuse to make payment of the full amount recommended by ENGINEER because: a. claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where CONTRACTOR has delivered a specific Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens; c. there are other items entitling OWN- ER to a set-off against the amount recommended; or d. OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.02.B.5.a through 14.02.B.5.c or paragraph 15.02.A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3. If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C.1. General Conditions - 00700 - 33 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\13ids\Bid Documents - Advertisement\DIV 0-2—conditions of the Contract - 20211207.docx 14.03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Promptly thereafter, OWNER, CONTRACTOR, and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefore. if ENGINEER a sudors the Week substantially n mete GNIGIN EER will prepaFe nrl deliver +n OWN E items to be sempleted OF serfested befefe final payn ,^,t. OWNER shall have _. _eR day a#e . • + sertiffeate-er attached -list. if, afteF GGRISideFing 66IGh ebjeGtinns ENGINEER a nal 1A/ de that the k •s + 6ubGtan+iallr. `nrnn18te, ENGINEER EER willwith•n 14 days- ys- aft.-t-91' 6;::_. GO6;•),^,Ref the ton+a+nrn sorfifiaate +n OWNICQ theFefer. If, aner censideratiGR of /N ER's nhioa+inns ENGINEER EER s ider the VVeFr ubstaa +'ally nmmPlete ENGINEER ;eiill ..i+hin said 14 da,. Gertifieate as ENGINEER believesjustified —ter Gensideratien of aRY GbjeGtien6 frem OWNER. Atthe f eMPI9+inn ENGINEER well deliver to OWNER and divic;c^ of rEISPGRoibiiitievPcrndiRg fiRal paymeR b8UVe9R OWNER .;;Pd- GGISITIR-A.CTOR With FeSpeGt t9 mail iten'aa iiw, heat rtili+ieG iRSUFaRGe, andv.g.arra_nties and g uaran+nns I Inloss OWNER aarl GONTRAGTOR aim,.,agFee etherwise „, ..., , WF wrier to €. __==R's issding the d f •+ iVe GertifiGate of Substantial r l + €PJGIN=ER's B. OWNER shall have the right to exclude CONTRACTOR from the Site after the date of Substantial Completion, but OWNER shall allow CON- TRACTOR reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Use by OWNER at OWNER's option of any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER, and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER for its intended purpose without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial 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 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 General Conditions - 00700 - 34 F:\PublicWorksNENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2 -Conditions of the Contract - 20211207.docx 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 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from General Conditions - 00700 - 35 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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. paragraph 19-46-. 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; 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 General Conditions - 00700 - 36 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 2 Conditions of the Contract - 20211207.docx 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, Gr OWNER fails fer 30 days to pay QQN TRACTOR ARY SUM finally determined- to he d, ie, 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 QUISIRR has failed for 30 days te pay CONTRACTOR aRY M (Rally determined to be due, CONTRACTOR may, seven days after written notice to OWNER and ENGINEER, stop the Work until payment is made of all such amounts due CONTRACTOR, including interest thereon. The provisions of this paragraph 15.04 are not intended to preclude CONTRACTOR from making a Claim under paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to CONTRACTOR's stopping the Work as permitted by this paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Dispute resolution methods and procedures, if any, shall be as set forth in the Supplementary Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9.09 and 10.05, OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies avail- able hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or 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 - 37 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0_2—Conditions of the Contract - 20211207.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.................................................................................................2 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.................................................................................................6 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 -3 -Conditions of the Contract - 20211207.docx IRC -1639 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: Kimley-Horn and Associates, Inc. 44524 th 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. 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: Supplementary Conditions - 00800-2 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 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 2.05.13, procedures for handling Shop Drawings and other submittals, and maintaining required records. Utility companies and others as appropriate will be requested to attend to discuss and coordinate work. B. Per the FDOT Standard Specifications for Road and Bridge Construction, the Contractor will certify to the Engineer the following: 1. A listing of on-site clerical staff, supervisory personnel and their pro -rated time assigned to the contract, 2. Actual Rate for items listed in Table 4-3.2.1 (see below), 3. Existence of employee benefit plan for Holiday, Sick and Vacation benefits and a Retirement Plan, and, 4. Payment of Per Diem is a company practice for instances when compensation for Per Diem is requested. Such certification must be made by an officer or director of the Contractor with authority to bind the Contractor. Timely certification is a condition precedent to any right of the Contractor to recover compensations for such costs, and failure to timely submit the certification will constitute a full, complete, absolute and irrevocable waiver by the Contractor of any right to recover such costs. Any subsequent changes shall be certified to the Engineer as part of the cost proposal or seven calendar days in advance of performing such extra work. FDOT Table 4-3.2.1 Item Rate FICA Rate established by Law FUTA/SUTA Rate established by Law Medical Insurance Actual Holidays, Sick & Vacation Benefits Actual Retirement Benefits Actual Workers Compensation Rates based on the National Council on Compensation Insurance basic rates tables adjusted by Contractor's actual experience modification factor in effect at the time of the additional work or unforeseen work Per Diem Actual but not to exceed State of Florida's rate Insurance* Actual *Compensation for Insurance is limited solely to General Liability Coverage and does not include any other insurance coverage (such as, but not limited to, Umbrella Coverage, Automobile Insurance, etc.). SC -3.06 Coordination of Plans, Specifications, and Special Provisions SC -3.06 Add the following new paragraphs immediately after paragraph GC -3.05: SC -3.06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1. Written Interpretations 2. Addenda 3. Specifications 4. Supplementary Conditions to the General Conditions 5. General Conditions Supplementary Conditions - 00800-3 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-3—Conditions of the Contract - 20211207.docx IRC -1639 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.B: 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: Full -Depth Reclamation Mix Desiqn Evaluation (by Ardaman & Associates, Inc.), dated November 19, 2020. D. Reports and drawings itemized in SC -4.02.0 are included with the Bidding Documents in Appendix D. SC -5.01 Performance, Payment and Other Bonds SC -5.01.A. Delete paragraph GC -5.01.A in its entirety and insert the following paragraphs in its place: Within fifteen (15) days of receipt of the Contract Documents for execution, the CONTRACTOR shall furnish a Public Construction Bond in an amount equal to 100% of the Contract Price. 1. In lieu of the Public Construction Bond, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. 2. Such Bond shall continue in effect for one (1) year after acceptance of the Work by the OWNER. 3. The OWNER shall record the Public Construction Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue, Vero Beach, Florida 32960. SC -5.03 Certificates of Insurance SC -5.03 Delete the second sentence of paragraph GC -5.03 in its entirety. SC -5.04 CONTRACTOR's Liability Insurance SC -5.04 Add the following new paragraphs immediately after paragraph GC -5.04. B: C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not 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 Supplementary Conditions - 00800-4 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-3—Conditions of the Contract - 20211207.docx IRC -1639 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. h. All insurance requirements shall be at the Contractor's sole cost and expense, including any deductible or self-insured retention, without contribution from Indian River County or its insurance carriers. D. Additional Insureds: 1. In addition to "Indian River County, Florida," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies: a. Indian River Farms Water Control District b. Eugene M. and Carol E. Teten, 4245 69th Street, Vero Beach, FL 32967 C. Joe A. and Sherry L. Alvarez, 4275 69th Street, Vero Beach, FL 32967 d. Guy B. and Natalie F. Lee, 4295 69th Street, Vero Beach, FL 32967 Supplementary Conditions - 00800-5 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Streel66th Avenue to LIS -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 SC -5.05 OWNER's Liability Insurance SC -5.05 Delete paragraph GC -5.05.A in its entirety. SC -5.06 Property Insurance SC -5.06 Delete paragraphs GC -5.06.A, B, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall: 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; 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: The following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's property insurance policies: Supplementary Conditions - 00800-6 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 a. Indian River County, Florida b. Indian River Farms Water Control District c. Eugene M. and Carol E. Teten, 4245 69th Street, Vero Beach, FL 32967 d. Joe A. and Sherry L. Alvarez, 4275 69th Street, Vero Beach, FL 32967 e. Guy B. and Natalie F. Lee, 4295 69th Street, Vero Beach, FL 32967 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(parograph Alin its entirety. SC -6.02 Labor; Working Hours SC -6.02.13. Add the following paragraphs immediately after paragraph GC -6.02.8: 1. Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a.m. to 5 p.m. 2. Indian River County Holidays are: New Year's Day, Martin Luther King, Jr. Day, Good Friday, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, Christmas Eve and Christmas Day. Working on these days will not be permitted without prior written permission and approval from the Construction Coordination Manager. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5. All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6. No work shall commence before 7 a.m. or continue after 5 p.m. except in case of emergency upon specific permission of the ENGINEER. Supplementary Conditions - 00800-7 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Stree. 66th Avenue to US -1 Resurfacing (SCOP)\1-AdmmSids\Bid Documents - Advertisement\DIV 0_3 Conditions of the Contract - 20211207.docx IRC -1639 SC -6.06 Concerning Subcontractors, Suppliers, and Others SC -6.06.C. Add the following sentence at the end of paragraph GC -6.06.C. OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6.08 Permits SC -6.08 Add the following paragraphs immediately after paragraph GC -6.08.A: The OWNER has obtained the following permits (copies of these permits are contained in Appendix A): A. Indian River Farms Water Control District — Permit No. 20-22 & U-22-09 B. FDEP General Permit — Permit No. 0039206-1036-DSGP C. St. Johns River Water Management District — Permit No. 167165-1 including a Wetland Credit 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. 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: CONTRACTOR will receive payment for actual costs of direct labor and burden (see SC - 2.06.13) for the additional or unforeseen work. Labor includes foremen actually engaged in the work; and will not include project supervisory personnel nor necessary on-site clerical staff, except when the additional or unforeseen work is a controlling work item and the performance of such controlling work item actually extends completion of the project due to no fault of the Contractor. Compensation for project supervisory personnel, but in no case higher than a Project Manager's position, shall only be for the pro -rata time such supervisory personnel spent on the contract. In no case shall an officer or director of the Company, nor those persons who own more than 1% of the Company, be considered as project supervisory personnel, direct labor or foremen hereunder. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by OWNER. Supplementary Conditions - 00800-8 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 SC -13.03 Test and Inspections SC -13.03.13. Delete paragraph GC -13.03.8 in its entirety, and insert the following sentences in its place: B. OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests, or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain, and pay for the following inspections, tests, or approvals: inspections, tests, or approvals covered by paragraphs 13.03.0 and 13.03.1) below; 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; tests otherwise specifically provided in the Contract Documents. SC-13.OS 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 -13.07 A. Delete the first sentence of paragraph GC -13.07.A in its entirety and insert the following sentence in its place A. If within one year after the date of Final Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for CONTRACTOR's use by OWNER or permitted by Laws and Regulations as contemplated in paragraph 6.11.A is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions: (i) repair such defective land or areas, or (ii) correct such defective Work or, if the defective Work has been rejected by OWNER, remove it from the Project and replace it with Work that is not defective, and (iii) satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. SC -13.07 B. Delete paragraph GC -13.07.8 in its entirety and insert the following sentence in its place 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 Supplementary Conditions - 00800-9 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-3—Conditions of the Contract - 20211207.doex IRC -1639 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 -14.02.8.5.d in its entirety and insert the following paragraph in its place: d. ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15.02.A; or SC -14.02.B.5. Add the following sentences at the end of paragraph GC -14.02.8.5: OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work; or OWNER has been required to pay an independent testing laboratory for subsequent inspections, tests, or approvals taken after initial failing inspections, tests, or approvals. SC -14.02.C.1. Delete paragraph GC -14.02.C.1 in its entirety and insert the following paragraph in its place: C. Payment Becomes Due 1. Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F.S. 218.70 et. seq. SC -14.04 Substantial Completion SC -14.04A. After the third sentence in paragraph GC -14.04A of the General Conditions, delete the remainder of paragraph 14.04A in its entirety and replace with the following: "If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion. In accordance with the provisions of Florida Statutes section 208.735(7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner 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 Statutory List and schedule a final walk-through in anticipation of final completion on the Project." Supplementary Conditions - 00800-10 F:\Pub1icWorks\ENG1NEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 SC -14.048 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: 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: CONTRACTOR's violation of Section 02225 — "Erosion Control and Treatment of Dewatering Water From the Construction Site." 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. 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. Supplementary Conditions - 00800-11 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0-3—Conditions of the Contract - 20211207.docx IRC -1639 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 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. Supplementary Conditions - 00800-12 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Stree. 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 3 Conditions of the Contract - 20211207.docx IRC -1639 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0-3—Conditions of the Contract - 20211207.docx DATE OF ISSUANCE: OWNER: CONTRACTOR Project: OWNER's Project No FM No.: SECTION 00942 — Change Order Form EFFECTIVE DATE: Indian River Cou 69TH STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING IRC -1639 OWNER'S Bid No. 2022028 438073-1-54-01 You are directed to make the following changes in the Contract Documents: Description: Reason for Change Order: Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ 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: IRC -1639 No. 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 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 0 4 Conditions of the Contract - 20211207.docx IRC -1639 SECTION 00948 — Work Change Directive No. DATE OF ISSUANCE: OWNER: CONTRACTOR Project: OWNER's Project No. FM No.: EFFECTIVE DATE: Indian River Coun 69TH STREET FROM 66TH AVENUE TO SRS/US-1, RESURFACING IRC -1639 OWNER'S Bid No. 2022028 438073-1-54-01 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 Unit Prices Lump Sum ❑ Other: By Change Order: Method of determining change in Contract Times II Contractor's Records II Engineer's Records ❑ Other: By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization. ACCEPTED: By: CONTRACTOR (Signature) Date: RECOMMENDED: By: ENGINEER (Signature) Date: ** END OF SECTION** APPROVED: By: OWNER (Signature) Date: Work Change Directive — 00948 F:\PubIicWorks\ENGINEER1NG DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 0-4—Conditions of the Contract - 20211207.docx Division 1 —General Requirements, IRC -1639 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:\PubljcWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 SECTION 01009 - SPECIAL PROVISIONS fi�i�Nd\I� 7•�1 A. Visits to the construction site may be made by representatives of permitting or governing bodies. Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction. B. Furnish sufficient labor, construction equipment and materials, and work such hours, including night shifts and overtime operations, as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule. If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule, take such steps as may be necessary to improve progress, all without additional cost to the OWNER. The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions, SC -6.02. C. All salvageable material and equipment for which specific use, relocation or other disposal is not specifically noted, shall remain the property of the OWNER and shall be delivered to the OWNER at the following location: 4550 41St Street, at the CONTRACTOR's expense. All material and equipment not in salvageable condition, as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR, at the CONTRACTOR's expense. D. In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District, Department of Environmental Protection, Army Corps of Engineers, Indian River Farms Water Control District, and all other applicable State or Federal agencies' specifications and permits. In the event of a conflict, the more stringent specification or requirement shall govern. E. Before performing any work outside the designated limits of the work site, secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained. Follow all requirements of any said permits or authorization. Give the ENGINEER and appropriate owner ten (10) days minimum notice before commencing construction operations outside the designated limits of the work site. + + END OF SECTION + + Special Provisions - 01009-1 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01024 - FORCE ACCOUNT 1 1 rFNFRQI 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 - 01024-1 F:\PublicWorkskENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01050 - FIELD ENGINEERING AND LAYOUT 1 1 t;FNIFRAI 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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. 1.3 STATION BOARDS 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01091- REFERENCE STANDARDS imre7akilde7e\I 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1_GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 SECTION 01220 - PROGRESS MEETINGS 1.1 SCOPE A. Date and Time: 1. Regular Meetings: As mutually agreed upon by ENGINEER and CONTRACTOR. 2. Other Meetings: On call. B. Place: CONTRACTOR'S office at Project site or other mutually agreed upon location. C. ENGINEER shall prepare agenda, preside at meetings, and prepare and distribute a transcript of proceedings to all parties. D. CONTRACTOR shall provide data required and be prepared to discuss all items on agenda. 1.2 MINIMUM ATTENDANCE A. CONTRACTOR B. SUBCONTRACTOR: When needed for the discussion of a particular agenda item, CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting. C. CONSTRUCTION COORDINATION MANAGER D. OWNER'S representative, if required. E. Utility Representatives F. Others as appropriate. G. Representatives present for each party shall be authorized to act on their behalf. 1.3 AGENDA Agenda will include, but will not necessarily be limited to, the following: 1. Transcript of previous meeting. 2. Progress since last meeting. 3. Planned progress for next period. 4. Problems, conflicts and observations. 5. Change Orders. 6. Status of Shop Drawings. 7. Quality standards and control. 8. Schedules, including off-site fabrication and delivery schedules. Corrective measures, if required. 9. Coordination between parties. 10. Safety concerns. 11. Other business. + + END OF SECTION + + Progress Meetings - 01220-1 F:\PubhcWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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 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:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 1.5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS, PRODUCT DATA ANn cOnApl FC 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:\Public Works\ENGINEERING DIVISION PROJECTS1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV -1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 1.6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach, FL 32960 B. A letter of transmittal shall accompany each submittal. If data for more than one Section of the Specifications is submitted, a separate transmittal letter shall accompany the data submitted for each Section. C. At the beginning of each letter of transmittal, provide a reference heading indicating the following: 1. OWNER'S Name 2. Project Name 3. Project Number 4. Transmittal Number 5. Section Number D. All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] Submittal of Shop Drawings - 01340-3 F:\PubHcWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1 —General Requirements, IRC -1639 Submittal of Shop Drawings - 01340-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx CONTRACTOR SUBMITTALS SUBMITTAL NO. Contractor: Date Sent to County No. Copies Sent to County ❑ Original Submittal ❑ Re -Submittal Project Name: 69TH STREET FROM 66TH AVENUE TO SR5/US-1, RESURFACING Project No.: IRC -1639 Shop Drawing ❑ Cut Sheet ❑ Other Description: Sub -Contractor: Remarks: ********************************************************** Reviewing Agency: (As checked below) Date Received Date Returned No. Copies Ret'd I R C Engineering Div. I R C Utilities Services Remarks: IRC Engineering Division Date Rec'd from Contractor Date Ret'd to Contractor 180127 th Street No. Copies Ret'd Vero Beach, FI. 32960 Remarks: Distribution of Copies: IRC Engineering Division Office File Field Office File Submittal of Shop Drawings - 01340-4 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 E. All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F. Assign a number to each submittal starting with No. 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal, the suffix "B" for the second resubmittal, etc. G. Initially submit to ENGINEER a minimum of two (2) copies of all submittals that are on 11 -inch by 17 -inch or smaller sheets (no less than 8 1/2 -inch x 11 -inch). H. After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations: 1. Approved 2. Approved as Noted 3. NOT Approved - Resubmit If a submittal is acceptable, it will be marked "Approved" or "Approved as Noted". One (1) electronic copy of the submittal will be returned to CONTRACTOR. J. Upon return of a submittal marked "Approved" or "Approved as Noted", CONTRACTOR may order, ship or fabricate the materials included on the submittal, provided it is in accordance with the corrections indicated. K. If a submittal is unacceptable, one (1) copy will be returned to CONTRACTOR with following notation, "NOT Approved - Resubmit". L. Upon return of a submittal marked "NOT Approved - Resubmit", make the corrections indicated and repeat the initial approval procedure. Upon return of a submittal so marked, repeat the initial approval procedure utilizing acceptable material or equipment. M. Work shall not be performed nor equipment installed 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 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\3ids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01520 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS `mmudlil]d A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications. 1.2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site. B. All false work, scaffolding, ladders, hoistways, braces, pumps, roadways, sheeting, forms, barricades, drains, flumes, and the like, any of which may be needed in construction of any part of the work and which are not herein described or specified in detail, must be furnished, maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction, maintenance or operation. C. In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists, cranes, temporary structures or work and for any damage which may result from their failure or their improper construction, maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims, suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision. 1.3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1. Provide a temporary water service as required for all construction purposes and pay for all water used. 2. Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job. 3. Provide all temporary piping, hoses, etc., required to transport water to the point of usage by all trades. 4. When temporary water service is no longer required, remove all temporary water lines. Construction Facilities and Temporary Controls - 01520-1 F:\Pub1icWorks\ENG1NEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01541- PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions, providing all programs, and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein. B. In order to prevent damage, injury or loss, CONTRACTOR'S actions shall include, but not be limited to, the following: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials, which are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways and other hazardous areas. C. Except after written consent from proper parties, do not enter or occupy privately -owned land with men, tools, materials or equipment, except on easements provided herein. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect or misconduct in the execution of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage was done. 1.2 BARRICADES AND WARNING SIGNALS 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 - 0 1541 -1 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 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:\PublicWorksNENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 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. D. All other existing surface facilities, including but not limited to, guard rails, posts, guard cables, signs, poles, markers, and curbs which are temporarily removed to facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense. 1.6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings, telephone or other cables, water pipes, sanitary pipes, or other structures which may be encountered, whether or not shown on the Drawings. B. Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed, however, and it shall be this CONTRACTOR's responsibility to determine the location, character and depth of any existing utilities. He shall assist the utility companies, by every means possible to 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\PublicWorksNENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1_GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01610 - TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1.1 GENERAL A. Make all arrangements for transportation, delivery and handling of equipment and materials required for prosecution and completion of the Work. B. Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours. Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed. C. If necessary, to move stored materials and equipment during construction, CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation. 1.2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation. B. Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following: 1. Work of other contractors, or OWNER. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. OWNER'S use of premises. C. Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided. E. Have products delivered to site in manufacturer's original, unopened, labeled containers. Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. F. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts, and to facilitate assembly. G. Immediately on delivery, 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Streit 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 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\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 SECTION 01630 - SUBSTITUTIONS iirrNy��y �_u 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:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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. 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. 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:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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; Remove all temporary works, tools, and machinery, or other construction equipment furnished; 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. 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 F:\Public Works\ENGINEERING DIVISION PROJECTS\5639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1—General Requirements, IRC -1639 H. When finished surfaces require cleaning with cleaning materials, use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces. Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times. Keep the amount of dust produced during construction activities to a minimum. At CONTRACTOR's expense, spray water or other dust control agents over the areas, which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces. 1.3 SITE CLEANUP AND RESTORATION Prior to final completion, the OWNER, ENGINEER, and CONTRACTOR shall review the site with regards to site cleanup and restoration. Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER, at no additional expense. ++ END OF SECTION ++ Site Cleanup and Restoration - 01710-2 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 1— General Requirements, IRC -1639 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:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 1 GENERAL REQUIREMENTS - 20211207.docx Division 2 - Technical Provisions, IRC -1639 DIVISION 2 - TECHNICAL PROVISIONS Table of Contents DIVISION 2 - TECHNICAL PROVISIONS 1 SECTION 001 -TECHNICAL SPECIFICATIONS SECTION 004 - SCOPE OF WORK SECTION 101- MOBILIZATION SECTION 102 - MAINTENANCE OF TRAFFIC SECTION 104 -PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION PERMITTEE'S AFFIDAVIT REGARDING POLLUTION SECTION 110 - CLEARING AND GRUBBING SECTION 120 - EXCAVATION AND EMBANKMENT SECTION 160 -STABILIZING SECTION 283 — RECLAIMED ASPHALT PAVEMENT BASE SECTION 285 - OPTIONAL BASE COURSE SECTION 334 - SUPERPAVE ASPHALT CONCRETE SECTION 337 - ASPHALT CONCRETE FRICTION COURSES SECTION 400 - CONCRETE STRUCTURES SECTION 425 - INLETS, MANHOLES, AND JUNCTION BOXES SECTION 430 - PIPE CULVERTS SECTION 520 - CONCRETE GUTTER, CURB ELEMENTS, AND TRAFFIC SEPARATOR SECTION 522 -CONCRETE SIDEWALK AND DRIVEWAYS SECTION 530 - REVETMENT SYSTEMS SECTION 570 - PERFORMANCE TURF SECTION 700 - HIGHWAY SIGNING SECTION 706 - RAISED PAVEMENT MARKERS AND BITUMINOUS ADHESIVE SECTION 711 -THERMOPLASTIC PAVEMENT MARKINGS SECTION 999 - RECORDS/AS-BUILTS BOARD OF PROFESSIONAL SURVEYORS AND MAPPERS SECTION —1050 TO 1080—WATERMAIN RELOCATION SECTION 1 - WATER MAINS — DUCTILE IRON PIPES (DIP) AND FITTINGS SECTION 2 - WATER MAINS POLYVINYL CHLORIDE PIPE (PVC) AND FITTINGS SECTION 3 - WATER SERVICES - CROSSLINKED POLYETHYLENE (PEXA) TUBING AND WATER MAINS - HIGH DENSITY POLYETHYLENE PIPE (HDPE) SECTION - 02413 - HORIZONTAL DIRECTIONAL DRILLING PART 1— GENERAL PART 2 — PRODUCTS PART 3 - EXECUTION SECTION - 18 APPROVED MANUFACTURERS' PRODUCTS LIST SECTION —1050 TO 1080 — WATERMAIN RELOCATION, CONT. SECTION 1644-800 - FIRE HYDRANT (RELOCATION) 2 2 2 3 5 12 15 16 17 17 22 23 23 23 24 24 24 25 25 25 28 28 28 29 34 38 38 43 46 54 54 63 63 70 76 76 Division 2 — Technical Provisions - 01025-1 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 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 2019, 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. The work to be performed per line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings, Signing & Geometrics Revised March 2012. SECTION 004 - SCOPE OF WORK Section 4-3.9 Value Engineering Incentive is deleted in its entirety. SECTION 101 - MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 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 Division 2 —Technical Provisions - 01025-2 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 trimmed on all sidewalks. Grass height shall not exceed 6" without mowing. Clippings shall be removed from sidewalk. Item of Payment Payment for the work specified in this item shall be made under: 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 of necessary facilities for access to residences, businesses, etc., along the project; the furnishing, installing and maintaining of traffic control and safety devices during construction, the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans. The term, Maintenance of Traffic, as used herein, shall include all of such facilities, devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section. B. BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre -construction conference. The Maintenance of Traffic Plan shall indicate the type and location of all signs, lights, barricades, striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen. The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan, alternate proposals will be considered when they are found to be equal to or better than the plan specified. In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay Division 2 — Technical Provisions - 01025-3 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 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 69th Street at all times. G. The Changeable Variable Message Sign shall be used as necessary. The location, message, and duration shall be as directed by Engineer. Division 2— Technical Provisions - 01025-4 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 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: Bid Item No. 102-1— Maintenance of Traffic — Per Lump Sum SECTION 104 - PREVENTION, CONTROL, AND ABATEMENT OF EROSION AND WATER POLLUTION PART 1— GENERAL 1.1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area. Pollution control measures shall prevent polluted or turbid waters from being discharged from the construction site or work area to undeveloped portions of the site or offsite, including but not limited to Multiple Separate Storm Sewer Systems (MS4s) and Waters of the State. B. The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense. The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area. Note that state regulations do not allow mixing stormwater and dewatering groundwater in the same release — separate and independent discharges are required. C. Pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project's construction. The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures, when in the sole opinion of the OWNER, they are warranted. If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution, beyond those specified in the Drawings, the Project's approved Stormwater Pollution Prevention Plan (SWPPP), or herein, implement additional best management practices as necessary, in accordance with Chapter 4, "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual and other references as may be applicable or required by regulatory permits. D. The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section. Alternatively, the OWNER may halt the CONTRACTOR's operations until the CONTRACTOR is in full compliance with this Section. If the OWNER halts the CONTRACTOR's Division 2 — Technical Provisions - 01025-5 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Work as a result of failure to comply with this Section, the Contract time clock will continue to run. E. In addition to these Specifications, comply with Chapter 4 - "Best Management Practices for Erosion and Sedimentation Control" and Chapter 5 — "Best Management Practices for Dewatering" of the Florida Erosion and Sediment Control Inspector's Manual. In the event of a conflict between the referenced chapters and these Specifications, the more stringent requirement shall prevail. F. Submit to SJRWMD a "Notice to District of Dewatering Activity" (SJRWMD Form No. 40C- 2.900(12)) prior to commencement of dewatering in accordance with F.A.C. 40C-2.042(9). Provide a copy of the Notice to Indian River County. 1.2 PERMITS A. The OWNER has obtained certain permits for this project and they are listed in paragraph 6.08.13 of the EJCDC Standard General Conditions of the Construction Contract (General Conditions). Per paragraph 6.08.0 of the General Conditions, apply for and obtain all other required federal, state, and local permits, licenses, sampling, and tests. B. Provide copies of all approved permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER. If there is a conflict between any permit requirement and these Specifications or requirements between permits, the more stringent specification or requirement shall govern. C. Pay for all required water quality sampling and laboratory tests. 1.3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans, permits, and these Specifications; and the installed system has been examined by the OWNER for compliance. B. From time to time, the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by a testing laboratory selected and paid for by the OWNER. If at any time, the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system, the OWNER or ENGINEER will shut the portion of the project down that is not in compliance, and it shall remain shut -down until the pollution control and treatment system is properly constructed or repaired, and complies with the approved pollution control and treatment system plans, specifications, contract documents, and permits. C. Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than 7 days after the construction activity in that portion of the site has Division 2 —Technical Provisions - 01025-6 F:\Pub1cWorks\ENGINEERING DIVISION PROJECTS\1639 65th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 temporarily or permanently ceased. In addition to other temporary erosion control measures that may be implemented, application of polyacrylamide is required on all such disturbed areas within 7 days after the construction activity in that portion of the site has temporarily or permanently ceased, unless final landscaping has been installed. Polyacrylamide application shall be as specified herein. Include polyacrylamide application in the Project's SWPPP. D. Inspect each pollution control system at least once per day and after each rainfall event. Clean and maintain each pollution control system as required until the system is no longer needed. If a water quality violation occurs, immediately cease all work contributing to the water quality violation and correct the problem. Immediately report all water quality violations to the OWNER. Immediately report the discharge of any hazardous substance to the State Warning Point at 800-320-0519 or 850-413-9911. E. Discharge shall not violate State or local water quality standards in receiving waters, nor cause injury to the public health or to public or private property, nor to the Work completed or in progress. The receiving point for water from construction operations shall be approved by the applicable owner, regulatory agency, and the ENGINEER. The receiving point shall be shown on the Project SWPPP. F. Promptly repair all damage at no cost to the OWNER. 1.4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 1340. B. Approved Stormwater Pollution Prevention Plan. C. "Contractor's Affidavit Regarding Erosion Control and Treatment of Dewatering Water and Stormwater From Construction Activities" 1.5 STORMWATER TREATMENT AND EROSION CONTROL SYSTEM RESPONSIBILITY A. Prepare a site-specific design of the erosion and stormwater pollution control system. Install and maintain all erosion and stormwater pollution control devices under the supervision of a State Certified Stormwater, Erosion, and Sedimentation Control Inspector. Maintain the erosion and stormwater pollution control devices until in the ENGINEER's sole opinion, the devices are no longer necessary (such time not to extend past the date the OWNER formally accepts the project as complete). Before beginning construction, submit to Indian River County, Florida Department of Environmental Protection (FDEP) and other applicable regulatory agencies for review and approval, a Stormwater Pollution Prevention Plan (SWPPP), prepared by the certified erosion control subcontractor. Construction shall not begin until the SWPPP has been approved by Indian River County, FDEP, and all applicable regulatory agencies. Submit the approved SWPPP to the ENGINEER before beginning construction. Include in the SWPPP, the "Contractor's Affidavit Regarding Erosion Control Division 2 — Technical Provisions - 01025-7 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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 1.6.6, 1.6.C, and 1.6.D, "pollution" is the presence in off-site waters of any substances, contaminants, or manmade or human -induced impairment of off-site waters or alteration of the chemical, physical, biological, or radiological integrity of off-site water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property. Pollutants to be removed include but are not limited to, sediment and suspended solids, solid and sanitary wastes, phosphorus, nitrogen, pesticides, oil and grease, concrete truck washout, stucco mixer washout, curb machine washout, washout from other construction equipment, construction chemicals, and construction debris. B. When the Discharge is Directly Into an Existing Water Bodv An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR's discharge point(s) is at least 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s). [See Fla. Administrative Code 62- 302.530] Exception: When the discharge is directly into or through an outfall discharging into "Outstanding Florida Waters," designated by Florida Statute 403.061(27), the turbidity of the discharged water cannot exceed the turbidity of the immediate receiving water. The ENGINEER or OWNER shall determine the locations where the turbidity is measured. C. When the Discharge is not Directly Into an Existing Water Body In some instances, dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as by overland flow. If the discharge water's TSS and turbidity measurements exceed pre -construction background values by 20 percent for TSS and 29 NTUs for turbidity, then the discharge is defined to be polluted. D. When Pollution Always Occurs The discharge from a construction site or work area is defined to be polluted whenever the pH of the discharge is less than 6.5 or greater than 8.5, or whenever any of the following is present in the discharge water: (1) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity, (3) Any chemical in any quantity, or (4) Concentrated pollutants. E. Above paragraphs 1.6.13, 1.6.C, and 1.6.D do not in any way, limit the types of conditions in which pollution may be determined to occur. 1.7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's specific remedies, if erosion or pollution is caused by dewatering water or stormwater runoff from the construction site, the OWNER may report the violations Division 2 —Technical Provisions - 01025-8 F:\PublieWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 to Indian River County Stormwater Enforcement, SJRWMD, FDEP, Indian River Farms Water Control District (or other F. S. Chapter 298 Drainage District, as appropriate), and other pertinent regulatory or enforcement agencies. PART 2 - MATERIALS AND INSTALLATION 2.1 GENERAL A. Polyacrylamide: As required in Paragraph 1.3.C, place polyacrylamide (PAM) on bare ground to reduce the potential for erosion and cover it with hay, jute, or mulch. PAM may also be used in water bodies to remove turbidity. In all cases, use the anionic form of polyacrylamide that does not stick to fish gills. For PAM information and its proper application, a contact is Applied Polymer Systems, Inc., (678) 494-5998, www.siltstop.com. B. Staked Silt Fences: 1. General: Use silt fences to control runoff from the construction site where the soil has been disturbed. 2. Installation: Install per the manufacture's recommendations and as specified herein. In general, install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing. Place the bottom of the fabric 6 -inches minimum, under compacted soil to prevent the flow of sediment underneath the fence. Place silt fences away from the toe of slopes. Otherwise, work shall conform to Section 104 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 3. Product: All material shall be new and unused. Use FDOT Types III through IV silt fences where large sediment loads are anticipated, where slopes are 1:2 (vertical: horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type II silt fence. C. Turbiditv Barriers: 1. General: Use turbidity barriers to control sediment contamination of rivers, lakes, ponds, canals, etc. 2. Installation: Install per the manufacturer's recommendations and per Section 104 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction unless directed otherwise by the ENGINEER. 3. Product: All material shall be new and unused. The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. Use staked turbidity barriers in water less than one -foot deep. Use floating turbidity barriers in water one -foot or deeper. D. Sedimentation Control From Dewatering or Pumping Operations Using Filter Bads: 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 Division 2 — Technical Provisions - 01025-9 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many filter bags as required, at no additional cost to the OWNER. Legally dispose of the bags offsite, at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate — use non -calcareous rock. 3. Product: The filter bag shall be supplied with lifting straps. a. "DIRTBAG 53 or 55 as applicable," supplied by ACF Environmental, Inc. (1- 800-448-3636). b. "DANDY DEWATERING BAG" supplied by Dandy Products, Inc. (1-800-591- 2284). C. Or equivalent. E. Curb Inlet Protection: 1. Filter stormwater before it enters curb inlets. 2. Installation: Install in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. The length of the curb inlet filtration device shall be at least 2 -feet longer than the curb inlet opening. a. "GUTTERBUDDY," supplied by ACF Environmental, Inc. (1-800-448-3636). b. Or equivalent. F. Catch Basin Protection: 1. Filter stormwater before it enters catch basins (drop inlets). The filter "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double -needle machine, using a high strength nylon thread. The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features: two dump straps attached at the bottom to facilitate emptying; lifting loops as an integral part of the system to be used to lift the sack from the basin; and a colored restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls. The colored restraint chord shall also serve as a visual means of indicating when the sack should be emptied. 2. Installation: Install in each catch basin in accordance with the manufacturer's specifications. Use as many of the specified filtration devices as required, at no additional cost to the OWNER. 3. Product: All materials shall be new and unused. a. "SILTSACK" (regular flow), supplied by ACF Environmental, Inc. (1-800-448- 3636). 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 Division 2 —Technical Provisions - 01025-10 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1•Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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. 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: Bid Item No. 104-2 — Prevention, Control & Abatement of Erosion & Water Pollution - Per Lump Sum [The remainder of this page was left blank intentionally] Division 2 —Technical Provisions - 01025-11 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69:h Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 PERMITTEE'S AFFIDAVIT REGARDING POLLUTION This sworn statement is submitted to Indian River County for the following project: 691h Street From 66th Avenue to SR5/ US -1, Resurfacing, 69th Street, Vero Beach, 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 entity named above is who upon oath duly administered, and my relationship to the (if signing as Owner's Agent attach Letter of Authorization to Sign from Owner) 3. PERMITTEE understands and agrees that in addition to complying with the terms and conditions of the Stormwater Management System Permit issued by Indian River County, Permittee is responsible for complying with the terms and conditions of the following as applicable to the site: (a) State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities (for projects one acre or larger), (b) Stormwater Pollution Prevention Plan (regardless of project size), (c) St. Johns River Water Management District permit(s) (regardless of project size), (d) Florida Department of Environmental Protection permit(s) (regardless of project size), (e) All other permits required for this project not specifically listed herein, and (f) All Codes and Ordinances of Indian River County. 4. PERMITTEE understands and agrees that "pollution" as defined by Florida Statutes Chapter 403.031(7) includes: "... the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or Division 2 — Technical Provisions - 01025-12 F:\PubIicWorks\ENG1NEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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 - 01025-13 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2_TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Under penalty of perjury, PERMITTEE declares that it has read the foregoing affidavit and the facts stated in it are true. Permittee: Authorized Signature: Printed Name: Date: Work Telephone: Mobile Telephone: Email Address: STATE OF COUNTY OF FURTHER AFFIANT SAYETH NAUGHT (If signing as Owner's Agent, attach Letter of Authorization to Sign from Owner) ********************************* 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 - 01025-14 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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. 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. Division 2 —Technical Provisions - 01025-15 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Any culverts, structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required, suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground. The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications. H. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. I. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the Engineer and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 110-1-1— Clearing & Grubbing — Per Acre Bid Item No. 110-7-1— Mail Box (F&I) — Per Each 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. D. Embankment - General Requirements for Embankment Materials: The following is added after the first paragraph of Subarticle 120-7.2: Division 2 — Technical Provisions - 01025-16 F:\PublicWorksNENGINEERING DIVISION PROJECTS\1639 691h Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Roadway Design Standard Index No. 505, Embankment Utilization Details is modified by the addition of the following: Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2.0% by weight of organic material, as determined by FM 1-T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material, shall not be used in construction of the reinforced volume. If an individual test value of the three samples exceeds 3.0%, the stratum or stockpile will not be suitable for construction of the reinforced volume. No A-8 material permitted in embankment. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 120-1— Regular Excavation — Per Cubic Yard Bid Item No. 120-6 — Embankment - Per Cubic Yard SECTION 160 - STABILIZING 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: Bid Item No. 160-4—Type B Stabilization - Per Square Yard SECTION 283 — RECLAIMED ASPHALT PAVEMENT BASE DESCRIPTION - This work shall consist of the preparation of a base course constructed by in-place pulverizing and blending of the existing bituminous pavement and base materials, and the introduction of asphalt emulsion or foamed asphalt and other additives, if called for in the mix design. Pulverize existing asphalt pavement and base material by a method that does not damage the material below the design depth as shown on the plans. It is the intent of this contract to recycle 100% of the existing asphalt pavement and part or all of the existing base course to ensure that the completed reclaimed base course will be of a consistent Division 2 — Technical Provisions - 01025-17 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 6W Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 material and thickness throughout. This will include, but is not limited to, all existing asphalt pavement adjacent to all concrete curbing, storm sewer inlets, manholes, sanitary sewer manholes, and all utility valve boxes. This item will include, but not be limited to moving the base material to the boxed -out sections for the proposed paved shoulder, imported select material required to meet the proposed sections on the plans, grading, compaction, prime and tack coat, sawcut and removal of existing materials for driveways and side streets. CONTRACTOR QUALIFICATIONS - Bidders shall have a minimum of three years of experience in the construction of reclaimed asphalt base course. Bidders shall provide a list of five successfully completed full depth reclamation projects within the State of Florida along with contact information for the Owners of those projects, and the completion date for each project. Bidders shall also provide a list of the major equipment that will be used on this project. SUBMITTALS — Submit Mix Designs for Reclaimed Asphalt Base Course and detailed Traffic Control Plan to the County for approval prior to the start of construction. Submittals must be transmitted to the County a minimum of three (3) working days prior to the start of construction. BASE COURSE DESIGN - The Contractor shall review the core data provided for the existing roadway and shall perform testing and/or coring prior to submitting a Bid to verify that the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, has a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Cold Recycled Bituminous Base Course Mix Design or the Reclaimed Asphalt Base Course Mix Design, as applicable, prior to the start of construction. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. In the event that the completed reclaimed asphalt base does not meet the minimum Structural Number specified, the County may require corrective work on the base course or the placement of additional asphalt surface course. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. The Testing Laboratory performing Cold Recycled Bituminous Base Course Mix Designs or the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. 1. Reclaiming The work item for Reclaimed Asphalt Base Course shall consist of pulverizing an existing bituminous pavement and its base course and mixing them together, adding water and new base material, injecting the specified stabilizing agent directly into the mixing chamber of Division 2 — Technical Provisions - 01025-18 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to LIS -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 the reclaiming machine and uniformly mixing it with the pulverized material at the rate and depth specified; and watering, shaping, grading, and compacting the blended material to produce a stabilized base course, true to the established line and grade of the road. The Contractor will be required to perform reclaiming work while traffic is maintained in another lane or lanes of the road. The work item for Reclaimed Asphalt Base Course shall include all necessary traffic control services provided during the reclaiming operation which are not covered under other work items in the Contract. All traffic control and maintenance of traffic is to be performed in conformity with Agency standards with Roadway and Traffic Design Standards, published by the Florida DOT, and with the Manual for Traffic Control Devices, published by the U.S. Department of Transportation. 2. Materials a. References: the abbreviated title, "FDOT Specifications," used herein refers to the Standard Specifications for Road and Bridge Construction, of the Florida Department of Transportation. b. Stabilizing Agent: Stabilizing agent shall consist of emulsified asphalt, type CSS -1h, meeting the requirements of ASTM D2397-98 and shall be injected in the base material. c. Asphalt Emulsion Mix Design: Asphalt emulsion is to be used as the stabilizing agent. The Contractor shall obtain a mix design study based on the material in the existing layers. Prior to scheduling the work, the Contractor shall obtain the services of an independent laboratory which shall sample the pavement, base, subgrade and shall perform a modified Marshall Stability Test and a recommendation as the depth of mixing and the rate and depth of emulsion treatment. The Reclaimed Asphalt Base Course shall have a minimum Structural Number (SN) of 1.8 for the total thickness of the finished/completed base course. The Contractor shall be responsible for preparing Mix Designs for the Reclaimed Asphalt Base Course prior to the start of construction. The Contractor will also be required to test the completed base course and provide test results that verify that the completed base course meets the specified Structural Number. All Mix Design testing/preparation and testing for verification of the Structural Number shall be performed by an independent testing laboratory and all costs associated with the Mix Design preparation and SN verification testing shall be the responsibility of the Contractor. The assumed Project Mix Design is based on a mixture of 10" of reclaimed asphalt and limerock or cemented coquina base and 2.75 gallons/SY of CSS -11-1 Emulsified Asphalt. The target Mix Design shall have a minimum Asphalt Structural Number (SN) of 0.20 per inch. The Mixture used in the work shall be as determined by the project specific Mix Design Testing. The Testing Laboratory preparing the Reclaimed Asphalt Base Course Mix Designs and SN verification testing shall be an accredited laboratory that is regularly engaged in asphalt testing including the preparation of Mix Designs for Cold Recycled Bituminous Base Course or Reclaimed Asphalt Base Course, and testing to establish and verify Structural Number for asphalt base course layers. The Contractor shall provide information for proposed testing laboratories and mix designs shall be subject to the approval of the County. The Mix Design study and recommendations shall be forwarded to the County at least five work days prior to starting operation. Division 2 — Technical Provisions - 01025-19 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 d. Granular Base Material: Granular base material to be added to the reclaimed layers shall consist of limerock meeting the requirements for Limerock Stabilized Base of the FDOT Specifications, Section 911. Further, it shall have a minimum LBR value of 100. 3. Equipment a. General: The Contractor shall accomplish the work utilizing a road reclaimer, a motor grader, a vibratory roller or three -wheeled roller, a water truck with spray bar and such additional equipment as may be necessary to the operation. The required equipment shall be subject to the County's approval, and the County may, at any time during the work, disapprove the use of a particular machine for unsafe, erratic, or inadequate performance. Utilization of a proper road reclaimer and compaction equipment as specified herein is essential to this work, and substitution of other equipment or a different technique shall not be acceptable. b. Reclaimer: The work shall be performed utilizing a road reclaimer machine originally designed for pavement reclaiming. The road reclaimer shall be a model of equal or greater of 400 horsepower and an 8' cutting/ mixing width. The reclaimer shall be capable of pulverizing and mixing pavement, base materials, and subgrade soil to depth of 16 inches. It shall be capable of injecting asphalt emulsion into the rotor chamber at an accurately controlled rate and of doing so in confined areas inaccessible to a tanker truck. c. Compacting Equipment: The Contractor shall compact the reclaimed base material with a vibratory roller weighing not less than 13,000 lbs. or by a three wheeled roller weighing not less than 11 tons. The vibrator must be fully operable at maximum amplitude throughout the compacting process. 