Loading...
HomeMy WebLinkAbout1999-338Ar ADDENDUM #1 ROUND ISLAND PARK SHEET SF -1 8115199 To: All prospective bidders From: Brad Smith, ASLA Prepared by: Brad Smith, ASLA 1.0 Historical Display Detail The following text shall replace current specification, see attached sheet for location. 36" x 48" Modulite fiberglass embedded interpretive panel (four color process and one spot color on a pms background, single faced, of aqua with glossy finish). By Wilderness Graphics, Inc., P.O. Box 1635, Tallahassee, I'l 32302. Phone (904) 224-6414. Received by: RECF-IVFD .IAN 1 8 7000 CLLRK 3Q THh BOARD 40 ADDENDUM ##Z ROUND ISLAND PARK 8/20/99 To: All prospective bidders From: Pat Walther Prepared by: Pat Walther 1.4 SR A1A Right -of -Way The following described changes should he acknowledged by the Contractor and incorporated into his bid. These changes apply only to the Sit. A 1 A right- of-way only: A. Do not saw cut and remove existing shoulder pavement. B. Mill all existing pavement including shOUlder pavement. C. Apply leveling Course as needed to existing shoulders niter milling to match proposed pavement cross -slope and section. D. Change base course in pavement widening from 14" Coquina Base (or Optional Base Group 14) to 7 112" Coquina Base (or Optional Base Group 5). • E. The following bid items have been added or amended as shown: Received by: r BID PROPOSAL INDIAN RIVER COUNTY ' ROUND ISLAND OCEANFRONT PARK IRC BID # 2008 COUNTY PROJECT #9622 GProposal. (Bidder's Name) (Bidder's Address) to furnish and deliver all materials and to do and perform all work in accordance with the Contract Documents 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 required. The undersigned agrees to do all the work and furnish all materials casted for by said plans and specifications, in the manner prescribesd, therein, in accordance with the Contract Documents and to the standards of quality and performance establiched by the County, for the unit prices stated in the spaces herein provided, fog each of the items or combination of sterns stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for the purpose of bid k, 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 14 Documents. 1. To do any extra work, not covered by the Itemized Bid Schedule of prices, which i may be ordered by the Engineer upon authorization by the County Commission, and to accept as full compensation therefore such prices as may be agreed upon in writing by the Engineer and the Contractor in accordance with Gene rat Conditions, 2, Within ten (10) days from the date of acceptance of this proposal, to execut�th-0 CjW tandAoJiunisfilrtdianMve-LGvtrnty-a-P-orfexmanc-e-RQnd-in.attaMeLint< "uaLtsr_12 tti"entr_ac,.tprice-ansi_a-Paynient_Bond_ n-an-amount-equai to 1oyo of th€_ Contrat_pri,cD—The Contractor shall provide two (2) separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. Bonds may be waived by the County, if the total contract price is below $50,000. BID PROPOSAL ADDENDUM N0. •3 Bp -i 40 0 I 3. To begin work within twenty (20) calendar days after the date of receipt by him of Notice -to -Proceed, and to complete the Project within one hundred and eighty (180) calendar days as specified in the Agreement between the owner and the Contractor. Work on SR A1A shall not commence until April 24, 2000, 4. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of full completion and the actual date of such full completion of the contract work, the amount of one hundred dollars ($100,00) per calendar day, not to exceed the total amount of the contract. The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein, that ti tis proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the OWNER in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit; It is understood that the foregoing quantities are approximate onty and are solely for ., the purpose of facilitating the comparison upon the basis of the actual quantities in the completed work, whether they be more or less than those shown. BID PROPOSAL ADDENDUM NO. 3 8n-2 CI Y W ROUND ISLAND OCEANFRONT PARK PROJECT NO. 9622 ITEMIZED BID SCHEDULE (EXHIBIT "A" TO AGREEMENT) 1 (Revised 11123199 for Addendum 3) 6 Description Quantity Unit Unit Cost Extension I Item #1 S.R. AIA Improvements Maintenance of Traffic 1 Pump sum Clearing and Grubbing 1 lump sum Excavation 127 cu, yd. Embankment 4,945 cu, yd. 0-3" Type S-3 Asphalt - Leveling Course 2,277 sq.yd. 1 " Type "S" Asphalt 1,776 sq, yd. 3" Type "S-1"Asphalt 2,134 sq -yd. 1" Type "FC -3" Asphalt 10,907 sq. yd. 7.5" Coquina Base (or aptPonal Base Group 6} 4,110 sq. yd. 1" Milling of Existing Asphalt 4,721 sq. yd. 12" Stabilized Subgrade 4,311 sq. yd. 6" White Thermoplastic Striping 5,447 1.f. 6" Double Yellow Thermoplastic Striping 2,406 I.f. 18" Yellow Thermoplastic Striping 126 i.f. 81' White Thermoplastic 6"-10' Skip Striping 998 Lf. 12" Cross Walk Thermoplastic Striping - Special Emphasis 220 I.F. 8" White Edge Thermoplastic Striping 102 Lf. Thermoplastic Turn Arrows 16 each W1 IA -2 "Cross -Walk" Signs 4 each Relocate Exlsting Signage - Regulatory 1 lump sum Signage - R-1 Stop Sign 1 lump sum Sod (Common Bermuda) 6,052 sq. yd. Concrete Sidewalk B53 sq. yd. Remove Existing Concrete B25 sq. yd. Remove Existing Guardrail 490 11 Guardrail 364 t.f. Guardrail End Anchorage Assembly Type SRT -350 2 each Guardrail End Anchorage Assembly Type B.E.S.T. 2 each Turnout Construction - Asphalt 135 sq. yd. Subtotal #1; ADDENDUM Na. 3 BID Pr�oPoisnn3 11 l l Item #2 Site Work MobilizationlDemobilization Clearing and Grubbing Erosion Control Construction Staking Grading Selective Clearing of Buffer 8" stabilized subgrade 1 1 1 1 1 18004 5,306 lump sum lump sum lump sum lump sum lump sum s.f, sq. yd. 6" Coquina Base 1.5" Type "FC -2" Asphalt 5,125 4,871 sq. yd. sq. yd. Pavement. Markings 1 lump sum Signage - Handicap Parking 6 each Vertical Curb Concrete Sidewalk Concrete Pavers 605 81 4708 U. sq. yd. sq. ft. Concrete Wheel Stop 75 each Type "D" Curb - Vertical Curb 600 l.f. Shell/Marl pathway 1,200 U. 8" Drainage Pipe 160 Lf. 12"" Polyethylene Pipe 208 Lf. 15"" RCP 200 U. _ 18" RCP 64 l.f. Typ® "C" inlet 2 each Mitered End Section (15") 2 each Mitered End Section (18") 2 each Site, lighting, electrical work 1 lump sum 2"" Water Line 1 114" Water Line 270 380 U. I.f. 314" Water Line 148 l.f. 2" Reduced Pressure Zone Backflow Preventer 1 each g00 Gallon Septic Tank 1 each 1 500 Gallon Septic Tank 1 each 6"" PVC Sewer Pipe 50 U. Absorption Trench 312 Lf.Concrete Encasement (2" Water Main) 20 l.f. ADDENDUM N0. 3 Subtotal #2. SID PROPOSAL BP -4 Item #3 Landscape Improvements 1 each Remove and Relocate Existing Palm Trees 12.6 ea. Seagrape 22 ea. Upright Yaupon Holly 7 ea. Cabbage Palms (including relocations) 30 ea. Silver Saw Palmetto 89 ea, Muhly Grass 768 ea. Sea eats 514 ea. Mulch 44 C.Y. Sod - Floratam 122,977 sq. ft, Redbay (for buffer planting) 16 ea. SeagrapelMyrsine (for buffer planting) 7 ea. Silver Saw Palmetto (for buffer planting) 63 ea. 2" Shallow Well 2 ea. Irrigation System 1 I.S. 1 lump sum Subtotal #3; I h -PA. r?arranfinnal Amnnif nQ Jolly Rodger Playstructure ADDENDUM N0. 