Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
1999-177 A
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY, FLORIDA q _ I IIn" DALE WIMBROW PARK IMPROVEMENTS COUNTY PROJECT NO. 9625B PREPARED FOR THE BOAR2 OF COUNTY COMMISSION INDIAN RIVER COUNTY FLORIDA KENNETH R. MACHT, CHAIRMAN FRAN B. ADAMS, VICE CHAIRMAN COMMISSIONER CAROLINE D. GINN COMMISSIONER JOHN W. TIPPIN COMMISSIONER RUTH STANBRIDGE JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY K. BARTON, COUNTY CLERK CHARLES P. VITUNAC, COUNTY ATTORNEY JAMES W. DAVIS, P.E., DIRECTOR OF PUBLIC WORKS These technical specifications have been prepared by the Indian River County Division of Public Works, under the general direction of James W. Davis, P.E., and the direct supervision of the undersigned engineer, with technical assistance rendered by other professional staff members. Engineer's Seal) Christopher J. Kafer, Jr., P.E. County Engineer Certificate No. 0028334 w Board of County Commissioners f 1840 25th Street i Vero Beach, Florida 32960 Telephone: (561) 567-8000 f l June 4, 1999 IMPROVEMENTS TO DALE WIMBROW PARK IRC PROJECT NO. 96258 IRC BID NO. 9061 BID OPENING DATED: WEDNESDAY, JUNE 16, 1999 ADDENDUM NO_. 1 f TO ALL PROSPECTIVE BIDDERS: The following clarifications, amendments, additions, deletions, and revisions form a pan of the Contract Documents and change the original documents only in the manner and to the extent stated: This Addendum shall be attached to and become a part of the Contract Documents. I. Please find enclosed revised Bid Proposal Sheets BP -3 and BP -4. The following changes have been made to these sheets: A. Sheet BP -3, Item No. 2 - Performance Bond and Payment Bond: This item is a combination of two previous items. B. Sheet BP -3, Item No. 9 - Clearing and Grubbing (including removal of trees, flumes, concrete pads, wood posts, etc.): Wood posts were added to the item description and are intended to be the existing wood posts located in the playground area. C. Sheet BP) -3, Item No. 10 - Cap existing well (2"): The size of the well has been added. This well is currently capped with a PVC cap and has been cut off at concrete level. Permanent cap to meet County regulations is required. Concrete pad is to be removed and paid for under Clearing and Grubbing. I D. Sheet BP -4, Item No. 34 - Light Pole, Complete (ready for use) was added. This item t , includes electrical connection and complies with specifications and drawings that are a part of the Original Contract Documents. 1 . The Contract Documents and Construction Plans should then consist of the original documents, plans and: 1-. 1. Addendum No. 1, dated June 4, 1999. L C,CmrC icc7Capital Projecu\9625B Addendum l.wpd L PAGE TWO TO ALL PROSPECTIVE BIDDERS JUNE 4, 1999 RE: DALE WIMBROW PARK IMPROVEMENTS IRC PROJECT NO. 9625B All bids should be submitted on Itemized Bid Proposal, Addendum No. I pages BP -3 and BP -4 dated June 4, 1999. We thank you for you cooperation, and if you have any questions please call me at 567-8000 extension 221. Since ly, i/,. ristopher afe r., P / County 'neer CmAtp ENCLOSURES cc: James W. Davis, P.E., Public Works Director FILE CX eWfficeTc+piw rrojeaa\9625B Adam i.wpd REVISED JUNE 4, 1999 tt BID PROPOSAL, INDIAN RIVER COUNTY IMPROVEMENTS TO: DALE WIMBROW PARK r., COUNTY PROJECT # 9625B BID #9061 BID ITEM DESCRIPTION UNIT QUANTITY AMOUNT T3ASE BTD 1 Mobilization LS I 2 Performance Bond and Payment Bond LS 1 3 Maintenance and Protection of Traffic LS I 4 Renovate existing restroom building on existing slab, per plans and specificatiot,s include all utility connections, i.e. water, sewer, electric and demolition of required facilities), complete and ready to use LS I 5 Construction new picnic shelter including slab, electrical and railing (complete and ready to use) LS 1 6 Renovate existing small shelter EA 2 7 Drinking Fountain (complete) EA 1 8 Water hose bibs and connection EA 2 9 Clearing and Grubbing (including removal of trees, flumes, concrete pads, wood posts, etc.) LS I 10 Cap existing well (2") EA 1 11 Entrance sign EA 1 12 Building permits, including electrical, plumbing, etc. LS 1 13 Asphaltic Concrete (Type S-1), (11/2" thick) SY 2,543 14 Limerock Base (8" thick) SY 2,543 15 Stabilization, Type "C" (6" thick) SY 2,804 BP 3 f t i t REVISED JUNE 4, 1999 BID ITEM DESCRIPTION UNIT QUANTI 16 Type "J" Inlet EA 3 17 18" RCP LF 226 18 18" RCP Mitered End Section EA 3 19 Grading, Excavation and Embankment includes retention area, berms, parking area driveway and misc. for other improvements LS 1 20 Grading for Fitness Trail LS I 21 Removal of existing flume LS 1 22 Sodding SY 2,00-0 23 Erosion and Water Pollution Control LS I 24 _ Wheel Stops I:A 4 25 Cypress Mulch for Fitness Trail (4" deep) CY 200 26 Shell Bed Material (4" deep) for Fitness Trail CY 200 27 Marl, Compacted (4" deep) for Fitness Trail SY 587 28 Fencing Post and rail (vinyl), 4' high, including gates, concrete & gravel LF 970 29 Vinyl Fencing, 4' high, including gates around playground) LF 530 30 Flexible Vinyl Edging, 6' wide for Fitness Trail, including all hardware LF 5,300 31 Concrete Sidewalk (4" thick) SY 81 32 Miscellaneous Concrete (Class I) CY 8 33 Ligustrum Hedge, T wide, 6" high LF 140 34 Light Pole, complete (ready to use) EA 1 TOTAL BASE BID BP 4 1999 3.15PM FRCM INDIAN RIVER CLINTY '56177893.91 P.3 Board of County Commissioners 18402511 Slrrecr Vao Beach, Florida 32960 reigho1 (361)167.8000 I a 'J..L PROSPECTIVE BIDDERS INTERSECTION VaROVEbWNTS TO DALE WIMBROW PARK IRC PROJECT NO. 9625A IRC BID NO. 9061 BID OPENING DATE, WEDNESDAY, JUNE 16, 1949 I hereby acknowledge receipt of Addendum No. 1, dated June 4, 1949 for the above pnojed. NAME TI LE 4- C O.• S E ._ r`'`te _ COMPANY g 19-1 DATE RECEIVED Please sign and return to. Christopher J. KAfer, Jr., P E County Engineer Indian River County 11140 25' Street Veto Beacb, Florida 32%0 O Board of County Commissioners 1840 25th Street Vero Beach, Florida 32960 Telephone: (561) 567-8000 June 14, 1999 IMPROVEMENTSTO DALE WIMBROW PARK IRC PROJECT NO. 9625B IRC BID NO. 9061 BIT) OPENING DATED: WEDNESDAY, JUNE 23, 1999 AI-QF NDA.lyl NQ, 2 TO ALL PROSPECTIVE EIDDERS: The following clarifications, amendments, additions, deletions, and revisions form a part of the Contract Documents and change the original documents only in the manner and to the extent stated: This Addendum shall be attached to and become a part of the Contract Documents. 1. Please find enclosed revised Advertisement For Bids, Sheet AB -1. The following changes have been made to this sheet: A. Sheet AB -I, First Sentence - The date of the bid opening has been extended from June 16, 1999 to Wednesday, June 23, 1999. The Contract Documents and Construction Plans should then consist of the original documents, plans and: I. Addendum No. 1, dated June 4, 1999. 2. Addendum No. 2, dated June 14, 1999. All bids should be submitted on Itemized Bid Proposal, Addendum No. I pages BP -3 and BP -4 dated June 4, 1999. CACom1\0tSce7%Capim1 Projects\9625B Addendum 2.wpd 40 r PAGE TWO TO ALL PROSPECTIVE BIDDERS JUNE 4, 1999 RE: DALE WIMBROW PARK IMPROVEMENTS IRC PROJECT NO. 9625B i 1 We thank you for you cooperation, and if you have any questions please call me at 5671-8000 extension 1 221. i Sin y, I stoph . Ka. f c, 1 County .n&eer CJKlktp I ENCLOSURES 1_ I cc: James W. Davis, P.F.., Public Works Director FILE E I 1. I .. i w C:\Core110aia71Capila1 Projais\9625B Addendum 2.wpd E G Board of County Commissioners 1840 251h .Street Vero Beach, Florida 32960 s s Telephone: (561) 5678000 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 PM on WEDNESDAY, JUNE 2 Ll999. 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 "IMPROVEIMENTS 7'0 DALE WIMBRUW PARK All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 P.M., of the day specified above, will be returned unopened. I IRC BID 4 9061 - DALE WIMBROW PARK IMPROVEMENTS DALE WIMBROW PARK IMPROVEMENTS, INDIAN RIVER COUNTY I PROJECT NO. 9625E All material and equipment furnished and all work performed shall be in strict accordance with the plans, specifications, and contract documents pertaining thereto, which may be obtained from the Office of the Cour Eneineer. DgDartment of PublijWor 1x40 25th Street. Vq 9 f3 ach, FIQri0 32960 407567-8000. ext. 221. Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY. in the amount of Tbirtv fiyg (S 35.00) for each set, which represents cost of printing, handling, and mailing and which is non refundable. All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A BID BUND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida, in the sum of not less than Five Percent (5%) of the total amount bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. If he fails to do so, he shall forfeit the said bid Bond as liquidated damages. Please note that the questionnaire must be filled out completely including the financial statement. 1 The County reserves the right to delay awarding of the Contract for a period of sixty (60) days 1 after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without causeJor to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. t. r:1 -Mi A-1999 8:23AM FROM MiM1 RIVER CCLNTY 15617789391 Q. d Board of County Commissioners 184025th Street Vero Beach, Florida 32960 Telephone: (561) 567.8000 TO ALL PROSPECTM, BIDDERS INTERSECTION RYWROV111.4ENTS TO DALE WRMBROW PARK IRC PROJECTNO 9625B IRC BID NO. 9061 BID OPENING DAM WEDNESDAY, TUNE 23, 1999 I hanby acknowledge receipt of Addendum No. 2. dated June 14, 1999 for the above project NAME TIILE CONY AN Y DATE RECEIVED Prase sign &W return to: Christopher J. Kafer, Jr., P.6. ` County Engineer Indian River County 164025' Strom Vero Beach, Florida 32960 L`. W.f10all\t1 ApU1 T NUV6:1s AM 7 A*rw.wp4 EDLUNO & DRITENSAS ARCHITECTS, P.A. 0 2 Members of the American Institute of Architects AR# AAGODO886 1, ;;1399 r 22 Juno 1999 ( Proicel: Dale Wimbrow!'ark For. Indian River County GrrKineering, City of Fero Beach Situ Location: Roseland Fuad Sobmlian. Plorida Indian Itivcr County 13id: #9061. RF:: Addendum # 3 Che following is to be considered part of the corutruction documents and any costs associated with this addendum is to be included in the base bid. Item #I —'Ilse Butllech vinyl lance "Wellinglon style" has been diacontinued. Replace v Wellington %vilh Victorian Style, which is also manufactured by ButHeeh. Item #2 — Note for clarification: The restroom bldg, to be remodeled is to receive US" FRP panels over :4" CDX plywood on the ceiling, not R.S. cede plywood. Item #3 Note for clarification: Sheet A-3 large shelter, 12" diameter column block, to have stnick joints and painted Punish, not stucco finish as noted on west elevation. Item # a --'1 he current list of bidders is as follows: Summitt Construction Company, Inc. Clulbcrg Construction, Inc. Quality Concrete & Rental Bill Byrant & Associates 1 speclfully Submitted, 61 n F. Bin C' hileet, , ..-1. 65 Royal Palm Boulevard, Suite D. Vero Beach, Florida 32960 Deerfield 954/429-0995 Vero Beach 561/5694320 Fax 954/421.8259 Fax 561/5699208 1 Oa "Ell A -.LIMa:'aNn-raa* wdL.G : 1 0 c(_1 -00 F] INDEX TO CONTRACT DOCUMENTS Note: This index is for convenience only. Its accuracy of completeness is not guaranteed, and it is not to be considered as part of the Specifications. In case of discrepancy between the Index and the Specifications, the Specifications shall govern. CONTENTS TITLE P_AQE Advertisement for Bids AB 1-2 General Conditions GC 1-10 Special Provisions SP 1-12 Contract Documents & Forms (Appendix) 1. Bid Bond BB 1 2. Itemized Bid Proposal BP 1-5 3. Questionnaire Q 1-2 4. Agreement A 1-3 5. Affidavit AF 1 6. Public Entity Crimes PEC -1-3 7. Disclosure of Relationships DOR-1-2 8. Final Payment FP 1 9. Payment Application Form PA 1-3 10. Performance Bond 1 -5 11. Payment Bond l - 5 12. Model Insurance Certificate Cl I r f 13. Specifications - Table of Contents SPECS -TAB 1-3 Division 1, General Requirements 01010-1 - 01720-2 Division 2, Site Work 02010-1 - 02870-2 Division 3, Concrete 03010-1 -03300-8 Division 4, Masonry 04200-1 - 04230-1 Division 6, Carpentry 06100-1 -06200-2 Division 7, Thermal & Moisture Protection 07190-1 - 07900-1 Division 8, Doors, Windows and Glass 08100-1 - 08710-2 Division 9, Finishes 09100-1 -09986-3 Division 10, Specialities 10155-1 - 10800-3 Division 15, Mechanical 15400-1 - 15455-1 Division 16, Electrical 1 j 16010-1 - 165154 Board of County Commissioners 1840 25th Street I s Vero Beach, Florida 32960 i Telephone: (561) .567-8000 r ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 PM on WEDNESDAY, t JUNE 16, 1999. 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 "INIPROVENI.ENTS TO DALE WIMBROW PARK". All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 P,M., of the day specified above, will be returned unopened. IRC BID # 9061 - DALE WIMBROW PARK IMPROVEMENTS DALE WIMBROW PARK IMPROVEMENTS, INDIAN RIVER COUNTY PROJECT NO. 9625B All material and equipment furnished and all work performed shall be in strict accordance with i the plans, specifications, and contract documents pertaining thereto, which may be obtained from the Officeof the 'ount E-3inge_r. Department of Public Works 1840 25th StreetVero Beach, Florida 32960 407 567-$000. ext. 221. Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to BOARD QFC -UN Y COMMISSIONERS. INDIAN RIVER CQONTY in the amount of Thirty-five (S 35.00) for each set, i which represents cost of printing, handling, and mailing and which is non refundable. l All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A BID BOND must accompany each Bid, and be properly executed by the Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida, in the sum of not less than Five Percent (5%) of the total amount bid, made payable to Indian River County Board of County Commissioners. In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond. If he fails to do so, he shall forfeit the said bid Bond as liquidated damages. Please note that the questionnaire must be filled out completely including the financial statement. The County reserves the right to delay awarding of the Contract for a period of sixty (60) days t after the bid opening, to waive uiformalities 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 t. County, Florida. AB -1 C INDIAN RIVER COUNTY By: Fran Boynton Powell, Purchasing Manager For Publication in the Vero Beach Press Journal Date(s): May 27, 1999 June 2, 1999 For.: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication tn- INDIAN RIVER COUNTY PURCHASING DIVISION 1840 25th Street Vero Beach, FL 32960 AB -2 s P f f Paragraph I No. INDEX TO GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS Paragraph Title Page No. 1. GENERAL .................................................. GC -I 2. COMPLIANCE WITH ADVERTISEMENT FOR BIDDERS ........... GC -I 3. DEFINITION OF TERMS ...................................... GC -I 4. PREPARATION OF PROPOSAL ................................ GC -2 5. WITHDRAWAL OF PROPOSAL ................................ GC -2 6. AWARD OR REJECTION OF BIDS .............................. GC -2 7. EXAMINATION OF SITE, PLANS, SPECIFICATIONS & REGULATORY PERMITS ..................................... GC -3 8. IN'T'ERPRETATION OF THE APPROXIMATE QUANTITIES ......... GC -3 9. FAMILIARITY WITH LAWS ................................ GC -3 10. COMMENCEMENT AND COMPLETION OF WORK ............. GC -3 11. INSURANCE - GENERALL..................................... GC -4 12. LIQUIDATED DAMAGES ..................................... GC -5 13. PERMITS .................................................. GC -5 14. INTERPRETATIONS OF PLANS AND CONTRACT DOCUMENTS ................................... :....... GC -5 15. CHANGES, EXTRA, AND OMITTED WORK ..................... GC -6 16. RESTORATION AND CLEAN-UP ............................... GC -8 17. WORK BY OTHERS ................. . ........................ GC -8 18. INSPECTION AND ACCEPTANCE OF THE WORK ................ GC -8 19. GUARANTEE ............................................... GC -9 20. LIENS ..................................................... GC: -9 21. BID BOND ................................................ GC -10 22. PERFORMANCE AND PAYMENT BONDS (SURETY) ............. GC -10 23. OWNER'S RIGHT TO TERMINATE CONTRACT ................. GC -10 24. PROTECTION OF PUBLIC ................................... GC -1 I 25. PUBLIC ENTITY CRIMES.. .................................. GC -12 26. DISCLOSURE OF RELATIONSHIPS ........................... GC -12 El i GENERAL CONDITIONS AND INSTRUCTION TO BIDDERS 1. GENERAL: The following conditions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the Specifications and strict compliance is required with all the provisions herein contained. 2. COMPI,IAPI F_WITH ADVER 1 i EMENTFQR B1DD JR The instructions and I conditions set forth in the published Advertisement for Bidders shall be binding to all Bidders. 4 3. Where the following terms, or their pronouns, occur herein, the intent and meaning shall be as follows: OWNER: Indian River County, Florida 1840 25th Street, Vero Beach, Florida 32960 M i ENGINEER: Public Works Director, or his Designee as given in writing to the Contractor, Department of Public Works Indian River County, Florida 1840 25th Street, Vero Beach, FL 32960 i BIDDER: Any person, firm, or corporation submitting a Bid Proposal for the Project. CONTRACT: The agreement executed by the Owner and Bidder 1 given the Award for the Project, including all Contract Documents. 4 I CONTRACT DOCUMENTS: Advertisement for Bids, General Conditions, Specifications, Addendum as required, By reference Florida Department of Transportation FDOT) Standard Spg6fications for Road and Bridge Construction 1991, Bid Proposal, Questionnaire, Form of Agreement, Final Payment - Contractor, Affidavit, Final Pay Request, Special Provisions, and Plans and FDOT Roadway & Traffic Design Standards, 1994 shall constitute the Contract Documents. PERMITS: St. Johns River Water Management District (SJRWMD) All required County Building Department Permits CONTRACTOR: The person, firm, or corporation who is the successful Bidder. APPROVED EQUAL: A substitute product equal to or better than the brand name product as specified and permitted to be used in this Project only when approved by the Engineer. See Technical Specifications. GC -1 40 PR PAR ATIQN OF PRPQ$AL: The Bidder must fill all required blank spaces on the Bid Schedule. All writing must be typed or in ink and submitted in duplicate. Only one Bid from any individual, firm, partnership or corporation, under the same or different names, will be considered. Each proposal must have the full business address of the Bidder and must be signed by him with his usual signature or by an authorized representative. Any Bid submitted with escalator clauses shall be rejected; Bid Price shall remain firm for a period of sixty (60) days after date of submittal. f 5.T I RAWAL 4F PROPOSAL_ A Bidder may withdraw his proposal without prejudice to himself not later than the day and hour set in the Advertisement for Bids, by physically delivering his withdrawal in writing to the County Adnunistrator and after received, his proposal will be returned to him unopened. 6. SWARD OR REJECTION QF BIS The contract will be awarded to the lowest responsible Bidder, provided his bid is reasonable and is in the interest of the Owner to accept it. The bidder to whom the award is made will be notified at the earliest possible date. The Owner, t however, reserves the right to reject any and all Bids and to waive any informality on Bids received, whenever such rejection or waiver is in the interest of the Owner. Further, the Owner reserves the right to award the Base Bid or any alternate bid as a single contract It is anticipated that all items of the Base Bid or any Alternate Bid will be included in the Contract, however, the Owner further reserves the right to include only the number of items in the Contract for which funds may be available. The Contract Documents will be sent to the Successful Bidder for his execution. The Bidder shall execute the Agreement and submit all bonds and insurance certificates as set out in the Contract. i Should the Bidder to whom the Contract has been awarded refuse or fail to complete the requirements above within twenty (20) calendar days after Notice of .Award, the additional time in calendar days required to CORRF-.CTI.Y complete the documents will be deducted, in equal amount, from the Contract Time, or the County may elect to revoke the Award. The Bid Bond of any Bidder failing to execute the awarded Contract shall be held by the County for consequential damages incurred, and the Contract awarded as the Commission desires. 7. EXAMINATION OF SITE PLANS, SPECIFICATIONS & REGULATORY PERMITS_ The Bidder is required, before submitting his proposal, to visit the site of the proposed work and familiarize himself with the nature and the extent of the work and any surface and subsurface conditions that may in any manner affect the work to be done, and the equipment, materials, and labor required, and the cost thereof. Bidder is also required to examine carefully the Plans, Specifications, Contract Documents, including the Regulatory Permits and to inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect the work to be performed under the Contract. Ignorance on the part of the Contractor will in no way relieve him of the obligations and responsibilities assumed under the Contract. No information derived from maps, drawings, specifications, or from the Engineer, or his assistants, shall relieve the Contractor from any risk or from fulfilling all terms of the Contract. GC -2 j 8. INTERPRETATION OF TETE APPROXIMATE OUANTITIE ;. 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 Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining thereto. 9. EAMILIARITY WITH LAWS The Bidder is assumed to be familiar with and shall comply with all Federal, State and Local taws, ordinances, rules, codes, and regulations that may affect the work. Ignorance on the part of the Bidder will in no way relieve him from the responsibility of compliance therewith. All work and materials shall comply with those laws. 10. _QQMM N EMW1i .AND CUMPLFTIC)N OF WORK: The Contractor will be required to commence work under this Contract within twenty (20) calendar days after the date of receipt by him of the Notice to Proceed, and to complete the work ready for use not more than one hundred twenty (120) calendar days from and after the starting date established in the notice to proceed. The time stated for completion shall include final clean-up of the premises. Tlly IS OF THE ESSENCE. Working days are defined as Monday through Friday, excluding Saturday and Sunday and County Holidays. The hours will be from 7 AM to 7 PM. No work shall commence before 7 AM or continue after 7 PM. County Holidays are: New Years 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 Public Works Director. No Saturday or Sunday work will be permitted except as authorized by the Public Works Director in writing 48 hours in advance. i If the Contractor fails to complete the requirements of General Condition 6, AWARD REJECTION OF BIDS, then additional time in calendar days required to correctly complete the documents will be deducted from the Contract Time in working days specified above. 