4. Construction Procedure a. General: When the work is to be performed under traffic, each lane shall be completed in segments, the lengths and limits of which shall be approved by the County. The County may limit the length of the work zone to avoid causing a traffic hazard or undue delay. Before commencing the reclaiming operations, the Contractor shall set alignment stakes (laths) at intervals of 200 feet or less on both sides of the road, offset at least 4 feet from the proposed edge of pavement for use in preparing the base and placing the new pavement. The setting of laths shall be in addition to any other markers or reference points required under the Contract, and the placing of surveying markers or other references elsewhere shall not substitute for the required laths along the existing pavement. Prior to beginning work, the Contractor shall relocate all mailboxes, newspaper boxes, signs, and other appurtenances which are located within such proximity to the roadway as to risk damage or to interfere with the work. Before this work may begin, residents and businesses shall be notified of the impending work by means of portable changeable message signs (PCMS). After all other work items are complete, the removed items shall be replaced in their original locations, except that the distance from the proposed edge of pavement shall be as prescribed by County requirements or guidelines. b. Reclaiming: The Contractor shall pulverize the existing pavement in multiple passes of the reclaimer, applying sufficient mechanical effort to reduce the fragments to a maximum size Division 2 — Technical Provisions - 01025-20 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacng (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 of 3 inches. In this process the pulverized material shall be combined uniformly with the base and subgrade to a depth specified in the Contractor's Mix Design. Following the reclaimer, a roller shall be applied to compact the blended material sufficiently to support traffic temporarily. The County requires removal of approximately 2-1/2 in of pulverized material prior to addition of the stabilizing agent. When the pulverizing and mixing step is complete, the material shall be graded, watered, remixed, shaped, and compacted as necessary to establish proper grade and uniform thickness and to support traffic temporarily. Water shall be applied if necessary to obtain uniform moisture content as required by the Contractor's Mix Design. The Contractor shall apply additional water at frequent intervals as needed to suppress dust, preserve the surface, and maintain the specified moisture content. The stabilizing agent shall then be applied and mixed to the depth specified by the County, and grading and compaction of the combined base material shall proceed immediately behind the mixing of the stabilizing agent. Before final grading and the addition of the emulsion, the Contractor shall adjust the cross -slope, super elevation, and profile grade by adding granular base material as required to provide the required grade and cross slope for the road, or removing material. c. Compaction: The Contractor may employ other compaction equipment and methods in addition to the vibratory roller to accomplish the final grading and to compact and finish the surface. Transverse joints shall be compacted by cross rolling parallel to the joint. After the material has been compacted to load-bearing strength, the Contractor shall proof -roll the prepared base in the presence of the Inspector. The County may, as it deems necessary, direct the Contractor to correct areas of weakness and excess moisture in the base by scarifying, aerating, and reworking shore sessions to the full depth of the layer. If, after an area has been reworked and recompacted, it remains soft or does not attain the required density, the County may direct the Contractor to remove the material and replace it with Granular Base Material meeting the requirements of these specifications. 5. Basis of Payment a. Mobilization for Reclaiming: No payment for mobilization shall be due for returning the equipment to the site when it has been removed and returned for the Contractor's own purposes or because of breakdowns and repairs, weather delays, labor problems, accidents, or the like, or when work has been resumed after being stopped by the County because of unsatisfactory materials, equipment, or performance. Payment for Mobilization shall be Lump Sum for the project. b. Reclaimed Asphalt Base: In place and accepted, shall be paid for at the contract unit price per square meter or square yard, as indicated in the Bid Sheet. The area of work for the purpose of payment shall be the overall length of each reclaimed lane times the specified total base width for the lane. The total base width shall include the widening width, if any, in which the reclaimer is to be used to blend new base material with the pulverized layers. Payment under this item shall be full compensation for all work included in or incidental to the reclaiming operation, for the grading, shaping, and compacting of the Reclaimed Asphalt Base, for the mix design study, for furnishing, delivering, and applying water, for applying Division 2 — Technical Provisions - 01025-21 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2—TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 and mixing and furnishing asphalt emulsion or other stabilizing agent as specified, and for all other work and material incidental to the reclaiming operation. Completed Base Course Testing — The Contractor shall perform a minimum of 8 tests of the completed base course to verify that the completed base course meets the specified minimum Structural Number of 1.8. Test locations shall be determined by the County. In the event that the minimum Structural Number is not achieved, the County may require corrective action, including the placement of additional asphalt structural course at the expense of the Contractor. c. Payment for Granular Base Material: This is included in the cost of the Reclaimed Asphalt Base. The Contractor shall determine how much if any granular base is required and shall include the cost for granular base in the cost of the Reclaimed asphalt base. d. Asphalt Emulsion: Emulsified asphalt, type CSS -1h, shall be uniformly incorporated in the layer at the rate specified by the Mix Design. Payment is in gallons of Asphalt Emulsion Type CSS -1h. e. Manholes: Each manhole shall be protected during the reclamation process. After final pass of reclaimer and final compaction, manholes shall be adjusted to the appropriate height to accommodate the asphalt overlay finish grade. f. Water Shutoffs: Water shutoffs and other valves or shutoffs shall be protected during the reclamation process. After final pass of reclaimer and final compaction, water shutoffs and other valves and shutoffs shall be adjusted to the appropriate height to accommodate the asphalt overlay finish grade. g. Material/Removal: Material shall be removed from the roadway area in order to prepare for a desired final grade or removal of unsuitable material. Approximately 2-1/2" removal shall be required off the top after initial pulverization. All suitable material shall be utilized in the asphalt pavement base course. Items of Payment Payment for the work specified in this item shall be made under: Bid Item No. 283-7 — Full Depth Base Reclamation (10" Mixing Depth) - 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 Division 2 —Technical Provisions - 01025-22 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 285-706 — Optional Base Group 04 (Cemented Coquina, LBR 100, 6") — Per Square Yard Bid Item No. 285-716 — Optional Base Group 18 (Cemented Coquina, LBR 100, 16") — 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 Bid Item No. 334-1-13A — Superpave Asphalt Concrete (SP -12.5) (Traffic C) (1.5") — Per Ton Bid Item No. 334-1-13B — Superpave Asphalt Concrete (SP -12.5) (Traffic C) (2") — 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: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 337-7-82 —Asphaltic Concrete Friction Course (FC -9.5) (Traffic C) (1") — Per Ton 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 Division 2 —Technical Provisions - 01025-23 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\B1ds\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Payment for the work specified in this item shall be made under: Bid Item No. 400-1-2 — Concrete Class 1, Endwalls — Per Cubic Yard SECTION 425 - INLETS, MANHOLES, AND JUNCTION BOXES The work specified in this item shall conform to Section 425 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 425-1-521— Inlets, DT BOT, Type C, <10'— Per Each Bid Item No. 425-1-551— Inlet, DT BOT, Type E, <10' (W/ Conc. Apron — Per Each Bid Item No. 425-2-41— Manhole (Type 7) (P -Bottom) (<10') — Per Each 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: Bid Item No. 430-175-115 — Concrete Pipe Culvert (15") (S/CD)(CL III) — Per Linear Foot Bid Item No. 430-175-118A— Concrete Pipe Culvert (18") (S/CD)(CL III) — Per Linear Foot Bid Item No. 430-175-118B — Corrugated Aluminum Pipe Culvert (18") (S/CD) — Per Linear Foot Bid Item No. 430-175-124A — Concrete Pipe Culvert (24") (S/CD)(CL III) — Per Linear Foot Bid Item No. 430-964-4 — PVC Pipe for Non -Standard Drainage (10") (SCH 80) — Per Linear Foot Bid Item No. 430-984-119 — Mitered End Section (Round) (10") (SD) — Per Each Bid Item No. 430-984-123 — Mitered End Section (Round) (15") (SD) — Per Each Bid Item No. 430-984-125 — Mitered End Section (Round) (18") (SD) — Per Each SECTION 520 - CONCRETE GUTTER, CURB ELEMENTS, AND TRAFFIC SEPARATOR The work specified in this section shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment Division 2 —Technical Provisions - 01025-24 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Payment for the work specified in this item shall be made under: Bid Item No. 520-1-10 — Concrete Curb and Gutter (Type F) — Per Linear Foot Bid Item No. 520-2-4 — Concrete Curb (Type D) — Per Linear Foot Bid Item No. 520-3 - Valley Gutter -Concrete (2' Wide) — 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: Bid Item No. 522-2 — Concrete Sidewalk and Driveways (6" Thick) (Fiber Reinforced) — Per Square Yard SECTION 530 - REVETMENT SYSTEMS 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: Bid Item No. 530-3-4 — Riprap — Rubble (F&I) (Ditch Lining) - Per Ton SECTION 570 - PERFORMANCE TURF The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. A. Description: Sod for the project shall be of the variety that is common to the area and of a variety approved by the Engineer. This work shall also include mowing, to be mowed at maximum 6" height with a mulching mower. B. Work Included: Scope of Work: The work specified in this section consists of the establishing of a stand of grass, within the project, right-of-way, easements, and other areas indicated on the Drawings, by furnishing and placing grass sod. Also included are fertilizing, watering and maintenance as required to assure a healthy stand of grass. Two applications of fertilizer Division 2 — Technical Provisions - 01025-25 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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 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 Division 2 — Technical Provisions - 01025-26 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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 Pavment Payment for the work specified in this item shall be made under: Bid Item No. 570-1-1— Performance Turf (Sod) (Bahia) - Per Square Yard Division 2 —Technical Provisions - 01025-27 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 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 for the work specified in this item shall be made under: Bid Item No. 700-1-11— Single Post Sign, F&I, Ground Mount, up to 12 SF - Per Assembly Bid Item No. 700-1-13 — Single Post Sign, F&I, Ground Mount, 20-30 SF - Per Assembly Bid Item No. 700-1-50 — Single Post Sign, Relocate - Per Assembly Bid Item No. 700-13-15 — Retroreflective Sign Strip, F&I, 5' - Per Each SECTION 706 - RAISED 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" x4". Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 706-3 — Retro -Reflective 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: Division 2 —Technical Provisions - 01025-28 F:\Pub1icWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Bid Item No. 711-11-121— Thermoplastic, STD, White, Solid, 6" — Per Linear Foot Bid Item No. 711-11-125 —Thermoplastic, STD, White, Solid, 24" — Per Linear Foot Bid Item No. 711-11-141A - Thermoplastic, STD, White, Skip, (6'-10'), 6" — Per Linear Foot Bid Item No. 711-11-141B - Thermoplastic, STD, White, Skip, (2'-4'), 6" — Per Linear Foot Bid Item No. 711-11-160 - Thermoplastic, STD, White, Message — Per Each Bid Item No. 711-11-221- Thermoplastic, STD, Yellow, Solid, 6" — Per Linear Foot Bid Item No. 711-11-224 - Thermoplastic, STD, White, Solid, 18" — Per Linear Foot Bid Item No. 711-11-231- Thermoplastic, STD, Yellow, Skip (10'-30'), 6" — 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). Division 2 — Technical Provisions - 01025-29 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 C. Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. Clearly shown by symbols, notations, or delineations, those constructed improvements located by the survey. D. All vertical information (elevations) provided on the Record Drawings shall be referenced to the North American Vertical Datum of 1988 (NAVD 88) unless otherwise specified by the Project Engineer. E. The horizontal information provided on the Record Drawings shall be referenced to the State of Florida, State Plane Coordinate System, Florida East Zone as established by Global Positioning System (GPS) which meets or exceeds Third Order Class I Accuracy Standards according to current publication of the Federal Geodetic Control Committee (FGCC) procedures. F. All Record/As-Built drawings shall be prepared in digital format (ACAD Civil 3D 2013) and shall utilize the digital design drawings as prepared by the Project Engineer as a base for the Record/As-Built drawings. It is the responsibility of the Surveyor to request these files from the Contractor or Project Owner in order to produce the Record/As-Built drawing set. G. ALL improvements proposed to be constructed as shown on the approved construction plans shall be field measured upon completion and shown on the Record/As-Built survey. Any improvements that appear in both plan and profile views shall show the Record/As-Built information in both views. H. The following items are required to be shown on all Indian River County project Record/As- Built drawings submitted to the County: DRAINAGE: 1. Right-of-way Swale/Drainage — All culvert inverts, elevations and station offsets; inlet grate and bottom elevations; swale beginning and end bottom elevations; and highs and lows along top of bank. Size of swale. 2. Pipe Culvert/PVC Sleeves — All inverts, pipe size, stations and offsets. 3. Outfalls — All pipe inverts, pipe size, elevations and station offsets, weir box elevations, weir elevation, bleeder elevation and sizes. 4. Roadway/Off Site Drainage — All inverts, elevations and station offsets; manhole top elevation; grate top elevations. 5. Retention Ponds — Provide perimeter elevations, grade breaks, depths and calculated pond areas at control elevation and grade breaks above and below water surface. Show as -built of typical cross section as shown on design plan. Division 2 — Technical Provisions - 01025-30 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 ROADWAY: 1. Stations and offsets related to controlling baseline and elevations of all structures, side street and major driveway radius returns (edge of pavement), bends and/or change in direction of roadway alignment, minimum of 1000' intervals along roadway alignment. 2. Elevations along Profile Grade Line (PGL), of all edge of pavements on each side of Profile Grade Line (PGL), at medians at the high/low and PVI points along Profile Grade Line (PGL). 3. All final Elevations to be plotted on PGL AND Plan & Profile sheets as applicable. 4. Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets. WATER, FORCE, AND RECLAIMED WATER MAINS: 1. Show size and type of material used to construct mains. 2. Show horizontal location and elevation of all tees, crosses, bends, terminal ends, valves, fire hydrants, air release valves, and sampling points, etc., by distances from known reference points. 3. Show location, size and type of material of all sleeves and casing pipes. 4. Elevation and horizontal location of all storm sewers, gravity sewers including laterals, force mains, water mains, etc. which are crossed; including clearance dimension at all conflicts or crossings. 5. Top of pipe elevation and horizontal location of all water and force main stub -outs. 6. Horizontal location of all services at the property lines. 7. Horizontal and vertical location of pipe including size of all mains and ground elevation shall be obtained at one -hundred (100) foot intervals. Contractor shall place temporary PVC stand pipes (tell -tales) at each of the one -hundred (100) foot intervals and at all fittings and conflicts/crossings to facilitate the record drawing survey. The tell-tale pipes shall be constructed of 2 -inch PVC pipe, shall be placed on the top of the pipes to be surveyed, and shall be removed by the Contractor after completion of the field survey by the "As -Built" Professional Surveyor. 8. Location of fire lines. 9. Dedicated easement locations, identified by O.R. Book and Page Number. GRAVITY SEWER: 1. Manholes: Elevation of top rim, bottom elevation and invert of each influent and effluent line. 2. Show distance between manholes center -to -center and horizontal location by baseline station and offset. 3. Show material size and type used to construct sewer mains. 4. Show length (center of manhole to end of stub) distances from known reference points or baseline offsets, and elevation of stub -outs. 5. Show which services have twenty (20) foot length of DIP at water main crossings. 6. Show station and offset location of sanitary services' at property line. Particular care in dimensioning needed in special situations, i.e., cul-de-sacs and locations where Division 2 —Technical Provisions - 01025-31 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 services are not perpendicular to wye. 7. Show invert elevation of sanitary service at property line. 8. Any and all necessary dedicated easement locations, identified by O.R. Book and Page Number. PUMP / LIFT STATION: Record Drawings shall show elevations for the top and bottom and diameter of wet well along with invert of effluent line. Record Drawings should also indicate the make, model number, horsepower, impeller and condition point of pumps selected and installed, shape of wet well, location of control panel, location of pump out connection, float level settings, any deviation from the plans, and serial number(s) of the pump(s). SURVEY CONTROL 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 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 Division 2 — Technical Provisions - 01025-32 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 65th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 standards set forth by Florida Statutes, Administrative code and Minimum Technical Standards for As-Built/Record surveys. D. All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible for the accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR. COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER. Final payment will not be made until satisfactory record documents are received and approved by ENGINEER. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 999-1—As Built Surveying and Record Drawing preparation (by Registered Surveyor) — Per Lump Sum [The remainder of this page was left blank intentionally] Division 2 — Technical Provisions - 01025-33 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Board of Professional Surveyors and Mappers Record As -Built Survey Checklist Lic. Name Date: Project Name: 691h Street From 66th Avenue to SR5/ US -1, Resurfaci Project No.: IRC -1639 Chapter 61G17-6 Minimum Technical Standards F.A.C. 61G17-6.003 General Survey, Map, and Report Content Requirements 0 (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: 0 (a) Accuracy of survey measurements based on the type of survey and expected use. M (b) Measurements made in accordance with the United States standard, feet or meters. © (c) Records of measurements maintained for each survey (check field notes.) ® (d) Measurement and computation records dated. ® (e) Measurement and computation records substantiate the survey map. ® (f) Measurement and computation records support accuracy statement (closure calculations or redundant measurements, if applicable.) (2) Other More Stringent Requirements: © (a) Met more stringent requirements set by federal, state, or local governmental agencies. (3) Other Standards and/or Requirements that Apply to All Surveys, Maps, and/or Survey Products: M (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 - 01025-34 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.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 -1639 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. D (e) Name and license number of the surveyor and mapper in responsible charge. D (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 %" 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 (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 M (q) Abbreviations in legend or notes. ® (r) Special conditions and any necessary deviation from the standards noted upon the map or report. © (s) Responsibility for all mapped features stated on the map or report © (t) Map or report clearly states the individual primarily responsible for the map or report when mapped features have been integrated with others. Division 2 —Technical Provisions - 01025-35 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 (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: IN (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. IN (b) Minor coordinate data may be obtained and used on an assumed datum provided the numerical basis of the datum is obviously different than a publicly published datum. ® (c) The accuracy of control survey data shall be verified by redundant measurements or traverse closures. All control measurements shall achieve the following closures: Commercial/High Risk Linear: 1 foot in 10,000 feet; Suburban: Linear: 1 foot in 7,500 feet; Rural: Linear: 1 foot in 5,000 feet; ® (d) When statistical procedures are used to calculate survey accuracies, the maximum acceptable positional tolerance, based on the 95% confidence level, should meet the same equivalent relative distance standards as set forth in 61G17- 6.003(3)(p)(2.)(c) F.A.C. © (e) Intended Display Scale: All maps or reports of surveys produced and delivered with digital coordinate files must contain a statement to the effect of: "This map is intended to be displayed at a scale of 1/_ or smaller". Division 2 —Technical Provisions - 01025-36 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 61G17-6.004 Specific Survey, Map, and Report Requirements (1) As-Built/Record Survey: IN (a) Obtained field measurements of vertical or horizontal dimensions of constructed improvements so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans. © (b) Clearly shows by symbols, notations, or delineations, those constructed improvements located by the survey. © (c) All maps prepared shall meet applicable minimum technical standards. © (d) Vertical and horizontal accuracy of the measurements made shall be such that it may be determined whether the improvements were constructed consistent with planned locations. (END OF SECTION) Division 2 —Technical Provisions - 01025-37 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 SECTION —1050 to 1080 — WATERMAIN RELOCATION Section 1- Water Mains — Ductile Iron Pipes (DIP) and Fittings 1.01 General A. DIP shall be allowed for use as water pipe where compatible with the specific conditions of the project. The use of material other than ductile iron may be required by IRCDUS during construction permit review or by IRCDUS field personnel during construction, if it is determined that DIP is unsuitable for the particular application. B. All DIP shall be manufactured in accordance with AWWA Specification C150 (A21.50- 96), or latest revision and shall be pressure Class 300 or 350 minimum as depicted on Table 1.1 on page 1-2. All DIP crossings under roadways and other traffic areas shall be pressure Class 350 minimum. C. Unless specifically indicated otherwise, restrained push -on joint underground piping shall be manufactured restrained bell and spigot and above ground piping shall be flanged. D. Cutting of DIP shall be by sawing only. 1.02 Pipe A. DIP shall be bell and spigot cast in accordance with AWWA Specification C150 (ANSI A21.50), or latest revision. Cast ductile iron shall have a minimum tensile strength of 60,000 psi with a minimum yield strength of 42,000 psi. Pipe wall thicknesses shall be computed in accordance with AWWA Specification C150 (ANSI A21.51), or latest revision, using the physical characteristics cited above with a minimum working pressure of 200 psi and a Laying Condition "Type 2." Unless otherwise indicated or specified herein, the pipe shall have the minimum wall thickness according to class designation for diameters shown. All pipe shall be given a minimum factory hydrostatic test of 500 psi. Division 2 — Technical Provisions - 01025-38 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Table 1.1- Pressure Class 300 and 350 Nominal Actual 300 psi 350 psi Size Outside Wall Wall Diameter Diameter Thickness Thickness (Inches) (Inches) (Inches) (Inches) 3 3.96 --- 0.25 4 4.80 --- 0.25 6 6.90 --- 0.25 8 9.05 --- 0.25 10 11.10 --- 0.26 12 13.20 --- 0.28 14 15.30 0.30 0.31 16 17.40 0.32 0.34 18 19.50 0.34 0.36 20 21.60 0.36 0.38 24 25.80 0.40 0.43 30 32.00 0.45 0.49 36 38.30 0.51 0.56 42 44.50 0.52 0.63 48 50,80 0.64 0.70 54 57.56 0.72 0.79 60 61.61 0.76 0.83 64 65.67 0.80 0.87 1.03 Fittings A. All underground fittings shall be either push -on, restrained, or mechanical joint. Mechanical joints shall conform to AWWA Specification C110 (ANSI 21.10-98) or C153 (ANSI 21.53-00), or latest revisions. All aboveground fittings shall be flanged joint. B. The pressure rating shall be 350 psi (Class 350). C. Joint restraints, when required, shall be in accordance with IRCDUS Approved Manufacturers' Products List or an approved equal. D. All fittings shall be lined with the same material as specified for the pipe as per paragraph 1.04. Division 2 - Technical Provisions - 01025-39 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 1.04 Lining and Coating A. Unless otherwise indicated, all DIP shall be factory lined and coated. B. All pipe shall be cement mortar lined and seal coated in accordance with AWWA Standard C104 (ANSI A21.4-95), or latest revision unless double lining is required by IRCDUS. C. Unless specified otherwise, all ductile iron pipe shall be bituminous coated outside to a dry film thickness of at least 1 mil. D. Anywhere that the coating is removed purposely or accidentally, the area shall be cleaned of any rust, grease, and dirt and re -coated to a minimum dry film as specified for the individual piece. E. If and where directed by IRCDUS's Engineer, a polyethylene encasement shall be provided around pipe, fittings, and valves. The material, installation, and workmanship shall conform to applicable sections of AWWA C105 (ANSI A21.5-99), or latest revision. Installation methods A or B shall be employed using flat tube polyethylene. The Contractor shall make provisions to keep the polyethylene from direct exposure to sunlight prior to installation. Backfilling following installation shall be completed without delay to avoid exposure to sunlight. F. All exposed (i.e. aerial crossings) DIP water mains shall be primed and painted "blue" as per IRCDUS Approved Manufacturers' Products List or equal. 1.05 Bell and Spigot Connections A. Joints in bell and spigot pipe shall be push -on, mechanical, or restrained joints in accordance with AWWA Standard C111 (ANSI 21.11-00), or latest revision. Pipe restraints shall also be in accordance with IRCDUS Standards or as directed by IRCDUS's Engineer. 1.06 Flanged Connections A. All flanged pipe barrels shall comply with the physical and chemical requirements as set forth in the Handbook of DIP of the Cast Iron Pipe Research Association, latest revisions. Flanges shall be in accordance with ANSI Specification 1316.1 for Class 125 flanges. Bolts shall comply with ANSI Specification 618.2. B. Flanged pipe shall be faced and drilled to the American Standard Drilling, unless special drilling is called for or required. Where tap or stud bolts are required, flanges shall be tapped. Flanges shall be accurately faced and drilled smooth and true, at right angles to the pipe axis and shall be covered with zinc dust and tallow or a rust preventive compound immediately after facing and drilling. Division 2 — Technical Provisions - 01025-40 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to LIS -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 C. Flanged pipe with screwed -on flanges shall be furnished with long hubs, and the flanges shall be screwed on the threaded end of the pipe in the shop, and the face of the flange and end of pipe refaced together. There shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside. D. Flanged joints shall be made with bolts or stud bolts and nuts. Bolts, stud bolts, and nuts shall conform to American Standard heavy dimensions, semi -finished with square or hexagonal heads and cold punched hexagonal nuts, meeting the requirements of ASTM Designation A-316SS. Bolt sizes shall be American Standard for the flanges specified, and bolts and nuts shall have good, true threads. E. Gaskets shall be in accordance with AWWA Standard C115 (ANSI A21.15-99), latest revision. 1.07 Submittals A. Before starting fabrication of the DIP and fittings, the Contractor shall submit one set of complete working drawings (shop drawings) to the Engineer of Record and IRCDUS for approval. Such drawings shall show the pipe, fittings, valves, expansion joints, hangers, supports, and other appurtenances to be installed. Where special fittings are required, they shall be shown in large detail with all the necessary dimensions. The Engineer of Record shall review the drawings and notify IRCDUS of the drawings approved and not approved. IRCDUS will also review the drawings and coordinate approvals and disapprovals with the Engineer of Record and Contractor. The drawings submitted shall show flanged jointed sections placed so as to be removable without disturbance to the main pipe sections. 1.08 Marking A. Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of the pipe. See Trace Wire Details Drawing M-13 for specifications regarding installation. B. Trace wire is required over or around all pipes unless otherwise approved by IRCDUS. C. Location tape is required over all pipes. Tape is to be installed 12" below proposed grade and additional tape shall be adhered directly on top of the pipe if required by IRCDUS engineering. 1.09 Installation A. Handling and Protection of Pipe: Unless otherwise noted on the drawings or in other sections of this specification, the pipe shall be handled and installed in strict accordance with the manufacturers' instructions and with the applicable provisions Division 2 —Technical Provisions - 01025-41 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 of AWWA C600-99, latest revision. If a conflict exists between the manufacturers' instructions and the AWWA Standards, the manufacturers' instructions shall govern. The Contractor shall use every precaution during construction to protect the pipe against the entry of non -potable water, dirt, wood, small animals, and any other foreign material that would hinder the operation of the pipeline. Where the groundwater elevation is above the bottom of the trench, the Contractor shall provide suitable dewatering equipment. All piping shall be placed in a dry trench, unless otherwise approved by IRCDUS. B. Depth of Cover and Pipe Elevation: Unless otherwise shown on the drawings, or otherwise approved by IRCDUS, all pipe shall have a minimum cover of 36 inches. Contractor shall determine top of pipe elevation and top of ground elevation for every two joints of pipe installed using a level. Pipe must have the minimum cover described above and must be within +/- 0.2 feet of the top of pipe elevation indicated on the drawings. Installed pipe, which does not meet these requirements, shall be reinstalled until it does meet these requirements. Contractor shall record top of pipe and top of ground elevations and the locations of where these elevations were determined and submit this information to IRCDUS. IRCDUS reserves the right to have Contractor excavate and check top of pipe and top of ground elevations to see if they conform to the aforementioned requirements, at no cost to IRCDUS. END OF SECTION Division 2 — Technical Provisions - 01025-42 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 Section 2 - Water Mains Polyvinyl Chloride Pipe (PVC) and Fittings 2.01 General A. PVC pipe shall be allowed for use as potable water pipe where compatible with the specific conditions of the project. IRCDUS may require the use of material other than PVC during construction permit review or by IRCDUS field personnel during construction, if it is determined that PVC pipe is unsuitable for the particular application. B. The pipe shall be identified by its nominal pipe size, plastic pipe material code, SDR class, pressure rating, ASTM Designation, manufacturers' name, production code, and the National Sanitation Foundation seal for potable water (NSF-pw). 2.02 PVC Pipe 3 Inches in Diameter and Smaller A. PVC pipe 3 inches and smaller in diameter intended for conveying potable water shall conform to ASTM D2241, latest revision. B. Pipe shall be Iron Pipe Size (IPS), and SDR 21 with a pressure rating of 200 psi. C. Joint design tested to the requirements of ASTM D3139. D. Gaskets shall conform to ASTM F477 and D1869. E. No solvent weld joints are permitted. F. The pipe shall be "blue" in color. G. PVC pipe shall be in accordance with IRCDUS Approved Manufacturers' Products List or equal. 