3 1 each Backhoe Digger 1 each Handicapped Accessible Backhoe digger 1 each Sand 47 cubic feet Jumbo Flyer 2 each Resilient surfacing (playground) Fibar System 4,250 sq. ft. Wood Rail Fencing @ A -1-A 424 Lf. Historical Display Garden Fencing @ 6' olc 192 Lf. Dune Crossover Area Fencing @ 12' ole 72 Lf. Entrance Gates 2 each Park I.D. & Directional Signage 1 lump sum _ Park I.D. Signage @ Entrance 1 lump sum Directional Signs in Bark Interior 1 lump sura Hosebibs 6 each Drinking fountains 2 ea. Bar-B-Que Grill (with shelf) 5 ea. Removable bollards - Wooden 8 ea. Rope between removable bollards 76 Lf. BID PROPOSAL 13P-5 lj 1 • E' ] Park Benches 10 ea, each Trash Receptacles 7 ea. each Shower Tower 2 ea. each Precast Bollards - Concrete g ea. lump sum Concrete Picnic Tables 10 ea. each Bike Rack 1 ea. Catamaran Launch Renovation 576 sq, ft, Subtotal 19: Item 45 Structures Picnic shelters 5 each Restroom Facility 1 each Lifeguard Tower _ 1 each Historical Exhibit Signage 1 lump sum "Found Object" placement 15 each Subtotal #5: Payment and Performance Bonds TOTAL 131D AMOUNT: (prreo includes aU work as indicated on drawings and as specified) Additive Alternate #1: Change Catamaran Launch decking to 2 x 6 "Trex" Decking 576 sq. ft. Add 2" x 8" x 1d' joists 2.511Ic.f. 12 each Delete 2 x 6 pt wood decking 576 sq.ft. Net Cost increase Additive Alternate #1: ADDENDUM NO. 3 BID PROPOSAL BP -6 • 0 r ACCOMPANYING THIS PROPOSAL IS 4 (Insert the word(s) "cash", "bidder's bond", or "certified check", as the case may be, payable to INDIAN RIVER COUNTY.) f I The undersigned deposits the above-named security as a proposal guarantee and agrees that it shall be forfeited to the OWNER as liquidated damages in case this proposal is l accepted by the OWNER and the undersigned fails to execute a contract with the OWNER as specified in the contract documents accompanied by the required labor and material and faithful performance_ bonds with sureties satisfactoryto the OWNER, and accompanied I by the required certificates of insurance coverage. Should the OWNER be required to I engage the services of an attorney in connection with the enforcement of this bid, bidder promises to pay OWNER'S reasonable attorneys' fees incurred with or without suit, The names of all persons interested in the foregoing proposals as principals are as follows: (NOTICE - If bidder or other Interested person Is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; If a co -partnership, state true name of firm, also names of all i Individual co-partners composing firm; if 'bidder or their interested person Is an Individual, slate first and last names in full.) Ridder hereby certifies that it has all license's and permits required by Federal, State and local statutes, regulations and ordinances. Contractor's license No: Bidder hereby acknowledges receipt of the following addenda: Y No. _ 1 date_ j5Lgg - No. date No. —2— date $I2.OLg9-- No. date No. date No. date No. date No.. date NOTE: If bidder Is a corporation, the legal name of the corporation shall be set forth below, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation and corporate seal; if bidder is a co -partnership, the true name of the firm shall be set forth below, together with the signature of the partner or partners authorized to sign contracts in behalf of the eco -partnership; and if the bidder is an individual, his signature shall be placed below„ if a special partnership, the names of the general partners and special partners. Signature of Bidder: I BID PROPOSAL ARl7FNDUM N0, 3 sr,.r 40 11 f AGREEMENT INDIAN RIVER COUNTY, FLORIDA ROUND ISLAND OCEANFRONT PARK COUNTY PROJECT NO. 9622 THIS AGREEMENT made and entered into on the day of -,I egg, by and between I(Address) I herein after called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of F;arida organized and existing under the Laws of the State of Florida, hereinafter called the County. WITNESSED: That the Contractor and the County, for the consideration hereinafter named, agree as follows: �I Article 1. SCOPE OF WORK: The Contractor shall furnish all of the materials and perform all I the work shown on the Drawings and described in the Specifications entitled: ROUND ISLAND OCEANFRONT PARK. COUNTY PROJECT NO. 9622 for Indian River County, Florida and shall do everything required by this Agreement and Contract Documents. Payment shall be made in accordance with the Itemized Bid Schedule attached as Exhibit "A" and made a part of this agreement. Article 2. COMMENCEMENT AND COMPLETION & DAMAGES: As time is of the essence, 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 one hundred and eighty (1€30) calendar days. The time stated for completion shall include final clean-up of the premises. The r Contractor agrees to reimburse Indian River County, Florida liquidated damages ll , for each calendar day elapsing between the date herein specified as the day of full completion and the actual day of such completion of the Contract work the amount of one hundred dollars ($100) per calendar day. Not to exceed the total amount of the contract. Work on SR Al A shall not commence until April 24, 2060. Article 3. THE 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 Written Amount k AGREEMENT ADDENDUM NO. 3 A - x 40 r 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 monthly intervals. The request must be made through the Engineer on an approved estimate showing the component breakdown of the work totaling the awarded Contract price and the amount of work for each item completed at the time of the request. Ten percent (10%) of all amounts earned will be retained by the County until final completion and acceptance of the Contract. Contractor shall allow adequate processing time for County Commission final I acceptance and approval for final payment. Article 5. ACCEPTANCE AND FINAL. PAYMENT: Upon receipt of written notice that the M work is ready for final inspection and acceptance, the County Public Works Director will promptly make such inspection and when he finds the work acceptable under the terms of the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work provided for in this Contract has been completed, and acceptance by him under the terms and the conditions thereof is recommended and the entire balance found to be due the Contractor, will be paid to the Contractor by the County following County Commission approval of the final Contract payment. L Before issuance of a final certificate, the contractor shall submit evidence satisfactory to the County Public Works Director that all payrolls, material bills, and other indebtedness connected with the work have been paid. An affidavit must be submitted by the Contractor to the County Public Works Director stating that all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting firm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a duly authorized officer of the subcontracting firm, notarized and attested by two witnesses is required from each Subcontractor engaged under the scope of this Contract, and must accompany the request for final payment. The making and acceptance of the final payment shall constitute a waiver of all claims by the County, other than those arising from unsettled liens, from faulty work appearing after final payment or from requirements of the Specifications and of all claims by the Contractor, except those previously made and still unsettled. Article 6. INDEMNIFICATION: Subject to the monetary limitations in Article 5,3, of the General Conditions, the Contractor, upon his part, agrees to protect, indemnify, save harmless, and insure the County from any liability to any persons for injuries to the person, including loss of life, or damage to property, resulting from the acts or omissions of the Contractor in performing his obligations under this Contract. The parties expressly recognize that the relationship between the County and Contractor is that of owner and independent contractor, and that neither the Contractor nor any of his servants, agents, or employees shall ever be considered to be an agent, servant or employee of the County, Article 7. PUBLIC CONSTRUCTION PAYMENT BOND 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 prlce and a Payment Bond In an amount equal to 100% of the Contract price with good and sufficient sureties, conditioned upon the performance of this Contract by the Contractor in accordance with the terms and conditions hereof, within the AGREEMENT ADDENDUM NO. 3 n _ 40 0 r t 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 i provided for in this contract. The Contractor shall record the Payment and Performance Bond with the Public aRecords Section of the Indian River Courthouse located at 2000 16" Avenue, Vero Beach, Florida, 32900. The recorded bonds will be forwarded to the Purchasing Division within a week. h The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 126% of the contract price is not an acceptable substitute. In lieu of the Public Construction Bond, the Contractor may furnish an alternative form of security in the form of cash, money ordor, certified check, cashier's check, Irrevocable letter of credit or a security as listed in Part II of F.S. Chapter 635. 