11. INSURANCE - GENERAL: Contractor shall not commence work under this contract until he has obtained all insurance required under this Section and such insurance has been approved by the County, 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. A. Insurance Requirements 1) Worker's Comep nsation - 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). i_ GC -3 40 i t 2) Commercial General Liabilit - coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury r and Property Damage. This shall include coverage for: I * Premises/Operations Products/Completed Operations Contractual Liability Independent Contractors 3) Business Auto Liability - coverage shall provide minimum limits of liability of I $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: Owned Autos Hired Autos Non -Owned Autos B. Special Requirements 1) Ten (10) days prior to the commencement of any work under this contract a certificate of insurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following: a. "Board of County Commissioners, Indian River County Florida" will be named as an "AJditQrAUnjurcd" on both the General Liability and Auto Liability policies. b. Indian River County 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 Risk Manager. i. An appropriate "lndcmi}ifig ign" clause shall be made a provision of the contract, (See Form of Agreement Article 6). ii. It is the responsibility of the contractor to insure that all I subcontractors comply with all insurance requirements. iii. It should be remembered that these are minimum requirements which are subject to modification in response to high hazard operations. iv. A model "Certificate of Insurance" form is attached as page CI - L The Certificate of Insurance submitted MUST be in conformance and completed as to Coverage, Description, Certificate Holder, and Cancellation Terms, as the model form provided shows. 12. LIQUIDATED DAMAGES: The amount of liquidated damages for the Project is hereby established as set out in the Florida Department of Transportation (FDOT), Standard Specifications for Road and Bridge Construction, latest edition, under Section 8- 10.2. Liquidated damages apply to all portions of the Project. Liquidated damages may be deducted from monies due the Contractor and shall not exceed the total contract price. GC -4 13. PERMITS: The County shall acquire and pay for all license fees, royalties, permits; governmental and inspection charges necessary for performance and completion of the work. The Contractor shall arrange for the use of all utilities and pay the fees and charges therefor with no offset whatsoever. 14. INTERPRETtiTIONS OF PLANS AND CONTRACT DQ jWNTS., The Contractor shall verify all dimensions, quantities, locations, materials and details shown on the Plans, Supplementary Drawings, schedules or other data received from the Engineer, and shall notify him of all errors, omissions, conflicts and discrepancies found therein. Failure to discover or correct errors, conflicts or discrepancies shall not relieve the Contractor of full responsibility for unsatisfactory work, faulty construraion, or improper operation resulting therefrom nor from rectifying such condition at his own expense. Ile will not be allowed to take advantage of any error or omissions, as full instructions will be furnished by the Engineer, should any error or omissions be discovered. All schedules are given for the convenience of the Engineer and Contractor and are not guaranteed to be complete. 1 15. CHANGES. EXTRA AND M1TTE2WORK: A. It is mutually agreed that no change involving change in cost, either to the Owner or Contractor, shall be made except upon written permission of the Owner. Extra work shall be paid for as set forth in this Paragraph. Omitted work shall be credited against the money due the Contractor by one of the methods described in this Article. The Contractor shall make no claim for extra work unless it has been approved by the Owner in writing and in advance of the work, except that the Contractor may proceed to meet an emergency condition if the Owner's representative is not available. Work required by surface or subsurface conditions, or both, other than were foreseen by E Bidder at the time of bidding but could have been discovered by test borings or other testing methods, shall not be considered extra work. i B. The Engineer shall, in all cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the same, and such estimates and decisions shall be final and binding. C. Any work not herein specified, which may be fairly implied as included in the Contract, of which the Engineer shall adjudge, shall be done by the Contractor without extra charge. D. The Contract price may only be changed by a Change Order as authorized by the County Commission. This includes extra work. Authorization of extension of time shall not constitute a waiver of liquidated damages. Work required by surface or subsurface conditions, or both, other than were foreseen by Contractor prior to signing the Contract but could have been discovered by test borings or other testing methods, i.. shall not be considered extra work. GC -5 E. The Owner may, at any time by a written order and without notice to the sureties, require the performance of such extra work as it may find necessary or desirable arising out of the modification of the Contract Drawings. All work so ordered must j be performed by the Contractor. The amount of compensation to be paid to the Contractor for any work so ordered shall be determined as follows: 1) By such applicable unit prices, if any, as are set forth in the Contract; or 2) If no such unit prices are so set forth, then by a lump sum or other unit prices mutually agreed upon by the Owner and Contractor; or 3) If no such unit prices are so set for in the contract and if the parties cannot agree upon a lump sum or other unit prices, then by the actual net cost in i money to the Contractor of the extra work performed and the cost shall be i.. determined as follows: i a. For all labor and foremen (Contractors and subcontractors) in direct charge of the authorize operations, the Contractor shall receive the current local rate of wages, to be agreed upon in writing before starting such work, for each hour that said labor and foremen are actually I engaged thereon, to which shall be added an amount equal to 15 percent (15%) of the sum thereof which shall be considered and i accepted as full compensation for general supervision and the j furnishing of small tools and miscellaneous equipment used, such as picks, shovels, hand pumps, and similar items. R- b. For all materials used (by Contractor or subcontractor), the Contractor shall receive the actual cost of such materials delivered at the site or I previously approved delivery point as established by original receipted I bills. No percentage shall be added to this cost. C. For special equipment and machinery (used by Contractor or subcontractor) such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment required for the economical performance of the authorized work, the Contractor shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work. No percentage shall be added to this sum. d. The Contractor's profit shall be computed by taking ten (10%) percent of the sum of items 3( a) (less the 15% added) and 3(b) above. The total cost of performing this extra work shall then be the sum of items 3( a), 3(b), 3(c), and 3(d). I GC -6 F. Records of extra work done, if any, shall be reviewed at the end of each day by the Contractor or his representative and at the discretion of the Engineer, duplicate copies I of accepted records made and signed by both Contractor or his representative and the Engineer, and one copy retained by each. 1 G. Claim of payment for extra work shall be submitted by the Contractor upon certified statement supported by receipted bills. Such statements shall b'; submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless the same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. H. The Owner may, at any time by a written order and without notice to the sureties, require the omission of such Contract work as it may find necessary or desirable. All work so ordered must be omitted by the Contractor. The amount by which the Contract price shall be reduced shall be determined as follows: I . By such applicable unit prices, if any, as are set forth in the Contract; or 2. By the appropriate lump sum price set for the in the Contract; or 3. By the reasonable and fair estimated cost of such omitted work as determined by the Engineer and approved by the Owner. 16. RRE$TOKATIQN AND CLEAN-UP: The Contractor shall protect all private and public property from damage as a result of work under ihL Contract. All damage as a result of work under this Contract shall be restored to the original or better condition as approved by the Engineer, at no additional cost to the Owner. The Contractor shall provide all safety precautions necessary to prevent damage and/or injury to any person or property. Public health and safety consideration will exceed all others. The Contractor will keep the site(s) orderly during construction and will leave the site(s) clean prior to final acceptance, all in a manner as approved by the Engineer. 17. WORK BY OTHERS: County crews and/or other Contractors may be working on the project site(s) simultaneously within any work area. The Contractor shall cooperate and coordinate his work with all others. The Contractor shall coordinate his work such that there will be the least amount of interference and/or interruption of utilities, systems, i.e., facilities. 18. INSPECTION AND ACCEPTANCE OF THE WORK: The Engineer or his representative will visit the site from time to time to observe the progress and quality of the work. The Engineer has the authority to disapprove or reject work which is defective. Such work shall be removed and replaced or repaired in a manner satisfactory to the Engineer. Until defective work is satisfactorily corrected, the Engineer will assign a value of the work and retain that from any payments that may be due the Contractor. GC -7 t The Engineer shall make all inspections and tests as required to determine the acceptability of the work. The Contractor shall provide all samples and facilities and work necessary for the I testings and inspection. Upon notification by the Contractor, the Engineer will perform final tests and inspections. I Should this reveal defective work those defects must be immediately corrected, after which additional tests and inspection shall be conducted by the Engineer to determine acceptability of the work. Upon acceptance of corrected d fective work, this shall constitute final acceptance of the work. 19. -Q!L& ANTEE: In addition, warranties of merchantability and fitness of purpose guaranteed by the Uniform Commercial Code and made a part hereof, all work or materials furnished by the Contractor under this Contract shall be guaranteed by him against mechanical and physical defects, breakage, and other damages and failure, under normal operation, for a period of one 1) year from the date of final acceptance. All work or materials found to be defective from routine, normal operation within the specified guarantee period shall be replaced by the Contractor at his expense. The period of guarantee of each such replacement shall be one year i from and after the date of installation thereof. 20. LTEN& This project is a "Public Work" 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 i 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 Ry Count and are subi cgtto proper prior notice to (Contractor's Name) and to (Contractor Surety Company Name), pursuant to Chapter 255 of the I'Lorigla Statutes. Phis parar ph 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 f The Owner may rely on said affidavit at face value. The Contractor does hereby release, remiss and quit claim any and all rights lie may enjoy to perfect any lien or any other type of statutory common law or equitable lien against the job. 21. BID BOND: All bids shall be submitted in duplicate upon the Proposal Form herein, or verbatim copy thereof, and each proposal shall be accompanied by a Bid Bond or a Certified Check, Cashier's Check, Treasurer's Check or Bank Draft of any National or State Bank, in the amount of 5% of the total bid price, payable to Indian River County and conditioned upon the successful Bidder entering into contract with surety as specified. Guaranty of the successful Bidder shall be forfeited to Indian River County not as a penalty, but as liquidated damages for the cost and expense incurred should said bidder fail to submit satisfactory surety or fail to comply with any other requirements of the Specifications or of his Proposal. GC - 8 t i 22. PERFORMANCE AND PAYMENT BONDS ( SURETY): Within twenty (20) days of receipt of the Contract Documents for execution, the successful bidder shall furnish a I Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in in amount equal to 100% of the contact price as specified herein, of the form and containing all of the provisions as stated herein. Thp Contractor must record the Pe formance and 1 Pavment Bonds with the ClIrk of Court. Indian River Countv. M The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. The Contractor is required at all times to have a valid Performance and Payment Bond in tierce covering the work being performed. A failure to have such bond in force at any time shall constitute a default on the part of the contractor. If the surety writing the Public Construction Bond becomes disqualified, then this shall automatically constitute a failure on the part of the Contractor to meet the above requirements. The performance bond shall contain a specific provision that delay damages are covered by the performance bond. In lieu of the Bonds, the Contractor may lbrnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part 11 of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the owner. Such Bonds shall continue in effect for one (1) year after completion and acceptance of the work. 23. Q—WNER,S R, HGTTOTERMINATECONTRACT: A. If, in the opinion of the Owner, the Contractor shall be improperly perfbrming said work, or shall neglect or refuse to remove and/or re -build such work as shall have been rejected by the Engineer as being defective or unsuitable, or if at any time the Owner shall be of the opinion that the said work is being unnecessarily delayed and will not be finished within the prescribed time, they shall notify the Contractor in writing, and if the Contractor shall not within ten (10) calendar days thereafter, take such measures as will, in the judgement of the Owner, insure satisfactory performance, construction, and completion of the work, the Owner may notify the Contractor to discontinue all work under this Contract. The Contractor shall immediately respect said notice and stop said work and cease to have any rights in the possession of the ground and shall forfeit his Contract. The Owner may thereupon advertise and let a contract for the uncompleted work in the same manner as was followed in the letting of this Contract and charge the cost thereof to the original Contractor upon his Contract; any excess of cost arising therefrom over and above the original Contract price shall be charged against the original Contractor and his surety or sureties who shall be liable therefore. GC -9 B. if the Contractor shall assign this Contract or any money accruing thereon or approval thereon, or abandon the work or is adjudged a bankrupt, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the contractor or for any of his property, or if he shall refuse or neglect to comply with the instructions of the Owner or Engineer relative thereto, or shall in any manner failt to comply with the Specifications and stipulations herein contained, The Owner shall have the right to annul and cancel this Contract and proceed to advertise and re -let a contract for the unfinished work, and such annulment shall not entitle the Contractor to any claim for damages on account thereof, nor shall it affect the right of the Owner to recover damages on account of such failure. 24. PROTECTION OF PUBLIC A. The Contractor shall erect and maintain barricades and sufficient safeguards around all excavation, embankments or obstructions; he shall place sufficient amber lights at or near the work, keep the same burning from sunset to sunrise, employ watchmen and i strictly obey all laws and ordinances controlling or limiting those engaged on similar work. All maintenance of traffic work shall comply with Section 102 and Special Provision Item 102-1 of the Florida Department of Transportation. Standard p ifi atiors £Qr Rnad and Bridee ConstructiQn I B. Where there are telephone, telegraph, light, or power poles, water main, conduits, pipe, or drains; or other construction either public or private, in or on the streets or alleys; the work shall be so conducted that no interruption or delay will be caused in the operation or use of the same. Proper written notice shall be given and all the facilities afforded the owners of such construction encountered or likely to be encountered, as will enable them to preserve the same from injury. C. The Contractor will not be permitted to interfere with public travel and convenience by grading or tearing up streets indiscriminately, but the work of conducting the various items of this Contract shall proceed in an orderly, systematic and progressive manner. 25. PUBLIC ENTITY CRIMES: The Contractor shall complete, and execute in the presence of a notary, or other officer authorized to administer oaths, the sworn statement under Section 287.133(3)( a)F.S., Form PEC -1 of this contract. 26. DIS.CLQSURE OF RELATIONSHIPS The Contractor shall complete, and execute in the presence of a notary, or other officer authorized to administer oaths, the sworn statement under Section 105.08, Indian River County Code, Form DOR-I of this contract. GC -10 0 May 25, 1999 SPECIAL PROVISIONS FOR INDIAN RIVER COUNTY i IMPROVEMENTS TO i DALE WIMBROW PARK IMPROVEMENTS i I COUNTY PROJECT #962513 I. GENERAL The Technical Specifications for this project and the following Special Provisions; all are hereby made a part of this Contract. Further, the applicable portions of the $oulh Florida Buil in Code shall apply to this project. The Contractor shall procure copies of the above documents, from the appropriate agencies, for use on this project. Unless otherwise noted, all section references in the Special Provisions and General Specifications refer to the Florida Deoartment of Transportation's ffD932 Stanciad Spggifigations for Road and Bndge Const rtr Won. All construction of items covered in the standard specifications and Standard Plans shall conform to the Standard Specifications and Plans unless shown otherwise herein. The Contractor shall have in his possession a copy of all contract documents. 2. LOCATION OF WORK The work proposed under the terms of this Contract is for Improvements to: Dale Wimbrow Park, Roseland Road, Indian River County, Florida The exact location and limits of construction are shown in the plans accompanying these contract documents. 3. SCOPE OF WORK Refurbish existing restroom and shower building; construct paved parking area; construct drainage swales; construct shelter; and other miscellaneous and incidental construction shown on the plans and in the specifications. 4. PLANS Plans accompanying these contract documents are entitled: Dale Wimbrow Park Improvements. SP -1 May 25, 1999 5. GENERAL CONSTRUC'T'ION REOUIREMENTS: A. Materials Handling_ 'Che Contractor shall make arrangements at this own expense for the unloading and storing of materials at an approved location until needed for installation. Under no circumstances will pipe, materia;s, or structures placed on the job site obstruct driveways or streets or be placed within three feet of the pavement of streets or highways. The Contractor shall provide and maintain approved barricades, warning lights, and guards necessary for the protection of the public. The Contractor shall coordinate said barricades, lights, and guards with the County. B. Cofinemgnl of Operations• All construction operations by the Contractor shall be confined to public rights-of-way, easements, or building sites secured by the County for this work. No equipments moving, parking, material storage, etc., shall be permitted on private property without the property owner's consent in writing. The Contractor shall be re¢ponsible for trespassing upon private property and for damage to any property, public or private. Easements and rights-of-way are shown in approximate location on the Drawings and have been obtained by the County. The Contractor shall be fully responsible for constructing the work within the legal rights-of-way and easements. 6. PERMITS AND LICENSES Right -of -Way Permits required for construction within the public right-of-way will be issued by the Public Works Department, Indian River County, at no cost to the Contractor. Any permits for disposal of materials shall be the Contractor's responsibility. See Section 7 of the Special Provisions. 7. DISPOSITION OF' DEBRIS All debris shall be removed and disposed of by the Contractor and approved by the Engineer. It is the Contractor's responsibility to obtain all necessary permits. 8. LAYOUT OF WORK AND AS -BUILT DRAWINGS: The contractor will provide survey work to establish right-of-way, base lines, centerlines, and grades as may be required for the work prior to any construction. The Contractor shall protect these controls. The Contractor shall keep records on project modifications with sufficient detail so that as -built drawings may be prepared to the Engineer's satisfaction at the Contractor's cost. Contractor shall be responsible for establishing all finished grades with the benchmark datum provided on the plans. SP -2 i r May 25, 1999 9. DISPOSITION OF SALVAGEABLE MATERIALS All side drains removed from residential driveway entrances within the right-of-way shall become the r property of the respective homeowner. Those homeowners not desiring the side drains may donate them to the County free of charge. If Contractor is unable to contact respective owner, he will notify the Engineer. All salvageable materials under existing roads, not to be used in the Contract are the property of Indian River County. Contractor will stockpile all salvageable materials in a safe place within County right-of-way, to be picked up by County Crews. Contractor will notify Engineer of stock -piled materials to be removed. All other materials will be disposed of by, or become the property of, the Contractor. 10. DISTURBANCES TO EXISTING IMP____ROVEMMM$c PROTECTION OF PROPERTY: It is the Contractor's responsibility to locate all utilities and to protect from damage all utilities that might be in the work area. Wherever the underground installation of utility lines or other structures proceeds through surface improvements, the Contractor shall be responsible for the protection and preservation of the improvements. This shall include removal, storage and subsequent replacement of such improvements to the original, undisturbed condition. Property obstructions which are to remain in place, such as sewers, fences, drains, water, irrigation i systems or gas pipes, conduits, wires, or cables above or below ground are to be carefully protected from injury and are not to be displaced. No land monuments, property markers, or official datum points shall be damaged or removed by the Contractor. The Contractor will be held responsible to repair or replace any damage he causes to the above at his expense. IL MRKU$S AND SOD Shrubs and sod within the limits of construction not shown or directed to be removed shall be taken up with sufficient root ball and soil, suitably stored, watered and replaced as soon as backfilling permits. Shrubbery and sod mishandled or damaged during construction operations that does not survive shall be replaced with similar vegetation and maintained by the Contractor until survival is assured. 