2.03 PVC Pipe 4 Inches in Diameter and Larger A. PVC pipe intended for conveying or transmitting potable water shall conform to AWWA Standard Specifications C9O0-16 (or latest revision) and ASTM D1784 Cell Class 12454. B. Pipe shall be Ductile Iron Pipe Size (DIPS), and SDR 18 with a pressure rating of 235 psi. C. Joint design tested to the requirements of ASTM D3139. Gaskets shall conform to ASTM F477. D. Gasket material shall conform to ASTM F477. E. The pipe shall be "blue" in color. F. The pipe shall be identified by its nominal pipe size, plastic pipe material code, DR class, pressure rating, ASTM Designation, manufacturers' name, code, and the National Sanitation Foundation seal for potable water (NSF-pw). G. PVC pipe shall be in accordance with IRCDUS Approved Manufacturers' Products List or equal. Division 2 — Technical Provisions - 01025-43 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 2.04 Joints A. Joints for PVC pipe shall be bell and spigot push -on rubber gasket type only unless otherwise approved by IRCDUS. No solvent weld or threaded joints will be permitted. B. Restraining joints, when required, shall be in accordance with IRCDUS Approved Manufacturers' Products List or equal. 2.05 Fittings A. All fittings shall be ductile iron mechanical joint and shall conform to AWWA Standard Specifications C11O/A21.1O-98 or C153/A 21.53-00, or latest revisions. Fittings shall be cement mortar lined and seal -coated in accordance with AWWA Standard Specifications C104/A21.4, or latest revision. B. The pressure rating shall be 350 psi (3" — 24" diameter), and 250 psi (30" — 48" diameter). C. Joint restraint, when required, shall be in accordance with IRCDUS Approved Manufacturers' Products List or equal. 2.06 Submittals A. Before starting installation of the PVC pipe and fittings, the Contractor shall submit one set of complete working drawings (shop drawings) to the Engineer of Record and IRCDUS for approval. Such drawings shall show the pipe, fittings, valves, hydrants, blow -offs, services, and other appurtenances to be installed. Where special fittings are required, they shall be shown in large detail with all the necessary dimensions. The Engineer of Record shall review the drawings and notify IRCDUS of the drawings approved and not approved. IRCDUS shall also review the drawings and coordinate approvals and disapprovals with the Engineer of Record and Contractor. 2.07 Marking A. Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of the pipe. See Trace Wire Details Drawing M-13 for specifications regarding installation. B. Trace wire is required over or around all pipes. C. Location tape is required over all pipes. Tape is to be installed 12" below proposed grade and additional tape shall be adhered directly on top of the pipe if required by IRCDUS engineering. 2.08 Storage A. PVC pipes are not to be stored where exposed to direct sunlight because of possible ultraviolet light degradation. Pipes stored on the jobsite are to be covered. PVC pipes that exhibit discoloration or fading from their original color will be rejected by IRCDUS field representatives. Division 2 —Technical Provisions - 01025-44 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 2.09 Installation A. Handling and Protection of Pipe: Unless otherwise noted on the drawings or in other sections of these standards, the pipe shall be handled and installed in strict accordance with the manufacturers' instructions and with the applicable provisions of AWWA Standard Specifications C605-94, or latest revision. If a conflict exists between the manufacturers' instructions and the AWWA Standard Specifications, the manufacturers' instructions shall govern. The Contractor shall use every precaution during construction to protect the pipe against the entry of non -potable water, dirt, wood, small animals, and any other foreign material that would hinder the operation of the pipeline. Where the groundwater elevation is above the bottom of the trench, the Contractor shall provide suitable dewatering equipment. All piping shall be placed in a dry trench, unless approved by IRCDUS. B. Depth of Cover and Pipe Elevation: Unless otherwise shown on the drawings, or otherwise authorized by IRCDUS, all pipe shall have a minimum depth of cover of 36 inches. Contractor shall determine top of pipe elevation and top of finished grade elevation for every two joints of pipe installed using a level. Pipe must have the minimum cover described above and must be within +/- 0.2 feet of the top of pipe elevation indicated on the drawings. Installed pipe, which does not meet these requirements, shall be reinstalled until it does meet these requirements. Contractor shall record top of pipe and top of ground elevations and the locations of where these elevations were determined and submit this information to Engineer or his representative. IRCDUS reserves the right to have Contractor excavate and check top of pipe and top of ground elevations to see if they conform to the aforementioned requirements. END OF SECTION Division 2 — Technical Provisions - 01025-45 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69tH Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 Section 3 - Water Services - Crosslinked Polyethylene (PEXa) Tubing and Water Mains - High Density Polyethylene Pipe (HDPE) Water Services Crosslinked Polyethylene Tubing (PEXa) 3.01 General Crosslinked polyethylene (PEXa) tubing shall be allowed for use as potable water pipe where compatible with the specific conditions of the project. IRCDUS may require the use of material other than PEXa during construction permit review or by IRCDUS field personnel during construction if it is determined that PEXa pipe is unsuitable for the particular application. 3.02 Polyethylene (PEXa) Tubing 3 inches Diameter and Smaller A. This specification requires PEXa to be designated as PEXa, high pressure peroxide method. B. PEXa tubing shall comply with applicable requirements for extrusion compound PEXa plastic material as stated in AWWA Standard Specifications C904, or latest revision, and shall comply with the following: 1. Tubing shall have a working pressure of 200 psi at 73.4° F. 2. Tubing surfaces shall be glass smooth, and shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. 3. Tubing dimensions and tolerances shall correspond with values listed in ASTM D-2239, with a standard outside dimension ratio (SDR) of 9. 4. Tubing shall carry the following markings every (3) feet: Manufacturers' name or trademark, nominal size, PEXa 3306 (material designation) SDR (standard dimension ratio), POTABLE TUBING, ASTM F876/F877/F2080, CSA 8137.5, NSF-pw, UP Code 200psi/73.4°F 100psi/180`F, manufacturing date and footage mark. 3.03 Joints A. Joints for PEXa tubing shall be of the compression type or compression -sleeve type, utilizing a totally confined grip seal and coupling nut, unless otherwise approved by IRCDUS. Stainless steel tube stiffener inserts shall also be used for PEXa tubing services. 3.04 Installation A. Backfill shall be free of rocks and debris. B. Bending radius shall be large enough so that tubing is not crimped or damaged and so that the flow of water is not restricted. Manufacturers' minimum radius recommendations are to be utilized during installation of PEXa tubing. C. PEXa tubing shall have ability for kink repair using a heat gun. 3.05 Marking A. Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of the pipe. See Trace Wire Details M-14 for specifications regarding installation. Division 2 — Technical Provisions - 01025-46 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 B. Trace wire is required over or around all pipes. C. Location tape is required over all pipes. Tape is to be installed 12" below proposed grade and additional tape adhered directly on top of the pipe if required by IRCDUS engineering. 3.06 Pressure PEXa Pipe A. PEXa pipe shall be allowed for use as all pressure utility pipes where compatible with the specific conditions of the project. The use of material other than PEXa pipe may be required by IRCDUS during construction permit review or by IRCDUS field personnel, if it is determined that PEXa is unsuitable for the particular application. B. Documentation from the resin's manufacturer showing results of the following tests for resin identification: 1. Melt Flow Index ASTM D 1238 2. Density ASTM F876 C. All PEXa pipe and fittings shall be from a single manufacturer on the Approved Manufacturers' Product List. The pipe shall be designed, constructed and installed in accordance with the best practices and methods and shall comply with these Specifications. See Approved Manufacturers' Product List. D. Finished Product Evaluation 1. Production staff for the items listed below shall check each length of pipe produced. The results of all measurements shall be recorded on production sheets that become part of the manufacturers' permanent records. a. Pipe in process shall be checked visually, inside and out for cosmetic defects (grooves, pits, hollows, etc.) b. Pipe outside diameter shall be measured using a suitable periphery tape to ensure conformance with ASTM F714 or ASTM D-3035 whichever is applicable. c. Pipe wall thickness shall be measured at 12 equally spaced locations around the circumference at both ends of the pipe to ensure conformance with ASTM F714 or ASTM D-3035, whichever is applicable. d. Pipe length shall be measured. e. Pipe marking shall be examined and checked for accuracy. f. Pipe ends shall be checked to ensure they are cut square and clean. g. Subject inside surface to a "reverse bend test" to ensure the pipe is free of oxidation (brittleness). E. Stress Regression Testing 1. The PEXa pipe manufacturer shall provide certification that stress regression testing has been performed on the specific PEXa resin being utilized in the manufacturing of this product. This stress regression testing shall have been done in accordance with ASTM D2837 and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDB) of 1,600 psi as determined in accordance with ASTM D2837. F. Developer is responsible for compatibility between pipe materials, fittings and appurtenances. G. The pipe manufacturer shall provide a warranty against manufacturing defects of material and workmanship for a period of ten (10) years after the final acceptance of the project by Division 2 —Technical Provisions - 01025-47 F:\PubIicWorks\ENGiNEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 the IRCDUS. The manufacturer shall replace at no expense to IRCDUS any defective pipe material including labor within the warranty period. 3.07 High Density Polyethylene Pipe (HDPE) 4 inches in Diameter and Larger A. HDPE pipe intended for conveying or transmitting potable water shall conform to AWWA Standard Specifications C9O6-15 (or latest revision). B. Pipe shall be Ductile Iron Pipe Size (DIPS) and SDR 11 with a pressure rating of 200 psi. C. HDPE pipe shall be made from a PE 4710 resin compound conforming to ASTM D335O with the cell classification 445574/4C/E. D. Dimensions and workmanship shall be as specified by ASTM F714. HDPE fittings and transitions shall meet ASTM D3261. HDPE pipe shall have a minimum density of 0.955 grams per cubic centimeter. All HDPE pipe and fittings shall have a Hydrostatic Design Basis (HDB) of 1,600 psi. E. If rework compounds are required, only those generated in the manufacturers' own plant from resin compounds of the same class and type from the same raw material supplier shall be used. F. The pipe manufacturer must certify compliance, with the above requirements. G. HDPE flange adapters at pipe material transitions shall be backed up by stainless steel flanges conforming to ANSI B16.1 and shaped as necessary to suit the outside dimensions of the pipe. The flange adapter assemblies shall be connected with corrosion resisting bolts and nuts of Type 316 Stainless Steel as specified in ASTM A726 and ASTM A3O7. All bolts shall be tightened to the manufacturers' specified torques. Bolts shall be tightened alternatively and evenly. H. HDPE pipe shall be striped blue for potable water, green for wastewater, and purple for reclaimed/reuse water. I. HDPE pipe shall be in accordance with IRCDUS Approved Manufacturers' Products List or equal. 3.08 Fittings A. All molded fittings and fabricated fittings shall be fully pressure rated to match the pipe SDR pressure rating to which they are made. All fittings shall be molded or fabricated by the manufacturer. No fabricated fittings shall be used unless approved by IRCDUS. B. The manufacturer of the HDPE pipe shall supply or specify all HDPE fittings and accessories as well as any adapters and/or specials required to perform the work as shown on the drawings and specified herein. C. All transitions from HDPE pipe to PVC or ductile iron shall be made per the HDPE, PVC, or ductile iron pipe manufacturers' recommendations and specifications whichever is more stringent. A molded flange connector adapter within a carbon steel back-up ring assembly shall be used for pipe type transitions. Ductile iron back-up rings shall mate with cast iron flanges per ANSI 816.1. A 316 stainless steel back-up ring shall mate with a 316 stainless flange per ANSI B16.1. Division 2 — Technical Provisions - 01025-48 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 D. The pipe manufacturer must certify compliance with the above requirements. 3.09 Joints A. The HDPE pipe shall be joined with butt, heat fusion joints. All joints shall be made in strict compliance with the manufacturers' recommendations. B. Lengths of pipe shall be assembled into suitable installation lengths by the butt -fusion process. All pipes so joined shall be made from the same class and type of raw material made by the same raw material supplier. Pipe shall be furnished in standard lay lengths not to exceed 50 feet. C. All above ground HDPE pipe shall have flange adapters. Below ground shall be MJ adapters. Stainless Steel inserts allowed on water main only 4" to 6". FM 4" and larger MJ adapter only with no insert. Pipe material transitions shall be backed up by stainless steel flanges conforming to ANSI B16.1 and shaped as necessary to suit the outside dimensions of the pipe. The flange adapter assemblies shall be connected with corrosion resisting bolts and nuts of Type 316 Stainless Steel as specified in ASTM A726 and ASTM A307. All bolts shall be tightened to the manufacturers' specified torques. Bolts shall be tightened alternatively and evenly. 3.10 Pipe Identification A. The following shall be continuously indent printed on the pipe or spaced at intervals not exceeding 5 -ft. 1. Name and/or trademark of the pipe manufacturer. 2. Nominal pipe size and OD base. 3. Material Code 4. Dimension ratio. 5. Pressure Class 6. Current AWWA C906 (if Applicable) 7. Manufacturing standard reference, e.g., ASTM F714 or D-3035, as required. 8. A production code from which the date and place of manufacture can be determined. B. Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of all pipe and fittings. See Trace Wire Details Drawing M-13 for specifications regarding installation. 3.11 Installation by Open Cut Method A. HDPE Pipe shall be installed in accordance with the instruction of the manufacturer, as shown on the Drawings and as specified herein. A factory qualified joining technician as designated by the pipe manufacturer shall do all heat fusion joints. B. Care shall be taken in loading, transporting and unloading to prevent injury to the pipe. Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before installation, and no piece shall be installed which is found to be defective. Any damage to the pipe shall be repaired as directed by the Engineer of Record and IRCDUS. If any defective pipe is Division 2 — Technical Provisions - 01025-49 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his own expense. C. Under no circumstances shall the pipe or accessories be dropped into the trench. D. Care shall be taken during transportation of the pipe such that it will not be cut, kinked, or otherwise damaged. E. Ropes, fabric, or rubber protected slings and straps shall be used when handling pipes. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. F. Pipes shall be stored on level ground, preferably turf or sand, free of sharp objects, which could damage the pipe. Stacking of the PE pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. G. Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe. H. Pipe shall be laid to lines and grade shown on the Drawings with bedding and backfill as shown on the Drawings. When installation of pipe is not in progress, including lunchtime, the open ends of the pipe shall be closed by fabricated plugs, or by other approved means. Pipe shall be stored on clean level ground to prevent undue scratching or gouging. The handling of the pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. The maximum allowable depth of cuts, scratches or gouges on the exterior of the pipe is 5 percent of wall thickness. Sections of pipe with cuts, scratches or gouges exceeding five percent of the pipe wall thickness shall be removed completely and the ends of the pipeline rejoined. The interior pipe surface shall be free of cuts, gouges or scratches. K. HDPE pipe shall be joined by the method of thermal butt fusion, as outlined in ASTM D2657. All joints shall be made in strict compliance with the manufacturers' recommendations. L. Mechanical connections of the HDPE pipe to auxiliary equipment such as valves, pumps and tanks shall be through flanged connections which shall consist of the following: 1. An HDPE flange shall be thermally butt -fused to the stub end of the pipe. A stainless steel or ductile iron back-up ring shall be used on both sides of the connection prior to thermally butt -fusing the PE flange. 2. A 316 stainless steel back-up ring shall mate with a 316 stainless steel flange. 3. Ductile iron back-up rirgs shall mate with cast iron flanges. M. Flange connections shall be prcvided with a full -face neoprene gasket. N. All HDPE pipe must be at the temperature of the surrounding soil at the time of backfilling and compaction. O. No single piece of pipe shall be laid unless it is straight. The centerline of the pipe shall not deviate from a straight line drawn between the centers of the openings at the ends of the pipe by more than 1/16 -in per foot of length. If a piece of pipe fails to meet this requirement Division 2 —Technical Provisions - 01025-50 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions. IRC -1639 check for straightness, it shall be rejected and removed from the site. Laying instructions of the manufacturer shall be explicitly followed. P. If a defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner. All pipe and fittings shall be thoroughly cleaned before installation, shall be kept clean until they are used in the work and when laid, shall conform to the lines and grades required. Q. As soon as the excavation is complete to normal grade of the bottom of the trench, bedding shall be placed, compacted and graded to provide firm, uniform and continuous support for the pipe. Bell holes shall be excavated so that only the barrel of the pipe bears upon the bedding. The pipe shall be laid accurately to the lines and grades indicated on the Construction Plans. Blocking under the pipe will not be permitted. Bedding shall be placed evenly on each side of the pipe to mid -diameter and hand tools shall be used to force the bedding under the haunches of the pipe and into the bell holes to give firm continuous support for the pipe. Bedding shall then be placed to 12 -in above the top of the pipe. The initial 3 feet of backfill above the bedding shall be placed in 1 foot layers and carefully compacted. Generally, the compaction shall be done evenly on each side of the pipe and compaction equipment shall not be operated directly over the pipe until sufficient backfill has been placed to ensure that such compaction equipment will not have a damaging effect on the pipe. The pipe manufacturers' representative prior to use shall approve equipment used in compacting the initial 3 feet of backfill. Pipe shall be installed per IRCDUS Drawing M-1 or M-2, Trench Details. R. Good alignment shall be preserved during installation. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, in crossing of utilities that may be encountered upon opening the trench. S. Each length of the pipe shall have the assembly mark aligned with the pipe previously laid and held securely until enough backfill has cramped. T. Before any joint is made, the pipe shall be checked to assure that a close joint with the next adjoining pipe has been maintained and that the inverts are matched and conform to the required grade. The pipe shall not be driven down to grade by striking it. U. Precautions shall be taken to prevent flotation of the pipe in the trench. V. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be used in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the backfill. Trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below the top of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, pipe bedding shall be placed to fill any voids created and the backfill shall again be compacted to provide uniform side support for the pipe. W. Sheeting and shoring will be required as determined in the field in accordance with OSHA regulations. X. Restrained joints shall be installed where shown on the Construction Plans, as required by IRCDUS Standards, or otherwise as directed by IRCDUS. Division 2 — Technical Provisions - 01025-51 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 3.12 Marking A. Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of the pipe. See Trace Wire Details, M-13 for specifications regarding installation. B. Trace wire is required over or around all pipes. C. Location tape is required over all pipes. Tape is to be installed 12" below proposed grade and additional tape shall be adhered directly on top of the pipe if required by IRCDUS. 3.13 Trenchless Installation of High Density Polyethylene (HDPE) Pressure Mains by Directional Bore A. Description 1. Portions of the pressure mains shall be installed by the directional bore method within the limits indicated of the contract plans and as specified here in. Generally, as a minimum, the pressure main is to be located within the road right-of-way and shall be installed by directional boring. 2. This section includes material, performance and installation standards, and the contractor's responsibilities associated with the furnishing of labor, material, equipment, and identical required to install, complete, required trenchless installation of pressure mains, as shown on the Drawings and as specified herein. B. Experience 1. The Contractor must demonstrate expertise in trenchless method by providing a list of ten utility references for which similar work has been performed in the last two years. The references should include a name and phone number where the contact can be made to verify the Contractor's capability. The Contractor must provide documentation showing successful completion of the projects used for reference. Conventional trenching experience will not be considered applicable. 2. Supervisory personnel must be adequately trained and shall have at least four years of experience in directional boring. The Contractor shall submit the names and resumes of all supervisory field personnel prior to construction. 3. Directional boring equipment shall be capable of installing the minimum pipe diameter noted on the drawings. C. Submittals 1. Submit technical data for equipment including clay slurry material, method of installation with working drawings, and proposed sequence of construction for approval by the IRCDUS. 2. Priorto approval for directional boring, the Contractor must submit the names of supervisory personnel, and history information of the directional boring experience. In addition, the Contractor must submit for approval the nameplate, data for the drilling equipment, mobile spoils removal units and Material Safety Data Sheets (MSDS) for the drilling slurry compounds. Division 2 —Technical Provisions - 01025-52 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2—TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 3. The Contractor is required to bring to the attention of the engineer any known design discrepancies with actual tunneling methods that the contractor will be performing. This shall be stated in writing to the Engineer at the pre -construction meeting. D. Installation 1. Installation shall be in a trenchless manner producing continuous bores. 2. The tunneling system shall be remotely steerable and permit electronic monitoring of tunnel depth and location. Accurate placement of pipe within a +/- 2 -inch window is required both horizontally and vertically. Turning capability of 90 -degrees radius in 40 feet is required. Continuous monitoring of the boring head is required, including across open water if necessary. 3. The directional boring Contractor shall submit certification, by a Professional Engineer licensed in the State of Florida, that the directional boring has been performed in accordance to the construction drawings, and shall submit signed and sealed drawings. AS -Built Record Drawings shall be provided both in electronic format and hard paper copy. 4. Tunneling shall be performed by a fluid -cutting process (high pressure -low volume) utilizing liquid clay i.e. bentonite. The clay lining will maintain tunnel stability and provide lubrication in order to reduce frictional drag while the pipe is being installed. In addition, the clay fluid must be totally inert and contain no environmental risk. The Contractor must also have a mobile vacuum spoils recovery vehicle on site to remove the drilling spoils from the access pits. The spoils must then be transported from the job site and be properly disposed off the site. The drilling spoils shall not, under any circumstances, be disposed into a sanitary sewer, storm, or other public or private drainage system. Spoils may be transported to the County's Solid Waste Facility and the cost of disposal shall be at the Contractor's expense. 5. Liquid clay type colloidal drilling fluid shall consist of at least 10 percent of high-grade carefully processed bentonite to consolidate cuttings of the soil, to seal the walls of the hole, and to furnish lubrication for subsequent removal of cuttings. The slurry that is heavier than the surrounding material, is high in colloids of the bentonite type and it will deposit a thin filter cake of low permeability material on the walls of the bore. This will allow only a small amount of the fluid to pass into the surrounding soils and will stabilize the bore. The colloidal content of the fluid imparts excellent lubricating qualities to the slurry that is a distinct aid to the removal of the soil cuttings. 6. Pneumatic or water -jetting methods will be considered unacceptable due to the possibility of surface subsidence. 7. After an initial bore has been completed, a reamer will be installed at the termination pit and the pipe shall be pulled back to the starting pit. The reamer shall be capable of discharging liquid clay to facilitate the installation of the pipe into a stabilized and lubricated tunnel. 8. A minimum of two insulated #6 stranded conductor copper tracer wire shall be wrapped or affixed to the top of the pipe and fittings along with the HDPE pipe. The tracer wire shall be tested for continuity or traceability upon completed installation. Should both tracer wires fail to test for continuity then the test shall be considered a failure and the wires shall be replaced. 9. Upon completion of boring and pipe installation, the Contractor shall remove all spoils from the starting and termination pits. All pits shall be restored to their original condition. 10. Restoration shall be as required by IRCDUS. The shoulders, ditches, banks, and slopes of roads and railroads crossed and paralleled shall not wash out before becoming accepted. END OF SECTION Division 2 —Technical Provisions - 01025-53 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - tRC-1639.docx Division 2 -Technical Provisions, IRC -1639 CTION - 02413 - HORIZONTAL DIRECTIONAL DRILLING PART 1— GENERAL 1.01 SCOPE OF WORK A. The CONTRACTOR shall furnish all labor, equipment, and materials necessary to install carrier pipe by horizontal directional drilling (HDD) at the locations shown on the Contract Documents and as specified herein. B. The directional boring scope shall include, but not be limited to, steerable directional boring equipment, operator control cabin, mud plant, entry and exit pits, pumps, hoses, and other equipment, sheeting, location signs as required, and miscellaneous appurtenances to complete the entire Work as shown on the Contract Drawings. Directional boring operations shall be performed within the right-of-way and/or easements shown on the Contract Drawings. C. The ENGINEER has relied upon subsurface data for general information purposes only and the data are not part of the Contract Documents. The CONTRACTOR shall examine the site and or undertake his own geotechnical investigation prior to submitting his bid, taking into consideration all conditions that may affect his work. The OWNER and ENGINEER will not assume responsibility for variations of subsurface conditions at locations other than places shown and at the time the investigation was made. 1.02 RELATED WORK A. High density polyethylene (HDPE) pipe and fittings are included in Section 3. B. Trenching, backfilling and compaction are included in Section 1. 1.03 DEFINITIONS A. Annular Space: The space between the excavated HDD final reamed bore diameter and the pipe. B. Bent Sub: A section of drill pipe behind the cutting tools that is inclined at an angle at one to three degrees from the axis of the bore in the desired direction of steering. The bent sub allows steering while rotating the cutting tools. C. Drilling Fluid/Mud: A mixture of water, bentonite, and/or polymers continuously pumped to the drilling tools to facilitate the removal of soil cuttings, and stabilization of the bore. These fluids also cool the cutting tools and lubricate the drill pipe and product pipe string. D. Drill String: The total length of the drill pipe in the borehole. E. Drilling Tool/Bit: Any tool or system of tools which excavates at the face of a bore. F. Entry Pit: The location where the pilot bore initially penetrates the ground surface and where the HDD rig is positioned. G. Exit pit: The location where the pilot bore exists the ground surface. H. Horizontal Directional Drilling: A surface -launched, guided, steerable drilling system used for the trenchless installation of pipes, conduits, and cables. Division 2 — Technical Provisions - 01025-54 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 I. HDD Work Plan: Written descriptions, together with sketches, profile drawings, schedules, and other documents defining CONTRACTOR's plans and procedures for horizontal directional drilling. J. Inadvertent Return — Uncontrolled flow of drilling fluid/mud to the surface at a location other than the entry or exit pit. In certain conditions, this may also be known as hydrofracture or frac-out. K. Geotechnical Investigation Report: A report which provides the geotechnical boring locations and logs, geotechnical and environmental laboratory data results, and testing procedures. L. Obstruction: Any object lying completely or partially within the design pathway of the bore and pipe that prevents further advancement of the drill pipe, pre -reamer, reamer, and/or pipe, after all reasonable CONTRACTOR attempts to advance past the object or re -drill around the object have failed. M. Pilot Bore: The action of creating the first guided pass of the HDD process which is then reamed in one or more passes to the size required to allow pullback of the pipe. N. Pullback: The part of a horizontal directional drilling process in which the drill pipe, swivel, and product pipe or cable is pulled back through the bore to the entry. O. Pullback Loads: The loads (forces) applied to a drill string and product pipe during the pullback process. In addition to the tensile pullback loads, bending, buckling and combination loads must be considered during construction. P. Reamer: A cutting tool pushed or pulled through the borehole in order to enlarge the pilot bore hole to a diameter sufficient for the installation of the product pipe. Q. Settlement Point: A fixed point with elevation and spatial location established by survey prior to construction to monitor ground movements. 