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 other- wise required. Performance and Payment Bands may be waived by the County if the total contract is below $50,000. IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. Signed and sealed by the Contractor in the presence of: (Seal) INDIAN RIVER COUNTY By: Kenneth R, Macht, Chairman Dated: (Contractor) Attest Attest Jeffrey K. Barton, Clerk (SEAL.) ADDENDUM NO. 3 IPidianLiv erCnnniy Apprnved urate A,I•:ri n VJ ral i on 6ndhcl__�_...._- _ I� "dal ...........«.. .......-+. :;'ublie V,'nrka Capital Projectq 01!PArnmeni ,AGREEMENT A - 3 40 11/2911999 15:46 14077249429 a + k, I PAGE 02 E3' -J" 4" 4- 4- k, •4 mf5 VIM Ftox m") n14 mlo 9'•2 Ri° T-2" . 2'•8.6' ONE HALF OF FLOOR PLAN OCALUe N.Y.O. 2+'-2 (Rm. lj ADDENDUM NO. 3 0 •^+ in I ! I I I5ENCH } J1 3s h I I I r� r7 I t I I I I I 3v LJ L.J I f BENCH t I 11 LIJ LJ �., in CONCIClY@ BLOCKS' "upLap rL REJNFGRCSNO DAKS I mf5 VIM Ftox m") n14 mlo 9'•2 Ri° T-2" . 2'•8.6' ONE HALF OF FLOOR PLAN OCALUe N.Y.O. 2+'-2 (Rm. lj ADDENDUM NO. 3 As 11/29/1999 15:46 14977249429 t C CONCRETE FCM TA&M S AU N 2 W PSI MINIMUM (4• GW MfP W/RHK0CRlI'CR 222 ANTI -CORROSION Auvff ig -�1CJ1 /-7iob aV3 PAR (TM 1104 . CAR (iii`) 01 P14711 P1OP 2- 1 7.05 PARS I' f4• L.C. (6 106) T�2^ ---{I 314—" W4" 3 PAR PRSE 03 MIP DEPT)l 7r- 4- 1510$ PICNIC TABLE REINFORCING DETAIL L 5CAut: N.rP. -3 ix.vtJ ADDENDUM NO. 3 I I "JIJI1� 05 CAR --��� I Is SAI C I 2' 4F 4'.pJ• W-• Sia• aro" aV3 PAR (TM 1104 . CAR (iii`) 01 P14711 P1OP 2- 1 7.05 PARS I' f4• L.C. (6 106) T�2^ ---{I 314—" W4" 3 PAR PRSE 03 MIP DEPT)l 7r- 4- 1510$ PICNIC TABLE REINFORCING DETAIL L 5CAut: N.rP. -3 ix.vtJ ADDENDUM NO. 3 i Im 11/2911999 15:46 14077249429 ly 06 Y mo 1 OrND "P• IF 1 nfNa .l. PncIE 04 Y 0ENO "N' OAR "EPULIE • QUAN M MUDT BE DOUBLED FOR IVO MCHEO am f1tEI'i BI21; % Y i TlD1 D 8'-10' Tm 8 b 2'-0' - REND 8 D NOTED CONCf OAR1S IN TABLE TOP 81101CT DAMS IN TABLE TOP 'TTp4 4 S D" J' 2" A TABLE TOP ANCHO" am 17 a !''O' _ B OHORT OARO IN 9ENCHM SM *2 D D" D' 2 E BENCH ANCHORS 9W 91 3 4'-2 V2" 4112" F BENCH DAM 010D •2 B b''O" 4 W - C LONG BARB IN BENCH OW '2 B o lm 4ItV +O' D ENA BARD IN BENCH 0110 •4 B 1'-4" S" - 0 FOUNDATION OAR FOIL BENCH T111 2 B 1-4` 2'-B" C FOUNDATM BAR FOR TABLE "2 4 D S,O. D'-0' _ d RLINFORCIN0AROUNDPOOT FtI�3 4 O 11-0" 2-B' - F REINFORLINOAROUND POBT FP" D 4 !'-D" �'-4" H 4 REQUIRED FER POST PIIS D 4 1'-D• B 2 REQUIRED PER FOOT F1i0 4 D e' -O• _ O rMIMET" BARD Pt17 4 D 11'4" - - D PERIMETER BARD DAR SCHEDULE ADDENDUM NO. 3 2F-4 SRo.1j 40 • r ADDENDUM #3 ROUND ISLAND OCEANFRONT PARK PROJECT NO. 9622 BID NO. 2008 11/29/99 To: All prospective bidders From: G. Sean McGuire, P.E. Project Engineer, Capital Projects Division Public Works Department, Indian River County Prepared by. J. Morris Smith and G. Sean McGuire The following changes should be incorporated by the bidder into his bid, and receipt of this addendum should be acknowledged on the last page of the Bid Proposal: 3.01 Substitute the following paragraph for the current paragraph number 8. Liquidated Damages on page IB -3: It is understood and agreed that if the project is not completed within one -hundred and eighty (180) calendar days from issuance of a Notice to Proceed, the County will apply liquidated damages of $100Jcalendar day. The damages will be deducted from monies due the Contractor, not to exceed the total contract price. 3.02 Remove the "Bid Proposal" in it's entirety, pages BP -1 through BP -7, and insert the attached revised "Bid Proposal". 3.03 Remove the "Agreement" in it's entirety, pages A-1 through A-3, and insert the attached revised "Agreement". 3.04 Remove pages 2F-2 and 2F-3 from the technical specifications and insert the attached revised pages 2F-2 and 2F-3 and new page 2F-4. ADDENDUM NO. 3 �- I I I CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RAVER COUNTY, FLORIDA ROUND ISLAND OCEANFRONT PARK IRC BID NO. 2008 COUNTY PROJECT NO. #9622 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA KENNETH R. MRCHT, CHAIRMAN FRAN B. ADAMS, VICE CHAIRMAN COMMISSIONER CAROLINE D. GINN COMMISSIONER RUTH STANBRIDGE COMMISSIONER JOHN W. TIPPIN JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY K. BARTON, COUNTY CLERK CHARLES P. VITUNAC, COUNTY ATTORNEY JAMES W. DAVIS, P.E., DIRECTOR OF PUBLIC WORKS TERRY B. THOMPSON, P.E.„ MANAGER, CAPITAL PROJECTS Brad Smith Associates 1800 W. Hibiscus Boulevard, #112 Melboume, Florida 32901 (407) 724-1036 TABLE OF CONTENTS BID PACKAGE Advertisement for Bids AB 1-2 Instructions to Bidders IB 1-7 Bid Proposal BP 1-7 Bid Bond BB 1-2 Statement on Public Entity Crimes S 1-3 Sworn Statement on Disclosure Of Relationships SS 1-2 Sworn Statement Under Florida Trench T 1-2 Safety Law Information Required of Bidders 0 1-2 CONTRACT FORM Agreement A 1-3 Performance Bond PB 1-4 Payment Bond PB 1-4 Sample Certificate of Insurance Cl 1 Final Payment FP 1 Application for Payment AP 1 Shop Drawings/Catalog Cut Submittal SD 1 GENERAL CQNDITIONS GC 1-36 SUPPLEMENTARY CONDITIONS SC 1-4 TECHNICAL SPEGIFI_CATION TS APPi=NDIX 1A 16A Geotechnical Report Permits - FDOT 9BA490-0008 IRC Land Clearing 98030040°002 IRC Tree Removal 98030041 "003 IRC Type "B" Flood Protection Stormwater Management FDEP-CCCL IR -546 FDEP-ERP 31 -136855 -001 -SI BID PACKAGE THIS PACKAGE CONTAINS: SECTION TITLE PAGE -NUMBER Advertisement for Bids AB 1-2. Instructions to Bidders IB 1-7 Bid proposal BP 1-7 Bid Bond BB 1-2 Statement of Public Entity Crimes S 1-3 Sworn Statement Under IRC Code on Disclosure of Relationships SS 1-2 Sworn Statement Under Florida Trench T 1-2 Safety Law Information Required of Bidders 0 1-2 SUBMIT THIS 9j2MPLETE PACKAGE WITH YOUR BID ITelephone; 1561) $67.8000 I I BOARD OF COUNTY COMMISSIONERS 1840 25th Street, Vero Reach, Moridea 32960 SUNCOM 224-1579 FAX 691-778-9391 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, December 1, 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 "ROUND ISLAND OCEANFRONT PARK" All bids, either mailed or walked in, will be received by the Purchasing Division, 262519th Avenue, Vera Beach, Florida, where they will be opened publicly and read aloud at 2-00 PM. All bids received after 2:010 P.M., of the day specified above, will be returned unopened. IRC BID # 2048 ROUND ISLAND OCEANFRONT PARK INDIAN RIVER COUNTY PROJECT #9622 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 Public WoEks Department, 1840 25th Street. VerQ 5pach. Flori 960 (561)567-8000, ext. 5101_or 384. Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to INDIAN RIVER COUNTY. BOARD OF QQUNTY COMMIB5jQNER5, in the amount of FORTY DOLLARS ($40.00) for each set, which represents cast of printing, handling, and mailing and which is non refundable. All bids shall be submitted in duplicaie 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 unless the Bid is below $50,000, in which case the County will waive the requirements for a separate Performance Bond and Payment Bond. If the Bidder fails to do so, he shall forfeit the said Bid Bond as liquidated damages. AMTR ISIWENT FOR 13FDS A9.1 i 0 ki N a The County reserves the right to delay awarding of the Contract for a period of sixty (60) days after the bid opening, to waive informalities in any bid, or reject any or all bids in whole or in part with or without causelor to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. A Pre -Bid Conference meeting will he held on Tuesday November 23, 1999 at 2:00 PM, in the first floor Conference Boom "B" of the Indian river County Administration Building located at 1640 25th Street, Vero Beach, Florida 32950. INDIAN RIVER COUNTY By: Fran Boynton -Powell Purchasing Manager For Publication in the Vero Beach Press Journal Date(s). Monday, November 8, 1999 November 15, 1999 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to; INDIAN DIVER COUNTY PURCHASING DIVISION 2625 19th Street Vero Beach, FL 32960 A.IM:RTISENS6hT VOR BIDS AB -2 r P INSTRUCTIONS TO BIDDERS Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 411111111111COMM-HIM MM 2.1. Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation may be obtained from Engineer (unless another issuing office is designated in the Advertisement or Invitation to Bid). 2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do ■ not confer a license or grant for any other use. 3. gUl�aJO s of Bid e 3.1 To demonstrate qualifications to perforin the Work, each Bidder must be prepared to submit within five days of Owner's written request, an audited financial statement, a list of major pieces of construction equipment owned by the Bidder and documentation demonstrating the Bidder's compliance with the qualifications listed below; a. Bidder must have at least five years' experience in the construction of ., similar projects of this size and larger. b. Bidder must have successfully constructed, as prime CONTRACTOR, at least throe projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. d, The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. e. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. I�r 3.2 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 3.3 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications. INSTRUCTIONS TO BIDDERS 113-1 MD Gam:ro -E -,* 4.1. Before submitting a Bid. each 'Bidder must (a) examine the Contract Documents thoroughly; (b) visit the site to familiarize himself with local conditions that may In any manner affect cost, progress or performance of the Work, (c)familiarize himself with federal, state and local laws. ordinances, miles and regulations that may in any manner affect cost, progress or performance of the Work-, and (d) study and carefully correlate Bidders observations with the Contract Documents, 4.2. Reference is made to the Supplementary Conditions for the identification of those reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress or performance of the Work which have been relied upon by Engineer In preparing the Drawings and Specifications. Before submitting his Bid each Bidder will, at this own expense, make such additional investigations and tests as the Bidder may deem necessary to determine this Bid for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents 4.3. On request Owner will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his Bid. 4.4. The lands upon which the Work is to be performed, rights-of-way for access thereto and other lands designated for use by Contractor In performing the Work are identified in the Supplementary Conditions, General Requirements or Drawings. 4.5. The submission of a Bid will constitute an Incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4 and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terns and conditions for performance of the Work. 5. Interpretg1jons All questions about the meaning or intent of the Contract Documents shall be submitted to Engineer in writing. Replies will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the 'Bidding Documents. Questions received less than ten days prior to the date for opening of Bids will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. u -.N5TPUC—,joti5 To BIDDERS IB•2 ka f I 6. f3id Security 6.1. Bid Security shall be made payable to Owner, in the amount specified in the Bid Form and in the form of a certified check, cashier's check, treasurers check or bank draft of any national or state bank or a Bid Bond(on the farm attached) issued by a Surety meeting the requirements of paragraph 5.1 of the General Conditions. 6.2. The Bid Security of the Successful Bidder will be retained until such Bidder l has executed the Agreement and furnished the required Contract Security, whereupon it will be returned; if the successful Bidder fails to execute and deliver the Agreement and furnish the required Contract Security within 15 days of the Notice of Award, Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited, The Bid Security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of the seventh day after the "effective date of the Agreement" (which term is defined in the General Conditions) and the required Contract Security is furnished or the sixty-first day after the Bid opening. Bid Security of other Bidders will be returned within sixty days of the Bid opening.. The number of days within which, or the date by which, the Worts is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the r Agreement.. 8. ILgI dl ated. Damages It is understood and agreed that if the project is not completed within ninety (90) calendar days from issuance of a Notice to Proceed, the County will apply liquidated damages of $100/calendar day. The damages will be deducted from monies due the Contractor, not to exceed the total contract price_ 9. i stitute Material and Equipment The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equai" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will riot be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal of any such application by Contractor and consideration by Engineer is set forth in Paragraph 6.1 of the General Conditions. 117. 5ubcontracrs, eta. k k INSTnUCTIONS TO BIDDERS IB -3 i i 10.1- The General Conditions require the identity of certain Subcontractors and other persons and organizations to be submitted to Owner in advance of the Notice of Award. The apparent Successful Bidder, and any other Bidder so requested, will within seven days after the day of the Bid opening submit to Owner a list of all Subcontractors and other persons and organizations (including those who are to furnish the principal items of material and equipment) proposed for those portions of the Work as to which such identification is so required. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by Owner, if Owner or (engineer after due investigation has reasonable objection to any proposed Subcontractor, other person or organization, either may before giving the Notice of Award request the apparent Successful Bidder to submit an acceptable substitute without an increase in Bid price. if the apparent Successful Bidder declines to make any such substitution, the contract shall not be awarded to such Bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security, Any Subcontractor, other person or organization so fisted and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer. 102 In contracts where the Contract Price is on the basis of Cost -of -the -Mork plus a fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing, to Owner those portions of the Werk that such Bidder proposes to subcontract and after the notice of Award may only subcontract other portions of the Work with Owner's written consent, 101.3. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. 11.ffid Form 11.1. The Bid Form is attached hereto; additional copies may be obtained from Engineer. 11.2. Bid Forms must be completed in ink or by typewriter. The total bid price must be stated legibly in words and numerals. 11.3. Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. INSTRUCTIONS TO BIDDERS IS -4 C> 1 11,4. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 1 11.5. All names must be typed or printed below the signature. 11.6, The Bid shall contain an acknowledgment of receipt of all Addenda. (the numbers of which shall be filled in on the Bid f=orm). 11.7. The address to which COMMunications regarding the Bid are to be directed must be shown. 11.$. All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 12. 12.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by a completed Sworn Statement under the Florida Trench Safety Act, Statement on Public 'Entity Crimes, the Bid Security and other required documents �. which are included in the Contract Document. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "Bid Enclosed" on the face thereof. 