12. SITE CLEANUP During the progress of the project, the work and the adjacent areas affected thereby shall be kept in a neat and orderly condition. All rubbish, surplus materials, and unused construction equipment shall be removed. All damage shall be repaired so that the public and property owners will be in- convenienced as little as possible. 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 removed. SP -3 May 25, 1999 t Before the completion of the project, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures which he builds; remove all temporary works, tools, and machinery or other construction equipment furnished by him; I remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around orivies, houses, and other buildings used by him; remove all rubbish from any grounds which he has occupied; and leave the roads, all parts of the premises and adjacent propertyaffectedbyhisoperations, in a neat and satisfactory condition. The Contractor shall restore or replace, when and as directed, any public or private property damaged by his 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 do all required highway andlandscapingwork. Acceptable materials, equipment, ar,d methods shall be used for such restoration. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the work shall deliver the facility undamaged and in fresh and new -appearing condition. i It is the intent of the Specifications to place the responsibility on the Contractor to restore to original condition items such as but not limited to trees, fencing, g shrubbery, signs, light posts, etc., destroyed or damaged during construction. 13. MAINTENANCE AND PROTECT nN F TRAF htP T The Contractor shall properlyi —2 ____ _.__1= lC( —4 1 P P y maintain orderly and safe traffic operations at all times during the term.of the contract according to the methods and procedures established by the Florida DOT Roadway and Traffic Design Standards, and the Manual on Uniform Traffic Control Devices (Federal Highway Administration). Every effortshallbemadeto provide maximum vehicular and pedestrian safety at all times. The Engineer shall approve all traffic maintenance and protection plans and operations. BEGINNING DATE: OF CON'TRACTOR'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, stripingandbarrierstobe 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 necessaryshallalsobeapprovedinwriting. Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received. SP -4 J May 25, 1999 t The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. t 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. TRAFFIC CONTROL, - STANDARDS: The Late5-LE iti n of the FDnT R wa and Traffic Design SW&6, 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. INUnual on)Qn Traffic Contra) Devices LNtUT D, TRAFFIC CONTROL DEVICES, WARNING DEVICES AND BARRIERS - INSTALI.ATION: 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. 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. SP -5 40 I May 25, 1999 C Item of Payment Payment for the work specified in this item shall be made under: i Maintenance of Traffic Lump Sum I MQBL RATION The work specified in this section shall conform to Section 101 of the Latest Edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Item of Payment i Payment for the work specified in this item shall be made under: Mobilization Lump Sum EROSION AND WATER PO L ]TION CONTRQL The Contractor shall install erosion and water pollution control methods in accordance with I;DOT Indexi 100, 102, 103 and 104, Standard Specifications Section 104, and all permit requirements. The Contractor is responsible for meeting appropriate federal, state, and local regulations and water quality standards, such as turbidity. All disturbed areas will be replanted with approved vegetation cover (either final or temporary) within 30 days of final grading. I 1. Preconstruction Conference: At the preconstruction conference the Contractor shall present, in written form, his plans and schedules for prevention, control, and abatement of erosion and water pollution. 2. Ditches, Streams and Canals: Staked and floating turbidity barriers shall be installed in all permanent water course in a manner so as not to act as a damn. Barriers shall be located at distance of no greater than 25 feet downstream from the last point of construction. 3. Silt Fences: Silt fences shall be installed to prevent silt and erosion from leaving the project limits particularly adjacent to wetlands, roadside ditches or existing bodies of water. 4. Storm Sewer System: T he Contractor shall protect the storm sewer system from erosion and sedimentation during construction. This may include the use of baled hay, silt fences or any other method approved by the ENGINEER. All such costs associated with this shall be included in the unit cost of storm sewer system. Should any constructed item be damaged due to erosion or SP -6 40 f May 25, 1999 t sedimentation, the Contractor shall repair or replace the item with no additional compensation. All new and existing (where called for) storm sewer pipes shall be clean and free from silt prior to final acceptance. The Contractor shall maintain stormwater runoff during construction so that flooding does not occur. The Indian River Fames Water Control District has jurisdiction of the Oslo Road Sub -Lateral B -7-E Canal. The Contractor shall coordinate the work with the County. ftm 4f Paymen4 Payment for the work specified in this item shall be made under: Erosion and Water Pollution Control Lump Sum LE RIN-AND GRUBBiN The work specified in this item shall conform to Section 1 10 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. (Latest Edition) with the following modifications: Prior to any clearing and grubbing, the contractor will stake the right-ot=way. Unimproved areas shall be cleared of trees, logs, stumps, brush, vegetation, rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the ENGINEER which are to remain undisturbed and protected. Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps, roots, or perishable matter of any description shall remain under concrete slabs or footing, including pavement and sidewalks. No trees shall be r,:moved 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. Where the fin.•d 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 18 inches 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. SP -7 40 May 25, 1999 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. All trees to be removed shall be disposed off site; burning will be strictly prohibited. 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. 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 9, Special Provisions) The County 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. 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. No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove, relocate, protect, or otherwise account for in the construction of the work depicted in the plans, for any feature, or item that would be apparent from a careful inspection of the site and review of the plans, even though such feature or item is not specifically called out in the plans. It is therefore essential the contractor make such inspection and review. The unit price bid for this item shall include the cost of all labor, tools, and equipment necessary to excavate, remove, and dispose of those items as directed by the ENGINEER and where designated on the Drawings. The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item. Item of Payment Payment for the work specified in this item shall be made under: Clearing and Grubbing Lump Sum The provisions of Special Provisions, Paragraph 9 shall be applicable and the costs thereof included under this item. SP -8 I May 25, 1999 GRAD ING• EXCA CATION, EMBANKMENT The work specified in this item shall conform to Section 1?0 of the Florida Department of Transportation Specifications for Road and Bridge Construction. (Latest Edition). Excess fill removed to be delivered to Indian River County to a site designated by the County Engineer. This item shall include all excavation of whatever kind, including subsoil, if necessary, for the roadway, drai-age channels, removal of existing pavement, structures and any other work normally included in Section 120-7. Also included is all work necessary to construct all necessary embankments, including compaction of same, normally included in Section 120-5 & 120-9. Grading of swales and the construction of all earth- work necessary to achieve the final elevations, lines, grades and contours shown on the plans shall be included in this item. No other additional payment will be made for any earthwork, grading or excavation. I1gtL 9 Payment Payment for the work specified in this item shall be made under: E Grading, Excavation & Embankment Lump Sum STABILIZATION - TYPE 'C'(6- St BGRADE) Contractor shall include a unit price for subgrade preparation. The ENGINEER'S sole discretion will determine the location of subgrade preparation used in the Project. The work specified in this item shall conform to Section 160 of the Florida Department of Transportation Specifications for Road and Bridge Construction (Latest Edition) as modified herein. No base will be constructed until density tests, as directed by the ENGINEER, show the specified values have been attained. The subgrade shall be stabilized to the depth shown in the plans and/or itemized proposal. Item of Payment Payment for the work specified in this item shall be made under: Stabilized sub -grade (6") Square Yard LIMEROCK BASE COURSE Article 200-10 Calculations for average thickness of base. Delete this article in its entirety. Article 200-11 Method of Measurement. Delete the text of this article and substitute the fbllowing: SP -9 40 May 25, 1999 The calculations for Limerock Base to be paid for under this Section shall be the area in square yards of Limerock, Base, completed and accepted with the length to be used in the calculations being the actual length measured along the surface of the base and the width of the wearing surface as called for on the plans even t though the base shall extend beyond the limits of the wearing surface, as specified on the Plans. The thickness to be paid shall be as shown on the Typical Section in the plans. i Article 200-12 Basis of Payment. Delete the text of this Article and substitute the following. The quantity of Limerock Base, determined as provided above, shall be paid for at the contract price per square yard for Limerock Base, completed and accepted which price and payment shall be full compensation for furnishing, hauling and placing all materials, and for correcting all defective surface and deficient thickness. tem of Payment Payment for the work specified in this item shall be made under: Limerock Base Square Yard PRIMEANS T CICWATa All prime and tack materials as identified in the Latest Edition of the FDOT (toad and Bridge Specifications and 1996 Supplement may be used. Article 300-9 Basis of Payment (Page 189) is deleted and the following substituted: The quantities to be paid for under this Section shall be included in the cost of the following contract items: 1. Prime Coat - included in "Base" Pay Item. 2. Tack Coat - included in "Asphaltic Concrete" Pay Item 3. Bituminous Material (Plant Mix) (asph. cem. 20/30) - to be included in Asphaltic Concrete. TYPE S ASPHALTIC CONCRETE The work specified in this item shall conform to Section 331 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: Type S -I Asphaltic Concrete Square Yard Included in this payment will be tack coat and bituminous materials (Plant Mix). No separate payment will be made for bituminous materials. SP -10 611 May 25, 1999 INLETS MANHOLES & JUNCTION BOXES The work specified in this item shall conform to Section 475-1 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. All structures within paved areas shall be equipped with grates having H-20 loading. Item of Payment I Payment for the work specified in this item shall be made under: I j Inlets Type "J" Each f PIPE CULVERTS AND STORM DRAINAGE 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 Paymergk Payment for the work specified in this item shall be made under: E I 12" X 18" RCP Culvert, Class HEI11 Linear Feet I 18" RCP Culvert, Class III Linear Feet I MITERED END SECTION i The work specified in this item shall conform to Section 430 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and Index 272 and 273. i Item of Payment Payment for the work specified in this item shall be made under: Mitered End Section 12" x 18" RCP Each Mitered End Section 18" RCP Each i_ SP -11 May 25, !Sqq DDI The work specified in this item shall conform to Section 575 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Bahia sod w-11 be used for all disturbed areas. Fertilizer and water will be included in this work. Item of Payment Payment for the work specified in this item shall be made under: Sodding Square Yard SIGNING AND PAVEMENT MARKING Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (1991 and 1994 Supplement), Manual on Uniform Traffic Control Devices, Supplemental Specifications, Roadway and Traffic Design Standards, manufacturers specifications. 2. 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. 3. All reflective pavement markers shall be 4" x 4", Stimsonite. SP -12 r7l f THE AtiIERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Band KNOW ALL MEN BY TFIESE PRESENTS, thatwe .r,tennit Cons:nf( 't:ioyi r1,rk,crrv:,I& lra nbn ,win, ivil R.T. wd rd,f.e., , 4pl ustr n' Corrl,ule,f 5890 - 33rd Street, Fero tieiiuh, 1-'1. '5290,6 as Principal, hereinafter called the Principal, and Old ) 66 as SttreL-y Company 04- .—n Ivlt nanr ..d ,ddnn o. Ira's list, of Suwr,l P.O. Box 4666, Wi.riter Part:, FI, 32793 a corporation duly organized under the laws of the State of PJisconsin as Surety, hereinafter called the Surety, are held and firrnly bound unto Indian River County 130arci of county ('omni .f:ioners as Obllgee, hereinafter called the Obligee, in flip sum of """ Percent of Amount Bid Dollars (S 5," of Bid ) for the payment of which surn well and Infly In be marle, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ,,,,, , ,,, n,n ,me, rd.f.rn gist A.vnpnnn el preNco IRC Did #9061 DALE WIMBROW PARK IMPROVLMEN'CS ProjecL• No. 962513 NOW, Tmit(rORT, it the Obligee shall accept the bid or the Prmfipal and the rrincipal shall enter into a Contract with the Obligee in accordance with the terms nl such bid, and Rive such bond or bonds as may be specified in the bidding or Contract Documents with Rood and sufficient surety for the fa.thful prifoirnuvr of such Contract and for the prompt payment of labor and material furnished in the prosecution thennf, o. .n the event nl the fnlore of the Principal to enter such Contract and Sive such bond or bond,, if the rrinupal shall pay In the ohlig:e the differenre not to e.cerd the penally hefeal between the amount specified in said bid and such larger arnnunt for which the Obligee may in good faith contract with another party to perform the Vlort covered by said bid, then this nbligatmn shall be null and void, otherwi,e to remain In full force and effect. Signed and sealed this 1G day of June 1999 Suunnit (oustruutiun MillIMlemeut, .tun. CO, L'1/ I. (Pnnupa f5ea0 Wifnes --.— (,U;A„ 3 Title) Old Itepub].ic Surety Company f5vrery M Seat) IS AIA L. Dic.tata--yc.r (TlUel AU t: r' 1n -Fact: AIA DOCUMENT A11A a AID BOND a AlA e9, IBRIIARY 1970 ID a flit AMIRICAN / INSTITUTE Or ARCHITICTS, 1739 N.Y. AVU. N.W., WASHINCTON, 0. C. 2MM 1 D STATE OF FLORIDA INDIAN RIMER COUNTY THIS IS TO CERTIFYTHAi ...IS IS A TRUE AND CORRECT COPY OF THE ORIGINALON FILE iN THIS OFFICE, J.K. BAR ON CLERK l`• HY DLED REF LBLiC, i,;-. ;.! DEPUTY CLERK II I I III II I , Suroty Company 'moi m,i: DATE o`2 7 J POWER'OF T i ATT6'RNEY KNOW ALL MEN BY THESE. PnESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance dorporgpnry,- f does make, constitute and appoint: f its true and lawful Atlorney(s)-in-Fact. with full power and aulhority for and ori behalr of the company as surely, to execute and deliver and affixihe seat of thecompanythereto (if a seal is required), bonds. undertakings, recognizances or other written obligations in the nature th6reof,(otherthgn bail bonds`tiankde t0bond, nuutrl; k,nc;ncy ! „nrls, wurtgage guaranty bond ,,. guaranlees of installment paper and note guaranty bonds, sefl•insurance workers domobntation° bonds guava ,leca y p,tymi nt cl tanehls. asbestos abatement contract bonds, waste management bonds, hazardous waste rami?dialionbohdsorbtackffinrdbbdtlasfollows 411,1 I ll.l! iii. l a triJ fl- Iii r,lt I. lf.IfJ 1111 I 11l r 1 .(00.0tO'; )? uJ I t i I lta 17 (ir`t'( i'1.1P! 1 1.filah•:IJI ' t 't r r _ .r}t y l t]tc i-ttrY sFJf_' rIIf1IIPltPttt1rifYil.: illi fi' Ir in I:,li and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the ficts of said Attorneys -in -Fact, pursuant 10 these presantS tareratifiedandconfirmed. This document is not valid unless printed on colored background and is multi -colored. This appointment is madeunderand by authority of the board of directors at a spoclal meeting held on February 18, 1982. This Power..&AttorneVja sldna-'d ianrl gn le.tbyfacsimile under and by the authority of the following resolullone_adopted by file boord.of directors ot_1he OLt) RE Pl B-- _ __t YCOMPANYonFebruary18, 1982. RESOLVED that the president, any vice president, or assistant, vice president in conjunction with the secretary oI :any assistdhlssecretary, may appoint altorneys•in-fact or agents with authority be defined or limited in the instrument evidencing itis appotritrrrentineachrase, for and pn behalf of the company toexecute and deliver and affix the seal of the company to. bonds; Undertatdngs,; any Power of , and suretyship ly granted of all kinds; and said officers may remove any such attorney-in-fact or agent, -and revokeanyPowerofAttorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding* -upon the Companyi) when signed by the president, any vice president or assistant vice president, and attested and sealed (it a seal be required) by any'secreta_ry orassistssecretary; or ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and-co_untersigne6berequired) by a duly authorized attorney-in-fact or agent; or and sealed &a 5821 iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of. the Authe -r(lyevidencedbythePowerofAttorney issued by the company to such person or persons. RESOLVED FURTHER that IIIe signature of any authorized officer and the seal of the company may be affixed by facsimile -to"any Power. of Attorney or. certificalion thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship_obligations of the company; -and such. signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has Caused these presents tobe signed by Its proper officer, nnd. itscorporatesenttobeaffixedthis. ;:; 1' day of OLD REPUBLICSURETY COMPANY 1/C/(/_•y SEAL STATE OF WISCONSIN. COUNTY OF WAUKESHA — SSOnthis ._---- __.... day of -11;14; _ parsonaliy came before me. _ JAMES E, LEEandDAVIDG._MEN2EL, to me known to be the individuals and officers of the OLD REPUBLIC SURETYCOMPANY- who executed the to above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose,and say; that they are the said officers of the corporation aforosafd, and that the seal affixed fo corppration Ntheaboveinstrumentisthe seal of theandthatsaidcorporateseal and their signatures as such officers were duly affixed and subscribed to the said instrument by the autho lfy' 00oftheboardofdirectorsofsaidcorporation, 0 y Publlc i ` w •`.' My commission expiresCLIiIIIICAIL " -- -' I, the under6lgn'edd lscfet ryEpf the OLD REPUBLIC SURETY COMPANY, a_Wisconsin corporation rgTIFY-that (he foregoing and attached P1}V er bf Atfptrfey remains in full force and has not been revoked; and furthermore, that the Resolutionofdirectorssetfojlfe,iq Vii Powerl.f Aftorney, are now in force. s of the board 3 ""'y4 tiigrledpnd scaled at the City of Brookfield, WI this. 16 day of _ jjP_ 1 9* 99SEA,X l ta71 t';rll '(I I iii -i "ti-il'.; as ptsnt retery •- tiLt May 2.5, 1999 BID PROPOSAL INDIAN RIVER COUNTY IMPROVEMENTS TO: DALE WIMBROW PARK IRC PROJECT NO. 9625B Proposal 5 v ",k=L 5 c C — \`c p c yyv , 1 t- C. Bidder's Name) 5c © "3' S('.y e, c7 tom. c•,.t F 1_ . 2 _ Bidder's Address) to f,—,m--.h and deliver all iiaieiai$ and tv do and perlOrm all work ill accordance with the ln.. onirdct Documents attached hereto for "IMPROVEMENTS TO: DALE WIMBROW PARK LOCATED IN INDIAN RIVER COUNTY, FLORIDA." To: Purchasing Department Indian River County 2625 19th Avenue Vero Beach, FL 32960 Gentlemen: The undersigned Bidder has carefully examined the Contract Documents and the site of the work and is familiar with the nature and extent of the work and any local conditions that may in any manner affect the work to be done, and the equipment, materials and labor rCqulrcd. The undersigned agrees to do all the work and furnish all materials called for by said plans and specifications, in the manner prescribed therein, in accordance with the Contract Documents and to the standards of quality and performance established by the County, for the unit prices stated in the spaces herein provided, for each of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for the propose of bid comparisons for determination of low Bidder. It is further understood that payment will be in accordance with quantities placed in the construction as more specifically provided in the Instruction to Bidders and Technical Specifications included as part of the Contract Documents. To do any extra work, not covered by the above schedule of prices, which may be ordered by the County Engineer upon authorization by the County Commission, and to accept as full compensation therefor such prices as may be agreed upon in writing by the County Engineer and the Contractor in accordance with Paragraph 15, (GC -5). BP 1 40 1 May 25, 1999 2. Within ten (10) days from the date of acceptance of this proposal, to execute the Contract and to furnish Indian River County a Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in the amount equal to 100% of the contact price. The contractor shall provide two separate bonds a combined Payment and Performance Bond for 125% of the contact price is not an acceptable substitute. 3. To begin work within twenty (20) calendar days a(ler the date of receipt by him of Notice -to - Proceed, and to complete the work not later than the number of calendar days specified in the General Conditions, Paragraph 10 (GC -3). 4. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of frill completion and the actual date of such full completion of the contract work, the amount as set out in the hlodda Department of Transportation (FDOT), Standard Snecificati_nm fnr Road and T1rL1 e !' .. ' to exceed the total contract price. u . vnau u tiuii tAteSl eU1nUn, under lection ti -10.2., not Dated this day of —j"y `A _ 19 t_ Respectfully submitted, Contractor Address V.R .) FL .3 La w City/State BP 2 C E, 1111 II11-1n71 1:I ' I. 1 1,11111 , I.I, I , , , i I II I' .1 REVISEDJU JE 4, 1999 BID PROPOSPJ, INDIAN RIVER COUNTY IMPROVEMENTS TO: DALE WIMBROW PARK COUNTY PROM'= # 9625B BILI N9061 BID ITEM DESCR PTION UNIT QUANTI,ry AMOUNT IIASE 31ID 1 Mobilization LS 2 Performance Bond and Payment Bond LS 3 Maintenance and Protection of Traffic LS 6 a Renovate existing restroom building on LS 1 existing slab, per plans and specifications include all utility connections, i.e. watrr, sewer, electric and demolition of required facilities), complete and ready to use , 5 Construction new picuc shelter including LS 1 slab, electrical and railing (complete and 3/ CI a ready to use) 6 Renovate existing small shelter EA 2 I 7 Drinking Fountain (complete) EA 1 7- 88 Water hose bibs and connection EA 2 9 Clearing and Grubbing (including removal of LS 1 trceee, flumes, concrete pads, wood posts, J i fu Cap existing well (21) FA 1 1 I I Entrance sign EA I S I (I C1 12 Building permits, including electrical, LS 1 p plumbing, etc. 7 13 Asphaltic Concrete (Type S-1)'(PA" thick) SY 2, 543 j f 14 Limerock Base (8" duck) SY 2,543 jc' 15 Stabilization Type "C" (6" duck) SY 2,804 OC 13P 3 4D Ur 1 -, I - -- - JI 11 ,I.,.. I1n 1.1! I.I.l.i , 0 1 11. . I., REVISF.O DMF. 4, 1999 BID ITEM DESCRIPTION_ UNIT' UANTITY- GS-i16Type' P' Intet EA 3 17 18" RCP LF 226 18 18" RCP Mitered End Section EA 3 G 27 97 19 Grading, Excavation and Embankment includes retention area, berms, parking area driveway and mise, for other improvements LS I yz 3 ZUU 20 Grading for Fitness Trail IS 21 I Xcrnoval of existing flume LS 22 Sodding SY 2,000 2 j 23 Erosion and Water Pollution Control LS 1 4 6 Zg 24 Wheel Stops _ EA 1 a I 2S Cypress Mulch for Fitness Trail (4" dcepl rY 200 e ' 26 Shell Bed Material (4" deep) for Fitness Trail CY 200 zo 27 Marl, Compacted (4" deep) for hitness 7 rail SY 587 28 Fencing Post and rail (vinyl), 4' high, --- including gates, concrete & gravel LF 970 S S 29 Vinyl Fencing, 4' high, including gates around playground) LF 530 X03 30 Flexible Vinyl Edging, Gwide for Fitness Trail, including all hardware LF 5,300 J g 31 Concrete Sidewalk (4" thick) _ SY 81 Z 32 Miscellaneous Concrete (Class 1) CY 33 Ligustrum hedge, T wide, 6" high - I,F 140 vl U 1 34 Light Pole, complete (ready to (ise) EA 1 Ll 7 TOTAL BASE BID ZSR) 3 I SP 4 SUBu TOTAL FO R (description & Project _* a; t!.?SI3 $ SUB -TOTAL FOR ( description & Project 11) ............................... $ TOTAL AMOUNT OF CONTRACT .................................. $ IS V i 3 i Written Amount) m LEGAL NAME OF BIDDER t-Y o oti r -F- C FE ID No. (os- 0 89 01 A g MAILING ADDRESS_ 1 f,)Qy :,-' . CiT Y, STATE, ZIP CODE tiN,yl p I L Z TELEPHONE NUMBER( G DATE BY: SIGNATURE (Manual) ) r 1.7-- R - " _ SIGNATURE (Typed) W t l SC j i Sj`:I'ITLE_ 7 rt C eCr,2c• 131) 5 UNIT'S OF MEASURE AC = Acre LU = Per Luminaire AS = Assembly M.G. = Thousand Gallons BA = Barrel N.M. = Net Mile BU = Bushel C.F. = Cubic Fool P.B. = Per Building P.C.= Per Cluster CO = Per Cleanout PE = Pile C.Y. = Cubic Yard P.I. = Per Intersection CM = CMT P. J. = Per Joint DA = Days PL = Plant EA = Each PO = Post MB = (MBM) 1000 Board Measure P.P. = Per Pole FT = Foot P.W. = Per Well GA = Gallon R.M. = Road Mile G.M. = Gross Mile LB = Pound S.F. = Square Foot SP = Span L.F. = Lineal Foot S.Y. = Square Yard L.S. = Lump Sum TN = Ton E.D. = Per Each Day VF = lie ic.l Foot f SUBu TOTAL FO R (description & Project _* a; t!.?SI3 $ SUB -TOTAL FOR (description & Project 11) ............................... $ TOTAL AMOUNT OF CONTRACT .................................. $ IS V i 3 i Written Amount) m LEGAL NAME OF BIDDER t-Y o oti r -F- C FE ID No. (os- 0 89 01 A g MAILING ADDRESS_ 1 f,)Qy :,-' . CiT Y, STATE, ZIP CODE tiN,yl p I L Z TELEPHONE NUMBER( G DATE BY: SIGNATURE (Manual) ) r 1.7-- R - " _ SIGNATURE (Typed) W t l SC j i Sj`:I'ITLE_ 7 rt C eCr,2c• 131) 5 dw r' 10. The following is given as a summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet if necessary.) See Attached 11. State the true, exact, correct, and complete name of the partnership, corporation or trade Name under which you do business, and the address of the place of business. (If a corporation, State the name of the Pr; sidcnt and Secretary. If a partnership, state the nat es of all Partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) a) The business is a (Corporation) Summit Construction Management. Inc. Correct Name of Bidder) r(b) The address and phone number of the principal place of business is: h A. Mte C_ Vero Bram r i 12966 JUi-794-2099 t c) The names of the corporate officers, or partners, or individuals doing business under a Trade name, are as follows: i William B. Schuh, Jr.- President & Secretary Chris A. Vasquez Sr — Vice- President & Treasurer Summit Construction Management.Inc, William B. Schuh Jr.- President Bidder) do I'. I JUL 29,1999 Summit Construction Management,lnc. Page: 1 4:48PA4 Balance Sheet for AUG 1999 AASS F Current Assets Cash 48,579.66 Inventory - Land t — 3,267.28 Total Current Assets 51,846.94 t Fixed Assets Office Furniture & Fixtures 2,348.87 Office Equipment 8,058.32 E Total Fixed Assets 10,407.19 Less Accum. Depreciation 9 Total Accum. Depreciation 0,00 Net Fixed Assets 10,407.19 Other Assets ToL-1 Other s w 0.00a TOTAL ASSETS 62,254.13 Summit Construction Management,lnc. Balance Sheet for AUG 1999 LIABILITIES Current Liabilities Retainage Payable e Customer Deposits Total Current Liabilities Long Term Liabilities Total Long Term Liabilities Other Liabilities Total Other Liabilities TOTAL LIABILITIES Capital Common Stock Additional Paid in Capital Net Profit Year -to -Date Total Capital TOTAL LIABILITIES PLUS Capital 140.00 7,717.00 7,857.00 0.00 0.00 7,857.00 100.00 69,900.00 15,602.87- 54,397.13 62,254.13 c-1 E t_ j AGREEMENT INDIAN RIVER COUNTY, FLORIDA I RVIPROVEMENTS TO: I DALE WIMBROW PARK IRC PROJECT NO, 9625B THIS AGREEMENT made and entered into on the day of v V 19-, by and between S .EMIT CONSTR TION M NA .rtenNTINCINX890 't3 S'1'RFFTVEROBEACFLFLORIDA32966hereinaftercalledtheContractor, and INDIAN RIVER COUNTY, aIPoliticalSubdivisionoftheStateofFloridaorganizedandexistingundertheLawsoftheStateofFlorida, hereitafter called the County. t WITNESSED: That the Contractor and the County, for the consideration hereinafter named, agree as follows: f Article 1. SCOPE OF WORK: The Contractor shall furnish all of tite materials and perform all the workkshown on the Drawings and dPscritied i n tl-c °_- t c,,,cauons entified DAPROVEMENTS TO: DALE WIMnROW PAF: ;I:IPROVEMENTS l for Indian River County, Florida and shall do everything required by this Agreeme:it and ContractDocuments. Payment shall be made in accordance with the Itemized Bid Schedule attached asExhibit "A" and made a part of this agreement. f. Article 2. COMMENCEMENT AND COMPLETION & LIQUIDATED DAMAGES: As time is of theessence, the Contractor will be required to commence work under this contract within twenty (20) calendar days after receipt of the notice -to -proceed and shall complete the project within 120 i d .yL as specified hi the General Conditions, Paragraph 10. The Contractor agrees to reimburseIndianRiver County, Florida for liquidated damages for each calendar day elapsing between thedate herein specified as the day of full completion and the actual day of such completion of theContractworktheamountofTWOHUNDREDFIFTY ($ 250.00 ) per calendar day. t.a Not to exceed the total amount of the contract. Article'. TIM CONTRACT SUM: The County will pay the Contractor for performance of the Contract, subject to additions and deductions provided therein, in current funds as follows: Numerical Amount ' $258.349:00 Written Amount TWO HUNDRED FIFTY EIGHT THO SAND THREE RFDFORTYNINEDOLLARS Article 4. PAYMENT & RETAINAGE: Progress payments on the Contract amount for the value of work completed and component material on site will be made upon request at not less than monthlyintervals. The request must be made through the Engineer on an approved estimate showing thecomponentbreakdownoftheworktotalingtheawardedContractpriceandtheamountofwork A-1 40 f for each item completed at the time of the request. Except as may be modified herein, ten percent 10%) of all amounts earned will be retained by the County until final completion and acceptanceoftheContract. I . Contractor shall allow adequate processing time for County Commission final acceptance andapprovalforfinalpayment. Article 5. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is readyforfinal inspection and acceptance, the County Public Works Director will promptly make suchinspectionandwhenhefindstheworkacceptableunderthe terms of the Contract and theContractfullyperformed, he will promptly issue a final certificate, over his own signature, statingthat the work provided for in this Contract has been completed, and acceptance by him under thetermsandtheconditionsthereofisrecommendedandtheentirebalancefoundtobedue theContractor, will be paid to the Contractor by the County following County Commission approvalofthefinal Contract payment. Before issuance of a final- certificate, the contractor shall submit evidence satisfactory to theCountyPublicWorksDirectorthatallpayrolls; rna¢eriai bilis, and other indebtedness connectedwiththeworkhavebeenpaid. An affidavit must be submitted by the Contractor to the CountyPublic `Norks Director stating that all indebtedness connected with the work has been paid. Suchaffidavitwillbesignedbyadulyauthorizedofficerofthecontractingfirm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a dulyauthorizedofficerofthesubcontractingfirm, notarized and attested by two witnesses is requiredfromeachSubcontractorengagedunderthescopeofthisContract, and must accompany therequestforfinalpayment., The making and acceptance of the final payment shall constitute awaiverofallclaimsbytheCounty, other than those arising from unsettled liens, from faulty workappearingafterfinalpaymentor from requirements of the Specifications and of all claims by theContractor, except those previously made and still unsettled. Article 6. INDEMNIFICATION: Subject to the monetary limitations in Paragraph 11, General Conditions, the Contractor, upon his part, agrees to protect, indemnify, save harmless, and insure the Countyfromanyliabilitytoany persons for injuries to the person, including loss of life, or damage toproperty, resulting from the acts or omissions of the Contractor in performing his obligationsunder this Contract. The parties expressly recognize that the relationship between the County andContractoristhatofownerandindependentcontractor, and that neither the Contractor nor anyofhisservants, agents, or employees shall ever be considered to be an agent, servant or employeeoftheCounty. Article 7. PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND: The Contractor shallfurnishtheCountyimmediately upon execution of this Contract a Performance Bond in anamountequalto125% of the conteact price and a Payment Bond in an amount equal to l00% ofthe Contract with good and sufficient sureties, conditioned upon the performance of this ContractbytheContractorinaccordancewiththetermsandconditionshereof, within the time hereinprovided, and with the additional obligation that such Contractor shall promptly make paymentstoall persons supplying him labor, materials and supplies, used directly or indirectly by the saidContractorintheprosecutionoftheworkprovidedforinthisContract. A•-2 r-, s r i May 25, 1999 4 Article ?, PUBLIC CONSTRUCTION PAYMENT AND PERFORMANCE BOND: The Contractor shall furnish the County immediately upon execution of this Contract a Performance Bond in an amount equal to 125% of the contract price and a Payment Bond in an amount equal to 100% of the Contract with good and sufficient sureties, conditioned upon the performance of this Contract I by the Contractor in accordance with the terms and conditions hereof, within the time herein provided, and with the additional obligation that such Contractor shall promptly make payments to all persons supplying him labor, materials and supplies, used directly or indirectly by the said Contractor in the prosecution of the work provided for in this Contract. The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. r In lieu of the Bonds, the Contractor may furnish an alternative form of security in the forme of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part 11 of F.S. Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject to the same conditions as those applicable to the bond At}1P.r MISP. TP.N 71fP(t 1 i `yuleNESS yr ri nEOF, the paries hereto have executed this agreement the day and year first written above. f, INDIAN RIVER COUNTY Owner) By: Attest _ Kenneth . Macht, Chairman Jeffrey K. Barton, Clerk A-3 Seal) 0 May 25, 1999 AFFIDAVIT STATE OF _ COUNTY OF Before me personally appeared the undersigned who, by me being first duly sworn, deposes and says: The undersigned is a sub -contractor under the prime contractor under a contract entered into by and betweenIndianRiverCounty, Florida and for the performance of the following described work: The undersigned further deposes and says that said labor, materials, and/or services were of a total value of of which there remains due owing and unpaid the sum of $ to the Corporate Seal) WITNESS: Subscribed and sworn to (or affirmed) before me on produced Sub -Contractor) By:_ Attest: Title) identification. NOTARY PUBLIC( Name of Notary Typc d, Printed or Stamped) Commission N) AF1 by He/she is personally known to me or has SE AL 40 May 25, 1999 4 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC EN'T'ITY CRIMES a f THIS FORM MUST BE SIGNED AND, SWORN TO IN ME PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. T. This sworn statement is submitted to a a- ••rec- Co-1r print aanre of the public entity] by vl . t t sr 5 c, . v t, 7t` —4 - print individual's name and title] Li for 5 o Cot -t t-ry r. 4,iz, ryNci =r C, Article 3. THE CON -1 -MCT SUM: The County will pay the Contractor for p formance of the Contract, subject to additions and deductions provided therein, in current funds as follows: li WA Numerical Amount 61 Written Amount S _ ' T print name of entity submitting sworn statentcn ] whose business address is- F q 33 S Ty e T3 o V -FL. 374 and (if applicable) its Federal Employer Identification Number (FEIN) is G"- 11kgo-149 If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited io, any bili or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, Gaud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(lob), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contender - 4. I understand that an "affiliate" as defined in Paragraph 287.133(t)( a), Florida Statutes, means: PEC -1 tJ 0 I / May 25, 1999 1. A predecessor or successor of n person convicted of a public entity crime; or2. An entity under the control of any natural person who is active 'bn the management of the entity andwhohasbeenconvictedofpublic entity crime. TLe term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the managementofanaffiliate. The ownership by one person of sIhlres constituting a controlling interest in another person, or a p.,oling of equipment or Income among persons when not for fair market value under an arm's lengthagreement, snail be a prina facie case that one person controls another person. A person who knowinglyentersintoajointventurewithapersonwhoIt, been convicted of a public entity crime in Florida duringthe preceding 36 months shall be considered an atliiiatc. 5. I understand that a "Person" person as defined in I, aragraph 287.133 1 e fhorida Statutes means any na(irylpersonorentityorganizedundotthcla;vs f r O( ) enterintoabindingcontractandwiichbidsorappliestobidoncontratrsorthe Statested ov sion of goods or sWith the legal ervicesletbyapublicentity, or which otherwise transacts or, applies to transar•r h11 71, ...:.1. _ I.I1 a I;uhiic entity. 'f"lner.CISO includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entitySubmittingthisswornstatement. [intlicate which statement applies.l X— Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners shareholders, employees, members, or agents who are active in the management of the entity, noranyaffiliateoftineentityhasbeenchargedwithandconvictedofapublic entity crime subsequent to July1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, j executives, partners, shareholders, employees, members, or agents who are active it, theJ management of the entity, or an affiliate of the entity has been charged with and convicted of apublicentity crime subsequent to July 1, 1989. Thr rnt;f,, l a,'.r __ ._•_ nutut; tins sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or all affiliate of the entity has been charged with and convicted ofa public entity crime subsequent to July1, 1989, however, there has been a subsequent proceeding before a Bearing Officer of the State ofFlorida, Division of Administrative Hearings and the Final Order entered by the Hearing Officerdetermined that it was not in the public interest to place the entity subnnitting this sworn statement on theconvicted vendor list. [attach a copy of tlhe final order•! s May 25, 1999 UNDERSTAND THAT THE SUBMISSION OF TIIIS'7ORM TO TIIE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH l ( ONE) ABOVE,. IS FOR TIIAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID '1'IIROUGII DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND 'I'IIAT I AM REQUIRED TO r INFORM THE PUBLIC ENTITY PRIOR 'I'O ENTERING INTO A CONTRAC"I' IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMA'T'ION CONTAINED IN'1711S FORM. date] STATE OF F I O r t C 11 I C) COUNTY OF T r1C1Lt 1 y PERSONALLY APPEARED BEFOP 110M, the unuh;iSigned authority, name of individual signing] who, after fust being sworn by me, affixed hislher signature in the space provided above on this rc day _19 NOTARY PUBLIC My commission expires: Form PUR 7068 (Rev. 04/10/ 91) P1-'(---1 ORACE V.0Aq6^g*M dy C0M%11S510N A CC 786017r?' EXPIRF.S:Ocleber26.2002 co,d.dTh rN ,,yPw cr, n:: n signature] i , /()lf1 date] STATE OF F I O r t C 11 I C) COUNTY OF T r1C1Lt 1 y PERSONALLY APPEARED BEFOP 110M, the unuh;iSigned authority, name of individual signing] who, after fust being sworn by me, affixed hislher signature in the space provided above on this rc day _19 NOTARY PUBLIC My commission expires: Form PUR 7068 (Rev. 04/10/ 91) P1-'(---1 ORACE V.0Aq6^g*M dy C0M%11S510N A CC 786017r?' EXPIRF.S:Ocleber26.2002 co,d.dTh rN ,,yPw cr, n:: n 40'' May 25, 1999 5/11/95(doc/disclose.doc)blf r SWORN STATEMENT UNDER SECTION 105.08 INDIAN RIVER COUNTY CODE ON DISCLOSURE Or, RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHEROFFICERAUTHORIZEDTOADMINISTEROATHS. 4. This sworn statement is submitted with Bid, Proposal or Contract No. ___ 9061 for DALE WMIBROW PARK IMPROVEMENTS 2. This sworn statement is submitted by: 17 CCF"}tom "r t' ^ h 4 Z (Name of entity sutnnitting sworn whose business address is: statement) 5 59 D - — ST j V Q„o S.p..n l_ F I.. 3 Zq (U (o and (if applicable) its Federal Employer identification Number (FEIN) is G S - y ti 9 cl 7 4q If the entity has no.FEIN, include the Social Security Number of the individual signing this swornstatement 3. My name is W Please print name of individual signing) and my relationship to the entity named above is 4. I understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. 5. I understand that the relationship with a County Commissioner or County employee that must bedisclosedisasfollows: 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, halfbrother, half sister, grandparent or grandchild. 6. Based on information mid belief, the statement which I have marked below is true in relation to theentity submitting this sworn statement. [Please indicate which statement applies.] Neither the entity submitting this sworn statement, no any o(Iicers, directors, executives, partners, shareholders, employees, members, or agents who are active in nrartagetnent of the entity, have anyrelationshipsasdefined in Section 105.08, Indian River County Code, with any CountyCommissionerorCountyemployee. 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 entityhavethefollowingrelationshipswithaCountyCommissionerorCountyemployee: DOR-1 ob c May 25, 1999 Name ofAlfilialc Name of County Conunoperissi or Entity — Relationshipororemplovoc Id id( signature) dale) STATE OF V(l COUNTYOFT:(`1Zh12Y\ The foregoing i Ment was acknowledged before me This '3 day o(_ U M! 1919 byI12Z . h hn is personalty known to me or who has produced as identification. NOTARY PUBLIC sign: L.r U print:, State of Florida at Large My Commissioner Expires: Scat) QnAC My COMMISSION f CC 766017aPeInES:Oc10 ern, rhru Nolary gAGo Undemrtcrs May 25, 1.999 FINAL PAYMENT CONTRACTOR STATE OF FLORIDA 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 1 19. enter into a contract for the performance of certain work, more particularly described as follows: IMPROVEMENTS TO: DALE WIMBROW PARI IRC PROJECT NO. 9625B A$iant further says that said construction has been completed and the contract therefore fully performed and final payment is now due and that all liens contracting directly with or directly employed by such contractor 1,.,..41 t.mr -;A- : 41.11 VVPVDT- Name Description Amount who have not been paid and who are due the amount set forth. WITNESS: (Corporate Seal) Subscribed and sworn to (or affmned) before me on to me or has produced Contractor) By: by affiant). He/she is personally known as identification. Signature) SEAL Name of Notary Typed, Printed or Stamped) NOTARY PUBLIC Commission It) I herewith acknowledge receipt of final payment on above and do hereby certify that I have no claims against the owner of said property. Contractor Fp_Y 40 i PROJECT NO: PROJECT: CONTRACTOR NAMEIADDRESS: May 25, 1999 INDIAN RIVER COUNTY, FLORIDA APPLICATION FOR PAYMENT NO. ACCOUNT NO: APPLICATION DATE: _FOR PERIOD ENDING: STATEMENT OF WORK Original Contract Price S Materials Stored S Attach detailed schedule and paid invoices) Net Change Orders S tt C'^' °^`•w Total Work/Material to Date Work to Date: Less 10 Retainage Under Original Contract S Sub Total Under Change Order S Less Prior Pavments Percent of Work completed to date a BALANCE DUE THIS PAYMENT S Contraclps Crti(icalion The urderrigned CONTRACTOR hereby des that all items and amounts on the face of this application for payment are correct; that all work has been performed ad/or materials supplied in full accordance with the temps and conditions of the contract. The udarzvcd0011`1Ct")R hudry swear under panaWyofpclury that (1) all previous progress payments receival from the OWNER on account of work performed under the ou tract referenced to stove have been applied by the urdemigpW to discharge in full all obligations of the undersi®ned incurred in connection with work covered by prior Appboatipv fir Payment wrier said contract, being Applications for Payment numbered I through inclusive; and (2) all matmals and equipment incorporated in said project or otherwise listed in m covered by this Application fa Payment are free and clear ofall liens, claims, security intermix and encumbrances. Dated '19 BY: Contractor) niv;sipn eI Name/fille) ---—Public Works Director Approval COUNTY OF INDIAN RIVER STATE OF FLORIDA Before me this day of , 19__, personally appeared known to me, who being duly swom. deposes and sayvthat (s) he is the of the CONTRACTOR above mentioned; that (s)hc executed the above AtOcetim f r Pay7,vY end Statement on behalf of said CONTRACTOR; and that all of the stalanenta contained herein arc true, correct and complete. Notary Public My Cotmnission Expires PA -1 40 w z z uua II EE! zx° w a. a. Q u PA -2 a f. L E am E CO Q w z z uua II EE! zx° w a. a. Q u PA -2 40 3 m-1 i k M- CL e§! 