1.04 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. API Bulletin 13D, 1985. Bulletin on the Rheology of Oil -Well Drilling Fluids, Second Edition, Dallas, Texas, American Petroleum Institute. B. API Recommended Practice 1313-1, 1990. Standard Procedures for Field Testing Water -Based Drilling Fluids, First Edition, Dallas, Texas, American Petroleum Institute. C. API Recommended Practice 136-1, 1990. Standard Procedures for Field Testing Water -Based Drilling Fluid Materials, Fifteenth Edition, Dallas, Texas. American Petroleum Institute. D. Horizontal Directional Drilling Good Practices Guidelines, Latest Edition, HDD Industry Consortium, 300pp. E. IADC Drilling Manual, 1992. Eleventh Edition, Houston, Texas, International Associated of Drilling Contractors. F. Installation of Pipelines Beneath Levees Using Horizontal Directional Drilling, US Army Corps of Engineers, Waterways Experiment Station, Final Report, CPAR-GL-98-1, April 1998. G. Installation of Pipelines Beneath Levees Using Horizontal Directional Drilling, US Army Corps of Engineers, Waterways Experiment Station, Final Report, CPAR-GL-98-1, April 1998. H. Installation of Pipelines by Horizontal Directional Drilling, Pipeline Research Committee, American Gas Association, PR -227-9424, April 1995. I. Pipeline Design for Installation by Horizontal Directional Drilling, ASCE Manuals and reports on Engineering Practice No. 108, 2005. Division 2 — Technical Provisions - 01025-55 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 J. Pressure Pipelines Design for Water and Wastewater, American Society for Civil Engineers, 2"d ed., 1992. K. Tables for Hydraulic Design of Pipes and Sewers, American Society for Civil Engineers, 5th ed., 1990. 1.05 SUBMITTALS A. Following is the summary of information to be included in submittals required for the HDD Work. The CONTRACTOR may combine submittals at his discretion but at a minimum the following information must be addressed and provided for review. 1. Risk Mitigation 2. Contingency Plan for Remediation of Potential Problems 3. Disposal of Spoils and Drilling Fluids Plan 4. Equipment Layout Plan and confirmation of work area on design plans is acceptable. 5. Inadvertent Return (Frac-Out) and Surface Spill Contingency Plan 6. Horizontal Directional Drilling Work Plan 7. Maximum Allowable Drilling Fluid Pressure Calculations 8. Methods, Equipment, and Materials Description Plan 9. Pipe Filling Methods and Testing during Pullback 10. Protection of Adjacent Structures and Facilities Plan 13. Qualifications of Superintendent and Key Personnel 14. Radius of Curvature Confirmation 15 Rig Capacity Plan 16. Health and Safety Plan 17. Construction Activities Schedule 19. Surveying Equipment and Procedures 20. Construction Progress 21. Settlement Monitoring Plan B. In addition to other requirements indicated throughout this Specification, the following sections describe the above required submittals in more detail. 1. Submittals shall be in accordance with the requirements of the Specifications, providing sufficient detail to allow the ENGINEER to judge whether or not the proposed equipment, materials, and procedures will meet the Contract requirements. The ENGINEER's review of submittal details and data will be based on considerations for the completed Work, utilities, and the possibility of necessary delays in the execution of the Work to be constructed under this Contract. Review and acceptance of the CONTRACTOR's submittals by the ENGINEER shall not be construed in any way as relieving the CONTRACTOR of its responsibilities under this Contract. 2. The CONTRACTOR shall submit all Shop Drawings to the ENGINEER. Unless otherwise noted, all Shop Drawings shall have been reviewed and accepted by the ENGINEER prior to CONTRACTOR's mobilization. All Drawings shall be legible with dimensions accurately shown and clearly marked in English. Division 2 —Technical Provisions - 01025-56 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 C. Contingency Plan for Remediation of Potential Problems: The CONTRACTOR shall submit a Contingency Plan for Remediation of Potential Problems that may be encountered during the drilling operations. The contingency plans shall address the observations that would lead to the discovery of the problem and the methods that would be used to mitigate the problem. Potential problems that shall be addressed in this Plan include, but are not limited to, the following: 1. Loss of returns/loss of circulation of drilling fluids. 2. Inadvertent returns (frac-out)/hydrofracture or surface spills resulting in drilling fluids entering water or reaching the surface. Stand-by equipment shall be provided by the CONTRACTOR to recover fluids. Turbidity barriers or other appropriate methods of containing and clean-up shall be part of the stand-by equipment to minimize dispersion in the event that drilling fluids reach the surface. 3. Encountering obstruction during pilot bore or reaming/pullback. 4. Drill pipe or product pipe cannot be advanced. 5. Deviations from design line and grade exceed allowable tolerances. 6. Drill pipe or product pipe broken off in borehole. 7. Product pipe collapse or excessive deformation. 8. Utility strike. 9. Deviation from planned bore path. 10. Hydrolock occurs or is suspected. 11. Excessive ground settlement or heave. D. Disposal of Spoils and Drilling Fluids Plan: The CONTRACTOR shall submit Plans for disposal of waste materials resulting from the pipeline construction, including drilling fluids, cuttings, waste oil, fuel, discharge water, etc. The CONTRACTOR shall identify the disposal site and submit a letter indicating willingness and legal authority to accept the described and anticipated waste products. E. Equipment Layout Plan: The CONTRACTOR shall submit a plan which provides sketches depicting the layout and locations of equipment within the rig side work area and pipe side work area, including any proposed drilling fluid containment and recirculation pits. The CONTRACTOR shall confirm that all operations shall be completely contained within the permanent and Right of Way, and any temporary construction easement that may be shown on the Contract Documents. F. CONTRACTOR shall be responsible to for design and implementation (including all required costs, equipment and personnel) of Maintenance of Traffic (MOT) Plans necessary for the completion of the work as depicted in the design drawings, specifications and all referenced documents. MOT Plan shall be prepared submitted to the Indian River County Public Works Department for review and approval prior to any implementation or construction activities. G. Inadvertent Return (Frac-Out) and Surface Spill Contingency Plan: An Inadvertent Return (Frac-Out) and Surface Spill Contingency Plan shall be prepared for the installation of the pipeline using HDD. The Contractor shall submit letter signed by an authorized representative of Contractor confirming that the Plan will be followed. If required by permit conditions, Contractor shall revise the Plan as necessary to satisfy the associated regulatory agency. H. Horizontal Directional Drilling Work Plan: The CONTRACTOR shall submit a HDD Work Plan complete with drawings and written description identifying details of the proposed method of construction and the sequence of operations to be performed during construction including placement, entry and exit points, and method of attachment and pullback of bundled carrier pipes. Division 2 —Technical Provisions - 01025-57 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2_TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 1. The Plan shall include a detailed plan and profile of the bore showing any proposed deviations from the drawings included in design documents and plotted at a scale no smaller than one inch equals 40 feet horizontal and one inch equals four feet vertical. The drilling plan shall provide detail of the planned drilled bore path and the method for monitoring and controlling the speed, line, grade, and rate of fluids delivery. It shall include the sequence, size, and description of each reamer and capabilities of each through various geologic formations. Any drill plan should include a swabbing of the bore path prior to pipe pullback. Maximum Allowable Drilling Fluid Pressure Calculations: The CONTRACTOR shall submit calculations identifying the critical downhole pressure that would cause hydrofracture or inadvertent return of drilling fluid. The calculations shall identify the critical points in the alignment beneath the channel and near the exit point where the soil cover above the bore is low. The calculations shall identify all parameters used and state all assumptions made in the calculations. J. Methods, Equipment, and Materials Description Plan: The CONTRACTOR shall submit detailed description of methods, equipment, and materials to be used for the pipeline installation. Descriptions of drilling fluid additives shall be accompanied by Materials Safety Data Sheets (MSDS) and Manufacturers' descriptions and warranties. Descriptions of equipment shall include Manufacturers' specifications, calibrations, appropriate drawing, photographs, and descriptions of any modifications since manufacture. This plan shall also include the CONTRACTORs means for complying with all local noise ordinances. K. Pipe Filling Methods and Testing during Pullback: The CONTRACTOR shall submit methods and procedures for filling the pipe with water during pull back and testing. L. Protection of Adjacent Structures and Facilities Plan: The Contractor shall submit a plan that provides details on measures to be taken to monitor and protect adjacent utilities, structures, roadways and sidewalks, and provide details on monitoring equipment and provisions, including the layout of all settlement points and other monitoring points. Provide two (2) copies of pre -construction survey of adjacent structures and photographs with captions to document pre -construction conditions prior to beginning HDD construction. M. Qualifications of Superintendent and Key Personnel: The CONTRACTOR shall submit written documentation of HDD superintendent and key personnel experience in accordance with Paragraph 1.07A and 1.076. Submit evidence of OSHA Certification for the Site Safety Representative. N. Radius of Curvature Confirmation: The CONTRACTOR shall confirm that the bore can be completed using the radius of curvature and geometry shown on the Contract Drawings along with the calculations showing that installation stresses do not exceed allowable pipe stresses. O. Rig Capacity Plan: The CONTRACTOR shall submit a plan which provides details on the capacity of the drill rig verifying that the pullback capacity is greater than the required pullback calculated and submitted by the CONTRACTOR under paragraph 1.05N. Health and Safety Plan: The CONTRACTOR shall submit a Health and Safety Plan, including the name of the CONTRACTOR's Site Safety Representative, emergency telephone numbers for medical facilities, and precautions for handling and disposal of any hazardous or flammable materials. The Safety Plan shall include a code of safe practices and an emergency plan in accordance with OSHA and Florida/OSHA requirements. Q. Construction Activities Schedule: At least fifteen (15) working days prior to mobilization for HDD operations, the CONTRACTOR shall submit a detailed schedule for the HDD installation showing all major construction activities and durations, with beginning and completion dates shown The schedule shall be updated at least every week or more frequently, as directed by the ENGINEER, and shall include: Division 2 —Technical Provisions - 01025-58 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\13ids\13id Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 1. "One call' utility locate requests and visual confirmation of all crossing utilities and all parallel utilities within the vicinity of the bore centerline. 2. Rig mobilization and setup. 3. Pilot bore drilling. 4. Pre -reaming and reaming. 5. Layout and fusing of pipe. 6. Pressure testing of pipe prior to pullback. 7. Final reaming and pullback of pipe. 8. Pressure testing of pipe after installation. 9. Mandrel/pig test to confirm deformations of pipe are within allowable tolerances. 10. Cleanup, surface restoration, and demobilization. R. The following shall be submitted as construction progresses and at the completion of construction. 1. Daily Logs and Records: The CONTRACTOR shall submit complete, legible, written daily logs and records as specified in Paragraph 1.07C and as directed by the ENGINEER, by noon of the following day to which the records correspond. 2. Drilling and Reaming Rates: The CONTRACTOR shall submit maximum drilling speeds and reaming rates for pilot bore and each reaming pass and confirm that the pump capacity is adequate for these anticipated drilling rates for the mud and/or drilling fluid weights and viscosities anticipated. These shall be submitted to the ENGINEER on a daily basis. 3. Drilling Fluid Viscosity and Density (Mud Weight): The CONTRACTOR shall submit measured mud and/or drilling fluid weights used during pilot boring and reaming of the bore measured at a minimum of three times per shift or at least once per 200 feet of drilled or reamed length, whichever is more frequent, with at least two (2) hours between readings. 4. Pilot Bore As -Built Profile: The CONTRACTOR shall submit an as -built profile of the pilot bore within 24 hours of completion of the pilot bore. 5. Pressure Test Records: The CONTRACTOR shall submit all pressure test records for both the pre- installation and post -installation tests. These shall be submitted within 24 hours of completion of such tests. 6. Variations in Plan and Profile: The CONTRACTOR shall document any variations between the actual Contract Drawings and profile of the bore path and the location shown on the Contract Drawings. The CONTRACTOR shall notify in writing and by telephone the ENGINEER immediately upon discovery of any deviations. S. Settlement Monitoring Plan: The Contractor shall submit a settlement monitoring plan showing location of proposed settlement points and frequency of readings. T. Risk Mitigation: At least seven (7) working days prior to each major operations milestone, the CONTRACTOR and HDD superintendent shall attend a risk mitigation meeting with representatives of the ENGINEER and OWNER for each HDD crossing. The major operations milestones shall include the following as a minimum: 1. Rig mobilization and setup. 2. Pilot bore drilling. 3. Pre -reaming and reaming. Division 2 —Technical Provisions - 01025-59 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\6id Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 4. Layout and fusing of pipe. 5. Pressure testing of pipe prior to pullback. U. CONTRACTOR to provide Record Drawings of the completed Directional Drill including a vertical record of the location of the drilling head at a minimum of 20 Ft. horizontal increments along the path of the Bore. 1.06 PERFORMANCE REQUIREMENTS A. The CONTRACTOR shall provide all equipment, materials, and personnel necessary for completing the installation as shown on the Contract Drawing and specified herein. The equipment and materials shall include but are not limited to: 1. Directional drilling rig with all anci'•'.lary equipment, including drill pipe, drilling fluid, cutting tools, reaming bits, swivels, expanders, motors, pumps, hoses, mixing equipment, drilling fluid processing equipment (cuttings separation equipment), downhole survey equipment, energized surface grid tracking system, fluid pressure and flow rate monitoring equipment, spare parts, pipe handling equipment (cranes, backhoes, rollers, side boom tractors) control equipment, and office equipment. 2. Drilling fluids, water, fuel, lubricart, polymers, or other additives. 3. Any other expendable or reusable materials, supplies, and equipment needed for the installation. B. The drilling equipment shall be capable of advancing through the geologic conditions to be encountered at the site, as presented in the Contract Documents, the Geotechnical Report and as anticipated by the CONTRACTOR. C. The drilling fluid shall be designed for the geologic conditions to be encountered at the site and as anticipated by the CONTRACTOR. D. The drilling system shall include a fluid pump and separation plant that can achieve the rates of drilling fluid pumping, spoil separation, and slurry cleaning required by the CONTRACTOR to achieve planned production rates for the soils described in the Geotechnical Report, and as anticipated by the CONTRACTOR. Shaker screens and hydrocyclones may be required for efficient separation of spoils. The CONTRACTOR is advised that the separation plant must fit within the allowable Work areas shown on the Contract Drawings. E. All spoil and slurry must be contained in trucks, tanks, approved recirculation pits, or other containers at all times. Dumping of spoil or slurry on the ground, discharge into sewers, or discharge into the water bodies will not be permitted. All spoils will be transported and disposed of off-site at an approved disposal facility that meets all State of Florida and local requirements. F. Perform all Work within Work areas shown on the Contract Drawings. G. The pipeline shall be installed using the radii of curvature and entry and exit angles shown on the Contract Drawings; unless deviations are approved in writing by the ENGINEER. H. Pipe rollers and lifters will be required to help the transition of the carrier pipe into the bore and to minimize the pull force. The number of pipe rollers and lifters shall be determined by the Contractor in accordance with the pipe supplier's recommendations. Location and spacing of the rollers and lifters will be done in accordance with the pipe manufacturer's recommendations based on bend radius. I. It shall be the CONTRACTOR's sole responsibility that all Work is done in conformance with all applicable federal, state, and local safety requirements. Required safety equipment and procedures Division 2 — Technical Provisions - 01025-60 F1Pub1ic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 shall be employed by the CONTRACTOR at all times. All materials and methods of construction shall meet the applicable requirements of the State of Florida Administrative Code. The pipe shall be certified by the CONTRACTOR as meeting all requirements of the Contract Documents. The fabricated pipe will be pressure -tested by the CONTRACTOR prior to pullback and after installation is completed. K. The CONTRACTOR shall allow access to the OWNER and/or ENGINEER and shall furnish necessary assistance and cooperation to aid the ENGINEER in observations and data and sample collection, including, but not limited to the following: 1. The OWNER and/or ENGINEER shall have full access to the operator control center prior to, during, and following all HDD operations. This shall include, but not be limited to, providing visual access to real-time operator control screens, gauges, and indicators. 2. The OWNER and/or ENGINEER shall have full access to the slurry separation plant priorto, during, and following all HDD operations. This shall include, but not be limited to, full access to shaker screens, hydrocyclones, conveyor belts, and slurry and spoil holding tanks. The ENGINEER shall be allowed to collect soil samples from the shaker screens and/or spoil holding tanks on the slurry separation plant a minimum of once per installed pipe section, and whenever changes in conditions are observed or suspected. If requested, the CONTRACTOR shall assist in the collection of these samples as directed by the ENGINEER. L. CONTRACTOR shall comply with all local noise ordinances. Sound levels in excess of these values are sufficient cause to have the Work halted until equipment can be quieted to these levels. Work stoppage for excessive noise shall not relieve the CONTRACTOR of the portions of this Specification including, but not limited to completion of all Work within specified Contract Time and Contract Price. The CONTRACTOR shall submit a Plan prior to construction identifying all noise reduction/abatement procedures. The Plan will be reviewed by the ENGINEER prior to construction. 1. If mufflers cannot achieve the necessary noise reduction, noise abatement shall be accomplished by the CONTRACTOR's installation of baffles (or other acceptable means) positioned to break line -of -sight from the noise source to affected residences and/or commercial structures. Minimum noise abatement measures shall consist of equipping all engines with hospital grade mufflers or silencers. 1.07 QUALITY ASSURANCE A. Contractor Qualifications and Experience: The Contractor shall meet the following minimum qualifications: Contractor must be licensed in the State of Florida as an underground utility Contractor for a minimum of five (5) years. The Contractor shall have at least five (5) years of demonstrated successful experience installing pipelines by the means of HDD. 3. The Contractor must have successfully completed three (3) water or sewer projects where the pipe was installed with HDD techniques, each (unless otherwise noted) meeting the following criteria. a. Minimum carrier pipe nominal diameter of at least 16 -inches. b. Minimum length of 600 linear feet in a single pull through soil. c. The carrier pipe must be high density fusible polyethylene (HDPE) pipe. Division 2 — Technical Provisions - 01025-61 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 And provide the following for each project. a. Project Description. b. Pipe -Size, Length, Material. c. Bore Length. d. Soil Types. e. OWNER's Contact Information. f. ENGINEER's Contact Information. g. Change Orders. h. Scheduled Completion Date and Actual Completion Date. 4. The Contractor will be required to employ skilled, experienced superintendent(s), equipment operator(s) and personnel throughout the project. The superintendent for this project shall have at least five (5) years of successful experience using the HDD process, with at least two (2) projects meeting the criteria identified in Paragraph 1.07A.3. 5. The HDD equipment operator for this project shall have at least five (5) years of successful experience using the HDD process, with at least one (1) project meeting the criteria identified in Paragraph 1.07A.3. B. The Contractor shall furnish resumes of the superintendent(s) and key personnel. Personnel experience records should include project names, locations, pullback lengths, ground conditions, pipe materials, project description, project Owner, Engineer, and references with names, addresses, and telephone numbers. The superintendent listed in the submittal shall be on site during all construction related activities required for the HDD installation for this project. C. Daily Logs and Records: Daily logs and records shall be maintained by the Contractor and shall include the following 1. drilling lengths, 2. location of drill head, 3. drilling fluid pressures and flow rates, 4. drilling fluid losses, 5. inadvertent returns (Frac-out), 6. drilling times required for each pipe joint, 7. any instances of retraction and re -drilling of the pilot bore or segments thereof, and 8. any other relevant observations, including any observed settlement, heave, frac-outs, or surface spills. The downhole annular drilling fluid pressures shall be measured and recorded throughout the pilot hole drilling. These records shall be maintained and provided daily to the Engineer. The position of the drill head shall be continuously tracked and recorded by a downhole tracking locator system. A plot of actual locations of the bore path shall be maintained and updated daily, or more frequently, as directed by the Engineer. These records shall be maintained and provided daily to the Engineer. D. Advance Notices and Inspections: The Contractor shall provide at least 24 hours advance written notice to the Engineer of the planned inspection of major drilling activities, including pilot bore Division 2 — Technical Provisions - 01025-62 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 launch, pre -reaming, reaming, and pipe pullback. The Contractor shall immediately notify the Engineer, in writing, when any significant problems are encountered or if ground conditions are considered by the Contractor to be materially and significantly different than those represented with the Geotechnical Report. All Work by the Contractors shall be performed in the presence of the Engineer unless Engineer grants prior written approval to perform such Work in Engineer's absence. E. Surveying Equipment and Procedures: All surveying equipment used for downhole surveying and tracking of the bore path and drill head shall be inspected and calibrated by the equipment manufacturer prior to use. Proof of this inspection and calibration shall be provided to the Engineer prior to commencement of drilling operations. PART 2 — PRODUCTS F��F �►Z:II��f►L�Id�iII �� A. The CONTRACTOR shall select drilling fluid mixture proportions to ensure continuous circulation, bore stability, reduce drag on the pipe, and completely fill the annular space between the bore and the pipe to control settlement. Management and disposal of drilling fluids shall be the CONTRACTOR's responsibility. Drilling fluids shall not be disposed of on-site or discharged to sanitary or storm sewers, or the waterways or adjacent wetlands. 2.02 DRILL PIPE A. The CONTRACTOR shall provide high quality drill pipes that have been inspected and determined to be adequate for the project requirements. Bent, racked, or fatigued drill pipes shall not be used. Threads must be in good condition. The length of each drill pipe shall be measured and recorded. 2.03 PIPE A. The CONTRACTOR shall provide and HDPE pipe in accordance with Section 3. B. The pipe thickness must conform to the most conservative design with respect to design calculations for the critical combination of internal and external pressure, pullback and bending. The carrier pipe shall meet the dimension ratio (DR -11) or greater as depicted in the design drawings. 2.04 WATER A. Testing and construction water will be provided via construction water connection as detailed on the design drawings and located on the 12" Dia. bypass connection to be installed on the existing 30" Dia. DIP watermain at the north end of the project. B. Water required for the HDD operations shall be provided by the OWNER PART 3 - EXECUTION 3.01 GENERAL A. The CONTRACTOR shall provide adequate control of surface water and drilling fluids drainage and runoff, and provide silt fences, hay bales, and wattles to prevent surface water or drilling fluids from being transported off-site. Division 2 —Technical Provisions - 01025-63 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 B. The CONTRACTOR shall not initiate HDD until all submittals as specified in Paragraph 1.05 are received, reviewed, and approved by the ENGINEER. C. The CONTRACTOR shall not initiate HDD until all required permits are obtained. Copies of all permits shall be provided to the ENGINEER prior to construction. D. It is the CONTRACTOR's responsibility to provide barricades, fencing, or other safety measures to prevent public access into Work and staging areas. 3.02 PROTECTION OF UNDERGROUND UTILITIES A. The Contract Drawings show existing buried utilities that are believed to be near the directional drill alignment. There is no guarantee that these utilities are located as shown or that other utilities are not present. It will be the CONTRACTOR's responsibility to field locate all nearby utilities or other potential subsurface obstructions that may interfere with the Work. B. The CONTRACTOR shall notify "One Call" system to request marking of utilities that subscribe to One Call, at least 72 hours (excluding Saturdays, Sundays and Legal Holidays) before excavating in any public way and shall individually notify all other known or suspected utilities to request marking of these utilities. The CONTRACTOR shall confirm that all requested locates are made prior to commencing drilling operations. CONTRACTOR shall make all diligent efforts to locate any unmarked or abandoned utilities using all available information, maps, and drawings. The CONTRACTOR shall visually confirm and stake all existing lines, cables, or other underground facilities including exposing all crossing utilities and utilities within twenty (20) feet laterally of the centerline of designed drilled path at the discretion of the ENGINEER. C. The CONTRACTOR shall control drilling practices to prevent damage to existing utilities, existing pavement and sidewalks. D. The CONTRACTOR shall make diligent effort to locate surface evidence of any other potential subsurface obstructions, such as piers and piles. E. The CONTRACTOR shall be responsible for all losses and repairs occasioned by damage to underground utilities, structures and pavement/sidewalks resulting from drilling operations. 3.03 WORK STAGING AREA A. Barricades, Warning Signs, and Lights: The CONTRACTOR shall, in accordance with FDOT Standards erect appropriate barriers, warning lights, and signs, painted with approved colors, warnings, and graphics to ensure adequate warnings to personnel and the public. B. Combustible Materials: Combustible materials (fuel, oil, lubricants, etc.) shall be stored off-site or in a well -ventilated storage facility removed from the immediate vicinity of the drilling area by at least twenty (20) feet. C. Construction Impacts: The CONTRACTOR shall maintain the Work area in a manner that shall minimize adverse impacts on other public use activities. The CONTRACTOR shall proceed with Work in a safe, orderly manner, while maintaining the Work site free of debris and unnecessary equipment and materials. D. Control of Drilling Fluids: The CONTRACTOR shall follow all requirements of the Inadvertent Return (Frac-Out) and Surface Spill Contingency Plan as submitted and approved and shall control operational pressures, drilling mud weights, drilling speeds, and any other operational factors required to avoid hydrofracture fluid losses to formations, and control drilling fluid spillage. This Division 2 — Technical Provisions - 01025-64 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SC0P)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 includes any spillages or returns at entry and exit locations or at any intermediate point. All inadvertent returns (Frac-Outs) or spills shall be promptly contained and cleaned up by the CONTRACTOR. The CONTRACTOR shall maintain on-site mobile spoil removal equipment during all drilling, pre -reaming, reaming, and pullback operations and shall be capable of quickly removing spoils. The CONTRACTOR shall immediately notify ENGINEER of any inadvertent returns (Frac-Outs) or spills and immediately contain and clean up the return or spill. E. Removal of Temporary Facilities: At the completion of construction, the CONTRACTOR shall remove all temporary facilities installed by the CONTRACTOR. Unused soil, aggregate, and other materials shall be removed and disposed of at approved sites in accordance with Federal, State, and Local regulations. Any damage to streets, lawns, common areas, and sidewalks shall be restored to original or better conditions. All disturbed areas shall be re -vegetated. G. Temporary Lighting: The CONTRACTOR shall procure and maintain all temporary lighting needed for CONTRACTOR's operations, safety, testing, and inspection. Temporary lighting shall be removed immediately after completion of construction. H. Work Staging: The CONTRACTOR shall limit staging and Work operations to the areas shown on the Contract Drawings, or as otherwise accepted in writing by the ENGINEER and all necessary approvals and permits for storage of equipment and materials, parking, drilling and other Work. I. Pipe Layout Staging Areas: 1. The Contractor shall visit and fully evaluate the proposed work areas prior to submitting a bid for this work. 2. CONTRACTOR is responsible for securing all necessary permits and approvals for the use of the temporary staging area layout of the pipe. All costs associated with this shall be included in the CONTRACTOR's bid price. 3.04 MOBILIZATION A. The CONTRACTOR shall mobilize all equipment, materials, and personnel necessary to construct the casing and carrier pipes using the HDD process at the locations shown in the Contract Drawings. 