12.2. The successful Bidder will be responsible for compliance with all applicable safety-related Federal and State statutes and regulations, including, but not limited to, the ©SHA excavation safety standards,. 20 C.F.R., Part 1026, Subpart P -Excavations, Trenching and Shoring, which are adopted by reference of the newly -enacted Florida "Trench Safety Act", Section 553.60 et. Seq.,Io i tu, tes, The Bidder who will perform trench excavation work on a construction project with trench excavation(s) over 5 feet in depth must allocate and include in its .bid the cost of compliance with trench safety standards and any special shoring requirement. The Bidder Must indicate in the sworn statement the method(s) he intends to use to achieve compliance with each item (i.e., trench box, sheet piling, cribbing, wood shoring, or other method selected by Bidder). 13. Modification and Withdrawal Qf Bids 13.1. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. I I INSTRUCTIONS TO BIDDERS 18.5 40 13.2. If, within twenty-four hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw his Bid and the Bid Security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work. 14. _0-C_eniW_r Q1dd Bids will be opened publicly. When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the base Bids and major alternates (if any) will be made available after the opening of Bids. All Bids shall remain open for sixty days after the day of the Bid opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 16. Award of Gontragt 16.1. Owner reserves the right to reject any and ail Bids, to waive any and all informalities and to negotiate contract terms with the Successful Bidder, and the right to disregard all nonconforming, non-responsive or conditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between the indicated extension of unit prices and the correct extension thereof will be resolved in favor of the correct extension.. 161.2. In evaluating Bids, Owner shalt consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. It is Owner's intent to accept alternates (if any are accepted) in the order in which they are listed in the Bid form, but Owner may accept them in any order or combination. 16.3. Owner may consider the qualifications and experience of Subcontractors and other persons and organizations(including those who are to furnish the principal items of material or equipment) proposed for those portions of the Work as to which the identity of Subcontractors and under the signature and the official address of the partnership must be shown below the signature. 16.4. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and rather persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. INSTRUCTIONS TO BIDDERS M-6 • 0 16.5. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. 16.6. If the contract is to be awarded, it will be awarded to the lowest responsive, �A responsible Bidder on the basis of the Total Base Bid. 16.7. If the contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after the day of the Bid opening. 17. Performance anc OtLerDQnds Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to performance and payment Bonds. When the esuccessful Bidder delivers the executed Agreement to Owner it shall be accompanied by the required Contract Security, unless the Bonds have been waived due to the total contract being less than $50,000. 18. Interpretation of the Approximate Quantities The Bidders 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. 19. Execution -of Contract I The Bidder to whom the Contract is awarded shall, within ten (10) days of the Notice of Award, execute and deliver five (5) copies of the following to the Engineer: { a. Agreement b. Performance Bond(If required) c. Payment Bond(If required) d. Certificate of Insurance 20. FAILURE TO EXEQ,UIELCONTRACT Should bidder to whore the contract has been awarded refusa or fail to complete the requirements of Article 19 above within ten (10) days after Notice of Award, the additional time in calendar days required to correctly complete the documents will be deducted, in equal amount, from the Contract time, or the County may elect to revoke 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. rINSTRUCTIONS TO BIDDERS IB -7 • 11 Sort By: IAC community Day 7ep7; 561 478 1608, Nov-cJ•J'b 15:321IM; w'sye S+la r BID PROPOSAL INDIAN RIVER COUNTY ROUND ISLAND OCEANFRONT PARK IRC BID ## 2008 COUNTY PROJECT #9622 Proposal—SS-1 °r (Bidder's Marne) (Bidder's Address) to furnish and deliver all mate dais and to do and per farm all work in accordance with the Contract Do-cuments M Purchasing Department Indian River County 2625 19th Avenue Vera 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 required. 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 performances established by the County, for the unit prices stated in the spaces herein provided, for each of the items or combinallon of items stipulated. It is understood that certain quantities shlown in the schedule are approximate only, subject to increase or decrease and for the purpose of bid comparisons for determination of low Bidder. It is further understood that payment will be In accorAance with quantities placed sn the construction as more specifically provided in ` the Instruction to Bidders and Technical Sperifications included as part of the Contract Documents. To do any extra work, not covered by the Itemized Bid Schedule of prices, which may be ordered by the Engineer upon authorization by the County Commission, and to accept as full compensation therefore such prices as may be agreed upon In writing by the. Engineer and the Contractor in accordance with General Conditions_ 2. Within ten (10) days from the date of acceptance of this proposal, to -a ce uta the aquat to f2 °L, of this conga p y gilt Bflnd in an amount it',ct" e..Contract_price—The Contractor shall provide two (2) separate bonds, a combined Payment end Performance Bond for 125% of the contract price is not an acceptable substitute, Bonds may be waived by the Colmty, if the total contract price is below $50,000. AdDENDOM M 3 taw PROKr SA I. tar • 1 40 L] Sett eye OC Community t)ev rept; 561 578 TOR; NOV 3 Ta begin work within twenty (20) calendar days after the date of receipt by him of Notice -lo -Proceed, and to cornplota the Protect within one hundred and eighty (1 a0) calendar days as specified in the Agreement between the owner and the Contractor. Work on SR AIA shall not commence until April 24, 2000. d. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of full completion and the actual elate of such full completion of tho contract work, the amount of one hundred dollars 13100.00) per calendar day, not to exceed the total amount of the contract. The undersigned as bidder, deciaies that the only persons or parties interested in [tris proposal as principals are those narnod herein; the l this proposal is mads without collusion with any person, firm, or corporation; and he proposes and agrees, if the ,proposal is accepted, that he will execute a contract with the OWNER in the forms set forth in the contract documents and that he wail accept in full payment thereof the following prices, to wit: It is understood that the foregoing quantities are approximate only and are solely for the purpose of facilitating the comparison upon the basis of the; actual quantities in III(- completed hecompleted worn, whether they be more or less than those shown. ADDENDUM NO. 3 ntra PROPOSAL UP - z 40 Berl BY: TRC COR.MOnity CTv ncpt; 581 979 1805; NOV-29 99 5:33F'M; Faye 5115 ROUND ISLAND OCEANFRONT PARK PROJECT NO. 9622 ITEMIZED BID SCHEDULE (EXHIBIT "A" TO AGREEMENT) (Revised 11!23189 for Addendum 3) IDescription Quantity Unit Unit Cost Extension k from in Ar? A1A Imnrnwamwnra Maintenance of Traffic 1 lump sum 3054 4,Ll 3Qi594,z Clearing and Grubbing 1 lump *urn e0,95 -3.w ("CIS -6-00 Excavation 127 cu. yd. -1, 4q 9 51 -73 Embankment 4,945 cu. yd. (ry, 4 7- 11,-) A 4 AD 0-3" Type 8.3 Asphalt - Leveling Course 2,277 sq.yd. (P .9 to iS b 47.47. 1"Ty3ae"S'Asphalt 1,776 sq,yd. 3, 47- (rrsl3.9 3" Type "S-1" Asptlak 2.134 sq yd 9,3( 19 ,0'7.'4 1" Type 'FC -3r Asphalt 10,907 sq. yd. -3-41- 3i361.