8 0 kk 2[%wwl m5 k]/2$ k I\ m x 44t\ 5 1C m-1 i k M- CL 0 /* * INF EKC.OWDS0r JE Fi Y K. BARTON r CLERK CIRCUIT COURT i ' * * INDIAN RIVER CO., FLA. I' x(19/9' CONTRACTOR (Name and Address): Summit Construction Management, lnc. 1940 - 58th Avenue, Suite C Vero Beach, FL 32966 t CONSTRUCTION CONTRACTi_ Date:Iuly 1999 l Amount: 258,349.00 Descilption (Name and Location): PERFOL'.arANCE BOND The American Institute of Architects, AIA Document No. A312 (December, 1984 Edition) Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. OWNER (Name and Address): Indian River County Board or County Comnlissione202519111Avenue Vero Beach, FI, 32900 SURETY (Name and Principal Place of Business): Old Republic Surety Company P.O. Box 4668 Wintcr P;ltk. FL 327934668 IRC Bid 9061 Dale Wimbmw Park Improvements Bond p OCN490138 Date (Not earlier than Construction Contract Date): ltdy 20, 1999 Amount. 258,349.00 Modifications to this Bond: CONTRACTOR AS PRINCIPAL Corporate Seal) SurtituitConsUtl Pop Mdilagemenl, lite. 3lgnaturei \ L lume,9nd 71(1e; SWflliam B:'Schuh Jr., President i Any addilto.'neFinaldreA eppeaf on page 2.) rFOR JNFORMA,r/ON Only- Neme, Address and relephone) AGENT or BROKER: The DidaneyerAgetcy 607 SL Lucie Cresoen, Stuart, PL 34994 The Contractor and the Surety, jointly and severally, bind them- selves, their heirs, executors, administrators, successors and assignstotheOwnerforthe performance of the Construction Contract, whichIncorporated herein by reference. L__ If the Contractor performs the Construction Contract, the Surety andtheContractorshallhavenoobligationunderthisBond, except to par- flcipate In conferences as provided In Subparagraph 3.1. If there Is no Owner Default/ the Surelys obligation under this Bondfallariseafter: 3.1 The Owner has notified the Contractor and the Surety at ItsaddressdescribedInParagraph10below that the Owner Is con- sidering declaring a Contractor Default and has requested andattemptedtoarrangeaconferencewiththeContractorandIhnSuretytobeheldnot later then fifteen days after receipt of suchnoticetodiscuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractorshallbeallowedareasonable time to perform the Construction Con- tract, but such an agreement shall not waive the Owner's right. Ifany, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formallyterminatedtheContractor's right to complete the contract. SuchContractorDefaultshallnotbedeclaredearlierthantwentydaysaftertheContractorandSuretyhavereceivednoticeasprovidedInSubparagraph3.1; and oasc 22119(1"3) ACFK.RIB'ApatWffiW 9 None SURETY IN THE RECORDS Or JEFFREY K. BART ON CLERK CIRCUIT COUR1 WDIAN RIVER CO., FLA See Page 2 Company: . Old Republic Surcty Company ( Cbiporate.&eat) Signature: viete e ^ -t.. Name and le: James 13. Dickntcycr, A OWNER'S REPRESENTATIVE (Architect, Engiheerorotherparty): 3.3 The Owner has agreed to pay the Balance of the Contract PricetotheSuretyinaccordancewiththetermsoftheConstructionContractortoacontractorselectedtoperformtheConstructionContractInaccordancewiththetermsofthecontractwiththeOwner. 4 When the Owner ties satisfied the conditions of Paragraph 3, theSuretyshallpromptlyandattheSurety's expense take one of thefollowing actions: 4.1 Arrange for the Contractor with consent of the Owner, toPerformandcompletetheConstruction Contract; or 4.2 Undertake to perforin and complete Ilse Construction Contractitself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractorsacceptabletotheOwnerforacontractforperformanceen.' com- plellon of the Censtruclion Contract, arrange for a contract to bepreparedforexecutionbytheOwnerandthecontractorselectedwiththeOwner's concurrence, to be secured with performanceandPaymentbondsexecutedbyaqualified surety equivalent iothebondsIssuedontheConstructionContract, and pay to theOwnertheamountofdamagesasdescribedInParagraph6InexcessoftheBalanceoftheContract Price incurred by the OwnerresultingfromtheContractor's default; or Page 1 of 2 k0k -O C— 4W 7 1 ,ghl to perform and complete, arrr--n for completion, ew contractor and with reasonable mptness under tences: f After Investigation, determine the amount for which It may be liable to the Owner and, as soon as practicable after the amount Is determined, tender payment therefor to the i Owner, or f % .2 Deny liability In whole or in part and notify the Owner citing reasons therefor. 6 If the Surety does not proceed as provided In Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default f on this Bond fifteen days after receipt of an additional written notice f 'rom the Owner to the Surely demanding that the Surety perform its 4 Obllgntions under this Bond, and the Owner shall ho entitled In enforce any remedy available to the Owner. If the Surely proceeds as provided i in Subparagraph 4.4, and the Owner refuses the payment tendered 3r the Surety has denied liability, In whole or In part, without further iotice the Owner shall be entitled to enforce any remedy available to the Owner. i 1 After the Owner has terminated Ute Contractor's right to complete he Construction Contract, and If the Surety elects to act under Subparagraph 4.1, 4. 2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor coder the Construction Contract, and the responsibilities of the Owner o the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract I 'rice to mitigation of costs and damages on the Construction ontract, the Surety Is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defec- tive work and completion of the Construction Contract; 0.2 Additional legal design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of.the Surety under Paragraph 4; and 0.3 Liquidated damages, or If no liquidated damages are speci- fied In the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. The Surety shall not be liable to the Owner or others for obligations f the Contractor that are unrelated to the Construction Contract and to Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall 10DIFICATIONS TO THIS BOND ARE AS FOLLOWS: Accrue on miv Bond to any r- -on or entity other than the Owner or Its heirs, executors, admini: rs or successors. 8 The Surely hereby waives na'iice of any change, including changes of time, to the Construction Contract or to related subcontracts: purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be Instituted in any court of competent jurisdiction in the location In which the work or part of the Work Is located and shall be Instituted within two years after Contractor Default or within two years after the Con- tractor ceased working or within two years after the Surety refuses or fails to perform Its obligations under this Bond, whichever occurs first. if the provisions of this Paragraph are void or prohibited by law, the minirnurn period of limitation available to sureties as a defense in lite jurisdictinn of the suit shall be applicable 10 Notice to the Surely, lite Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement In the location where the construction was to be performed, any provision in this Bond conflicting with said statu- tory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed Incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 valance of the Contract Price The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, Including allowance to I!te Ccre!rsctor of 3,-,Y aracuri s received Or io be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor Identified on the signature page, Including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract, 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply withtheother terms thereof. t. Space Is provided below for additional signatures of added parties other than those appearing on the cover page.) L-ONTRACTOR AS PRINCIPAL (Corporate Seal) SURETY Company: Company: Address: Address: Name and Title: Name and Title: Ignature: Signature: — ORSC22119(10M) ATRUECOPY CERTIFICATION ON LAST PAGE J,K, BARTON, CLERK N Corporate Seal) C" G7 97 C.1`I I'ane 2 of 2 CONTRACTOR (Name and Address): Summit Construction Management, Inc 1 1940 - 58th Avenue, Suite C Vero $each, FL 32966 I , 561-794-2099 OWNER (Name and Address): Indian River County Board of County Comttlissioners I 2625 19th Avenue Vero Beach, FL 32960 PAYMENT BOND The American Institute of Architects, AIA Document No. A312 December, 1984 Edition). Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. SURETY (Name and Principal Place of Business): Old Republic Surety Company P.O. Box 4668 Winter Park, FL 327934668 407-677-0080 t CONSTRUCTION CONTRACT Date: July, 1999 Amount: 258,349,00 Description (Name and Location): IRC Bid 9061 Dale Wimbroly Park ImprovementsE Bond# OCN490138 Date (Not earlier than Construction Contract Date):July 20, 1999Amount: 258,349.00 I Modifications to this Bond: ® None See Page 2 CONTf1AG flR• AS'FtINCIPALi >!t SURETY k Compaji}r' 2` t t.1 r 9yrk LC, s ; S( Corporate Seal) Company: emeumt#ptf, UGKii rl rtt,. t i • ° (+ 71 r s ' ; t q( !I6Old Republic Surety Company A TRUE COPY r1 f1TIFICATION ON LAST PAGE rr,1, R N co CJl G7 W W I SignatureJameand Title: willlatn B; Schu'Jr., President Signature: Name and e: James E. Dickmcycr, Attorney*; An additional a[ natures ear ona e2. rrt))))i;., i FOR INFORMATION ONLY—Name, Address and Telephone) GENT or BROKER: The Diclaneyer Agency OWNER'S REPRESENTATIVE (Architect, Engineer or otheri 607 St Lucie Crescrnt, Stuart, FL 34994 Party); 1 The Contractor and the Surety Jointly and severally, bind them- elves, their heirs, executors, administrators, successors and asst nstheOwnertopayforlabor, materials and equipment furnishedgfor 4,1 Claimants'who are employed by or have a direct contract with theContractorhavegivennotice to the Surety (at the address describedUseIntheperformanceoftheConstruction Contract, which Is Incor- porated herein by reference. In Paragraph 12) and sent a copy, or notice thereof, to the Owner, staling that a claim Is being made under With respect to the Owner, this obligation shall be null and void if this Bond and, with sub_ stantial accuracy, the amount of the claim. Is Contractor: 2.1 Promptly makes payment, directly or Indirectly, 4.2 Claimants who do not have a direct contract with the Contractor: 1 Have furnished written notice to theforallsumsdueClaimants, and Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last2.2 De/ends, Indemnifies and holds harmless the Owner fromclaims, demands, liens or sults by any performed labor or last furnished materials or equipment includedtheclaim stating, substantialpersonorentity whoseclaim, demand, Ilan or suit Is for the payment for labor, materials accuracy, the amount of thelclaim and the name of the partyof materials werewhomthedoneorequipment furnished for use In the performance of the Construe- tion Contract, provided the Owner has anishedorsuppliedorfor whom the labor was done or performed; and ed; promptly notified the Con• tractor and the Surety (at the address described In Paragraph 12) of any claims; demands, liens or suite and tendered a rejection in whole2Haveeither received in part from tea Con - Con- Tractor, or not received within 30 daysdefenseof such claims, demands, liens or sults to the Contractor and the isoffurnishing the above noticeany communication from the Contractor by which the ContractorSurety, and provided there Is no Owner Default. has indicated the claim will be paid directly or Indirectly; andlathrespecttoClaimants, this obligation shall be null and void I/ thethe Contractor promptly makes payment, direct) or Indirect) fory 3 Not having been paid within the above 30 days, have sent a notice the Surety (at the address described Paragraphgems due. y all he a12) and sent a copy, or notice thereof, to the Owner,, stating thatSurety shall have no obligation to Claimants under this Bond until: s being me under this Bond and enclosing copy ofthelprevaalmliouswrritteonoticefurnishedtothe Contractors 6WIC 27114 (7-03) Pagel Of 2 A TRUE COPY r1 f1TIFICATION ON LAST PAGE rr,1, R N co CJl G7 W W 40 r 5 Us notice required by Paragraph 41s given'`` honer to the Comtractororto the Surety, that Is sufAclent corhp•nance. 8 When -the Claimant has satisfied the conditions of Paragraph 4, theSurety shall promptly and at the Surety's expense take the followingfactions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts thatareundisputedandthebasis for chat;enging any amounts that aredisputed . 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of thisBond, and the amount of this Bond shall be credited for any paymentsImadeIngoodfaithby the Surety. 8 Amounts owed by the Owner to the Contractor under the Construc- bon Contract shall be used for the performance of the ConstructionContractandtosatisfy claims, If any, under any Construction Perfor- mance Bond. By the Contractor furnishing and the Owner acceptingI .this Bond, they agree that all funds earned by the Contractor In the Performance of the Construction Contract are dedicated to satisfy obil- gations :N the Contractor and the Surety under this Bond, subject tothe Owner's priority to use the funds for the completion of the work. 3 The Surety shall not be liable to the Owner, Claimants or others forobligationsoftheContractorthatareunrelatedtotheConstructionContractTheOwnershall not be liable for payment of any costs or1xpenses of any Claimant under this Bond, slid shall have under this3ondnoobligationtomakepaymentsto, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, Including changes f time to the Cansiruction Contract or to related subcontracts, pur- hase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under thisBondotherthanInacourt of competent Jurisdiction In the locationwhichtheworkorpartoftheworkislocatedoraftertheexpirationloneyearfromthedate (1) on which the Claimant gave the noticerequiredbySubparagraph4.1 or Clause 4.2.3, or (2) on which the lastlabororservicewasperformedbyanyoneorthelastmaterialsoriquipment were fumished by anyone under the Construction Con - act, whichever of (1) or (2) first occurs. If the provisions of this MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Paragraph are Vold or I ed by law, the minimum period of limi- tation available to suretieb a defense in the Jurisdiction of the suitshallbeapplicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailedor delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date receivedattheaddressshownonthesignaturepage. 13 When this Bond has been furnished to comply with a statutory orotherlegalrequirementinthelocationwheretheconstructionwastobeperformed, any provision In this Bond conflicting with said statu- tory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed Incorporated herein. The Intent is that this Bond shallbeconstruedasastatutorybond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potentialbeneficiaryofthisBond, the Contractor shall promptly furnish a copyofthisBondorshallpermitacopytobemade. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract withtheContractororwithasubcontractoroftheContractortofurnishlabor, materials or equipment for use In the performance of theContract. The intent of this Bond shall be to include without limi- tation In the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required rcr performance of the work oftheContractorandtheContractor's subcontractors, and all otheritems for which a mechanic's lien may be asserted In the jurisdic- tion where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor Identified on the signature page, Including allContractDocumentsandchangesthereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Con- struction Contract or to perform and complete or comply with theothertermsthereof. co Cil Pace Is provided below for additional signatures of added parties, other than those appearing on the cover page.) W CONTRACTOR AS PRINCIPAL rmpany: SURETY (Corporate Seal) Corporate Seal) Company: S lsture: Signature: _ Wthe and Tide: Address: Name and Title: Address: Page 2 of 2 A T RUE COPYCERTIFICATION ON LAST PAGE nTn1,, ri FRK 4D r6-QQ lJ.",QERTIFICATr OF LIABILITY INSURANCE Tj mDucen (561) 567-1188 FAX (561)/78-1416 07/13/1999_ 7/13M1999 THIS CERi1FICATE IS ISL ASAMATTER OFINFORMATION3CHLITTINSURANCESERVICESINCONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1,'17 INDIAN RIVER BLVD HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. S :TE 300 VERO BEACH, FL 32960 COMPANIES AFFORDING COVERAGE COMPANY Great American Insurance Co. Alin: Lois Robertson Ext: 126 A r• Ines Summit Construction Management, Inc, COMPANY Essex Insurance Co Attn: Brad Schuh B I! 1 5890 33rd Street COMPANY FCCI Insurance Co. i Vero Beach, FL 32966I C COMPANY D C JERAGE d . ti ;;d l•; . ,,. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO I I IE INSUIlED NAMED ABOVE FOR I HE PUt ICY PERIODINDICATED, NOTWITHSTANDING ANY RECIUMEMENT, TERM on CONDITION OF ANY C0141 FIA01 OR ()IT IFn DOCUMENT WI IIIRESPFCI to WHICH THISCERTIFICATEMAYBEISSUEDORMAY PERTAIN, THE INSURANCE AFFORDED BY 1HE POLICIES AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN DESCRIBED HEREIN IS SUBJECT TO ALL 111E TERMS, EXCLUSIONS MAY HAVE BEEN REDUCED BY PAID CLAIMS TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITSDATE (MLWDlYY) DATE (R4JUDDIYY) 1 GENERAL LIABILITY 1 X COMMERCIA. GENERAL I GENERAL AGGREGATE S 2,000,000 LIABILITYCLAJMADE (X occOTGGL833 PRODUCT S • COMPK7P AGO E 2,000,000 AI, 8OWNNER'SERS& CONTRACT011'S PR 02/ 08/1999 02/08/2000 PERSONAL SADV INJURY S 1,000,000 EACH OCCUnRENCE S 1,000,000 i FIRE DAMAGE (Any we Ive) S 50,000 AUTOMOBILE LIABILITY MED EXP (Any one person) E 5.000 I IANY AUTO COMBINED SINGLE LIMIT S ALL OWNED AUTOS 11000,000 1 A ! SCHEDULEDAUTOS GGL833 DODILY INJURY Per P.Mm) E 05/ 27/1999XIilneonuros 02/08/ 2000 X NON -OWNED AUTOS QnoDRY INJUnYpmnttldenl) E PnOPERTYDAMAOE S I GARAGE UABILITY l ANY AUTO AUTO ONLY • EA ACCIDENT E n..... 1 11. OTHER THAN AUTO ONLY I .. I - EACH ACCIDENT E AGGnEGATE SEXCESSLIABILITY BI -X UMBRELLAFORM TBD EACH OCCUnnENCE S 11000, 000 07/02,11999 07/ 02/2000 OTHER THAN UMBRELLA FORM AGGREGAtE E WORKERS COMPENSATION ANOEXtEMPIOYER6' LIABILITY TORY LIMITS ER C l' THE PROPRIETOR/ TBD INCL 05/ 26/1999 US/2G/2000 ELEACHACCIDENT E 500,000 PARTNERS/EXECUTIVE OFFICERS AAF! X EXCL• EL DISEASE - POLICY LIMIT E 5001000 OTHER Lf EL DISEASE- EA EMPLOYEE E 500-.000 TES i1P]IORNOFOPNSILOCATiONSN HICLE- ECIALITEMStonerertMcateisAdditiona Insured for Liability on General Liability and Automobile Liability. efarence: IRC Bid 9061 Dale Wimbrow Park Improvements. ERTIEICATR IIOLDER;zV" . 'A1"xl s ;¢:;'.(v4 t ,I'.! , CANCELLATION SHOULD ANY OF TIIE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Board Of County Commissioners EXPIRATION DATETHEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Indian River County Florida 3-Q— GAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Purchasing Division 2625 19th Avenue BUT FAILURE TO MAIL SUCH NOTICE SITALL IMPOSE NO OBLIGATION OR LIABILITY Vero Beach, FL 32960 OF ANY KIND UPON TIIE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTIIORQcO REPRES£NTATIYE -- / —--- yjR rt CI/ ACORD CORPORATION 100 00 0 SPECIFICATIONS FOR DALE WINBROW PARK T A B L E O F C O N T E N T S DIVISION 1, GENERAL REQUIREMENTS Section 01010 - Summary of the Work Section 01300 - Submittals Section 01400 - Quality Control Section 01500 - Temporary Facilities and Controls Section 01700 - Project Closeout Section 01720 - Project Record Documents DIVISION 2. SITE WORK Section 02010 Site Conditions & Subsurface Investigation Section 02110 Site Clearing Section 02200 Earthwork Section 02201 Clearing and Grubbing Section 02202 Excavation Section 02203 General & Select Fill, Filter Material, Backfill and Compaction Section 02204 Grassing by Sodding Section 02206 Site Cleanup & Restoration Section 02250 Soil Poisoning Section 02301 Subgrade y Section 02303 Lime Rock Base Course Section 02304 Cemented Coquina Shell Bace Section 02305 Asphalt Pavement Section 02307 Reinforced Concrete Section 02309 Street Signs L: Section 02311 Roadway Painting Section 02401 Drainage Pipe Section 02402 Drainage Structures Section 02403 Installation of Drainage Pipe & Structures Pipe Section 02515 Site Concrete (Walks & Slabs) Section 02832 Vinyl Fencing & Gates I Section 02860 Outdoor Barbeque Grills L Section 02870 Site Furnishings DIVISION 3, CONCRETE Section 030!0 Concrete Section 03100 Concrete Formw•)rk Section 03200 Concrete Reinforcement Section 03300 Cast in Place Concrete DIVISION r 4, MASONRY Section 04200 Unit Masonry Section 04230 Reinforced Unit Masonry SPDCS-TAE 1 40 0 DIVISION 5, METALS i Not Applicable. DIVISION 6, CARPENTRY i Section 06100 - Rough Carpentry Section 06200 - Finish Carpentry DIVISION 7, THERMAL &. MOISTURE PROT_EC_TION Section 07190 - Vapor Barrier Section 07200 - Insulation Section 0757.0 - Metal Roofing Section 07600 - Flashing & Sheet Metal Section 07715 - Drip Flashings Section 07812 - Roof Windows Section 07900 - Joint Sealers DIVISION 8, _DOORS, WINDOWS AND GLASS t Section 08100 - Hollow Metal Doors & Frames Sectiun 08700 - Finish Hardware Section 08710 - Finish Hardware Schedule DIVISION 9, FINISHES Section 09100 - Lathing and Stucco Section 09900 - Painting Section 09986 - Sanitary Wall and Ceiling Panels DIVISIONS 10, SPECIALTIES E Section 10155 - Solid Plastic Toilet Partitions Section 10200 - Louvers and Vents Section 10440 - Specialty Signs Section 10800 - Toilet Accessories i DIVISIONS 11, EQUIPMENT i Not Applicable. DIVISION 12, FURNISHINGS Not Applicable. DIVISION 1_- SPECIAL CONSTRUCTION Not Applicable. DIVISION 11 CONVEYING SYSTEMS Not Applicable. DIVISION 15. MECHANICAL Section 15400 - Plumbing Section 15402 - Domestic Cold & Hot Water Supply Piping Section 15450 - Plumbing Fixtures and Trim Section 15455 - Drinking Fountain (Freestanding Pedestal) SPECS -TAB 2 DIVISION t 16. ELECTRICAL Section 16010 Basic Electrical Requirements Section 16110 Raceways Section 16120 Wires and Cables Section 16135 Electrical Boxes and Fittings Section 16143 Wiring Devices Section 16190 Supporting Devices Section 16420 Service Entrance Section 16452 Grounding Section 16470 Panelboards Section i_ l .. 