1. Entry Area: The CONTRACTOR shall set up temporary workspace within the areas delineated on the Contract Drawings. Appropriate precautions and measures shall be employed by the CONTRACTOR to prevent erosion, surface drainage, and spillage of drilling fluids or other materials that could adversely impact the environmental quality of the site. Silt fences, hay wattles, and hay bales shall be used to line the Work area to minimize erosion and contain any spillage or runoff. Shovels, brooms, buckets, and barrels shall be kept on-site to facilitate containment and cleanup. A vacuum truck or trailer unit will be on standby and capable of responding within one hour to any spill or inadvertent return incident. 2. Exit Area: The exit area shall have appropriate precautions and measures for containing drilling fluids and cuttings. The CONTRACTOR shall use appropriate methods to minimize erosion and runoff. Containment and cleanup equipment shall be available to contain and clean up any surface spills and frac-outs. 3. Pipe Layout Area: Layout area shall be free of stones, wood, debris, and obstructions. Pipe rollers shall be provided by the CONTRACTOR during the fusion process to facilitate pipe fusion and pullback. The pipe layout area may not allow the entire length to be fused in a single length before start of pull -in. CONTRACTOR will plan work accordingly. Division 2 — Technical Provisions - 01025-65 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 3.05 HORIZONTAL DIRECTIONAL DRILLING A. Drill Rig Capacity: The capacity of the directional drilling system used by the CONTRACTOR shall be adequate to install the specified pipes. Pump Capacity: The pumps used by the CONTRACTOR shall be adequate to supply the required flow rate and pressures at the anticipated drilling fluid viscosity at all times. Drilling speeds shall not exceed pump capacity. Drilling speeds shall be monitored continuously during HDD operations. C. Bore Tracking and Monitoring: At all times during the pilot bore the CONTRACTOR shall provide and maintain a bore tracking system that is capable of accurately locating the position of the drill head in the x, y, and z axes. The CONTRACTOR shall record these data at least once per drill pipe length or every thirty (30) feet, whichever is less. 1. Downhole and Surface Grid Tracking System: CONTRACTOR shall monitor and record x, y, and z coordinates relative to an established surface survey benchmark from downhole survey data. The data shall be continuously monitored and recorded at least once per drill pipe length. 2. Deviations between the recorded and design bore path shall be calculated and reported on the daily log. If the deviations exceed tolerances specified, such occurrences shall be reported immediately to the ENGINEER. The CONTRACTOR shall undertake all necessary measures to correct deviations and return to design line and grade. 3. Drilling Fluid Pressures and Flow Rates: Drilling fluid pressures and flow rates shall be continuously monitored and recorded by the CONTRACTOR. The pressure shall be monitored at the pump. These measurements shall be made during pilot bore drilling, reaming, and pullback operations. 4. Drilling Speeds: Maximum allowable drilling speeds shall be calculated by the CONTRACTOR for pilot boring and each reaming pass and shall not be exceeded for pilot boring or reaming passes. Measurements shall be taken every thirty (30) feet or thirty (30) minutes, whichever is more frequent. 5. Drilling Fluid Viscosity and Density (Mud Weight): The CONTRACTOR shall measure and record drilling fluid viscosity and density at least three (3) times per shift or at least once per 200 feet of drilled and reamed length, whichever is more frequent with at least two (2) hours between readings, using calibrated Marsh funnel and mud balance. These measurements shall be included in daily logs submitted to the ENGINEER. The CONTRACTOR shall document modifications to the drilling fluids, by noting the types and quantities of drilling fluid additives and the dates and times when introduced. The reason for the addition of drilling fluid additives or other modifications shall be documented and reported. D. Location of Entry and Exit Points: Entry and exit points shall be as shown on the Contract Drawings, unless otherwise approved in writing by the ENGINEER or as shown on the approved HDD Work Plan. The CONTRACTOR shall employ experienced licensed surveyors registered in the state of Florida to locate the entry and exit points, and to establish horizontal and vertical datum for the bore and the pipe layout and fabrication areas. Entry and Exit Angles: Drill entry and exit angles shall be as shown on the Contract Drawings, unless otherwise approved in writing by the ENGINEER. F. Pilot Bore: The pilot bore shall follow the design path of the bore shown on the Contract Drawings. 1. Horizontal and Vertical Tolerances: Horizontal and vertical deviations shall be less than plus or minus two (2) feet from the design path centerline. The CONTRACTOR shall continuously monitor Division 2 — Technical Provisions - 01025-66 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 horizontal and vertical position and record the position at least once per drill pipe length, or at thirty (30) feet, whichever is less. 2. Radius of Curvature: The radius of curvature shall not be less than that shown on the Contract Drawings. The radius of curvature shall be calculated over the distance of three (3) drill pipe sections. Entry and Exit Tolerances: The location of the entry and exit points shall be in accordance with the approved HDD Work Plan. The CONTRACTOR shall be solely responsible for all Work necessary to correct excessive deviations from line and grade, including redrilling, redesigning connections, and acquiring additional easement, at no additional cost to the OWNER and without schedule extension. G. Pre -reaming and Reaming: The pilot bore shall be pre -reamed and reamed using equipment and methods submitted by the CONTRACTOR. The CONTRACTOR shall completely pre -ream the bore to the final diameter prior to pullback. H. Hydrostatic Pretest: CONTRACTOR shall perform a low hydrostatic water pressure test per Section 1. Test shall be at a reduced pressure (Minimum 50 psig) prior to pipe pullback. I. Pipe Pullback: 1. A final swabbing of the bore path prior to pipe pullback is required, unless otherwise approved by the ENGINEER prior to the start of drilling operations, pipe pullback of new pipe without prior swabbing of the bore path to the furnished bore path inside diameter will not be permitted. The pipe shall be installed by pulling it into the reamed bore path in a continuous operation, behind a final reaming tool selected by the CONTRACTOR. 2. The pipe shall be isolated from excessive torsional and axial stresses by a swivel device. 3. All measurements shall be made, recorded, and submitted on the daily logs during final reaming and pipe pullback. 4. Pulling Loads: The maximum pull (axial tension force) exerted on the carrier pipeline shall be measured continuously in the control center and at the pulling head and limited to the maximum allowed by the pipe Manufacturer so that the pipe or joints are not overstressed. A factor of safety over the maximum allowable is not required. 5. Pipeline Support: The pipelines shall be adequately supported during installation so as to prevent overstressing or buckling. The CONTRACTOR shall provide adequate support/rollers along the stringing area to support the required length of the carrier pipe for each bore. Such support/rollers shall be spaced according to the pipe supplier, and the rollers be comprised of a non-abrasive material arranged in a manner to provide support to the bottom and bottom quarter points of the pipeline allowing for free movement of the pipeline during pullback. The pipe layout area shall be cleared of all large stones, construction debris, or other foreign objects that could damage the piping during pullback. 6. The pipe shall have ballast during pullback (filled with water). The leading end of the pipe shall be closed during the pullback operation, in accordance with the pipe supplier's recommendations. A pulling head shall be used that is rated at the allowable pull force capability of the pipe section being installed, in accordance with the pipe supplier's recommendations. 8. Each length of pipe shall be inspected and cleaned as necessary to be free of debris immediately before joining. Division 2 —Technical Provisions - 01025-67 FAPublic Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 9. Two separate and complete runs of tracer wire will be attached to the leading end of the pipe pulling head and shall extend the full length of the installed pipe. No mid span splices will be permitted. Tracer wire and continuity testing shall be in accordance with IRCDUS construction standards and specifications. 10. The CONTRACTOR shall at all times handle the pipe in a manner that does not overstress or otherwise damage the pipe. Vertical and horizontal curves shall be limited to manufacturer's recommended bend radius so that wall stresses do not exceed the allowable bending radius as recommended by the pipe supplier. If the pipe is buckled or otherwise damaged due to CONTRACTOR's acts or omissions, the damaged section shall be removed and replaced by the CONTRACTOR at his expense. The CONTRACTOR shall take appropriate steps during pullback to ensure that the carrier pipe and tracer wires will be installed without damage. 11. If the pipe has mid -welds, the CONTRACTOR shall engage the pipe supplier to provide a fusion technician to ensure Quality Assurance and Quality Control (QA/QC) of the mid -welds during the pullback operation. 12. The CONTRACTOR shall monitor and inspect pipe rollers and method for suspending pipe at entry during the pullback operation to avoid damage to the pipe. 13. The CONTRACTOR shall cease operations if the pipe is damaged and shall remove the pipe from the bore and repair the pipe using the Manufacturer's recommended procedure or replace the damaged pipe before resuming installation. 14. Damage to the pipe resulting from installation or contact grouting is the responsibility of the CONTRACTOR, including costs for replacement and labor and materials at no cost to the OWNER. To confirm no damage to the pipe, upon completing of pullback and grouting, the CONTRACTOR shall perform the following test on the completed pipeline. a. A mandrel or pig, one inch less in diameter than the internal diameter (including fusion beads) of the product pipe, which is capable of allowing water to pass through it, complete with a pulling cable on either side of mandrel or pig, shall be pulled through the entire length of the pipeline. If the pig or mandrel cannot pass through the pipe, it shall be considered collapsed and damaged and the CONTRACTOR shall be responsible for replacement of the carrier pipe and all costs associated with the replacement. Check Manufacturer's tolerance and fuse bead size. 15. After the casing pipe is completely pulled through the bore, a sufficient period as recommended by the pipe Manufacturer shall be provided before the final pipe tie-in. 16. Final Hydrostatic Test: The CONTRACTOR shall conduct a final hydrostatic test of the installed pipeline. Final test shall be in accordance with Section 3. The CONTRACTOR shall repair any defects discovered during the test, and repeat until the pipe passes the test. 17. Upon completion of the installation and successful pressure testing of the directional bore and ancillary piping, CONTRACTOR shall provide bacteriological testing of the main in accordance with FDEP standards for certification. Obstructions: The CONTRACTOR shall notify the ENGINEER immediately in the event that any obstruction is encountered that prevents further advancement of the drill pipe, or pullback of the pre -reamer, reamer, and/or pipe. The CONTRACTOR shall make all diligent and reasonable efforts to advance past the object by drilling slowly through the object, pulling back, and drilling along a new bore path that avoids the object, or excavating and exposing and removing the object, and all other reasonable attempts to continue the bore. The CONTRACTOR shall notify the ENGINEER or proposed measures to attempt to advance past the object, prior to initiating the attempt. If the CONTRACTOR attempts to pullback and re -drill, the CONTRACTOR shall adhere to line and grade tolerances Division 2 —Technical Provisions - 01025-68 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 established in this Specification section, unless the ENGINEER approves variance, in writing, prior to the CONTRACTOR's attempt to re -drill. The CONTRACTOR and ENGINEER shall investigate the cause and together determine an appropriate response. Appropriate response may include revisions to equipment or methods, retraction and re -drilling of a portion of the bore, or abandonment of the hole. If abandonment is deemed necessary, the CONTRACTOR shall recover, to the extent practicable, any drill pipe, product pipe, and tools in the bore, and properly abandon the bore by contact grouting unless otherwise directed in writing by the ENGINEER. If the bore is abandoned, the CONTRACTOR shall be allowed to begin a second attempt to install the pipeline at an alternate location subject to approval, in writing, by the ENGINEER. The CONTRACTOR shall take all reasonable actions to complete the installation with minimal delays. The extra costs and payments associated with encountering a confirmed obstruction shall be negotiated between the Owner and Contractor, based on reasonable time and materials. L. Site Restoration and Demobilization: The CONTRACTOR shall remove all equipment, materials, drilling fluids, muck, waste, and debris from the site and restore the site to its original condition upon completion of the installation. Restoration and demobilization shall be completed by the CONTRACTOR within seven (7) calendar days of the completion of the pipeline installation. * * END OF SECTION * * Division 2 —Technical Provisions - 01025-69 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 SECTION - 18 Approved Manufacturers' Products List Air Release Valves — Sewer • A.R.I. Air Release Valves — Water • APCO • A.R.I. • GA Industries • Val -Matic Backflow Preventer (RPZ) and Double Detector Check Valves with RPZ Assembly • AMES Fire and Waterworks -Silver Bullet Series • FEBCO • Watts • Wilkins Blow -Off Valves • John C. Kupferle Foundry Co. — Model Eclipse #85 or approved equal Bronze Gate Valves • American Valve Inc. • East Jordan • NIBCO • Red -White Valve Corp. • United Brass Works Casing Spacers/Insulators • APS- Advance Product &Systems • Cascade Waterworks Mfg. • GPT • Raci North America Check Valves- Weight & Lever Resilient Seat • American Darling • Clow Valve Company • Kennedy Valve • M&H Valve • Mueller Co. • Val -Matic Corporation Stops • A.Y. McDonald Mfg. Co • The Ford Meter Box Co. Inc. - FB1100 x G -NL Style, FB1700 • Mueller Co. Part #'s H-15028 & H10046 Couplings • EBAA-Iron • Krausz-HYMAX • Smith -Blair (Pump Stations EZ with Seal and Restraint) • Wal -Rich Dresser"' Pipeline Solutions Curb Stops • The Ford Meter Box Co. Inc. - KV43-342WG, KV43444WG, BA43342WG, BA43444WG, B41666WG, B41777WG, BFA43-666WG *& BFA43777WG • AY McDonald: (Equal to Ford Part Numbers) Division 2 —Technical Provisions - 01025-70 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to LIS -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 • Mueller: (Equal to Ford Part Numbers) Ductile Iron Pipe Water: Cement Lined Class 350/50 Sewer/Force Main: Protecto 401 Lines Class 350/50 • American • Clow Valve Co. • Griffin Pipe Products Co. • McWane • U.S. Pipe Ductile Iron Fittings Water: Cement Lined Class 350/50 Sewer/Force Main: Protecto 401 Lines Class 350/50 • American Valve • Clow • McWane Ductile • Star Pipe Products • Tyler • U.S. Pipe Electrical Equipment as listed or approved equal • Crouse -Hinds 1. Cable Connectors "CGB" Series 2. Emergency Power Receptacle — 3W, No. AR1042-S22 with AR610 Panel Adaptor for pumps less than 25hp, AR2042-S22 with AR610 Panel Adaptor for pumps greater than 25hp • Eagle Signal Bulletin 705 1. HK series Elapsed Timer Meter • Square D 1. Unfused Safety Switch 2. Thermal Magnetic Air Circuit Breaker 3. Magnetic Motor Starter 4. Reduced Voltage Motor Starter 5. Pump Mode Selector Switch 6. Indicator Lamps Fire Hydrants 5 %" Valve Opening • Clow— Medallion F2545 • East Jordan Iron Works — Part no. 5CD250 • Mueller -Centurion 250 Generator Sets 1000 KW or Greater • Caterpillar • Cummins/Onan Division 2—Technical Provisions - 01025-71 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\B1ds\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 • Detroit Diesel 1000 KW or Less • Atlas-Copco • Katolight • Kohler Power • Tradewinds Power • Winco Lift Station Access Door • Bilco — Type J -AL Single Leaf with Stairless Steel Hardware -Waterproof • Halliday Products — Single Leaf with Stainless Steel Hardware -Waterproof Lift Station Control Panels • ECS (Economy Control Systems, Jacksonville, FL) Lift Station Joint Sealer • Marbri Supply Co. 1. Embeco 636 Grout 2. Embeco 885 Grout Lift Station and Manhole Sealant and Coatings • Pro -Tech EW -1 Water Base Epoxy • CANUSA WRAPID SEAL Lift Station Submersible Pumps • ABS Pump - If a grinder pump is proposed, only ABS type grinder pumps under 5.0 hp are permitted. ABS V2 Pirana Grinder Pumps are not permitted • Xylem Flygt. Lift Station Valve Pit Access Door • Bilco • Halliday Products Lift Station Valve Pit Quick Disconnect • Kamloc Male Kwik Disconnect • Kamloc Coupler 4" Lift Station Valve Pit Safety Grate • Halliday Products • Bilco Line Setter for Meter Boxes 6" — Part # Retro-2BVBHH-NL 5/8" X 3/4" Meter Retrosetter 12" — Part # VHH42-12W-NL 5/8" X 3/4" Meter Retrosetter No Lead 3/4" Key Valve Division 2 — Technical Provisions - 01025-72 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 By Dual Check Valve • Ford Meter Box Marker Balls Electronic • 3M —Water 3M 14O3XR, Sewer 3M 14O4XR Manhole Frames and Covers • U. S. Foundry— Drawing No. 420-C • PAM —Pamrex Hinged Manhole Cover and Frame Manholes Flexible Plastic Gaskets • Press Seal Gasket Corp • Ram-Nek Manhole and Lift Station Linings • AP/M Permaform • Associated Fiberglass Enterprises • GU Florida • LF Manufacturing Co. Inc. Manhole Pipe Connection (Boot) • Kor-N-Seal —Neoprene Boot with Stainless Steel Accessories • PBX (Press Seal Gasket Corp) Manhole Watertight Rain Guard Boot • LF Manufacturing Co. Inc. • Parson Environmental Products Mechanical Joint Restraints • EBAA—Megalugs and Bell Restraints • SIGMA Corp • Star Pipe Products • U.S. Pipe — Field Lock Gaskets Meter Boxes Polymer Concrete & Fiberglass sizes 11"X18", 13"X24", 17"X30", 24"X36" • CDR Systems Corp. • GlasMasters, Pre -Plumbed Box • Hubbell Meters for Sewer Force Mains and Reuse Mains • Mag -Meter (on a case by case basis) • The Abb Group/Fisher Porter PE Pipe & Tubing 3/4"to 2" SDR 9 CTS 3" to 48" DR11 DIPS Division 2 — Technical Provisions - 01025-73 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 • Chevron -Phillips • Flying W Plastics Inc. • JM Eagle • Municiplex • Polypipe Plus Valves • Clow Valve Co • DeZurik-Series 100 • Henry Pratt Co. • Kennedy Valve • M&H Valve Co. • Val -Matic -Series 1500 PVC Pipe & Fittings Water/Force Main - DR18 C9OO/C9O9 (for Fittings, see Ductile Iron Fittings on Page 18-2) Sewer - SDR 26 3034 (for Fittings, see Sewer Fittings ASTM D-3034 on Page 18-7) • Diamond Plastics • ETI Pipe and Supply • Freedom Plastics • J -M Manufacturing Co. Inc. • National Pipe and Plastic • North American Pipe Corp. Reduce Pressure Backflow Preventer Assembly • AMES Fire and Waterworks - 40OSS & 4OOOSS • Wilkins —Part No. 975 • FEBCO- Part No. LF825Y • Watts — Part No. LF9O9 Remote Telemetry Unit • DataFlow Systems Inc. - Model TAC II telemetry unit, complete with Model PCU -001 pump control module, BPR backpack radio/TAC pack, power supply with battery backup, Model RTU -03 enclosure, cable and antenna Resilient Seat Gate Valves • American Flow Control • Clow Valve Co. • Kennedy Valve • M&H Valve Co. • Mueller Co. Service Saddles -Stainless Steel Straps • The Ford Meter Box Co. • JCM Industries • Romac Industries Inc. Division 2 — Technical Provisions - 01025-74 F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 - Technical Provisions, IRC -1639 Sewer Fittings ASTM D-3034 • The Harrington Corp./HARCO • Multi Fittings • Royal Building Products Sleeve Type Couplings • The Ford Meter Box Co. • Smith -Blair - Style 413 • JCM Industries Tapping Sleeves- Stainless Steel • The Ford Meter Box Co. — Style FTSS • JCM Industries- Model 432 • Smith-Blair—Style 663 • Romac Industries Inc. Tie Rods All tie rods shall be stainless steel all -thread rods Trace Wire Covering • King Innovation —Dryconn Weatherproof Connectors • SKRINK WRAP • 3M-ScotchKote Weatherproofing Compound • 3M- Scotch 33 tape Trace Wire Port • Snake Pit (Cast Iron Cover) Valve Boxes (Domestic Heavy Duty) • East Jordan Iron Works — Long Throat Lid General Foundries Inc • Russell • Star Pipe Products • Tyler Union • U. S. Foundry Valve Name Plate • LF Mfg. Co • Shiedow Bronze Corp. • Wager Co. [The remainder of this page was left blank intentionally] Division 2 — Technical Provisions - 01025-75 F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx Division 2 -Technical Provisions, IRC -1639 SECTION –1050 TO 1080 – WATERMAIN RELOCATION, cont. The work specified in these items shall conform to Indian River County Department of Utility Services Standards and Specifications. Item of Payment Payment for the work specified in this item shall be made under: 1050-31-206 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (6") Per Linear Foot 1050-31-208 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (8") Per Linear Foot 1050-31-212 UTILITY PIPE (F&I) (PVC) (WATER MAIN) (12") Per Linear Foot 1050-42-214 UTILITY PIPE (F&I) (HDPE, DR 11) (WATER MAIN) (14") LF Per Linear Foot 1055-51-112 UTILITY FITTING (F&I) (45 DEGREE BEND) (WATER MAIN) (12") Per Each 1055-51-206 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X6") Per Each 1055-51-208 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (8"X8") Per Each 1055-51-208A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X8") Per Each 1055-51-212 UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (6"X12") Per Each 1055-51-212A UTILITY FITTING (F&I) (TEE) (DI) (WATER MAIN) (8"X12") Per Each 1055-51-308 UTILITY FITTING (F&I) (REDUCER) (DI) (WATER MAIN) (6"X8") Per Each 1055-51-410 UTILITY FITTING - 12"x14" PVC/HDPE TRANSITION COUPLING Per Each 1055-51-508 UTILITY FITTING (F&I) (CAP) (DI) (8") (WATER MAIN) Per Each 1060-11-222A UTILITY STRUCTURE AND MANHOLE - BELOW GROUND W/ ARV (<80 CF) (9.1'-12') Per Each 1080-11-499 UTILITY FIXTURE (F&I) (TEMPORARY JUMPER CONNECTION) (2") Per Each 1080-24-406 UTILITY FIXTURE (RELOCATE) (VALVE ASSEMBLY) (WATER MAIN) (6") Per Each 1080-24-108 UTILITY FIXTURE (F&I) (VALVE ASSEMBLY) (WATER MAIN) (8") Per Each 1080-24-112 UTILITY FIXTURE (F&I) (VALVE ASSEMBLY) (WATER MAIN) (12") Per Each 1080-32-106 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (6") Per Each 1080-32-108 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (8") Per Each 1080-32-112 UTILITY FIXTURE (F&I) (SAMPLE POINT) (WATER MAIN) (12") Per Each +++ END OF SECTION+++ SECTION 1644-800 - FIRE HYDRANT (RELOCATION) The work to be performed for utility work 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. Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 1644-136-08 – Fire Hydrant (F&I) (3 WAY) (2 HOSE, 1 PUMPER) 6" - Per Each Division 2 —Technical Provisions - 01025-76 F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\t-Admin\Bids\Bid Documents - Advertisement\DIV 2 TECHNICAL PROVISIONS - IRC-1639.docx APPENDIX A PERMITS Indian River Farms Water Control District Permit No. 20-22 Permit No. U-22-09 FDEP General Permit Permit No. 0039206-1036-DSGP St. Johns River Water Management District Permit No. 167165-1 & Wetland Credits Appendix A -Permits F:\Public Works\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\l-Admin\Bids\Bid Documents\D RAFTW PPENDIX.docx Page 1 INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772)562-2141 Date: No. -2 0 .- Z 2 - A. Applicant Information: Name: Indian River County Address: 180127th Street, Bldg A Vero Beach FL 32960 Authorized Agent and Title: Richard Szpyrka, Public Works Director Telephone Number: 772-226-1234 B. Proposed Connection or Use: (check appropriate box or boxes) NON-REFUNDABLE i31 Culvert connection to District canal for irrigation or drainage $100.00 O Pump connection to District canal for irrigation or drainage $300.00 0 Culvert and/or control structure in District canal for crossing and/or water storage $200.00 0 Other (specify) $100.00 C• Location: Tract , Section 14§Township 32S , Range 39E , Canal No, G-4 Other appropriate description: Property I.D. Parcel No.: _ Attach drawing to show details (include acreage to be served). D. Details of proposed Construction: (Give diameter and length of culvert; diameter and rated capacity of pump; height and width of riser or other details on water control structure,) Please refer to attached summary. E. Special Conditions: (for District use only) si:"tc' A'"AC1.4r-O i.,5': F Estimated Date of Construction Commencement: 1/1/2021 Estimated Date of Construction Completion: 1/1/2022 G. As the Applicant for permit, I do understand and agree that: 1. The use of, or construction within, the right-of-way of the Indian River Farms Water Control District will be in accordance with the details of the approved sketch and/or permit conditions shown hereon, supporting this application; and if any changes are required, same will be cleared with the District. (Connti7on Reverse reof) Signed: Date — ! Z© pplicant ---------------rs-- _------------------ Application approved by: Application approved by: Date of approval: Expiration Date of this approved application: for Carter Associates, Inc., Engineer for District PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS. SET FORTH ON THE REVERSE HEREOF. Pg. 2 Initial: G. (continued) 2. I accept full responsibility for any erosion to or shoaling in the District's canal or levee due to my work and I shall remove 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 thrther 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 ]ands to be benefited by this request are, or may be, subject to flooding during periods of high water due to heavy rains or other acts of Cod, and that the permit will be accepted subject to this possibility which is recognized not to be within the control of the District. 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-lct to a third party and any transfer of Permittee's property abutting District's property or right-of-way shall ipso facto and without move, cancel, nullify and revoke this Permit. 3. This Permit 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 Permittee. 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 Permittee 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 may be required by District, protecting the interests of District and naming District as an additional insured. 5. The District may, on thirty days' written notice to Permittee, require removal and/or alteration of any installation or construction on District right-of-way. 6. Any construction on District right-of-way or property and clean up shall be completed promptly by Permittee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7. Permittee shall advise District's office prior to commencement and upon completion of all construction. (772-562-214 1 ) 8. Permittee sba]] not discharge any pollutants, contaminants or deleterious materials into water or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow 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 same 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 Permittce'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 damages proximately resulting from its interference 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, 12. An as-built/location certification of all culvert/structure installations within the District's canals/right-of-way shall 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 certification is not received within thirty days of installation, the District will either have certification completed at owner/applicants expense OTorder removal of the installation. By initialing and dating this page I am agreeing to all standard and special provisos: Initial: Date: SPECIAL CONDITIONS FOR PERMIT NO. 20-22 FOR INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT PROPOSED RESURFACING OF PORTIONS OF 69TH STREET BETWEEN 66TH AVENUE AND U.S. HIGHWAY NO. 1, LOCATED IN SECTION 3,4 & 5, TOWNSHIP 32 SOUTH, RANGE 39 EAST (1) This permit is issued based on plans entitled, "Roadway Contract Plans — 691h Street from 661h Avenue to SR 5/U.S. 1 Resurfacing, Indian River County Project No. 1639, F.D.O.T. Project No. 438073-1-54-01", prepared by Kimley-Horn, signed and sealed by Brian A. Good, P.E. and dated February 24, 2020. (2) The Contractor shall coordinate and obtain approval from Indian River Farms Water Control District for any water dams, earthen berms, etc., or other works within the Indian River Farms Water Control District canal system prior to construction/installation. (3) The Contractor shall be responsible for restoration of disturbed canal bank and adjacent maintenance berm and for removal and stabilization of any sediment within canal resulting from project construction. (4) Canal maintenance equipment access has to occur along south shoulder of 69th Street and north berm of existing canal lying south of and adjacent to 69th Street. In areas requiring fill in the canal maintenance access areas, the canal bank slope of proposed fill should replicate the existing canal bank slope and not exceed a maximum 2:1 slope. All fill sections within canal maintenance access area shall be compacted and stabilized to withstand heavy canal maintenance equipment traffic loading in all weather conditions. (5) Per Indian River Farms Water Control District's Water Control Plan, the Sub - lateral A -13-E (691h Street) Canal provides primary drainage for all tracts/parcels of land lying within 1/4 mile north and south of said canal. In addition to existing drainage structures under 69th Street into adjacent Sub -lateral A -13-E Canal, the District retains the right to grant future permits to landowners north of 69th Street for drainage connection to said canal. JAMEC\SPEC COND-PROVISOS\2020 Permits\irfivcd-spec Gond permit 20-22.doc - I - O'HA1RE & QUINN, CHARTERED - Artonwys CARTER ASSOCIATES • Sumtrors & Engineers INDIAN RIVER FARMS NATER CONTROL DISTRICT 7305 4th Street VERO BEACH, FLORIDA 32968 Phone: (772) 562-2141 Fax: (772) 562-2532 DAVID E. GUNTER 5ccrerary-Treasurer February 23, 2022 Richard Szpyrka Indian River County 1801 27th street Bldg. A Vero Beach, F1 32960 Re: Permit # 20-22 Dear Richard: Board of Sup wifm WILLIAM H. BARKER BOBBY LINDSEY MARK TRIPSON Please accept this letter as an approval for an extension of the above named permit with special conditions until February 23, 2023. Permit is also subject to approval with Florida Department of Transportation as stated in the special conditions. Please attach this letter to the original permit_ If you have any questions or need any additional information, please do not hesitate to contact our office. Sin r , aine A. Mercado Administrative Assistant cc: Marvin Carter, Carter Associates, Inc INDIAN RIVER FARMS WATER CONTROL DISTRICT 7305 4th Street Vero Beach, Florida 32968 (772) 562-2141 APPLICATION FOR UTILITY CONSTRUCTION PERMIT Date: 1213/2021 No. v - Z Z - G A. Applicant Information: Utility Owner: Indian River County Address: Vero Beach, Fl 32960 Authorized Agent and Title: John M. Boyer, P.E., Utilities Engineer Telephone Number: 772-226-1823 B. Project Information: Location: Tract 2EN 8 ' Section 4 , Township 3 2- , Range 39 Canal No.G Tract . Section . Township , Range . Canal No. Other appropriate description: Lateral G at 69th Street Attach drawing to show details. Type of Utility: (Check appropriate box) 13 Electric ❑ Gas Telephone 0 Cable Television ® Other (specify) IRC Water Main Nature of Proposed Work: (Check appropriate box or boxes) 0 Crossing of canal or right-of-way ❑ Pole in right-of-way (used for aerial crossings only) ❑ Guy wire and anchor 0 Line within and parallel to canal or right-of-way ❑Above -ground facility (other than shown above) or having less than 30 inches of cover Description of Proposed Work: Horizontal directional drill of 14" HDPE water main under Lateral 'G' Canal Date of Construction Commencement: 9/1/2022 Date of Construction Completion: 12/1/2022 C. Applications Fee and Use Fee: $ (submit fees with this application in accordance with the fee schedule outlined in the District's "Instructions and Regulations Governing Applications for Utility Construction Permits.") NON-REFUNDABLE D. Special Conditions: (for District use only) .JEI" ^—rl-^CHE-0 L1s: 417 F- Soe-r/a;[t- <'ss.