`1 7.5' Coquina Base (or Optional f3ase Group 6) 4,110 sq. yd. (v .31 Z5 `-734 , I 1` Milling of Existing Asphaif 4.721 sq. yd. Z, 44 13 t-ict "1 12" Stabilized Subgrade 4.311 sq. yd. Z .94 1i 614 ,3 6" While Thermo tribe Striping 5,447 l f. 0, 59 3, Z1 3.7 � B" Drwble Yellow Thermoplastic Striping 2,40* I.1. I • 1% 3,079-A 18" Yellow T h e rma pi aslic Striping 126 11 Z, 2 5 'Z IES 3-50 6" While Thermoplastic 6-19 Skip Sln in 998 Lf 0159 5$6 ,O Z 12" Crass Walk Thwmuplaatic Striping - Special Emphasis 220 11 1.4 3 f (.A a 6' White Ed2e Thermoplastic Stfi p Ing 162 1.1. 0 ,__a 4.111 0 Thermoplastic Tum Arrows 16 each S 3. 50 B 54v•� W1 IA -2 "Crass -Walk" Signs 4 each I coo.5U G42 -0r' Relocate Existing Signage - Regulatory 1 lump sum g S(o�do &5G -a Signage - R-1 Stop Sign 1 lump *um l G a. 56 1 fn0- 5 a Sod (Common Bermuda) 6,052 sq. yd. f , 2 4(- 5 `t -,14(- Concrete Sidewalk Concrete 853 sq yd 7c3, LILbo 1,11 Remove Existing Conerete 825 sit. yd. 5, 3 4 4 t 3 1 Remove E)dstinq Guardrail 490 I.f, it 3 4 y"1 Guardrail 354 t f. t 4 .4 2. 59-% Guardrail End Anchorage Assembly Type SRT -350 2 each JZ, 22:S,b 4 d 5 I.2 Guardrail End Anchorage Assembly Type B.E.S.T. 2 each 3, iZ4,4 G 7-46.8 Turnout Construatron - Asphalt - 135 sq. yd _ fc`),7p 1, 4 d g .5D Subtotal k1: xr.3,94a.�1 810 PROPOSAt ADDENDUM 710. 3 OP -3 dip L k sent 6y: [nc C04"(11ty flev UePt; Item 02 Site Work 5136 970 1006; Nov -29 99 5331'; Page 6115 Mobllisation0emobilizaWn 1 lump sum G. 590-o ia, 5014.0p Clearing and Gabbing 1 lump sum (Z'Cloo-CIJ r Erasion Control 1 lura sum '3,4'x_4 3,414.0 Construction Staking 1 lump sum 4,(•55-09 4, tp5S Grading 1 lump sum 13: Sap• (I's 30' Selective Clearing of Buffer 18004 s.f. CJ, 32 S -?rOo.Op 8" staUltzecl subgrede 5,306 sq. yd. Z, tab 14 Z20.a £' Coquina Base 5.125 sq. . q,GS Z3 a3f,ZS 1.5' type "FC -r Asphart 4,971 sq. yd. (P,cap 'L9 ` Z"CO Pavement Markings 1 lump sum 3, Zz-). 3 L2--? .b Signage 4 Handicap Parking 6 each 13 A -00 04-00 Vertical Curb 805 I.F. 17-64 1 -I f::"a 3. D Concrete Sidewalk 81 sq yd. 20.90 1, 6q 2.$47 Concrete Pavers 4708 sq. ft. s, Z f 15-,l l Z. Concrete Wheel Stop 75 each Z 0.3'5 15z4. -IS Type "t3Y' Curb - Vertical Curb 660 If -7 , 5J 500–ao Shell/Mad pathway 1.249 I.I. 5,35 (0,34C-4 8" Drainage Pipe 160 V. t 10.1-7 i1.2.7, L 12" Polyethylene Pipe 208 Lf l 4.`3 b 3 I C S `6q 15" ROP 204 I f 2-7.9 0 5 560•o 18" RCP 04 I.f. ya4] -00 1 ,Ct z.e.O:� Type `C" Inlet 2 each 4, -Z,�O,60 2,4cR7•of] Mitered End Section (15") 2 each (.26." 1,740. Milerod End Section (18") 2 each G 5o.op t 360 a Site, lighting, electrical work 1 lump sum -1-1oo.m� 't 7C*• 2" water Line 270 I.f. 71-41- 913,40 1 114" Water Lina 380 I.f. 3 , 7 i Z 19. 50 314" Water Line 148 If. 2" Reduced Pressure Zone Backflow Preventer 1 each (-SOoxo t, 30x.60 904 Gallon Septic Tank 1 each 0. 970-00 1,504 Gallon Septic rank 1 each 11%W.60 t' -O -Z0.00 6" PVC Sewer Pipe 54 Lf 10 .�_4 515, 0 Absorption Trench Concrete Encasement (2" Wator Main) 312 Zo If I.f. "I , 9 1, SQ z 4 44.8 fA 30.00 ADDENDUM NO. 3 Subtotal 92:It4o,SSI - sc� BID PROPOSAL OPA sort 3y: IRC COMMM-11ty dev Dept; irwm:IR 1 and-wana Imnmvnmenta 501 g:a 180b; t4ov W13 yg lj:�JVIAi Pace ;fib Remove and Relocate Existing Palm Trees 126 ea. E3 5 x,J 4 a,-1 to -ori Seagrape 22 ea. 4 3.Ot) If 4 6.00 Upright Ya upon Holly 7 On. yB e,.Cozj 1 31 (P -00 Cabbage Palms (including relocations) 30 ea. I ! 4-0o 02.0.0 Silver Saw Palmetto 89 ea. I `t . �,p 1, 11-1.7 MuhlyGrass 768 ea 3 , 7 Z 4 611 Sea Oals 514 ea. , Z Q R 4 44.6 Mulch 44 c.y ,g,. 1,Gq?,.4 Sod - Floratsm 122.977 sq. ft. 0. Z 1 2 ®z5. tZ Red ba (for busier planting) 16 ea. -Z -3 7, e)od.a 8 ea grape/M yrsine (for buffer planting) 7 CO. 4-3, 0 ej 30f .00 Silver Saw Palmetto ((or buffer p1anUng) 63 sa. 1 .2.G 12.13.3 2" Shallow 1Mel1 2 ea. $ 0 3 ,vo 1 l.[34o-0 irrigation System i I.S. 401140o-4 2 400 Item #i Recreational Amenitles Subtota #�.o.S Jolly Rodger Pla mwciure 1 each 1 -2 -,,zoo -a-4 Z Zoo -Ci Backhoe Digger 1 each -70- 4,10.0 Handicapped Accessible Backhoe dkiger 1 each 4CJ3, 00 49 3.40 Sand 47 cubic feet 4.90 1 1 . 5 Cr Jumbo Flyer 2 each S(a•a R -112-00 Resilient surfacing (Playground) Fibar System 4,250 sp ft I .q7 _ _e 37 2. Wood RalI Fencing @ A-1 -A 424 I.f. 7G . 19 5rec7.5 Historical Di spi ay Gard an Fenclrq � 8" o/c 192 l.f 5,7 5 460.0 � Dune Crossover Area Fencing @ 12' ofc 72 1•f• 32 ,0tj a `� •° Entrance Gates 2 each l Z400 -00 7, e)od.a Park 1.D. & 0Irectional Signage 1 lump $urn Z, I 40,k, Park 1.D. Signage @ Entrance 1 lump sum -1 aao.op (Nrectional Signs In Part Interior 1 lump sum t.E>QHosebibs 14o 6 each 2 1 4.00 Drinking fountains 2 ea Z;rata"ap Bar-13•Que Grill (with shelf) 5 ea. . L 13,043 I 1 rr Z5.Od Removable bollards - Wooden a ea. 4 L 6, oo 1. 4 24.00 Rope between removable boIla r& 76 l t. 416-00 ADDENDUM N0. 3 BID PROPOSAL t4P-5 4D • Sent By: IRC cormUn±ty Dev Dept; 561 P78 I®08; rttry 29 99 5: r 0115 Park Benches 14 ea. 31 5, �,, So.a Trash Receptacles 7 ea. 5 Si', 1&,q 9 �-" Showeriower 2 ea 1.1(00-0 -1,1 tc>. Precast Bollards . Concrete a ea. 5 (,z,os, 4 A [o.o Concrete Picnic Tables ld ea. -I 1.0 '-? 50c). 0t) Bike Rack t ea. 31 5.vU 3"1 S.o Catamarsln Launch Renovation 578 sq. ft, t3—o"., 2d 8 .00 Ju04otaI R4.'t t �� lYC Picnic shelters 5 each 1-5,46on4 �� c74d0 Restroom Facility t each -15,6-01- -1 S,000.01t Lifeguard Tower 9 each ?q,4 a.a ?-30000-W) Histodcal Exhibit S ria e 1 lump sum I, 300.ov 1,3oc�k -round Object"' placement 15 each 1 oa,.o 1, SOO.00 au kWi tel ra. l i .. a� ••,,....� Payment and Performance Bonds�Zdl TOTAL BID AMOUNT: (price ircfudes all work as indicated on drawings and as specked) Additive Atternato ill: Net Cost increase Additive Alternate 91: ADDENDUM NO. 3 BID PROPOSAL BP•6 11111111110 id sent ay: C Corrrsunity Iry [3ep;l s6i 918 180th Nov -29 3S y:34P1s; Page . ra ACCOMPANYING THIS PROPOSAL Is (Irtsgrt the word(s) "cask,", 'bidders bond', or 'cedllied cheW', as (tie case may t*, payable to INDIAN RIVER COUNTY.) i. The undersigned deposits the above-named security as a proposal guarantee and agrees that it shall be forfeited to the OWNER as liquidated damages in case this proposal is accepted by the OWNER and the undersigned fails to execute a contract with the OWNER as specified In the contract documents accompanied by the required labor and material and faithful performance bonds wllh sureties satisfactory to the OWNER, and accompanied by the required certificates of Insurance coverage. Should the OWNER be required to engage the services of an attorney in connection with the enforcement of this bid, bidder promises to pay OWNER'S reasonable attorneys' fees incurred with or without suit. The names of all persons interested in the foregoing proposais as principals are as follows: (NOTICE - IF bidder or other Interested person is u corporation, state legal name of corporation, also names or tte procidont, secretary, treasurer, and manager themol; If a co-paMHrstiip, state true name of Flim, also names of all ir#vldual 00-padnere composing him; It Wdder or thelr iruerested person is on indmdual, state rust uxl last names In Wt t t t m - P� 'tom, ms t �Q int Bidder hereby Certifies that it has all license's and permits required by Federal, State and local statutes, regulations and ordinances. Contractor's License No: C Is. _5 Bidder hereby acknowledges receipt of the following addenda: No. 1date , 8/15199 No. date _ No. — 2 date 8}2{1199 No. date _ No. __ date l l 29 No. �._ date No. - date No.. date _ NOTE: It bidder is a corporation, the legal name of the corporation shall be set forth below, ' together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation and corporate seal; It bidder is a co -partnership, the true name of the firm shall be set forth below, together with the signature of the partner or partners authorized to sign contracts in behalf of the co -partnership; and if the bidder Is an individual, his signature shall be placed below; if a special partnershlp, the names of the general partners and special partners. r Signature of 01dder:._bexb..