16515 Interior Lighting Fixtures M t.y f i L, SPECS -TAB 3 I DIVISION 1 SECTION 01010 I SUMMARY OF WORK 1.0 DEFINITIONS: Except as specifically defined otherwise, the following definitions supplements definitions of the Contract, General Conditions, Supplementary Conditions and other general contract documents, and apply generally tothework: a. The term "Owner", or pronouns in place of same, where t used in this Project Manual shall mean Board of Commissioners, Indian River County, Florida. b. The term "Engineer" where used in this Project Manual shall mean The Public Works Director of Indian RivertCounty, Florida or his designee. r., Th- toren "Co„tr-accor" or "contractor Record", where used i in this Project Manual shall mean the Contractor to whom the Contract for the work described and specifiedherein, and shown on the accompanying Drawings, has been awarded by the Owner. d. The term "Subcontractor", or "Prime Subcontractor", I where used in this Project Manual shall mean and all other contractors operating under a contractual agree- ment for specific work on this project with the Contractor. e. "Owner's Representative" shall mean that individual or I individuals designated to represent the Owner in decisions effecting the work. The Owner's Representa- tive will be designatedg prior to beginning of construction. All correspondence with the Owner's representative shall be in writing and submitted through the Engineer. f. Genera, _Requirements: Provisions of Division - 1 sections of these specifications. g. Indicated: Shown on drawings by notes; graphics or schedules, or written into other portions of contractdocuments. Terms such as "chown", "noted", "scheduled" and "specified" have same meaning as "indicated", and are used to assist the reader in locating particular information. h. Directed. Requested Approved, Accepted etc.: These terrmiis imply by the Fngineer" or the Owner's Representative unless other indicated. 01010-1 4b i i. Approved -b-y- Engineer: In no case releases Contractor from responsibility to fulfill requirement of the j Contract Documents. j. Project Site: Space available to Contractor at location of project, either exclusively or to be shared with separate contractors, for performance of the work. k. Furnish: Supply and deliver to project site, ready for unloading, unpacking, assembly, installation, and similar subsequent requirements. 1. Project Manual: As used in these Contract Documents includes the Bidding requirements, Conditions of the Contract, and the Specifications. m. Product: As used in these Contract Document includes materials, systems, and equipment. Fl. install: operations at project site, includingcunloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, I f curing, protecting, cleaning and similar requirements. o. Provide: Furnish and install, complete and ready for t intended use. l P. Installer: Entity (firm or person) engaged to install work, by Contractor, subcontractor or sub -subcontractor. I Installers are required to be skilled experts in work j, they are engaged to install. f q. Overlapping/Conflicting Requirements: Most stringent requirements apply and will be enforced, unless more detailed language written directly into Contract Documents clearly indicates that a less stringent requirement is acceptable. Where optional requirements are specified in a parallel manner, option is intended to be Contractor's unless otherwise indicated. r. Minimum Requirements: Indicated requirements are for a specific minimum acceptable level of quality/quantity, as recognized in the industry, i S. The term "or equal" where used in the Project Manual shall in all cases mean approved equal as determined byItheCountyEngineer. 201010 C 2. 0 DESCRIPTIVE SUMMARY OF THE WORK: The project consists of the furnishing of all labor, materials, equipment and services as required for the construction of a ballfield, including fencingirrigation, field lighting system, basketball court lighting, entrance road lighting and other miscellaneous and incidental appurtenances (as shown on the Drawings and described in these specifications) at West Wabasso Park, Indian River County, Florida. 3.0 CONTRACT DOCUMENTS: See Section 3 of GeneralF Conditions. 4.0 STRUCTURAL WORK: Do not cut -and -patch structural work t in a manner resulting in a reduction of load -carrying capacity orload/deflection ratio. Submit proposal and request and obtain the County Engineer's approval before proceeding with cut -and -patch of structural work. 5. 0 SUPPLEMENTAL PROVISIONS OF GENERAL CONDITIONS: Where any article of "General Conditions: is supplemental hereby, the provisions of such article shall remain in effect. All supplemental provisions shall be considered as added thereto. 6. 0 For the convenience of reference, these Specifications are separated into sections. Such separations shall not operate to make the County Engineer an arbiter to establish subcontract limits between Contractor and Subcontractors. 7.0 CONSTRUCTION PROJECT SIGN: The Contractor will causettobeerectedattheprojectsiteasignidentifyingtheprojectasLshownonthedrawings. The project sign shall be eight (9) feet byfour(4) feet, placed in a prominent location as directed by the Engineer and maintained in good condition until the completion of the project. The sign shall be made of J inch exterior plywood with edges and supported by posts braced as required to resist local wind loading. The sign shall be given one prime coat and two coats of semi -gloss exterior white paint. Lettering shall be as directed by the Engineer, and shall include the name of the project, the Owner, the Contractor, the Architect, and the Public Works Director. No other signs or advertisements will be allowed to be displayed without the approval of the Engineer. Cost shall be included in Item 1 under Miscellaneous items. t- 9.0 FIRE SAFETY 9.1 No open fires will be permitted at the project site. r 9.2 No welding, flame cutting or other operations involving the use of flame arcs or sparking devices will be allowed without t. adequate protection. Ail flammable or combustible E_ 01010 - 3 40 s i material will be removed from the immediate working area. If removal is impossible, all flammable or combustible material will be protected with a suitable non-combustible shield to prevent sparks, flame or hot metal from reaching the combustible material. The Contractor shall provide the E necessary personnel and fire fighting equipment to effec- tively control incipient fires resulting from welding or flame cutting or other operations involving the use of flames, arcs or sparking devices. 9. 3 The use and disposal of gasoline, benzine, paint or like combustible materials shall be handled in accordance with the best manner or precautionary practices shall conform to the Owner's requirements and regulations; as well as those set forth by state and local codes and Underwriters Laboratories I and Fire Insurance recommendations. 10.0 MISCELLANEOUS REQUIREMENTS: The Contractor's employee parking, access for delivery trucks, and other t const,ruccion vehicle parking shall be only where agreed upon by the Contractor, Owner's Representative and Engineer. E 10.2 contractors, Subcontractors and their employees or ksuppliers shall not interfere with access of public roads. 11.0 EXISTING TREE PROTECTION: All possible care shall be taken to protect all parts of all existing trees to be saved on the project site. This shall include trunk, branches and root system with particular attention toe the existing grade elevations within the canopy or drip line of f, the tree. This area shall not be disturbed if possible. Placement of fill material movement of construction traffic or other compaction of this existing soil layer shall not be permitted. Excavation in this area shall be minimized and performed by hand wherever possible. Reduction of the tree root system shall be compensated for by proper pruning of the tree canopy. I 13.0 The drawings and specifications as prepared by the Architect arc dater END OF SECTION l_ 01010-4 40 A. DIVISION 1 SECTION 01300 I SUBMITTALS processing of submittals requiring review and PART 1 GENERAL F plete record or submittals. Provide copies required e 1.01 GENERAL The provisions of this section apply to required submittals, related to units of work, not to B. administrative submittals such as payment requests, I insurance certificates and progress reports. In addition to specific provisions of General and Supplementary Conditions related to submittals, individual specification sections of Divisions 2 C. through 10 contain submittal requirements, specific requirements in other sections have precedence over general requirements of this section. PART 2 PRODUCTS 2.01 PROCEDURAL REQUIREMENTS. A. General: Coordinate submittals with progress schedule and actual progress of work; allow ten (10) I working days for Architect's and Engineer's processing of submittals requiring review and approval. Use transmittal form to establish com- plete record or submittals. Provide copies required by governing authorities, which are in addition to copies specified for submittal to the Architect and Engineer. B. Copies of Shop Drawings: Submit four copies. Copies will be reviewed, marked and returned. Contractor shall make adequate copies for distribution to field and subcontractors as necessary. Maintain one set as mark-up copy for record drawings. C. Copies of Product Data: Mark each copy to indicate actual product to be provided; show selections from among options in manufacturer's printed product data. Submit five copies; two copies of which will be returned where required for maintenance manuals; and an additional copy to be maintained at project site for reference purposes. Do not proceed with installation of manufactured products until a copy of related product data is in Installer's possession. D. Set of Samples: Submit two sets; one set will be returned. Show average condition and extreme 01300-1 j conditions of variations in color and texture. Submit full documentation with each set. Except as i other wise indicated, sample submittals are for the County Engineer's observation of color, texture, pattern and "kind", as applicable. Maintain returned set at project site, for purpose of quality control comparisons. 2.02 SUBSTITUTIONS E I A. Approval Required: 1. The Contract is based on the standards of f quality established in the Contract Documents. 2. All products proposed for use, including those specified by required attributes and perform- ance, shall require approval by the Architect and the Engineer before being incorporated into the work. 3. Do not substitute materials, equipment or methods unless such substitutlun has been specifically approved for this work by the Architect and the Engineer, in writing. s i B. "Or Equal": 1. Where the phrase "or equrl" or "or equal as approved by the Architect and Engineer" occurs i in the Contract Documents, do not assume that i materials, equipment or methods will be approved as eaual unless the item has been specifically approved in writing by the Architect and the Engineer. 2. The decision of the Engineer shall be final. END OF SECTION 01300-2 r, 40 f DIVISION 1 SECTION 01400 t s QUALITY CONTROL 1 PART 1 - GENERAL 1.01 GENERAL - The work of this section includes quality Assurance; and the independent laboratory and field sampling, testing, inspections, supervision and reports of those materials required by the various i sections of these specifications. Tests and inspections shall be performed by a recognized Testing Laboratory selected by the Engineer. 1.02 COOPERATION A. Testing Laboratory shall cooperate with all trades whose work affects or is affected by the tests and inspections. B. Contractor shall cooperate With d -- oper - and prv'v 1 n asi s- tance necessary in taking samples, making field tests and making inspections, and he shall schedule and coordinate his work to hold costs of tests and inspections to a reasonable minimum. w 1.03 PAYMENTS t A. Costs for tests and inspections shall be paid by the Owner except as otherwise specified herein. B. if the results of any test or inspection indicates failure to meet the specified requirements, the Contractor shall reimburse the Owner for the costsiofretestingorreinspection. f C. Excessive Inspection Costs incurred due to faulty or i TiNi vy dr- SC: (lauuling, or by unsuitable or wasteful work practices by the Contractor or any of his subcontractors shall be reported to the County Engineer by the Inspector involved with such work, and such costs, if determined to be excAssivr shtill be reimbursed to the Owner by the Contractor. D. Manner of Work - When in the opinion of the j Engineer, tests or inspections are required because of the manner in which the Contractor does his work, such as questionable quality of materials and/or workmanship, questionable sources of material, substitution of materials or sources of same for those previously accepted, or failure of material to 01400-1 comply with specification or plan requirements; such tests or inspections shall be reimbursed to the f; i Owner by the Contractor. E. Reimbursements to the Owner for costs of tests and inspections shall be by Deductive Change orders from I the Contract Sum. 1.04 DEFECTIVE MATERIALS - The Engineer reserves the right to demand for test or special examination any material or part thereof to insure compliance with the specifications and he may reject any material or part judged defective as a result of such tests and the Contractor shall replace such defective material or part with material or part that does comply with the specifications at no additional expense to the Owner. 1.05 REPORTS - Test and inspection reports shall be written immediately upon conclusion of each procedure; copies shall be provided to the following: 4 Owner Architect Engineer Contractor Building Department f 1.06 TEST CRITERIA - The specific test and inspection procedures and their required results are enumerated herein by reference to recognized standards and shall be the required method for testing and judging 4 the results unless deviations from the standards are specifically mentioned. I 1.07 STANDARDS - Applicable Standards listed in theseR- Specifications include, but are not necessarily limited to, standards promulgated by the following agencies and organizations: 1. AASHTO = American Association of State Highway and Transportation officials, 341 National Press Building. Washington, D.C. 20004, r 2. ACI = American Concrete Institute, Box 19150, Redford, Station, Detroit, Michigan 48219. 3. RISC = American Institute of Steel Construction, i Inc. 1221 Avenue of the Americas, New York, N.Y. 10020. 4. ANSI = American National Standards Institute successor USASI and ASA) 1430 Broadway, New York, N.Y. 10018. 01400-2 G 5. ASTM = American Society for Testing and Materials, 191E Race Street, Philadelphia, PA 19103. s 6. ASW = American Welding Society, Inc., 2501 N.W. 7th Street, Miami, FL 33125 7. AWWA = American Water Works Association, Inc., 6666 West r Quincy Avenue, Denver, CO 80235 8. CRSI = Concrete Reinforcing Steel Institute, 228 North Lasalle Street, Chicago, IL 60610. 9. CS = Commercial Standard of NBS, U.S. Department of Commerce, Government Printing Office, Washington D. C. 20402. 10. FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, KS 66611. 11. NAAMM = The National Association of Architectural Metal Manufacturers, 1033 South Boulevard, Oak Park, IL 60302. 12. NEC = National Electrical Code (see NFPA) 13. NEMA = National Electrical Manufacturers Association, 155East44thStreet, New York, N.Y. 10017. 14. NFPA = National Fire Protection Association (Life SafetyCode) 171 Atlantic Avenue, Boston, MA 02210. 15. SBCC = Southern Building Code Congress International, Inc. 900 Montclair Road, Birmingham, AL 35213. 16. SBC = Standard Building iavvCede, latest adopted dd' p LiVfl. 1 END OF SECTION I 01400-3 rig 1- DIVISION 1 SECTION 01500 I TEMPORARY FACILITIES & CONTROLS t PART 1 - GENERAL 1.01 GENERAL Refer to General Conditions for commitments which result in requirements for Contractor to provide f temporary facilities as may be required for perform- ance of the work and fulfillment of the Contract. This section specifies certain minimum temporary r facilities to be provided regardless of methods and means selected for performance of the work, but not by way of limitation and not assured for compliance with governing regulations. Use of alternate temporary facilities is Contractor's option, subject to Owner's acceptance. Temporary facilities is defined to exclude tools and construction machines, testing, demolition, alterations, soil borings, j mock-ups and similar items. PART 2 - PRODUCTS 2.01 DEWATERING I Maintain site and construction work free of water accumulation. Do not endanger the work or adjacent properties. Maintain protection against flooding. I Protect existing drainage systems. 2.02 POWER DISTRIBUTION Provide weatherproof, grounded circuits with ground - fault interruption feature, with proper power characteristics and either permanently wired or plug-in connections as appropriate for intended use. Provide overload -protected disconnect switch for each circuit at distribution panel. Space 4 -gang convenience outlets (20 Amp circuit) so that every pm -tion of work can be reached .. ith 100 -foot exten- sion cord. 2.03 TEMPORARY LIGHTING i Provide lighting of intensity and quality sufficient for proper and safe performance of the work, and for access thereto. 01500-1 2.04 TEMPORARY DRIVES Where feasible, use subbase and base construction of permanent drives and paving as temporary paved con- struction areas; and delay installation of finish 1 paving courses until possibility of damage from con- struction operations has been minimized. Otherwise, provide not less than compacted subgrade of satis- factory soil material, compacted lime rock paving1course, and "road oil" dust control treatment. i Remove temporary paving when no longer needed. 2.05 TEMPORARY UTILITIES Provide all necessary connections, piping, valves, meters, and hoses from the distribution points to Points on the site where water and electrical power are necessary to carry on the work. Upon completionofthework, remove all temporary utilities. 2.06 HOISTING, GENERAL Provide cranes; hoists and S4.--' 1 ar temporary con- struction facilities as needed to adequately performthework. Comply with manufacturer's instructions and governing regulations for installation, opera- tion and removal. i_ 2.07 MISCELLANEOUS FACILITIES Provide miscellaneous facilities as needed, includ- ing temporary stairs, ramps, ladders, runways staging, shoring, scaffolding, railings, dust controls, bracings, barriers, closures, platforms, temporary partitions, waste chutes, storage shed, and similar items. i 2.08 TEMPORARY TOILETS 4hars po;,F.-11%ied by governing regulations, provide single -occupant, self-contained units of either chemical aerated recirculation type or combustiontype; glass fiber reinforced polyester enclosure; equipped with both urinaland stool fixture. Supply units with tissue and, where not located nearby, separate wash facilities; Supply ;;t!: -t- j type hand towels and waste containers. Locate units so that personnel will travel no more than 200', including distance vertically, to reach a unit. Location of toilet unit(s) shall be as approved bytheOwner's Representative. Refer to special provisions of this section. I 01500-2 2.09 LOCKUP AND SECURITY 6 As construction of building structure or shell progresses and it becomes feasible to secure project against intrusion, provide temporary security l enclosure, doors and locks as necessary to prevent unauthorized entrance. Deliver, store and lockup materials and equipment in a manner which will prevent theft and vandalism. i_ 2.10 ENVIRONMENTAL PROTECTION I Review exposure to possible environmental problems, with Owner and Engineer. Establish procedures and discipline among tradesmen and provide needed facilities which will protect against environmental problems (pollution of air, water and soil, excessive noise, and similar problems). I PAPT Z ice' i r,i 3.01 GENERAL r_ A. Comply with applicable requirements specified in Division 15 - Mechanical, and in Division 16 - Electrical. f B. Maintain and operate systems to assure.continuous 5 service. i. C. Modify and extend systems as work progress requires. 3.02 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. PART 4 - ITEM OF PAYMENT: No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall be included in Payment made for other Sections. END OF SECTION 01500-3 DIVISION 1 SECTION 01700 PROJECT CLOSEOUT E PART 1 - GENERAL r 1.01 GENERAL: The provisions of this section apply primarily tocloseoutofactualphysicalwork, not to administrative matters such as final payment and changeover of insurance. Specific requirements inothersectionshaveprecedenceovergeneral requirements of this section. 1.O2 RECORD DOCUMENTATION: A. Rr.rnrrl n..M.yir...... M..:_i___ nom• aIntain a cornpiete set of blus/ blackline prints of contract drawings and shopdrawingsforrecordmark-up purposes throughout theContractTime " -i. 11 r% -up drawings during the courseoftheworktoshowchangesandactualinstallationconditions, sufficient to form a complete record for I Owner's purposes. Give particular attention to work which will be concealed and difficult to measure and1 record at a later date particularly work which mayrequireservicingorreplacementduringthelifeofitheproject. Request subcontractors and mechanicsImarkingtheprintstosignanddateeachmark-up. Bind prints into manageable sets, with durable papercovers, appropriately labeled. Record drawings tobeavailableattimeoflandscaping. B. Maintenance Manuals: Provide 3-0 ring vinyl -coveredbinderscontainingrequiredmaintenancemanuals, properly identified and indexed. Include operatingandmaintenanceinstructions; extended to cover emergencies, spare parts, warranties, inspectionprocedures, diagrams, safely, security, and similar appropriate data for each system or equipment item. 1.03 OPERATOR INSTRUCTIONS: Require each installer ^f syctcros i zqu If 1119 con- tinued operation/maintenance by Owner's operatinglpersonnel, to provide on location instruction toOwner's personnel, sufficient to ensure safe, secure, efficientnon-failing utilization and oper- ation of systems. Provide instructions for thefollowingcategoriesofwork: 01700-1 0 i Mechanical, electrical and electronic systems (not limited to work of Divisions 15 and 16). S Live plant materials, lawns and irrigation systems well, pump, and potable water treatment systems. PART 3 - EXECUTION 3.01 FINAL CLEANING: At closeout time, clean or reclean entire work tonormallevelfor "first class" maintenance/cleaningofbuildingprojectsofasimilarnature. Remove non -permanent protection and labels, polish glass, clean exposed finishes, touch-up minor finishdamage, clean or replace filters of mechanical i systems, remove debris and broom -clean non -occupiedspaces, sanitize plumbing facilities, clean lightfixturesandreplaceburned-out/dimmed lamps, sweepandwashpavedareas, police yards and grounds tothepropertyline, and perform similar lean.._ v icanuNoperationsneededtoproducea "clean" condition asdeterminedbyArchitectandOwner's Representative. 1 3.02 PROCEDURES AT SUBSTANTIAL COMPLETION: A. Prerequisites: Comply with General Conditions and complete the following before requesting the Archi- tect's and the County Engineer's inspection of the work, or designated portion thereof, for substantial4completion: t Complete installation of building and equipment tosuchlevelastheownercould, if necessary, occupythefacilities. Submit executed warranties, workmanship bonds, maintenance agreements, inspection certificates and similar required documentation for specific units ofwork, enabling Owner's unrestricted occupancy and use. Complete instruction of Owner's operating personnel, and start-up of systems. Complete final cleaning, and remove temporaryfacilitiesandtools. B. Inspection Procedures: Upon completion of Con- tractor's own punch list items and receipt ofContractor's request for inspection the Architect and County Engineer will either proceed with inspec- tion or advise Contractor of prerequisites not ful- filled. Following initial inspection, The Architect 01700-2 i f will either prepare certificate of substantial com- pletion, or advise Contractor of work which must be performed prior to issuance of certificate; and repeat inspection when requested and assured thatworkhasbeensubstantiallycompleted. Results of completed inspection will form initial "punch -list" for final acceptance. 