-10�(%i�3. It is understood that this application, if approved, is valid only until Z ` to - 2-2.3 and that the applicant agrees to abide by the conditions and provisions contained in the Permit to be issued by the District upon satisfactory completion and inspection of work.//f � John K Borer, PZ.o=inrllan Ffiwr _21 / --�-� County Rept. of UnYity Services. [//��'w"" // owUtilitieseEng�rteer, i Submitted by: V ��1 2tiZ}9Nq 73155 as gSBB Signature John M. Boyer, P.E.. Utilities Engineer Ld _ n ,,t - Type Name and Title Application approved by: %- For the Date of Approval: _ River Farms Water Control District 2—!0 - 2o2 -Z PERMISSION, WHEN GRANTED, WILL BE SUBJECT TO THE STANDARD PROVISOS SET FORTH ON THE REVERSE HEREOF 1 of 3 Pg. 2 Initial; [n.bM k.att,e. P E. JJJJ// r-wHXSiin Eng ttr. STANDARD PROVISOS t032A>.PJ 135255 45'OP 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. The Permit may not be assigned or sub -let to a third party and any transfer of Permittee's property abutting District's property or right-of-way shall, ipso facto and without move, cancel, nullify and revoke this Permit. 3. This Permit 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 Permittee, 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 Permittee 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 f District, provide to District evidence, satisfactory to District, of liability insurance coverage in amounts and with companies as may be required by District, protecting the interests of District and naming District as an additionai insured. S. The District may, on thirty days' written notice to Permittee, require removal and/or alteration of any installation or construction on District right-of-way. 6. Any construction on District right-of-way or property and cleanup shall be completed promptly by Permittee and in a workmanlike manner with minimum disturbance to existing berm, channel slopes and grade with proper restoration and planting of any disturbed areas to prevent erosion within ten days after completion of construction or installation. 7. Permittee shall advise District's office prior to commencement and upon completion of all construction (772- 562-2141). 8. Permittee shall not discharge any pollutants, contaminants or deleterious materials into waters or structures owned or maintained by, or subject to the jurisdiction of District, nor permit anything to obstruct the flow of water, and shall save the hold District harmless from any expense, loss or damage to District or others by any such discharge or obstruction, remedying or removing the same immediately upon request of District. 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 Permittee's use of District facilities. 10. Applicant is cautioned that electrical, water and sewer or other installations or utilities 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 damages proximately resulting from its interference 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 Page 1 hereof, and does not convey any other right, title or interest of the District in the subject right-of-way property. By signing, initialing and dating this application, I am agreeing to all standard and special provisos. —John KS -M, PE..=Indbn Fb-,C..y DePt aR-J Utifd@1nm *m c- Sties En9ine¢c email=JboyerCatrmov.com,c<,75 202207 D7 1354:24-M W Initial: Date: 2of3 SPECIAL CONDITIONS FOR PERMIT NO. U-22-09 FOR PROPOSED INDIAN RIVER COUNTY UTILITIES SERVICES TO DIRECT BORE A 14" WATER MAIN UNDER EXISTING 96" R.C.P. CULVERT UNDER 69TH STREET (NORTH WINTER BEACH ROAD) IN LATERAL "G" CANAL LOCATED IN NORTH RIGHT-OF-WAY OF SAID 69TH STREET (1) This permit is issued based on plans (Sheets 145 and 151) entitled, "Roadway Contract Plans — 69'" Street From 6e Avenue to SR 5/US-1, Resurfacing, IRC Project No. 1639, FDOT Project No. 438073-1-54-01", prepared by Kimley Horn, permit plans dated January 2022 (2) Proposed 14" H.D.P.E. water main to be installed by directional bore, a minimum of five (5) feet below bottom of existing 96" R.C.P. culvert in Lateral "G" Canal. (3) A certified "As -built" record drawing of the horizontal and vertical location of the installed water main, within the right-of-way of the said canal, shall be provided to the District within thirty (30) days of installation. Note: the vertical location of installed water main shall be an accurate plotted profile of the bore log referenced to N.G.V.D. and N.A.V.D. elevations at top of installed water main at both ends of bore section. The vertical location profile shall also show the invert, size and type of culvert, or cross-section of open canal at the location of water main crossing within the canal right-of-way. (4) The Applicant/Permittee is hereby cautioned that other permitted utilities and/or improvements exist in the general area of subject proposed water main installation area. Applicant/Permittee shall be liable for damages to any existing permitted structures or utilities resulting from the installation of proposed water main. (See Standard Provisos No. 10). (5) Applicant/Permittee shall be fully aware of the standard provisos and special conditions of this permit and shall provide a copy of said permit, together with said standard provisos and special conditions, to Contractor performing the installation of proposed water main. (6) Contractor shall advise the District (Phone: 772-562-2141) in advance of commencement, and upon completion, of construction within the District's right- of-way. 1:.MECISPEC COND-PROVISOM2022 Pennitslirfwcd-spec Gond permit U-22-09.doc - I . January 14, 2022 FLORIDA DEPARTMENT OF RonDe Governor Environmental Protection Jeanette Nunez Lt. Governor Southeast District Office Shawn Hamilton 3301 Gun Club Road, MSC 7210-1 Secretary West Palm Beach, FL 33406 561-681-6600 Notification of Acceptance of Use of a General Permit Permittee: Mr. John M. Boyer, P.E. Utilities Engineer Indian River County Dept. of Utility Sery 1801 27th Street, Building A Vero Beach, FL 32960 Sent by Email: jboyer@ircaov.com Dear Mr. Boyer: Permit Number: 0039206-1036-DSGP Issue Date: January 14, 2022 Expiration Date: January 13, 2027 County: Indian River Project Name: 69th Street Utility Improvement 58th Avenue to 650' west of 39th Court Water Supplier: Indian River County WTP PWS I.D.: 3314052 On January 14, 2022, the Florida Department of Environmental Protection received a "Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs" [DEP Form No. 62-555.900(7)], under the provisions of Rule 62-4.530 and Chapter 62-555, Florida Administrative Code (F.A.C.). The proposed project includes: Construction of water main along 34th Street, 34th Lane, and 58th Court, includes connection to existing 20" water main at 58th Avenue, as follow: • 5,919 f linear feet (If) of 12 -inch polyvinyl chloride (PVC) watermain (WM). • 250:L if of 14 -inch high density polyethylene (HDPE) WM. • 40 f if of 8 -inch PVC WM. • 20 t if of 6 -inch PVC WM. • Seven (7) 12 -inch gate valve assemblies. • Four (4) 8 -inch gate valve assemblies. • One (1) air release valve assembly. • Five (5) fire hydrants assemblies. • Nine (9) bacteriological sampling points. • All other associated appurtenances. The proposed project is located at: 69th Street between 58th Avenue and 39th Court, Indian River, Florida. Based upon the submitted Notice and accompanying documentation, this correspondence is being sent to advise that the Department does not object to the use of such General Permit at Permittee: Mr. John M Boyer, P.E. Indian River County Page 2 of 3 DEP File No.: 0039206-1036-DSGP this time. Please be advised that the permittee is required to abide by Rule 62-555.405. F.A.C., all applicable rules in Chapters 62-4, 62-550, 62-555, F.A.C., and the General Conditions for All General Drinking Water Permits (found in 62-4.540, F.A.C.). The permittee shall comply with all sampling requirements specific to this project. These requirements are attached for review and implementation. Pursuant to Rule 62-555.345, F.A.C., the permittee shall submit a certification of construction completion [DEP Form No. 62-555.900(9)1 to the Department and obtain approval, or clearance, from the Department before placing any water main extension constructed under this general permit into operation for any purpose other than disinfection or testing for leaks. Within 30 days after the sale or legal transfer of ownership of the permitted project that has not been cleared for service in total by the Department, both the permittee and the proposed permittee shall sign and submit an application for transfer of the permit using Form 62- 555.900(8). F.A.C., with the appropriate fee. The permitted construction is not authorized past the 30 -day period unless the permit has been transferred. When any existing asbestos cement (AC) pipes are replaced under this permit, the permittee shall do so in accordance with the applicable rules of the Federal Asbestos Regulation and Florida DEP requirements. For specific requirements applicable to AC pipes, the permittee should contact the Air and Waste Management section managers prior to commencing any such activities at (561) 681- 6672. Please be aware that a notification is required to be submitted to the Department for a regulated project. This permit will expire five years from the date of issuance. If the project has been started and not completed by that time, a new permit must be obtained before the expiration date in order to continue work on the project, per Rule 62-4.030, F.A.C. Sincerely, January 14, 2022 Christopher Weller Date Environmental Manager CW/BMZ Electronic copies furnished to: Indian River County Health Department - Julianne R. Price - Julianne.Price(a)flhealth.gov FDEP/SED — SED.DrinkingWater&floridadep.gov ; Bahman.Zan eneh(a),floridadep. og_v Brian Good, P.E. — Kimley-Horn & Associates, Inc. — brian. ood e,kimley-horn.com Permittee: Mr. John M Boyer, P.E. Indian River County Page 3 of 3 DEP File No.: 0039206-1036-DSGP A Civil Penalty May Be Incurred if this_proiect is placed into operation before obtaining a clearance from this office. Requirements for clearance upon completion of projects are as follows: 1) Clearance Form Submission of a fully completed Department of Environmental Protection (DEP) Form 62- 555.900(9) Certification of Construction Completion and Request for Clearance to Place Permitted PWS Components into Operation. 2) Record Drawings, if deviations were made Submission of the portion of record drawings showing deviations from the DEP construction permit, including preliminary design report or drawings an specifications, if there are any deviations from said permit (Note that it is necessary to submit a copy of only the portion of record drawings showing deviations and not a complete set of record drawings.). 3) Bacteriological Results Copies of satisfactory bacteriological analysis (a.k.a. Main Clearance), taken within sixty (60) days of completion of construction, from locations within the distribution system or water main extension to be cleared, in accordance with Rules 62-555.315(6), 62-555.340, and 62-555.330, F.A.C. and American Water Works Association (AWWA) Standard C 651- 92, as follows: Connection to an existing system The end point of the proposed addition Any water lines branching off a main extension Every 1,200 feet on straight runs of pipe Each location shall be sampled on two consecutive days, with sample points and chlorine residual readings clearly indicated on the report. A sketch or description of all bacteriological sampling locations must also be provided. For further clarification contact: Bahman M. Zangeneh, ENG IV Water Facilities Section SED/DEP 3301 Gun Club Rd, MSC 7210-1 West Palm Beach, FL 33406 Tel: 561-681-6749 Bahman.Zan eg nehAdep.state.fl.us nil hn St.Jos River Water Management District Michael A. Register, P.E., Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • 386-329-4500 • www.sjrwmd.com October 22, 2021 James Ennis — Sent via email: jennis(a�ircgov.com Indian River County 1801 27th St Bldg A Vero Beach, FL 32960-3388 SUBJECT: Permit Number: 167165-1 Project Name: 69th Street Resurfacing from 66th Avenue to SR 5/US-1 Dear Mr. Ennis: Enclosed is your individual permit issued by the St. Johns River Water Management District on October 22, 2021. 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. Noticinq 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 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 GOVERNING BOARD Douglas Burnett, CHAIRMAN Rob Bradley, VICE CHAIRMAN Ron Howse, TREASURER Ryan Atwood ST. AUGUSTINE FLEMING ISLAND COCOA MOUNT DORA Doug Boumique Maryam Ghyabi-White Cole Oliver J. Chris Peterson Janet Price VERO BEACH ORMOND BEACH MERRITT ISLAND WINTER PARK FERNANDINA BEACH 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.sorwmd.com/permitting/permitforms.htmi. 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, -&1/ 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 Registered Professional Consultant: Brian A Good Kimley-Horn and Associates, Inc. Sent via email: brian.gooda().kimley-horn.corn DEP Contact: Jacquelyn DeAngelo — Sent via email: Jacquelyn.DeAngelo(a�FloridaDEP.gov DEP - Southeast District ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO: 167165-1 DATE ISSUED: October 22, 2021 PROJECT NAME: 69th Street Resurfacing from 66th Avenue to SR 5/US-1 A PERMIT AUTHORIZING: Construction and operation of a Stormwater Management System for a 14.0 -acre project known as 69th Street Resurfacing from 66th Avenue to SR 5/1 -IS -1 as per plans received by the District on June 3, 2021. LOCATION: Section(s): 3, 10, 9, 8, 4, 5 Township(s): 32S Range(s): 39E Indian River County Receiving Water Body: Name Class Indian River Lagoon 111, OFW, AP, IW ISSUED TO: Indian River County 1801 27th St Bldg A 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 October 22, 2021 AUTHORIZED BY: St. Johns River Water Management District Division of Regulatory Services Nicole Martin Supervising Regulatory Scientist "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 167165-1 69th Street Resurfacing from 66th Avenue to SR 5/US-1 DATED: October 22, 2021 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 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: 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. 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. 19. This permit for construction will expire five years from the date of issuance. 20. 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. 21. 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. 22. 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. 23. 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. 24. Before the start of any construction, the permittee must provide the District with documentation demonstrating that 0.02 Freshwater Herbaceous mitigation credits have been debited from the Basin 22 - Phase 1 - UMAM Mitigation Bank ledger. 25. In the event that the permittee does not successfully complete the transaction to obtain 0.02 Freshwater Herbaceous mitigation credits from Basin 22 - Phase 1 - UMAM Mitigation Bank, the permittee must obtain a permit modification to provide alternative mitigation. 26. The proposed project must be constructed and operated as per plans and calculations received by the District on June 3, 2021. 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 party 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. 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 applica permit# , Township water management system on The project is located in South, Range East. 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 he 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 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. 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 VOL USIA News Journal Corporation, Legal Advertising P. O. Box 2831 Daytona Beach, FL 32120-2831 (386) 681-2322 IRC Project: 69th Street from 66th Avenue to SR 51US-1 Resurfacing IRC Project No.: 1639 FDOT Project No.: 438073-1-54-01 BASIN 22 MITIGATION BANK CREDIT RESERVATION AND PURCHASE AGREEMENT (STATE) J. PAT CORRIGAN FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership and HUGH CORRIGAN, III, FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership (hereinafter referred to as "Seller"), the owner of the land known as the Basin 22 Mitigation Bank, does hereby reserve and set aside for future assignment for the sole benefit of INDIAN RIVER COUNTY (hereinafter referred to as "Buyer"), for a reservation period of 90 days, as the same may be extended as provided for herein below: 0.02 (to the nearest tenth of a credit) UMAM mitigation bank credit(s) issued to Seller's Basin 22 Mitigation Bank pursuant to Seller's mitigation banking permit from St. Johns River Water Management District (SJRWMD Permit Number IND -061-123323-1) (hereinafter referred to as "District Credits"). See Addendum No. One relative to Wetland Credit Classification. This reservation is for use of credits in connection with mitigating adverse wetland impacts which may arise as a result of construction or other projects undertaken or to be undertaken by the Buyer as provided in ERP Permit Application No: IND -061-167165-1. The total purchase price payable by Buyer for the District Credits referenced above is $16.000.00 Dollars (hereinafter referred to as the "Purchase Price"). The required deposit to purchase the District Credits is $1.600.00 Dollars, representing ten percent (10%) of the Purchase Price. The Purchase Price is equal to the product of the number of District Credits multiplied by the current price per credit. The deposit referenced above shall be posted by the Buyer with the Escrow Agent indicated below upon execution of this Agreement. Following receipt of the deposit by Escrow Agent and clearance of funds, Seller will send allotice of Credit Reservation to Buyer. Upon receipt by the Escrow Agent ofthe total Purchase Price for the credits and clearance of funds, Seller will send a Request for Withdrawal of Mitigation Credits to St. Johns River Water Management District (herein referred to as "SJRWMD") requesting SJRWMD to withdraw the specific credits from the Basin 22 Mitigation Bank upon their approval of the Buyer's permits. The Buyer's deposit will be applied to the Purchase Price at the closing of this transaction. The Buyer's deposit shall be considered to be nonrefundable. The deposit will be retained by the Escrow Agent, to and until expiration of the initial reservation period stated above. Following the initial reservation period, the Escrow Agent may release the deposit to the Seller. Buyer shall be permitted to extend this credit reservation for up to one (1) additional reservation period of 90 days. An additional deposit of 10% of the Purchase Price shall be paid by Buyer to extend the reservation period. The additional reservation deposit is considered to be fully nonrefundable, and Escrow Agent may release same to the Seller upon receipt from the Buyer. The balance of the Purchase Price shall be due prior to the issuance of Buyer's permits to use the mitigation bank credits to offset wetland impacts or by the end of the 90 day credit reservation period, whichever comes first (subject to the right of Buyer to extend the credit reservation period provided for in the immediately preceding section). Failure by Buyer to close the purchase within the time stated herein shall be a default of this Agreement, in which event Seller shall have the right to terminate this Agreement and all deposits and monies paid by Buyer shall be forfeited to Seller. Seller warrants that it will take no action inconsistent with the reservation(s) and future assignment described herein. In the event Seller is unable to assign the credits reserved herein to Buyer at closing, Seller will return to Buyer any deposit(s) or other monies received from Buyer pursuant to this Agreement.• In such event, this Agreement shall be terminated and become null and void, and Buyer and Seller shall have no further liability or obligation to each other. [9011.000011313450317/11 IRC Project: 69th Street from 66th Avenue to SR 5/US-1 Resurfacing IRC Project No.: 1639 FDOT Project No.: 438073-1-54-01 This Agreement shall not be assignable by Buyer. The credits reserved herein are to be utilized by the Buyer solely in connection with the mitigation of adverse wetland impacts for the above referenced project and for no other purpose. Buyer represents that the credits are not being purchased for purposes of resale, and any resale of the credits shall be prohibited. Failure of Buyer to comply with this provision shall constitute a breach of this covenant. As a consequence, Seller shall have the right to repurchase all credits for a total consideration equal to 50% of the original Purchase Price paid by Buyer. In such an event, the credits shall be conveyed to Seller, free and clear of any lien or other encumbrance, within 30 days after Seller furnishes notice of its intent to require such reconveyance. This section shall survive the original credit transfer, and continue in full force and effect. Payment shall be made to: Gould Cooksey Fennell, PLLC (Christopher H. Marine, Esq.) as Escrow Agent for Basin 22 Mitigation Bank, and sent to 979 Beachland Boulevard, Vero Beach, Florida 32963. Buyer: INDIAN,RI6VER COUNII/Y By: / ' /'v r nn nv J, C Wof Name_X1G%t �, Szorrkt ,rpc,(,o� Dated: & I %6 [9011.0000113/3450317/11 Seller: J. PAT CORRIGAN FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership By its: General Partner, The Corrigan Special Trust u/a/d December 30, 2009 By: Christopher H. Marine, Attorney In Fact HUGH CORRIGAN, III, FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership By its: General Partner, Hugh Corrigan, III Control Trust By: Christopher H. Marine, Attorney In Fact Dated: IRC Project: 69th Street from 66th Avenue to SR 5/US-1 Resurfacing IRC Project No.: 1639 FDOT Project No.: 438073-1-54-01 ADDENDUM NO. ONE TO BASIN 22 MITIGATION BANK CREDIT RESERVATION AND PURCHASE AGREEMENT (STATE) SELLER: J. PAT CORRIGAN FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership and HUGH CORRIGAN, III, FAMILY LIMITED PARTNERSHIP, LLLP, a Florida limited liability limited partnership BUYER: INDIAN RIVER COUNTY CLASSIFICATION OF WETLAND CREDI ERP Permit # IND -061-167165-1 Forested Freshwater: Herbaceous Freshwater: 0.02 [9011.0000113/3450317/1] 7 APPENDIX B INDIAN RIVER COUNTY FERTILIZER ORDINANCES Appendix B -IRC Fertilizer Ordinances F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents\DRAFTW PPENDIX.docx ORDINANCE NO. 2013 - 0,12 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE CODE OF INDIAN RIVER COUNTY TO ESTABLISH A NEW CHAPTER 316, ENTITLED "FERTILIZER AND LANDSCAPE MANAGEMENT;" ADOPTING THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION'S MODEL ORDINANCE FOR FLORIDA -FRIENDLY USE OF FERTILIZER ON URBAN LANDSCAPES, WITH MODIFICATIONS; MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; DIRECTING COUNTY ATTORNEY'S OFFICE TO POST SUMMARY ON COUNTY WEBSITE, AND AN EFFECTIVE DATE. WHEREAS, as a result of impairment to Indian River County's surface waters caused by excessive nutrients, or, as a result of increasing levels of nitrogen in the surface and/or ground water within the aquifers or canals within the boundaries of Indian River County, the Board of County Commissioners has determined that the use of fertilizers on lands within Indian River County creates a risk of contributing to adverse effects on surface and/or ground water; and WHEREAS, in order to address this risk, the Board of County Commissioners has determined that it is not only critical to adopt the Florida Department of Environmental Protection's Model Ordinance for Florida -Friendly Use of Fertilizer on Urban Landscapes, but that as part of Indian River County's science -based, and economically and technically feasible, comprehensive program to address nonpoint sources of nutrient pollution, additional and more stringent standards are necessary in order to adequately address urban fertilizer contributions to nonpoint source nutrient loading to the surface and/or ground water of Indian River County; and WHEREAS, this ordinance regulates the proper use of fertilizers by any applicator; requires proper training of Commercial Fertilizer Applicators and Institutional Fertilizer Applicators; establishes training and licensing requirements; establishes a Prohibited Application Period; and specifies allowable fertilizer application rates and methods, fertilizer -free zones, low maintenance zones, and exemptions. The ordinance requires the use of Best Management Practices which provide specific management guidelines to minimize negative secondary and cumulative environmental effects associated with the misuse of fertilizers. These secondary and cumulative effects have been observed in and on Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies. Collectively, these water bodies are an asset critical to the environmental, recreational, cultural and economic well-being of Indian River County residents and the health of the public. Overgrowth of algae and vegetation hinder the effectiveness of flood attenuation provided by natural and constructed stormwater conveyances. Regulation of nutrients, including both phosphorus and nitrogen contained in fertilizer, will help improve and maintain water and habitat quality, P.AAU.-fyVJ.*1GEXFR9 %Rt 1. t— d -1p13 M.1)(Avgwt 20).d.= Page 1 of 9 ORDINANCE NO. 2013 - 012 NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authority. Article VIII, §1 of the Florida Constitution and Chapter 125, Florida Statutes vest broad home rule powers in counties to enact ordinances, not inconsistent with general or special law, for the purpose of promoting the public health, safety and welfare of the residents of the county. The Board specifically 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 Countx(the "Code"). Chapter 316 of the Code is hereby adopted, as follows (new language is indicated by underline): Section 316.1. Title. This chapter shall be known as the "Indian River County Fertilizer and Landscape Management Ordinance." Section 316.2. Definitions. For the purposes of this chapter, the following terms shall have the following meaniMs. "Administrator" shall mean the County Administrator, or an administrative official of the County designated by the County Administrator to administer and enforce the provisions of this chapter. "Application" or "apply" shall mean the actual physical deposit of fertilizer to turf or landscape plants. "Applicator" shall mean any Person who applies fertilizer on turf and/or landscape plants in Indian River County. "Board" shall mean the Indian River County Board of County Commissioners. "Best Manazement Practices" shall mean turf and landscape practices or combination of practices based on research, field-testing, and expert review, determined to be the most effective F.Llltomrylli��GENflULlAerol.nau AOrdlrwnce,lOrdi,wicnlFemUunllade7FeytitittrOnti.m�es.2013(MwFj(Avgwi 70).d.c Page 2 of 9 ORDINANCE NO. 2013 - 012 and practicable on -location means, including economic and technological considerations, for improving water quality, conserving water supplies and protecting natural resources. "Chapter 85-42T' shall mean The Indian River County Environmental Control Act, Chapter 85- 427, Special Acts, Laws of Florida. "Code Enforcement Dicer shall mean any designated employee or agent of Indian River County whose duty it is to enforce codes and ordinances enacted by Indian River Count "Commercial Fertilizer Applicator," except as provided in §482.1562(9), Florida Statutes, shall mean any person who applies fertilizer for payment or other consideration to property not owned by the person or firm applying the fertilizer or the employer of the applicator. "Code" shall mean The Code of Indian River County. "Environmental Control Dffcer" shall mean the Indian River County Environmental Control Officer appointed by the Board pursuant to Chapter 85-427, and Chapter 303 (Part I) of this Code, and his or her designees. "Fertilize," "fertilizing," or "fertilization" shall mean the act of applying fertilizer to turf, specialized turf, or landscape Tants. "Fertilizer" shall mean any substance or mixture of substances that contains one or more recognized plant nutrients and promotes plant growth, or controls soil acidity or alkalinity, or provides other soil enrichment, or provides other corrective measures to the soil. "Heavy rain" shall mean rainfall greater than 2 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 Tants. Institutional Fertilizer Applicators shall include, but shall not be limited to, owners, managers or employees of public lands, schools, parks, religious institutions, utilities, industrial or business sites and any residential properties maintained in condominium and/or common ownership. "Landscape plant" shall mean any native or exotic tree, shrub, or groundcover (excluding turf). "Low maintenance zone" shall mean an area a minimum of ten feet wide adjacent to water courses which is planted and managed in order to minimize the need for fertilization, watering, mowing, etc. "Person" shall mean any natural person, business, corporation, limited liability company, partnership, limited partnership, association, club, organization, and/or any group of people actino as an oreanized entitv. F.UuomrylL�o1GF,NF.R,1L{Rt:ohtioro bOrdrw ri'O�AmorcralFrnifiurllfodd Fm78er0'Mxc,ce- 2013(flnd)(A.SwE20A&� Page 3 of9 ORDINANCE NO. 2013 - 012 "Restricted Season" shall mean June 1 through Sentember 30. "Saturated soil" shall mean a soil in which the voids are filled with water. Saturation does not require flow. For the purposes of this chapter, soils shall be considered saturated if standing water is present or the pressure of a person standing on the soil causes the release of free water. "Slow Release Nitrog�en" shall mean nitrogen in a form which delays its availability for plant uptake and use after application, or which extends its availability to the plant longer than a reference rapid or quick release product. "Turf," "sod," or "lawn" shall mean a piece ofray ss -covered soil held together by the roots of the grass. "Urban landscape" shall mean pervious areas on residential, commercial, industrial, institutional, highway rights-of-way, or other nonagricultural lands that are planted with turf or horticultural plants. For the purposes of this section, agriculture has the same meaning as in 070.02, Florida Statutes. Section 316.3. Timing of fertilizer annlication. No applicator shall apply fertilizers containinggen and/or phosphorus to turf and/or landscape plants during the Restricted Season, to saturated soils, or during a period in which a Flood Watch or Warning, or a Tropical Storm Watch or Warning, or a Hurricane Watch or Warning is in effect for any portion of Indian River County, issued by the National Weather Service, or if heavy rain is likely. Section 316.4. Fertilizer -free zones. Fertilizer shall not be applied within ten feet of any pond, stream, watercourse, lake, canal, or wetland as defined by the Florida Department of Environmental Protection (Chapter 62-340, Florida Administrative Code) or from the top of a seawall. If more stringent Indian River County Code regulations appthis _provision does not relieve the requirement to adhere to the more stringentgulations. Newly planted turf and/or landscape plants may be fertilized in this zone only for a 60-dqy period beginning thirty days after planting if needed to allow the plants to become well established. Caution shall be used to prevent nutrients from beingdirectl�deposited into the water. Section 316.5. Low maintenance zones. A voluntary ten foot low maintenance zone is strongly recommended, but not mandated, from M pond, stream, water course, lake, wetland or from the top of a seawall. A swale/berm system is recommended for installation at the landward edge of this low maintenance zone to capture and _filter runoff. If more stringent Indian River Countv Code reaulations apply, this provision F-'W11-ry11.l-d-IGEN£RAURa01.d"& 