3.03 PROCEDURES AT FINAL ACCEPTANCE: Upon receipt of Contractor's notice that work hasbeencompleted, including punch -list items resultingfromearlierinspections, and excepting incompleteitemsdelayedbecauseofacceptablecircumstances, the Architect and the County Engineer will reinspectthe :cork. Upon completion of reinspection the Architect and County Engineer will either recommendfinalacceptanceandfinalpayment, or advise contractor of work not completed or obligations notfulfilledasrequiredforfinalnr_r_.r_+nfanr_a_ if I- necessary, procedure will be repeated, r It -m of Payment. .. i w,••••• • separate Payment shall be made j for work specified in this section; Payment for work specified in this section shall be included in S Payment made for other Sections. END OF SECTION 01%00-3 i DIVISION 1 SECTION 01720 f PROJECT RECORD DOCUMENTS PART 1 - GENERAL l 1.01 RELATED DOCUMENTS The General Conditions of the Contract, including1theGeneralRequirementsofDivision1shallbe considered a part of this section. I 1.02 DESCRIPTION A. Work Included: r 1. Maintain at the site for the Owner one record copy of: a. Drawings b. Specifications t r, Addenda d. Change Orders and other modification to theContract e. County Engineer's or Architect's field t orders or written instructionsf. Approved Shop Drawings, Product. Data andSamples g. Field test records B. Related Requirements 1. Section 01300: Submittals 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in field office apartfromdocumentsusedforconstruction. G. File documents and samples in accordance with the 16DivisionCSIformat. C. Maintain documents in a clean, dry, legible conditionandingoodorder. Do not use record documents for construction purposes. D. Make documents and samples available at all times forinspectionbyCountyEngineerandArchitect. 1.05 RECORDING A. Label each document "Project Record" in neat largeprintedletter. 01720-1 40 PART 4 - ITEM OF PAYMENT No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall be included in Payment made for other F , Sections. ENO OF SECTION 01720-2. DIVISION 2, SITE WORK SECTION 02010 = SITE CONDITIONS A SUBSURFACE INVESTIGATION As per the prepared soils investigation report available from the Owner. 02010-1 do 0 E. Fill material, below floor slabs and footings and wheree required to bring areas up to grade as indicated, shall be clean, "approved", bank -run sand, installed in 12" lifts and mechanically compacted to 98% of maximum bulk density at the optimum moisture content as determined by AASO T- 180. A test report is required, submitted to the Archi- tect for approval, prior to slab and .footing concrete pours. i... F. The Contractor shall take care not to damage any existingtreesbeyondthelimitsof construction and shall replace any and all landscaping damaged by him, at no cost to the Owner. I. G. The Contractor shall check with the appropriate local gov- erning agencies to ascertain the location of all under- ground lines and/or utilities and he shall take the neces- sary precautions/care not to damage them. The Contractor shall repair any and all damage to underground lines. at his cost, it same were located for him prior to .the beginning of construction. END OF SECTION*** 1.. I 02110-1 SECTION 02110 - SITE CLEARING A. The Contractor shall be responsible for site preparation in accordance with the Architectural Site Plans. B. The Contractor is responsible for the stripping top soilandtheremovaloforganicdebrisfromallareasbelowfloorslabsandwalkways. All useable fill and/or topsoilaccumulatedistoremainthepr.;.-)perty of the Owner. Stock pile additional fill and Owner will be responsibleforitsremoval. C. The Contractor is to excavate the subgrade to the levels required for footings, slabs, walkways and paving. t, D. The building areas shall be grade level and compacted with a vibratory roller that exerts a dynamic load of no less than 10 tons. Any soft, yielding areas shall be excavated and replaced with clean, compacted fill. Sufficient passes are to be made s3uring proofrolling to produce adensityofnolessthan95% of the modified Proctor value to a depth of two (2) feet. A test report is required, submitted to the Architect for approval, prior to the placement and compaction of additional fill material and any slab/footing concrete pours. E. Fill material, below floor slabs and footings and wheree required to bring areas up to grade as indicated, shall be clean, "approved", bank -run sand, installed in 12" lifts and mechanically compacted to 98% of maximum bulk density at the optimum moisture content as determined by AASO T- 180. A test report is required, submitted to the Archi- tect for approval, prior to slab and .footing concrete pours. i... F. The Contractor shall take care not to damage any existingtreesbeyondthelimitsofconstructionandshallreplace any and all landscaping damaged by him, at no cost to the Owner. I. G. The Contractor shall check with the appropriate local gov- erning agencies to ascertain the location of all under- ground lines and/or utilities and he shall take the neces- sary precautions/care not to damage them. The Contractor shall repair any and all damage to underground lines. at his cost, it same were located for him prior to .the beginning of construction. END OF SECTION*** 1.. I 02110-1 0 P` i SECTION 02200 - EARTHWORK PART 1 - GENERAL See also Work by County Forces) in General f' Conditions. i 1.01 DESCRIPTION A. Work Included: 1. Excavation and disposal of excess material. 2. Filling and compaction. 3. Grading and fine grading. i 4. Incidental earthwork. 1.02 QUALITY ASSURANCE r A. Requirements of Regulatory Agencies: 1. Comply with State and Local laws and codes in disposal of trees, shrubs and other material. B. Testing Agency: 1. The Owner has retained a soils engineer who will monitor construction of fills and embankments and initial tests. All retests required F. resultinq from failure of the initial tests will be paid for by the Contractor. f PART 2 - PRODUCTS 2.01 MATERIALS f j A. Excavated Material: On-site, or imported as necessary, material meeting the following.: 1. Homogeneous, compactable, generally granular I soil free of organics, and muck. 2. Use of on --site material must be approved by the soils engineer. PART 3 - i EXECUTION 3.01 PREPARATION f k. A. After the work of clearing and grubbing, accurately perfcrm all construction layout. B. Before excavation: 1. Verify layout, horizontal and vertical, and con- formance of layout with Contract Drawings. 2. Verify Limits of Construction. 3. Accurately survey and record the location of property monuments bench marks, USGS Monuments, ROW markers which may be moved by the Con- tractor's operations. Use licensed land surveyor only. All property monuments, ASGS Monuments and ROW markers moved, shall be replaced by a licenses land surveyor. L: e 02200-1 40 6 A. Structures shall rest on firm, undisturbed earth or on structural fill compacted to 98% modified proctor maximum density as determined by AASHTO T-180. 1. If excavations are below the elevation shown on the drawings, the Contractor, at his own expense, shall fill the void thus made to the proper grade with structural fill. F END OF SECTION*** t. 02200-2 4. Verify utility locations, whether shown on drawings or not, including, but not limited to aerial, pole line, buried, underground, trans- mission, local service and individual connec- tion. Prior to excavation notify gas and oil pipeline company owners, if any, and other utility companies in. accordance with FL 77-153. 3.02 i EXCAVATION A. Perform all excavations to the elevations required, t: indicated on Contract Drawings or as specified. 1. Excavation is unclassified and includes rock, muck, and all other materials of whatever nature encountered on the site. 2. Use any excavation method except blasting or use of explosives. B. Excavated material from the site may be used for embankments and fills, provided that it meets the requirements of this Section, Part 2. Dispose of all other material off-site at a location acceptable to the Owner. 3.03 DEWATERING A. Keep the site free of surface water accumulations. Construct temporary drainage ditches and dikes to divert rainwater away from areas important to keep dry. Pump and perform any other work to remove t water from excavations. f . B. Construct, operate and maintain dewatering facili- ties to lower and maintain groundwater level at least two feet below the foundation excavation. 1. Construct trenches, provide and operate well point systems, pumps, sumps and any other means to lower and maintain the groundwater level. 3.04 EXCAVATION FOR STRUCTURES AND BACKFILL AROUND STRUCTURES A. Structures shall rest on firm, undisturbed earth or on structural fill compacted to 98% modified proctor maximum density as determined by AASHTO T-180. 1. If excavations are below the elevation shown on the drawings, the Contractor, at his own expense, shall fill the void thus made to the proper grade with structural fill. F END OF SECTION*** t. 02200-2 db 0 i SECTION 02201 tt CLEARING AND GRUBBING 1„ SCOPE t A. The Contractor snail furnish all labor, materials and equipment, and all operations required to clear and grab the site as shown on the Plans and specified herein. 2. GENERAL A. Clearing and grubbing shall consist of the complete removal and disposal ofialltrees, brush, logs, stumps, roots, weeds, rubbish, rocks, structures designat- ed to be removed, concrete and other deleterious material and obstructions resting upon or protruding through the surface of the ground. Stumps, roots 3" and over and similar obstructions shall be removed to a minimum depth of 2. feet below the existing ground. All structural items shall be excavated to full depth, completely removed, and the excavation backfilled per these specifica- tions. s B. The Contractor shall clear and grub tite areas described below: 1. Area of development, easements, and other areas where construction is to take place. 3. DISPOSAL A. BURNING PERMITTED ONSITE r 1) When permitted by local governing authorities, trees, stumps, brush, weeds and similar natural materials may be burned on site. The Contractor shall dispose of all unburned residue off site, and if required by the Engineer, spread the ash. Material which will not burn or will not burn without air pollution such as asphalt and tires shall be hauled off site for disposal in an approved manner. B. OFF SITE DISPOSAL 11 11uho., o:t. 1...a..:., ... ..,,a.o.t ..n ..t .. t..,n ., t.... lc` vc I u c off site by the Contractoru for disposal in an approved manner. C. The Contractor shall be responsible for obtaining and complying with the provisions of all necessary permits. All fees shall be paid by the Contractor. D. No material shall be buried on site. i i 02201-1 C] r i SEC'T'ION 02202 EXCAVATION1. SCOPE 1 A. The Contractor shall furnish all necessary labor, equipment, and transportation to excavate and haul material in accordance with the flans and Specifications. 2. GENERAL A. The Contractor shall excavate for the roadways, structures, swales, etc., as shown on the Drawings and specified herein, and shall dispose of all materials excavated at a site designated or approved by the Owner. 3. DISPOSAL. A. In all areas where excavation is to be done, all earth, rock, muck and other materials shall be removed and separated as to suitable and unsuitable material for backfill as defined herein. B. The Contractor may, for his own convenience, elect to temporarily stockpile any portion of the excavated material at a job site location designated by the Owner, for later use or disposal. The stockpiled material shall be piled in an orderly manner so as not to endanger the work or obstruct roadways or drainage within the designated job site location. All excavated unsuitable t material shall be disposed of at a location designated or approved by the Owner. All excavated suitable material that is not reused _by the Contractor within the job site shall become the property of the Owner and shall be i disposed of as directed by the Owner. d. SHEETING AND BRACING A. Where excavations may endanger workmen, existing structures, utilities or other facilities, it shall be the Contractor's responsibility to immediately install and maintain adequate sheeting and bracing per OSHA specifications in order to protect said facility. No work shall proceed in such excavations until the sheeting and bracing has been properly and completely installed. The sheeting thus installed shall be removed as the work progresses or, at the discretion of the Engineer, be cut off below finished grade and left in place. i . Sheeting and bracing may be either steel or wood at the option of the Contractor. B. Sheeting and bracing shall be installed in a manner that will allow for removal without injuring or endangering workmen, the work, adjacent structures, and the like. Voids caused by withdrawal of sheeting shall be prcnptly and completely filled with sand and compacted to a degree equal to the i surrounding soil. 5. DEWATERING i A. All water encountered during excavation shall be promptly and completely removed to a depth below the exposed excavation surface sufficient to provide a dry working surface. The excavation shall be kept dry until the work 02202-1 t^ 0 to be built or placed therein has been completed as specified. Dewatering shall be done in a manner that will not cause sloughing or caving of the excavation walls. Water from said dewatering shall be disposed of in a manner as will not result in violations of State water quality standards in receiving waters, nor cause injury to public health nor to public or -private property, nor to the work completed or in progress. Any and all damage caused by dewatering shall be1promptlyrepairedbytheContractoratnocosttotheOwner. The receiving point for water from said operation shall be approved by the applicable regulatory agency and the Engineer. The Contractor is responsible for l obtaining all required permits and any other approval necessary. 6. REMOVALOF MUCK, ROCK AND OTHER UNSUITABLE MATERIAL A. All muck, rock , clay, marl, gravel, boulders, heterogeneous fill material and any other orga uc or unsuitable "materials of excavation" encountered under pavement areas, structures and utilities shall be excavated and removed. Also any "unforeseen obstacles" such as buried trees or timbers, abandoned utilities, metal objects, concrete masses, or any other type of debris encountered shall be removed. r B. Stripping shall be accomplished to clean in-place sand or other suitable material as approved by the Engineer. Removal of unsuitable material within areas which are to receive footings, slabs or other foundations shall be completed for the full area under such structures and to ten feet minimum outside the maximum perimeter. Where pavement is to be placed, said removal shall include all area under the surface and extend to the outside of shoulders and under sidewalks and bike paths, or as directed by the Engineer. C. All roots, stumps, logs, limbs, timbers, boulders, or any m' aterial which is not suitable for backfill material shall be removed from the site promptly and excavated and disposed of by the Contractor at his expense. l_ D. All "materials of excavation" and "unforeseen obstacles" will be considered as incidental to construction and no additional compensation will be allowed. do i I' SECTION 02203 GENERAL & SELECT FILL, FILTER MATERIAL,BACKFILL AND COMPACTION p I. SCOPE i A. The Contractor shall furnish all of the material, equipment, plant, labor, l transportation and supervision necessary so as to complete the Work as shown on the Plans and specified herein. 2. GENERAL A. Where structures or unsuitable material have been removed suitable backfill or fill material shall be provided, placed and compacted to elevate the site to the finish grade as shown on the grading plans. Pre -fill compaction shall be accomplished prior to this operation, as specified herein. 3. MATERIAL A. General Fill - All liumus, peat, spongy material, roots, stumps, muck, paving rnal:e inlC unil nthnr nh;nPtinrmhlp mgtorinle el oll hp iincni"hin fnr hvrlrfill s Suitabley material for backfill shall consist of sandy -loam, clayey -sand, sand, i gravel, soft shale, or crushed stone. The Engineer shall be the sole judge of what constitutes suitable and unsuitable material for backfill other than those materials listed above. f B. Select Fill - Shall consist of uniform, clean, free draining sand, containing less than 3% fines passing a No. 200 sieve. Laboratory test results of this fill shall F be submitted to the Engineer for his approval. C. Filter Material - Shall consist of a washed sand containing less than I % fines passing a No. 200 sieve and must have a uniformity coefficient of 1.5 or i greater but not more than 4.0. Effective grain size shall be between 0.20 and 0.55millimeters diameter. 4. BORROW l A. If there is not sufficient excavated material of a suitable quality to complete the work_ the Contractor shall provide and deliver the necessary suitable additional material to the job site. 5. UNSUITABLE MATERIALREPLACEMENT i A. Fill material shall be placed and spread evenly in layers not to exceed eight inches before compaction.. All fill material shall be free from vegetable matter, wood, and other deleterious substances, and shall not contain rocks or clods having a diameter of more than three inches. B. If soil cement paving is proposed, local yellow sand or hard pan shall not be used for the subgrade nor in the base. 6. PRE -FILL COMPACTION A. Should the pre -fill surface elevation be below that required for the base of 02203-1 40 proposed building foundations or paving subgrade, the areas within road rights - of -ways, under parking areas, and the areas under and within five feet of proposed buildings shall be precompacted. This precompaction shall be performed equally on existing ground and on surfaces which have been excavated to remove unsuitable material. The top one foot of said areas shall be compacted to a minimum density of 95% of maximum as determined by AASHTO T-180. The maximum spacing between density tests shall be 150 t . feet. 7. COMPACTION A. Backfill material shall be compacted to 95% of maximum density per AASHTO T-180. Equipment suitable and adequate for uniform compaction to the specified density shall be used for backfill operations subject to the approval of the Engineer. All compaction equipment shall be in good working order and any worn or defective equipment shall be immediately replaced or repaired. 8. SOIL STABILITYAND COMPACTION CONTROL A. The Contractor shall arrange to have sufficient soil tests made by an independent testing laboratory selected by the Engineer to demonstrate conformance or his worts with the stability and compaction levels required by l.o.... 4:.......... C till be en 0. spea.ti n.neivua. ompaiiivri tests Suau ve t8n.0 as rntervaa eaaa.0 in..tu t or as deemed necessary by the Engineer. B. Any proposed alternative test methods to those specified herein must be i approved by the Engineer prior to testing. At the request of the Engineer, the Contractor shall provide such documentation of a proposed alternative test method as the Engineer may require to evaluate the method for approval. C. In no case shall the Contractor proceed with construction on compacted material until the tests prove satisfactory and approval is given by the Engineer. i_ D. In general, at least one test for maximum dry density/optimum moisture content shall be performed on a representative sample of each inherently different material to be used for compacted backfill or embankment fill. For material of uniform composition and textural class, a minimum of one test per 200 cu. yd. of material shall be performed at the point of use. E. Tests for in-place density (percent compaction) shall be taken at locations designated by the Engineer. 02203-2 40 0 f SECTION 02204 GRASSING BY SODDING j 1. SCOPE 1 A. The Contractor shall furnish all materials, labor,equipment and supervision required to prepare the soil, fine grade Ute area and establish a Healthy stand of grass by sodding of the areas so designated oil the drawings and as specified herein. r 2. GENERAL A. PREPARATION t 1) The area to be sodded shall be clear of old sod and weeds. The area shall be fine graded and the surface looseaied, by scarifying, if necessary. If the soil is dry it shall be moistened to provide an I , optimum growing condition. i 13. FERTILIZER 1) Fertilizer shall be uniformly spread over the area to be sodded at the rate of 400 to 500 pounds per acre. The fertilizer shall have a chemical designation of 12- 8-8. Soil which has a PH of 5.0 or lower shall, If directed by tite Engineer, have an application of dolomite lime stone, but the amount of dolomite applied shall not raise the PII above G.O. C. SOD 1) The sod shall be l5c%kioa unless otherwise noted or directed by the Engineer. 'Flee sod shall be of a tough texture with a good ivat of routs. It shall be free of weeds and other objectionable grasses. Ap- proximately three days prior to cutting Utz sod, it shall be closelymowedandrakedtoremoveexcessgrowthanddebris. The sod shall be cut with sufficient thickness to retain the root system intact. There shall be a mininium of delay between (lie cutting of the sod and the laying so that it is live, fresh and uninjured when laid. 1). LAYING 1) No sod shall be laid until the Engineer has approved the condition of the prepared area. The sod shall be placed with the edges in close contact. Where the sod is laid on a slope the pieces of sod shall be lotig the joitils aitt! laid with staggered juinis to lutidinize %rosi0ii 1. where the sod is laid in drainage swales and flitches the joints shall be staggered in the line of flow for the same reason. After the sell is laid 4 shall be brought into close contact Willi (lie soil by tamping, light rolling or other acceptable means. Where the sod may slide due to the steep slope it shall be pegged to firm soil with wood pegs. 022u4-1 40 s SECTION 02206 SITE CLEANUP & RESTORATION 1. SCOPE A. The Contractor shall furnish all plant, labor, equipment, appliances and materials required or necessary to clean up the site after the construction is completed and to restore items disturbed or damaged due to his construction operation. i i, 2. GENERAL A. During the progress of the project, the work and the adjacent areas affected thereby shall be kept in a neat and orderly condition. All rubbish, surplus materials, and unused construction equipment shall be removed. All damage shall be repaired so that the public and private property owners will be inconvenienced as little as possible. B. Where material nr rlehric hae hpAn r1 n c;ted n . oter D:;r°,e d..che" gutters, drains, or catch -basins as a result of the Contractor's J 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. C. Before the completion of the project, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary buildings and structures which he builds; remove all temporary works, tools, and machinery or other construction equipment furnished by him; remove, acceptably disinfect, and cover all organic matter and material containing organic matter in, under, and around privies, houses, and other buildings used by him; remove all rubbish from any grounds which he has occupied; and leave the roads, all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. D. It shall be the responsibility of the Contractor to repair, rebuild, or restore to its former conditions, any and all portions of existing utilities, structures, equipment, appurtenances, trees and shrubs. or facilities, other than those to be paid for under the specifications, which may be disturbed or damaged due to his construction operations. E. The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the work shall deliver the facilities undamaged and in fresh and new -appearing- condition. U22U6-1 LL] 4 02250-1 SECTION 02250 - SOIL POISONING A. Compound application shall be done by an established and certified pest control organization as per Section 815-3. 