2013(Flmf)(Auguv20}d— Page 4 of 9 ORDINANCE NO. 2013 - 012 does not relieve the requirement to adhere to the more stringent regulations. Notwithstanding the voluntary nature of the above sentences, no mowed or cut vegetative material may be deposited or left remaining in this zone or deposited in the water. Care should be taken to prevent the over - spray of aquatic weed products in this zone. Section 316.6. Fertilizer content and application rates. (a) No fertilizer containing_ phosphorous shall be applied to turf or landscape plants in Indian River CopM unless a soil or 121ant tissue deficiency is verified by a Universily of Florida Institute of Food and Agriculture Sciences, approved testing methodology. In the case that a deficiency has been verified, the application of a fertilizer containing phosphorous shall be in accordance with the rates and directions for the Central Region of Florida as provided by Rule 5E-1,003(2), Florida Administrative Code. Deficiency verification shall be no more than 2 .years old. However, recent application of compost, manure or top soil shall warrant more recent testing to verify current deficiencies. (b) The nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label. (c) Fertilizers applied to an urban lawn or turf within Indian River County shall be applied in accordance with requirements and directions set forth on the label or tag for packaged fertilizer products, or in the printed information accompanying the delivery of bulk fertilizer products, as provided by Rule 5E-1.003(2), Florida Administrative Code, Labeling Requirements For Urban Turf Fertilizers. All packaged and bulk fertilizer products sold in Indian River County shall be sold in packages with labels or tags, or, if sold in bulk, be accompanied by printed in o ation which complies with the requirements of Rule 5E-1.003(2), Florida Administrative Code. (d) Fertilizer containing nitrogen or phosphorus shall not be applied before seeding or sodding a site, and shall not be applied for the first 30 days after seeding or sodding, except when hydro - seeding for tempoLW or permanent erosion control in an emery situation (wildfire etc.), or in accordance with the Stormwater Pollution Prevention Plan for that site. Section 316.7. Application practices. (a) Spreader deflector shields are required when fertilizing via rotary (broadcast) spreaders Deflectors must be positioned such that fertilizer granules are deflected away from all impervious surfaces, fertilizer -free zones and water bodies, including wetlands. (b) Fertilizer shall not be applied spilled or otherwise deposited on any impervious surfaces (c) AU fertilizer applied, spilled, or deposited either intentionally or accidentally, on any impervious surface shall be immediately and completely removed to the greatest extent practicable. F: LArw'nsyVJnddGPNFRdLIRuol.riorud-701304,W)(A-z-,7000. Page 5 of ORDINANCE NO. 2013 - 012 (d) Fertilizer released on an impervious surface must be immediately contained and either legally applied to turf or any other legal site or returned to the original or other appropriate container. Le - In no case shall fertilizer be washed, swept or blown off impervious surfaces into stormwater drains, ditches, conveyances, or water bodies. Section 316.8. Management of grass clippings and vegetative materials. In no case shall grass clippings, vegetative material, and/or vegetative debris be washed, swept or blown off into stormwater drains, ditches, conveyances water bodies, wetlands, or sidewalks or roadwa�s.lAny material that is accidentally so deposited shall be immediately removed to the maximum extent practicable. Section 316.9. Exemptions. The provisions set forth above in this chapter shall not apply to: (a) bona fide farm operations as defined in the Florida Right to Farm Act § 823 14 Florida Statutes, (b) other properties not subject to or covered under the Florida Right to Farm Act that have pastures used for grazing livestock; (c) M lands used for bona fide scientific research including but not limited to research on the effects of fertilizer use on urban stormwater, water quality, agronomics or horticulture (d) golf courses when landscaping is performed within the provisions of the Florida Department of Environmental Protection document, "Best Management Practices for the Enhancement of Environmental Quality on Florida Golf Courses", these provisions shall be followed when applying fertilizer to golf course practice and play areas-, (e) athletic fields at public parks and school facilities that apply the concepts and principles embodied in the Florida Green BMPs, while maintaining the health and function of their specialized turf areas; (f) vegetable gardens owned by individual property owners or a community, and trees grown for their edible fruit. Section 316.10. Training. (a) Within the time period set forth in section 316.12 of this Chapter, all Commercial Fertilizer Applicators and Institutional Fertilizer Applicators within Indian River County shall abide by and successfully complete the six -hour training program in the "Florida -friendly Best F:Uno yU,indalOSNFRALUte,ofrttovu@OMr,mcx.tp.Ar�mce�}F.�fbmtM1todetFenllherOrttimrcr•1013(FlnntX�1.8�+�j?0).&- Page 6 of 9 ORDINANCE NO. 2013 - 012 Management Practices for Protection of Water Resources by the Green Industries" offered by the Florida Department of Environmental Protection through the University of Florida Extension "Florida -Friendly Landscapes" program, or an approved equivalent. (b) Private, non-commercial applicators are encouraged to follow the recommendations of the University of Florida Institute of Food and Agriculture Sciences Florida Yards and Neighborhoods program when applying fertilizers. Section 316.11. General education program. The Public Works Department shall have an employee who shall address issues pertaining to this Chapter. This employee shall implement a program to inform the general public of the re uirements of this chapter, which program shall include among other thins informative postings on the County website, printing and distributing informative brochures and other print materials, and speaking engagements at community associations civic organizations etc. The program shall also include, to the extent practicable, us of any materials from the Be Floridian program and coordination and collaboration with University of Florida Institute of Food and Agriculture Sciences educational activities. Any claimed or alleged deficiency in the County's general education program shall not constitute a defense to any action brought to enforce the provisions of this chapter. Section 316.12. Licensing of commercial fertilizer applicators. (a) No later than December 31, 2013, all Commercial Fertilizer Applicators within Indian River County, shall abide by and successfully complete training and continuing education requirements in the "Florida friendly Best Management Practices for Protection of Water Resources by the Green Industries, " offered by the Florida Department of Environmental Protection through the University of Florida Institute of Food and Agriculture Sciences "Florida -friendly Landscapes" program, or an approved equivalent program, prior to obtaining an Indian River Coun , Local Business Tax Certificate for any category of occupation which may apply any fertilizer to turf and/or landscape plants Commercial Fertilizer Applicators shall provide proof of completion of the program to the Indian River County Tax Collector's Office within 180 days of the effective date of this ordinance. (b) After December 31, 2013, all Commercial Fertilizer Applicators within Indian River CountX shall have and carry in their possession at all times when applying fertilizer, evidence of certification by the Florida Department of Agriculture and Consumer Services as a Commercial Fertilizer Applicator per Rule 5E-14.117(18), Florida Administrative Code (c) All businesses applying fertilizer to turf and/or landscape plants (including but not limited to residential lawns, golf courses, commercial properties and multi -family and condominium properties) must ensure that at least one employe has a "Florida -friendly Best Management Practices for Protection of Water Resources by the Green Industries" training certificate prior to the business owner obtaining a Local Business Tax Certificate. Owners for anv category of p.WrornrylLi.dnVGENER.1URreo(enauA-2013(FvWyA.p m10Vd— Page 7 of 9 ORDINANCE NO. 2013 - 012 occupation which mayqpply any fertilizer to turf and/or landscape plants shall provide proof of completion of the program to the Indian River County Tax Collector's Office. Section 316.13. Enforcement. This chapter may be enforced by the Code Enforcement Officer in the Public Works Department who is devoted to issues pertaining to this Chapter, pursuant to Chapter 162, Florida Statutes, and .003.07 of this Code. In addition, this chapter may be enforced by the Environmental Control Officer pursuant to Chapter 85-427, Special Acts, Laws of Florida, and §303.14 of this Code. Penalties and remedies for violations shall be as set forth in §100.05 of this Code, and, to the extent applicable, Chapter 85-427, Special Acts, Laws of Florida. Funds generated by penalties imposed under this section shall be used by Indian River County for the administration and enforcement of X403.9337, Florida Statutes, and the corresponding sections of this chapter, and to further water conservation and nonpoint pollution prevention activities. Section 316.14. References to state law. Any references in this chapter to Florida Statutes, rules or regulations shall refer to such statutes rules or regulations, as amended from time to time. Section 316.15. A»plicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the area of Indian River County, unless such applicator is specifically exempted; provided, however, that this chapter shall not apply within the limits of any municipality which has adopted an ordinance regulating the same subject matter. This chapter shall be prospective only, and shall not impair any existing contracts. Section 4. Severability. If any part of this ordinance is held to be invalid or unconstitutional by a court of competent jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall remain in full force and effect. Section 5. Codification. It is the intention of the Board of County Commissioners that the provisions of this ordinance shall become and be made part of the Indian River County Code, and that the sections of this ordinance may be renumbered or re -lettered and the word ordinance may be changed to section, article or such other appropriate word or phrase in order to accomplish such intention. r.ar, w e icexr2laan„.1.nd •2013?F1-V(A.g i20,Ld— Page 8 of 9 ORDINANCE NO. 2013 - 012 Section b. Directing County Attorney's Office to Post Summary on County Website. The County Attorney's Office is directed to post a summary of this ordinance on the County's website within 15 days of the filing of this ordinance with the Florida Department of State. Section 7. Effective Date. This ordinance shall become effective 45 days after the filing of the ordinance with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 8th day of July, 2013, for a public hearing to be held on the 18"' day of July, 2013, and on the 10th day of August, 2013 for an additional public hearing to be held on the 201h day of August, 2013, at which time it was moved for adoption by Commissioner Solari, seconded by Commissioner O'Bryan, and adopted by the following vote: Chairman Joseph E. Flescher AYE Vice Chairman Wesley S. Davis AYE Commissioner Peter D. O'Bryan AYE Commissioner Bob Solari Ate_ Commissioner Tim Zorc AYE The Chairman thereupon declared the ordinance duly passed and adopted this 201' day of August, 2013. aZ: ATTEST: Jeffrey R. Smith, BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA V: seph t. Flescher, Chairman Approved as to form and legal sufficiency: By: Depi'Mi Clerk Dy eingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. FA4rl nyUU d6 "FJULIRer lW—&Orttina AOrdmn tA'Miliu.W.WFoW11.,OMl--X13(FhW)(A.V t20)A— Page 9 of 9 ORDINANCE NO.2013 -014 AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA CONCERNING THE FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE, AMENDING SECTION 316.6 (FERTILIZER CONTENT AND APPLICATION RATES) AND SECTION 316.15 (APPLICABILITY) OF CHAPTER 316 (INDIAN RIVER COUNTY FERTILIZER AND LANDSCAPE MANAGEMENT ORDINANCE) OF THE CODE OF INDIAN RIVER COUNTY TO ALLOW FOR THE GRADUAL AMORTIZATION OF THE SUPPLY OF CERTAIN NITROGEN CONTAINING FERTILIZER AND APPLYING CHAPTER 316 TO UNINCORPORATED INDIAN RIVER COUNTY, AND MAKING FINDINGS AND PROVIDING FOR SEVERABILITY, CODIFICATION; AND AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners adopted an ordinance regulating the proper use of fertilizers in order to protect the water quality of Indian River County's natural and constructed stormwater conveyances, rivers, creeks, canals, lakes, estuaries and other water bodies; and WHEREAS, the new fertilizer regulations require that the nitrogen content of fertilizer applied to turf or landscape plants within Indian River County shall contain at least 50% slow release nitrogen per guaranteed analysis label; and WHEREAS, the new fertilizer regulations go into effect on October 14, 2013; and WHEREAS, in order to provide adequate time for the supply of fertilizer containing nitrogen that does not comply with these regulations to be eliminated, it is necessary to provide additional time for retailers to eliminate those supplies that meet at least a minimum threshold of slow release nitrogen, NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT: Section 1. Enactment Authoritv. Article Vlll, §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 put -pose of promoting the public health, safety and welfare of the residents of the county. The Board specifically determines that the enactment of this ordinance is consistent with general or special law, and is necessary and appropriate to promote the health, safety and welfare of the residents of Indian River County. Section 2. Findings. The Board finds that the above "Whereas" clauses are true and correct, and hereby incorporates such clauses as findings of the Board. «,�,.,..�..:�.,•�„�,.„r.,,W..,..�.,�,ti�..,.;�.n,..rr:F.�.,�..,�w,�,,:M,..,t�,R.,_w,,,s�..w:, Page 1 qf'3 ORDINANCE NO. 2013 - 014 Section 3. Amendment of Section 316.6 (Fertilizer content and application rates) of Chanter 316 (Indian River Countv Fertilizer and Landscape Management Ordinance) of the Code of Indian River County the "Code" Section 316.6 (Fertilizer content and application rates) of Chapter 316 (Indian River County Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.6. Fertilizer content and application rates. (b) As of the effective date of this chapter, the The nitrogen content of fertilizer applied to turf or landscape plants within Indian. River County shall contain at least 2538% slow release nitrogen per guaranteed analysis label. As of June I.. 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 -31.6.15 (Applicability) of Chapter 316 (Indian River Countv Fertilizer and Landscape Management Ordinance) of the Code of Indian River Countv (the "Code"). Section 316.15 (Applicability) of Chapter 316 (Indian River Comity Fertilizer and Landscape Management Ordinance) of the Code is hereby amended as follows: Section 316.15. Applicability. This chapter shall be applicable to and shall regulate any and all applicators of fertilizer and areas of application of fertilizer within the unincorporated area of Indian River County, unless such applicator is specifically exempted; pfevided, hewewer-that this ellapter. shali not apply within the limits of dHY muliieipality whieh has adopted ati or-dinanee Fegulating !he same subjeet mat4e . This chapter shall be prospective only, and shall not impair any existing contracts. Section 5. Severabilitv. If any part of this ordinance is held to be invalid or unconstitutional by a courtof 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".Jrvrnrl^Uwl.(if.'.�ER.l.Itrmwirnt �C[Mirr.nn•.'Iklhoicrx f'n Nlr�v'AVUVN:oIrv�n Fenui:nlhiiiene"_ Page 2 of 3 ORDINANCE NO. 2013 - 014 Section 7. Effective Date. This ordinance shall become effective upon filing with the Florida Department of State. This ordinance was advertised in the Vero Beach Press Journal, on the 16th day of September , 2013, for a public hearing to be held on the 1st_ day of October 2013, at which time it was moved for adoption by Commissioner Solari , seconded by Commissioner O'Bryan , and adopted by the following vote: Chairman Joseph E. Flescher Aye Vice Chairman Wesley S. Davis Aye Commissioner Peter D. O'Bryan Aye Commissioner Bob Solari Ave Commissioner Tim Zorc Aye The Chairman thereupon declared the ordinance duly passed and adopted this 1st day of October. 2013. ... I,,, BOARD OF COUNTY COMMISSIONERS :„ ;INDIAN RIVER COUNTY, FLORIDA eph F. Flescher, Chairman ATTEST: Jeffrey R. Smith, Clerk of Cout' _ Approved as to form and legal sufficiency: and Comptroller By: Dep , Clerk Oylan Reingold, County Attorney EFFECTIVE DATE: This ordinance was filed with the Florida Department of State on the day of , 2013. & r„M::1:.4—,,,: ,< �Y.. Page 3 of 3 APPENDIX C INDIAN RIVER COUNTY TRAFFIC ENGINEERING DIVISION SPECIAL CONDITIONS FOR RIGHT-OF- WAY CONSTRUCTION Appendix C-IRCTED Special Conditions for Right -of -Way Construction F:\PubIicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1-Admin\Bids\Bid Documents\D RAFT\APP E N 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 (htt s://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. 5/2N2019 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 APPENDIX D Subsurface Soil Exploration and Geotechnical Engineering Evaluation Appendix D- Subsurface Soil Exploration and Geotechnical Engineering Evaluation F:\PublicWorks\ENGINEERING DIVISION PROJECTS\1639 69th Street 66th Avenue to US -1 Resurfacing (SCOP)\1 -Ad min\Bids\Bid Documents\DRAFT\APP E N DIX. docx -�IN Ardaman & Associates, Inc. M& Geotechnical, Environmental anc November 19, 2020 Materials Consultants File No. 20-64-5491 Indian River County Public Works Department 180027 th Street Vero Beach, FL 32960 Attention: Ms. Kirstin Leiendecker Subject: Full -Depth Reclamation Mix Design Evaluation 69' Street from 66th Avenue to US Highway 1 Indian River County Project No. 1639 Indian River County, Florida As requested, we have completed a full -depth reclamation (FDR) mix design evaluation for the subject project. The purpose of our evaluation was to evaluate the existing pavement materials and provide FDR mix design recommendations for base construction. The mix design process described herein was performed in general accordance with the methodology described in the Asphalt Recycling and Reclaiming Association "Basic Asphalt Recycling Manuel", 2001, Chapter 11, Full Depth Reclamation — Mix Design. We understand that the project specifications for FDR require that the reclaimed base exhibit a minimum of 2,500 lbs. dry stability using a modified Marshall method of stability testing and a minimum retained stability strength of 70% after 24 hours static water saturation. In addition, we understand that it is desired that the FDR base have a minimum structural number of 1.8. For this project, we understand that the upper 12 inches of the existing roadway will be pulverized resulting in a relatively homogeneous mixture of materials distributed through the entire depth. After pulverization, the top 2 inches of material will be removed leaving a final base depth of 10 inches to be mixed with chemical and bituminous stabilizing agents. We understand that no mechanical stabilizing agents are currently planned. This report documents our field and laboratory program and presents the results of the FDR mix design testing. FIELD SAMPLING Ardaman & Associates obtained 19 pavement core samples from the roadway. In general, the subject roadway consisted of two distinct pavement sections. Section 1 represented by cores 1 through 7 consisted of an average of 2 % inches of asphalt and 10 inches of limerock/coquina base mixed with shell fragments and asphalt. Section 2 represented by cores 8 through 19 consisted of an average of 4 3/8 inches of asphalt and 7'/4 inches of limerock/coquina base. A summary of the average pavement component thicknesses for each location is attached as Table 1. 8008 S. Orange Avenue 32809, Post Office Box 593003, Orlando, Florida 32859-3003 Phone (407) 855-3860 FAX (407) 859-8121 Louisiana: Alexandria, Bator Rouge, Monroe, New Orleans, Shreveport Florida: Bartow, Cocoa, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee, Tampa, West Palm Beach Indian River County November 19, 2020 File No. 20-64-5491 Page 2 of 4 LABORATORY PROGRAM Bituminous Stabilizing Agent For this project CSS -1 H emulsified asphalt was utilized as a bituminous stabilizing agent for mix design testing. The density of the emulsion as tested in our laboratory using a mud density balance was 8.45 Ib/gal (63.21 pcf) at room temperature. Material (RAP) Preparation The pavement materials obtained from core locations C-3 and C-13 were hand -crushed in our laboratory to pass through a 2 -inch sieve to simulate field pulverization. After crushing, a sieve analysis was performed on the reclaimed asphalt pavement (RAP) samples. The results of the sieve analysis are presented in the following table. Next, a modified Proctor (ASTM D 1557) test was performed on each of the samples to determine the approximate optimum fluid content (OFC) for mix design testing. The fluid used in the moisture -density test was a combination of 50 percent asphalt emulsion and 50 percent water. The asphalt emulsion appeared to be compatible with the RAP material and in general, "good" particle coating was achieved by hand mixing. The Proctor results indicate that the maximum dry density of the material tested was 119.6 lbs./ft3 at 5.8% OFC and 120.4 lbs./ft3 at 5.1% OFC for sample C-13. Mix Design Procedure The mix design procedure is an iterative process that involves testing multiple combinations of emulsion and cement. For this project, we prepared four trial batches for each mix design to determine an appropriate emulsion spread rate. For each of the 4 trial batches, the processed material was combined with cement applied at a constant rate of 1.5 percent by volume (14 pounds per square yard for a mixing depth of 10 inches). The asphalt emulsion spread rated varied between 1.5 and 3.0 gallons per square yard. Water was added incrementally as needed to achieve "good" asphalt emulsion coating. For each of the asphalt emulsion spread rates selected for testing, 3 Marshall pills were molded using a modified version of the Marshall Method. Each Marshall pill was pounded at 50 blows per side and then left to cure in the mold for 24 hours. After 24 hours, the pills were extracted ARDAMAN & ASSOCIATES, INC. I Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone (407) 855-3860 Sieve Analysis (ASTM D-421) Sample No. 314" 3/8" No. No. No. No. No. No. No. No. 4 10 20 40 60 100 140 200 C-3 97.1 82.5 68.9 56.0 48.9 42.7 31.9 20.9 12.6 9.4 C-13 90.0 73.8 60.0 48.2 40.6 34.2 27.9 23.0 20.5 18.9 Next, a modified Proctor (ASTM D 1557) test was performed on each of the samples to determine the approximate optimum fluid content (OFC) for mix design testing. The fluid used in the moisture -density test was a combination of 50 percent asphalt emulsion and 50 percent water. The asphalt emulsion appeared to be compatible with the RAP material and in general, "good" particle coating was achieved by hand mixing. The Proctor results indicate that the maximum dry density of the material tested was 119.6 lbs./ft3 at 5.8% OFC and 120.4 lbs./ft3 at 5.1% OFC for sample C-13. Mix Design Procedure The mix design procedure is an iterative process that involves testing multiple combinations of emulsion and cement. For this project, we prepared four trial batches for each mix design to determine an appropriate emulsion spread rate. For each of the 4 trial batches, the processed material was combined with cement applied at a constant rate of 1.5 percent by volume (14 pounds per square yard for a mixing depth of 10 inches). The asphalt emulsion spread rated varied between 1.5 and 3.0 gallons per square yard. Water was added incrementally as needed to achieve "good" asphalt emulsion coating. For each of the asphalt emulsion spread rates selected for testing, 3 Marshall pills were molded using a modified version of the Marshall Method. Each Marshall pill was pounded at 50 blows per side and then left to cure in the mold for 24 hours. After 24 hours, the pills were extracted ARDAMAN & ASSOCIATES, INC. I Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone (407) 855-3860 Indian River County November 19, 2020 File No. 20-64-5491 Page 3 of 4 using a hydraulic Marshall pill extractor and then cured for 24 hours in an oven at 140°F. After 24 hours, the pills were cooled to room temperature, the height and mass of each pill were measured and the bulk specific gravity (SSD method) was determined. The pills were then tested in the Marshall press and the corresponding stability (lbs.) values were recorded. After testing, the dry stability results were evaluated, and an asphalt emulsion spread rate was selected for wet stability testing. For each mix design, three additional pills were molded using the method described above at the selected asphalt emulsion spread rate. The pills were submerged in room temperature water for 23 hours and then placed in 40° C water and vacuum saturated. The saturated pills were then tested in the Marshall press. The corresponding saturated stability values obtained were recorded and then compared to the unsaturated pills to determine the retained stability. The results of the dry stability and saturated stability testing are presented in the following table. RECOMMENDATIONS Based on the materials obtained from the existing roadway and the results of our laboratory testing program, we recommend a mix design utilizing CSS -1 H emulsion at a spread rate of 2.0 gallons/square yard and Portland cement at a spread rate of 14 pounds per square yard for a 10 - inch thick base. It is our opinion based on the stability results achieved, that the FDR base will have a structural layer coefficient of at least 0.18/inch. ARDAMAN & ASSOCIATES, INC. I Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone (407) 855-3860 Emulsion Portland Average Average Average Mix Design Mix Design Spread Cement Average Dry Saturated Retained Trial No. Rate Spread Density Stability Stability Stability C-3 (gal/yd) Rate (lbs./ft3) (lbs.) (lbs.) (% ) 2 (lbs./yd ) 1.5 14 124.5 10,264 1 1.5 14 125.8 7,139 --- --- 2 2.0 14 126.5 8,183 6,258 76 3 2.5 14 126.6 8,500 --- --- 4 3.0 14 124.4 5,298 --- --- RECOMMENDATIONS Based on the materials obtained from the existing roadway and the results of our laboratory testing program, we recommend a mix design utilizing CSS -1 H emulsion at a spread rate of 2.0 gallons/square yard and Portland cement at a spread rate of 14 pounds per square yard for a 10 - inch thick base. It is our opinion based on the stability results achieved, that the FDR base will have a structural layer coefficient of at least 0.18/inch. ARDAMAN & ASSOCIATES, INC. I Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone (407) 855-3860 Emulsion Portland Average Average Mix Design Spread Cement Average Dry Saturated Retained Trial No. ate Spread Density Stability Stability Stability C-13 (gal/yd Rate (lbs./ft') (lbs.) (lbs.) (% ) (l bs./yd2) 1 1.5 14 124.5 10,264 --- --- 2 2.0 14 125.3 10,468 8,305 79 3 2.5 14 123.8 8,473 --- --- 4 3.0 14 121.8 7,332 --- RECOMMENDATIONS Based on the materials obtained from the existing roadway and the results of our laboratory testing program, we recommend a mix design utilizing CSS -1 H emulsion at a spread rate of 2.0 gallons/square yard and Portland cement at a spread rate of 14 pounds per square yard for a 10 - inch thick base. It is our opinion based on the stability results achieved, that the FDR base will have a structural layer coefficient of at least 0.18/inch. ARDAMAN & ASSOCIATES, INC. I Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone (407) 855-3860 Indian River County File No. 20-64-5491 November 19, 2020 Page 4 of 4 It should be recognized that the mix design process cannot definitively model what will happen in the field at the time of construction. Therefore, the mix design testing represents a possible starting point for construction, but field adjustments must be expected. Considering the materials tested, the following mix proportions are suggested as a starting point for field construction: • Material Gradation — The material should be reclaimed so that the particle distribution is in general accordance with the mix design. However, 100 percent of the particles should pass through the 2 -inch sieve and no more than 20% pass through the No. 200 sieve. • Bituminous Stabilizing Agent — The mix design coating process indicated that CSS -1 H is compatible with the existing pavement materials. From a coating perspective, we recommend that the minimum spread rate be 2.0 gal/yd2. • Chemical Stabilizing Agent —The minimum cement spread rate tested was 14 Ibs/yd2. Adding more Portland cement will decrease the susceptibility of the FDR base to degradation due to periodic saturation. However, if prolonged saturation of the base is anticipated, an alternative base option should be considered. • Water Content — Water should be adjusted as needed in the field to maintain good asphalt emulsion coating. The mix design process indicates that the optimum fluid content is approximately 5% before adding cement. Before injecting the asphalt emulsion and Portland cement, the moisture content of the RAP should be on the order of 8 to 10% to fully hydrate the cement. We note that our results are based on the materials tested. Our recommendations do not reflect any variations that may occur in the materials that are actually present. An inspection and QA/QC plan should be implemented during construction to verify mixing depth, gradation, stabilizing agent application rate, moisture content, uniformity, compaction, and smoothness. We are pleased to be of service to you on this project. If you should have any questions concerning this report, please contact us. Very truly yours, ARDAMAN & ASSOCIATES, INC. Certificate of Authorization No. 5950 Jason M. Parker, P.E. Senior Engineer Florida License No. 65928 Attachments: Core Location Plan - Figures 1-7 Table 1 — Pavement Core Data �. ZRA4 ISE EN n J. allack, P. E.' LIJ S ranch ptFir� SSON�\ - Illi ARDAMAN & ASSOCIATES, INC. Corporate Headquarters: 8008 S. Orange Avenue, Orlando, Florida 32809 • Phone ( 007) 855-3860 Table 1 Summary of Pavement Core Data 69th Street from 66th Ave. to US Hwy 1 Indian River County Project #1639 Core No. Approximate Location Approx. Asphalt Approx. Base Apparent Base Type Thickness (in.) Thickness (in.) ±1415 feet east of 66th Limerock/Coquina mixed C-1 Avenue, Eastbound 2 % 12 with shell fragments and asphalt ±1900 feet east of 66th Limerock/Coquina mixed C-2 Avenue, Westbound 2 % 9 with shell fragments and asphalt ±2420 feet east of 66th Limerock/Coquina mixed C-3 Avenue, Eastbound 2 %8 12 with shell fragments and asphalt ±2900 feet east of 66th Limerock/Coquina mixed C-4 Avenue, Westbound 2% 8 with shell fragments and asphalt ±3420 feet east of 66th Limerock/Coquina mixed C-5 Avenue, Eastbound 2 %: 11 with shell fragments and asphalt ±3950 feet east of 66th Limerock/Coquina mixed Avenue, Westbound 3 2 /$ 8 with shell fragments and asphalt ±4425 feet east of 66th Limerock/Coquina mixed C 7 Avenue, Eastbound 2 6 % with shell fragments and asphalt C-8 ±1035 feet east of 58th Avenue, Eastbound 5% 8 Limerock/Coquina - ±1545 feet east of 58th Avenue, Westbound 5 6 /� Limerock/Coquina ±1990 feet east of 58th Avenue, Eastbound 5 X 6% Limerock/Coquina ±2530 feet east of 58th Avenue, Westbound 4 ' 8 % Limerock/Coquina C-12 ±2970 feet east of 58th Avenue, Eastbound 4 6 % Limerock/Coquina C-13 ±3570 feet east of 58th Avenue, Westbound 4 % 7 % Limerock/Coquina C-14 ±4055 feet east of 58th Avenue, Eastbound 4 7 Limerock/Coquina C-15 ±4585 feet east of 58th Avenue, Westbound 3'/ 6 Limerock/Coquina C-16 ±5060 feet east of 58th Avenue, Eastbound 5 g Limerock/Coquina C-17 ±5520 feet east of 58th Avenue, Westbound % 4 3 , 8 3 Limerock/Coquina ±405 feet west of US Highway 1, Westbound 3 ,4 " %: 7 Limerock/Coquina ±100 feet west of US Highway 1, Eastbound 3 n 7 Limerock/Coquina