8 of Section 815 of the Minimum Property Standards for 1 & 2 l living units, Federal Housing Administration (November 1966). 1 B. The Contractor shall furnish the Owner with a written guarantee stating the concentration of the poison util- ized, the rate and the method of application. The r guarantee shall be for a period of not less than one (1) year with the cost for a five (5) year inspection/protec- tion program to be included in the base bid. C. The Contractor shall not begin soil treatment until such time as the subgrade preparation is completed and ready for the vapor barrier installation. D. The below listed chemicals are toxic to plant and animal life and are to be applied, with due caution, only by ex- perienced personnel. Apply to those areas to be treated, one (1) of the following chemicals, at not less than the k designated concentration applied in a water emulsion. 1. Dursban TC 1% 4 2. Demon TC 1% E. Apply an overall treatment of toxicant, at a rate of one 1) gallon per ten (10) square feet, under the entire area I of the building floor slab and to a distance of 5'-0" be- yond the building perimeter where it is abutted by a slab/ walkway or paving. Apply additional toxicant, at a rate j of two (2) gallons per lin. ft., to expansion joints and where the floor slab is penetrated by floor drains. END OF SECTION*** 02250-1 E: SECTION 02301 SUBGRADE 1. DESCRIPTION A. The subgrade will be constructed such that after being compacted it will conform to the line, grade, and cross sections as shown on the Drawings. Shoulders shall be stabilized and compacted as specified herein for subgrades. 2. FLORIDA BEARING VALUES A. The subgrade shall have a minimum bearing value of 75 pounds per square inch (psi) as determined by the Florida Bearing Value Test. In an area where the bearing value is less than 75 psi, stabilizing material approved by the Engineer shall be furnished by the Contractor, spread and mixed in accord- ance with Section 160-5.3 "Mixing"of the 1986 Edition of the Florida D.Q.T. Specifications. 3. CONSTRUCTION DETAILS A. The subgrade shall be shaped, graded, and rolled to conform to the lines and grades as shown on the Drawings. Fine grading of the subgrade to its final profile shall be accomplished after the existing ground has been excavated as close as possible to the design elevations. In fill areas, fine grading of the subgrade shall be accomplished after fill is spread and compacted in accord- ance with Section 203 of these Specifications - "Backfill and Compaction". B. All drainage culverts and utility conduits which will be installed under the pavement shall be installed prior to the final shaping and compaction of the subgrade. 4. COMPACTION A. The top of the subgrade in both cuts and fills shall be compacted to a minimum of 98 percent of the maximum dry density to the depth specified on the Plans. The required density shall be maintained until the base course has been constructed. The subgrade shall be compacted with an approved self- propelled steel drum or pneumatic tired roller weighing not less than 8 tons. All hollows and depressions which develop under rolling shall be filled in with suitable material. The process of grading and rolling shall be repeated until no depressions develop. After compaction, the top surface of the fine grade shall be true to line and grade at all locations. If the fine grade becomes rutted or displaced due to any cause whatsoever, the Contractor shall regrade it and recompact it. Ditches, drains, and swates shall be maintained along the completed subgrade section after their construction. B. In no case shall the Contractor proceed to construct the base course on the subgrade until the subgrade has been tested for Florida Bearing Values and compaction, line and grade is checked, and approval given by the Engineer. 5. STABILIZED SHOULDERS A. Stabilized shoulders shall be constructed on cacti side of the paved roadway 02301 1 40 f ; section to the width, depth and slope as shown on the Plans and Typical Sections. The stabilized shoulder material shall have a minimum Florida t Bearing Value of 50 pounds per square inch as determined by the Florida Bearing Value Test. In an area where the bearing value is less than 50 psi, stabilizing material approved by the Engineer shall be furnished by the E Contractor, spread, and mixed thoroughly throughout the entire depth and width; of the stabilizing limits. No specific density will be required and compaction shall be only to the extent directed by the Engineer. t 6. COMPAC TION TESTING A. In general, Florida Bearing Value tests on the subgrade shall be taken at approximately 300 lineal foot intervals. Exact locations will be designated by the Engineer. B. The maximum dry density of the subgrade material shall be determined by the Modified Proctor- Test using the procedure as described by ASTM D1557 or AASHTO-TI80 (Method A). 1n general, there shall be one Modified Proctor fest per 300 lineal feet at a location which is representative of the type of subgrade material used on the project. Each material which is inherently different in composition from other subgrade material and which is used over widespread arca of the project, Will ncccssiiatc an additional L1VlI: ICA i Proctor Test. t_ t.. 02.301-2 40 Y SECTION 02303 LIME ROCK BASE COURSE 1. DESCRIPTION 1 A. Under this item, the Contractor shall construct a lime rock base course upon the completed stabilized subgrade. The base course shall be construcl.ed in accordance with the lines and grades and typical section as shown on the drawings. 2. MATERIALS A. The Contractor may use lime rock for the base course from either the Ocala Formation or the Miami Oolite . Formation at his option, provided it meets the Specifications contained herein and complies with Section 911 "Lime rock Material for Base and Stabilized Base" of the 1986 Edition of Florida D.O.T.'s Standard Specifications for Road and Bridge Construction. Only one of the two grades of lime rock shall be used on the project. n, Tha material ghall-he —scl epi nr krnlran ICK to Qtr h ciya hafnre heing ninf- rton the road, that not less than 97 percent will pass a 3 1/2 inch sieve and it Mh.,ll be ceded ^:f;•. l down to dust. Al! fi^ at^ ^! shall c t ntire!ygr.. .... .....y .. ... s. of dust of fracture. 3. PLACEMENT OF MATERIAL A. After the subgrade is completed and approved, the Con tractor shall furnish and spread the lime rock in a uniform distribution. Segregated areas of fine or course rock will not be permitted. Such areas shall be removed and replaced with properly graded rock. i B. After the spreading is completed, the entire surface shall be scarified and shaped so as to produce the required grade and cross section after compaction. 4. MOISTURE CONTENT A. When the lime rock does not have the proper moisture content to obtain the required density, wetting or drying wiii be requited. v nun waicr is added, it shall be mixed in uniformly. Wetting or drying operations shall involve manip- ulation of the entire width and depth of the base course before compaction. 5. COMPACTION A. The required compaction of the lime rock base course shall be a minimum of 98 percent of the maximum dry density. B. No less than 8 10 ton steel drum or pneumatic tired roller shall be used to compact the lime rock base course. Ali depressions shall be filled and the process of rolling and filling shall continue until a thoroughly compacted uniform surface is produced. During final compaction operations, if blading of any area is necessary to obtain the true grade and cross section, the compac- tion operations for such areas shall be completed prior to making the field density compaction test on Ilse finished base. 02303-1 40 A. The maximum density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM D1557 or AASH T v T i 80 (Metilud D). Tile penxlliage compaction and in piace density shall be determined according to procedures of ASTM D2167 "Test for Density of Soil In Place by the Rubber Balloon Method" or the nuclear method ASTM D2922. In general, one Modified Proctor 'rest per 300 lineal feet of roadwork shall be performed on a representative sample of base trnateriai froth iocation(s) designated by the Engineer. in place density testing shall be performed at the rate of one test per 300 lineal feet of roadwo,k or 5000 sq. ft. of parking area at comparable locations unless otherwise specified by the Engineer. 02303-2 r j C. Should the subgrade material become mixed with the base course material at any time, Elle Contractor shall remove the mixture, reshape and recompact t the subgrade, replace the materials removed with additional lime rock, and reshape and recompact the lime rock base at no cost to the Owner. D. If cracks or checks appear in the base which would impair the structural integrity of the base in the opinion of the Engineer, the Contractor shall remove the cracks or checks by rescarifying, reshaping, refilling with lime rock where necessary, and recompacting at no cost to the Owner. i E. The finished lime rock base shall be checked for thickness at intervals of not more than 300 feet. Areas which are less than lit inch deficient in thickness shall be corrected by scarifying and adding rock if the Engineer determines that the area is extensive or may adversely affect the quality of the finished work. The scarifying shalt extend for 50 feet either side of the deficient area. E 6. PRIME COAT A. Tile prime coat shall be a rapid curing liquid cut back asphalt equal or equivalent to RC -70 or RC -250 at the Contractor's option, and conforming to Sections 300 and 916 2 of the 1986 Edition of the Florida D.O.T. Standard Spec ificaiiolis for Hund and Bridge C -UM iuctiuli. t B. The surface of the base maternal shall be cleaned after final colnpaciloll and the moisture content of the base shall not exceed 90 percent of the optimum moisture before the prime coat is applied. The prime coat shall be applied uniformly with a pressure distributor. The entire length of the spray bar shall be set at the height above the surface recommended by the Manufacturer for even distribution. The prime coat shall be applied to the finished base course at the rate of 0.15 gallons per square yard at a temperature between 1000 F. to 1500 F. The prime coat shall be applied such that a period of no longer than two (2) hours lapse prior to application of the asphaltic concrete wearing course, unless the prime coat is covered with sand or screenings as outlined in Section 300-6.5 of the 1986 Edition of the Florida D.O.T. Specifications. 7. TESTING A. The maximum density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM D1557 or AASH T v T i 80 (Metilud D). Tile penxlliage compaction and in piace density shall be determined according to procedures of ASTM D2167 "Test for Density of Soil In Place by the Rubber Balloon Method" or the nuclear method ASTM D2922. In general, one Modified Proctor 'rest per 300 lineal feet of roadwork shall be performed on a representative sample of base trnateriai froth iocation(s) designated by the Engineer. in place density testing shall be performed at the rate of one test per 300 lineal feet of roadwo,k or 5000 sq. ft. of parking area at comparable locations unless otherwise specified by the Engineer. 02303-2 40 SECTION 02304 CEMENTED COQUINA SHELL BASE COURSE 1. DESCRIPTION A. Under this item, the Contractor shall furnish all equipment, labor, materials, and transportation necessary to construct a Coquina shell base course upon the completed stabilized subgrade. The base course shall be constructed in accordance with the lines, grades, and typical section as shown on the Draw- ings. Unless otherwise noted construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction, Section 250, 1986 Edition. 2. MATERIALS A. Coquina shell shall conform to the requirements of Florida D.O.T. Standard Specifications, 1986 Edition, Section 915, and shall be from a source accept- able to Florida D.O.T. The material shall have a minimum LBR value of 100. Prior to placement, the material shall be crushed or broken to such a size f that no less than 97 nercent by weicht will nass a 3 1/2 inch sieve and no more than 20 percent dry weight shall wash through a No. 200 sieve. No visible clay or oreanic matter will be permitted. 3. PLACEMENT OF MATERIAL A. After the subgrade is completed and approved, the Contractor shall furnish and spread the coquina shell in a uniform distribution. Spread thickness shall be a minimum of 9 inches. Segregated areas of fine or course rock will not he permitted. Such areas shall be removed and replaced with properly graded rock. B. After the spreading is completed, the entire surface shall be scarified and shaped so as to produce the required grade and cross section after 3 compaction. 4. COMPACTION i_ A. The required compaction of the coquina shell base course shall be a minimum of 98 nercent of the maximum dry density. S B. No less than 8- 10 ton steel drum or pneumatic tired roller shall be used to compact the base course. All depressions shall be filled and the process of rolling and filling shall continue until a thoroughly compacted uniform surface is produced. During final compaction operations, if biading of any area is necessary to obtain the true grade and cross section, the compactio., operations for SUCK areas uiiaii v wiiipifa1d priv'i iv tnaniiib i 1 L.—'ua.1—j- compaction test on the finished base. C. Should the subgrade material become mixed with the base course material at any time, the Contractor shall remove the mixture, reshape and recompact the subgrade, replace the materials removed with additional coquina shell and reshape and recompact the coquina shell base at no cost to the Owner. 02:10}. 1 s 11 D. If cracks or checks appear in the base which would impair the structural integrity of the base lin the opinion of the Engineer, the Contractor shall 1 remove the cracks or checks by rescarifying, reshaping, refilling with coquina shell where necessary, and recompacting at no cost to the Owner. E. The finished coquina shell base shall be checked for thickness at intervals of F not more than 300 feet. Any areas which are less than 5 1/2 inches in thickness shall be corrected by scarifying and adding rock. The scarifying shall extend for 50 feet either side of the deficient area. Areas which are less than 1/2 inch deficient in thickness shall be corrected if the Engineer determines that the area is extensive or may adversely affect the quality of the finished work. 6. PRIME COAT A. The prime coat shall be a rapid curing liquid cut back asphalt equal or equivalent to RC -70 or RC -250 at the Contractor's option, and conforming to Sections 300 and 916-2 of the 1986 Edition of the Florida D.O.T. Standard Specifications for Road and Bridge Construction. B. The surface of the base material shall be cleaned after final compaction and the moisture content of the base shall not exceed 90 percent of the optimum 11 'k vcluw uic priiiic Cvai i5 aptnlcu. 111U Priiilc I:vai auau uc apYucu uniformly with a pressure distributor. The entire length of the spray bar shall be set at the height above the surface recommended by the M: nufictu:rer for even distribution. The prime coat shall be applied to the finished base course at the rate of 0.15 gallons per square yard at a temperature between 100o F. to 1500 F. The prime coat shall be applied such that a period of no longer than two (2) hours lapse prior to application of the asphaltic concrete wearing course, unless the prime coat is covered with sand or screenings as outlined in Section 300-6.5 of tile 1906 Edition of the FloridaD.O.T. Specifications. 7. TESTING A. The maximum density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM -D1557 or AASHTO- f 180 (Method D). The percentage compaction and in-place density shall be determined according to procedures of ASTM -D2167 "Test for Density of Soil In -Place by the Rubber Balloon Method" or the nuclear method ASTM- D2922. In general, one Modified Proctor 'fest per 300 lineal feet of roadwork shall be performed on a representative sample of base aler-M esignated by the Engineer. 11n, pkace densilY testing shall.be pertbrmeduat' the rate of one test per 300 lineal feet of roadwork at comparable locations unless otherwise specified by the Engineer. 02304-2 4D w L I SECTION 02305 ASPHALTPA`JEMENT 1. DESCRIPTION A. Under this item, the Contractor shall construct an asphalt concrete wearing surface for pavement upon a previously prepared base course conforming to the lines, grades, and typical section shown on the drawings. 2. LIMITATIONS OF LAYING OPE RATION A. Bituminous materials shall be applied only when the temperature of the air in the shade is above fifty degrees Fahrenheit (500 F.). Any bituminous mixture caught in transit by a sudden rain may be laid at the Contractor's risk. However, no work shall be started if local conditions indicate that rain is imminent, and under no circumstances shall the mixture be laid while rain is falling, or when there is water on the base. When wind is blowing to such an extent that sand, dust, etc. are being deposited on the surface being paved to the extent that the bond between layers will be diminished, the bituminous materials shall not be spread on the surface. n Tha (--t—t— ch.11 1.. thn.•..,.....oto«.. e,l t... .1... ..-:- - t•.-_ s.,ups., .. .a, .,..l.,aJ a5 r%q--U Vy uw L)116111GGt wl determiningV the temperature of all bituminous materials as they are applied. Lavina of bituminous materials will not he permitted unleec the materia! hac r ---------- - --- - _ - - 4 obtained the proper temperature and temperature determination at the job site has been made. i 3. TACKCOAT i_ A. Where a tack coat is required (as determined by the Engineer) pr to application of the asphaltic concrete wearing surface or against an existing asphalt surface, an Emulsified Asphalt, Grade RS 2 shall be used. The tack coat shall be applied uniformly with a pressure distributor or by hand at the rate of 0.05 gallons per square yard and at a temperature between 1000 F. and 1501 F. The tack coat surface shall be kept free from traffic until the subsequent layer of asphaltic concrete has been laid. Excessive application of tack coat on the existing asphalt surfaces will be eliminated by the Contractor prior to paving the asphalt concrete. 4. ASPHALTIC CONCRETEWCARING SURFACE A. The wearing surface for the on site parking lots and driveways shall be Florida D.O.T. Type S -I asphaltic concrete conforming to the requirements of Section 331 of the 1986 Edition of the Florida D.Q.T. Specifications. The material shall be laid uniformly so that it will result in a compacted thickness of one inch. The asphaltic concrete shall be laid down at a temperature of between 230°F and 310 OF. The temperature of the asphalt concrete ftPtlllPrall to flip i -l- JVv J i{ vv i.viiu-lll ul nlU.. l V4ll141IV11J Vl iL111tfl:l illi llG during the,day6will not lbe permitted. Asphaltic concrete whose temperature is less than 210°F when delivered to the job site may result in immediate rejection from application by the Engineer. All material rejected by the Engineer shall be replaced with specified material by the Contractor at no additional cost to the Owner. 13. The asphaltic concrete shall be applied by an approved type of self propelled paver, such as a Barber Green, capable of making a continuous 10 ft. wide 02305-1 40 El pull. "Che paver shall have a disbursing hopper, a compacting devise, and a screed capable of adjustment to produce the required paving cross section. The screed shall bc: equipped with heaters. C. Immediately after the asphaltic concrete is spread, any deviations from the typical section shall be remedied by placing additional material or by removing surplus material while the mixture is still hot. D. Rolling should begin as soon as possible after the asphaltic concrete has been spread as specified. Rolling of the longitudinal joint should be immediately behind the paving operation. The initial pass with the roller should be made as soon as it is possible to roll the bituminous mixture without cracking the mat or having the mix adhere to the roller wheels. E. The rolling shall be done by a "Rolling Train", consisting of a steel wheel seal roller, and a pneumatic tired traffic roller and a steel wheel finish roller. All of which shall be on the job when the asphalt laying continences and remain on the project until the paving work has been completed. F. Rolling of the longitudinal joint should be immediately behind the paving operation. The initial pass with the roller should be made as soon as it is possible to roll the bituminous mixture without cracking the mat or having the miY nrihPrr to the miler wheels. To nrevent adhesion of the mix to the roller. the wheels should be kept moist with only enough water to avoid picking up the material. G. Steel wheeled rollers shall be of the tandem type. For seal rolling, these rollers shall weigh between 5 and 12 tons and for final rolling, they shall weigh i between 8 and 12 tons. i H. Traffic r,,,llere ghall he Of the self propelled pneumatic tired type, equipped with at least seven (7) smooth tread, low pressure tires, with the tire pressure maintained between 50 to 55 pounds. Traffic rollers shall weigh between 6 and 10 tons. Wobble wheeled rollers are prohibited from rolling on this project. I. The speed should not exceed 3 mph for steel wheeled rollers or 5 mpli for pneumatic tired rollers. 1 J. Finish rolling should be done while the material is still workable enough for removal of roller marks, before the pavement temperature has dropped below 1400 F. Abrupt turning of rollers on the paving mix which causes undue displacement shall not be permitted. Finish rolling should be accomplished by use of the steel wheel roller. K. Should any irregularities or defects remain in any course after compaction, they should be removed promptly and replaced with new material to provide a uniform texture surface conforming to line and grade. The finished surface shall be such that it :rill .^.Ct v2 -Y more than one forth melt (114") from the ten foot (10') straight edge applied both parallel and perpendicular to the center line of tite pavement. The thickness of the pavement shall be no more than one forth inch (1/4") greater or less than the specified thickness. Correction of deficiencies in pavement thickness will be in strict accordance with those i . procedures described in Section 330 14.2 of the Florida D.O.T. Specifications for Road and Bridge Construction, 1986 Edition. 02305-2