+i C_n�.S� [ u h _-�►.n�-r��;t,,-y�r,.k St -C I k n!u PKCIPOSAL ADDENDUM fiU _ 3 r THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE P'RE5ENTS, that we SLi rmit Constrtt:Lion Managerrerit, Inc. YHnT 'Awn full e+me +Ad address nr legat isle or [anuTrmey 1910 - 58th Avenue, Suite C, Vero Beach, FL 32966 - as Principal, hereinafter called the Principal, and 0ld Republic Surety Company IHrrr -,i full name and addrrn or legal Yin. at ssnrtyl P.O. Box 4668, Winter Park, FL 32793 a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto We le ,n YHA lull n+me and Add. ell w regat Tula .1 0- ell Indian River County Board of County Commissioners as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid ., Dollars ($ 5% of Bid ), For the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for nrrr �srn Yu11 name. address and dexnpYwn of pretrrYY ROUND ISLAND OCEANFRONT PARK TRC BID # 2008 COUNTY PROJECT # 9622 NOW, THEREFORE, it the Obligee shall accept the bid of she Principal and the Principal shall enter into a Contract fy with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be rpeofled in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the peomcutton thereof, or in the event of the failure of the Ptrncipal to enter such Contract and give such bond or bands, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 01 day of December T9 99 c. y rl, (Principal (Seat) ('Witness) (Title) �ae Old Republic Surety Company (Surety) (Seal) essl arza 6! .T s E. Dickmeyer (rirte) Atto -In-Fact AIA. 00CUASRNT A710 • B!D BONA •AIA ti • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1715 M.Y. AVE„ N.w., WASHINGTON, D. C. 20006 I do QLo REF%BLIC Surety Company ,y POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY. a Wisconsin stock insurance corporallun, does make, constitute and appoint; mots I-.. XrTcii:mL'y£'.1:,. r1F t,Tt f +1 ' r I I. iIs true and lawful Atfotney(s)•urFacl, wilh full power and authority for and on beholl at the company as surely. to vxeCul atahna lean Gail G ellvN and all'A the soal Or Int depository company thereto (if a seal is required), bonds, undaftakings, recogrttzances of other wntlen Obligations in the nalure thereat y bands, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and nate guaranly bonds, sell •insurance workers compensation bonds guaranteeing payment of benefits. asbestos abatemsnl contract bonds, waste management bonds, hazardous waste rernedialion bonds or black lung bondsl as follows: F'+1-.1. If '7:l'f'I-N IN"=:IRIJMl:tl1ri TP: Ftli A11001.11 1,101 it.t l .I:r..f.II At ii:,i,I;I.fnlfl_ (ai' ON[- fl hTLL.7 t7(V t n li. I,.AW s 'l:1 > [)hi' ?) r f°i:'� ! ter,. "'1') 1 ".1 Ot 11,,Cfa(+t'lt7f!. IIF tt,t1 1.r1_f.f;� OF T-11" Hlfkll'tl=' fW INS1lrtJfdf ftf'. (' .f If r. lL1I; llIL 1ttI li;ri'Ifir: and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts o1 said Alto rnpys-on- Fact. pursuant to these presents. are ratified and confirmed: This document is not valid unless pnnled on colored background and is mulu-coiored. This appointment is made under and by aultionty or the board of directors at a special meeting held on February TB. 1982. This Power of Attorney is signed and sealep by facsimile under and by the atAhority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 118, 1992. RESOLVED that the president, any vice pres+dent, or assistant vice president in conjunction with the secretary or any assistant secretary. may appoint attorneys-to-facl or agents with authority as defined or limited in the instrument evidencing hie appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings recogn2ances, and suretyship oblgallons of all kinds;. and said offir,,ers may remove any such allomey-in-lace or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FUPTRER that any bond, underiatung, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice presiders, and attested and sealed Ill a seal be required) by any secretary or assistan+ i seeretary; ar (ii) when signed by the president, any Vice president Or assistant vice president, secretary or assrsta*rt secieiery, and counters+goad and sealed (d a sea be required) by a duly authorized attorney -in -last or agenC or (iii) when duly executed and sealed (if a seal be required) by one or more atlotneys-in-tact of agents pursuant to and within the linitis of the author t} evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER Brat Ute signature of any authorized O"Icer and the seal of the company may be alhxed by facsimile to an) Power al Allorney o cedd+cation thereof authorizing the execulion and delivery of any bond, undertaking recognizance .3r other suretyship obtigat+nns of the company; and suck signature and seal when 60 used shalt have the same tone and effect as though manually affixed IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to Lie signed by tis proper officer, and ns 4 corporate seal to be affixed lhls �l f ] I'! r day of �1 ,�' - QLD REPUBLIC SURETY COMPANY 101 u~- ARSr543n1 .i®CfCI - A�'- � / {'Vf•SIH[•111 STATE OF W15C{]NSIN, COUIAY OF WAUKESHA -- S5 On this �. �r)' �i1---. day of Ay �:',+:porsartally came before me, JAMES E LEE _ and DAVID G, MENZEL to ms known to be the individuals and officers of the QLD REPUBLIC SURETY COMPANY who executed the above ir"tstrument, and they each acknowledged the execution of the same, and being by me duly swam. did severally dispose and say: Ilial they are lila said officers of the corporation aforesaid, and Thal the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and theft signatures as such officers were duly affixed and subscribed In the said instrument by the authority of the hoard o1 directors of risld corporation., t''•a, ;G°`,f My commission expires- CERTIFICATE f, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board al dircctnrs set forth In the Power of Attorney, are now in force. 19'99 Yy } •-^ 6.`a � F Signed and sealed at the City ®rookhold, WI lhis 01 _ day of Decemk7 1C, r �a EAL _.0 o � A551SI,lnt Cr4lilry ,,,r 9 ,,a ,ien, 1 C-1 STATEMENT OF F'l1gL.IC ENTITY CRIMES This form is a swom statement under Section 287.133(3)(x), Florida 51atUQs, on public entity crimes and must be signed in the presence of a notary public or ather offic-er auttlorized to administer oaths. 1. This sworn statement is submitted with Bid No. Z[ -D for Bound Island Oce. nfln3 Par 2. This sworn statement is submitted by <,u ;tvxne o1 errtily st6mXtkv swan alerwA) whose business address is l 4 h F3k� A%1 32--I kq and applicable) its Federal Employer Identification Number (FEIN) is —02901-141 . (If the entity has no FEIN, include the Social Security Number of the individual signing this swam statement. ) 2. My name is (piceae ptita Mama of ind VkSUW svft) and my relationship to the entity named above is Pre *— 4. 1 understand that a "Public Entity Crime" as defined in Paragraph 287.133(l)(g), Floridaa talutes, 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 any agency or political subdivision of any other State or with the United States, including, but not limited to, any bid 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, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or"conviction" as defined in Paragraph 286.133(1 )(b), 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 cotirt 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 nota contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(`6)(a),FJ.B Statu , means: a. A predecessor or successor of a person convicted of a public entity crime; or, b. An entity under the control of a natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in STATaffi—M ' aT PUBLIC ITrrrr Y CRAIES S-9 40 i the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of g equipment or income among persons wl)on not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a (oink venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty- six (38) months shall be considered an affiliate. [ 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e),Flofida ., means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to laid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, execu ives, partners, shareholders, employees, members, or agent who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989, (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor fist. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. "There has been a j subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted 4 vendor list. (Please attach a copy of the final order.) 6 There person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) STNTFNiF:Frr OF PUBLIC OCTrY CRIMES S_2 C1 11 I 1. (signature) }} G . k l a� STATE OF I D ( IC+i- (date) COUNTY OF Ci PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being (name of individual signing)swom by me, affixed hislher signature in the space provided above on this fh day of _AjL\L(n �_.f ,1999. NOTARY PUBLIC ./ -d-- My commission expires: AMES A- NELHOSI(1 ow "5a W?:s3llaxa ' ? y !Ar co�4N�Iss1D41 cc85915G 951fiS8 J i iI�ESSISVWD� Aw a ExPIREs: 1uy29, 2003 f71SCIH 13H V 53FRDY STATBNENT OF PUBLIC ENTITY CRIMES 6.3 i c� sra f �5tdocharedoae.docywt fiSWORN STATEMENT UDDER ,SECTIOiV INDIAN MER COUNTY CQDE l QLQ.5URE OF RELATIONSHIPS THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS, 1. This sworn statement is submitted with Bid No. OU 7_. This swem statement is submitted by:_Ju,,• , Ac \_C, C__ �- r- _whose business address is. 1940 _ku %j to�>_L\z4# (if applicable)its Federal Employer Identification Number (FEIN) is . M- LL 't `�91 . 4if il�e entity has no FEIN, include the Social Security number of the individual signing this sworn statement ) 3. My name is W + a 1�k, 5 S,)l- �- - -= and my relationship to the entity named above is -%� 4- S'%. 5� i r- 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Corte, means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, membors, and agents who are active in the management of the entity - 5. 1 understand that the relationship with a County Commissioner or County employee that must be disclosed is as follows: Father, mother, am, daughter, brothor, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother -In -lave, daughter-in-law, son-in-law, brother-in-law, sistor-inflaw, stepfather. stepmther, stepson, stepdaughter. stepbrother', stepsister, half brother, hall sister, grandparent or grandchild. 5. Based on information and belief, the statement which I have marked bellow is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any relationships as defined in Section 105.08, Indian River County Cotte, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity have the following relationships with a County Commissioner or County employaw STATEMENT ON DLSCLQSURF ss -a IVa rse of c ��tty Commissioner Rawiultda (signature) tJ4y c ( 4 (date) 1 STATE OF -n 4 c� r� COUNTY OF�J I)— cr n l SfLS' - The foregoing instrument was acknowledged before me this i fh day ofI�jpyt.," .1999, by LO; i Ii 0 ?2 J who is personall known to me or who has produced as identification. P NOTARY PUBLIC P sign',ems- �( print: tate of Florida at Large My Commissioner Expires: (Seal) ACHES k N ELHOSM MY COMMISSION 0 CC 859156 ;. EXPIRES dut{29.2000 STATEMENT ON DISCLOSURE ss -x SWORN 'STATEMENT UNDER THE FLORIDA �n TRENCH 'SAFETY ACT 1 THIS FORM MUST BE SIGNER BY THE BIDDER WHO WILL. BE RESPONSIBLE FOR THE ExcAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF s0. NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Swom Statement is submitted with the [did No. for Round Island Oceanfro orfs C (Flerne of Project. end CoWW Pio. or Dstlwmbon, etc.) i- 2, This Sworn Statement is submitted b c��o- {legal name of entO $WNWM ewrxn sa1enwM) hereinafter "BIDDE R",business address is 9 _ LL, -s) BIDDER'S Federal Employer Identification Number (FEIN) is Lff] �)Qk - I 3. My name is TC. and my relationship L (PM nauna or It1rri fldual elgning) to the BIDDER is of/for the BIDDER i (Poaition or tela) I certify, through my signature at the end of this Swom Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety :standards that will be in effect during the construction of this Project are contained within (refer to the applicable Florida Statute(s) and/or OSHA Regulation(s) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and/or OSHA Regulation(s) is the complate and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and ENGINEER shall have no responsibility tQ review or check the BIDDER'S compliance with the trench safety standards.. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards and agrees to indemnify, defend and hold harmless the OWNER and ENGINEER, and any of their agents or employees, from any claims arising from the failure of the BIDDER to identify applicable standards or to comply with said standards. As specific consideration for the indemnification above, the OWNER agrees to give the BIDDER twenty-five dollars ($25.00), which the OWNER agrees is paid can behalf of all parties indemnified herein above. f. The BIDDER has allocated and included in its bid the total amount of $ 360 •0U. based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards and intends to comply with said standards by instructing the following specific method(s) of compliance on this Project; i 1R04CII STATE ME Kr I T-1 • The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other propose. The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER'S compliance with the Trench (. Safety Standards. I T. The BIDDER has allocated and included in its bid the total amount of based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the Excavation Contractor. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and l ENGINEER shall have not responsibility to review or check the BIDDER'S compliance with the Trench Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical infomnation, has utilized said geotechnical information and that, based on such information and the BIDDER'S own information, the BIDDER has sufficient knowledge of the Projects surface and subsurface site conditions and characteristics to assure BIDDER'S compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. BIDDER By U� (Pond m of roe) (Dates] ' lk SWORN TO AND SUBSCRISED before me thisl„( day of �o' L; 999. [ Commission Expires; "'•SANELrfOSlCi ]WY COMMIS t GC 859tS6 C �+' EXP�I�ES:JWy2B,2a{13 Nfl sy Public wrrwrunda�m.n TRENC71 STATEMENT T-2 40 I GENERAL... INFORMATION REQUIRED OF BIDDERS THE UNDERSIGNED BIDDER GUARANTEES THE TRUTH AND ACCURACY OF ALL. STATEMENTS AND ANSWERS HEREIN CONTAINED. FAILURE TO COMPLY WITH THIS REQUIREMENT MAY BE CONSIDERED SUFFICIENT JUSTIFICATION TO DISQUALIFY A BIDDER, ADDITIONAL SHEETS SHALL. BE ATTACHED AS REQUIRED. Submitted with the Bid No. Z00�b fore 1. Contractor's Name/Address u ,�.-—s t•��'�,�- �� •n �g� ^c Z Contractor's Telephone & FAX Numbars: S 6 L 2 �) 9 3. Contractor's License. C. C� _ b?S 4. Number of years as a Contractor in construction work of the type involved in this contract: 5. What is the last project of this nature that you have completed? 6. Have you ever failed to complete work awarded to you; if so, where and why? '1`L L_ _ 7, List the names and titles of X11 officers of Contractor's firm: S. Name of parson who inspected site or proposed work for your firm: Name:, wit k=n--. i� Sr ¢u. Date of Inspection:_.r i a� • q NOTE: if req uasted by the County, the Bidder shall furnish a notarized financial statement, references and other inforrnation, sufficiently comprehensive to permit an appraisal of his current financial condition. Byi�, 4 L:_� i3- ass S ) r•�c, 1 k& -t a 4 (Dato) QU .STzaN rtvnne>; ffm LIST OF SU&CONTRACTORS The Bidder WILL list below the name and address of each Sub -Contractor who will perform work under this Contract in excess of one-half percent of the total bid price, and WILL. also list the portion of the work which will be done by such Sub -Contractor. After the opening of Proposals, changes or substitutions will be allowed with written approval of Indian River County. Sub - Contractors must be properly licensed and hold a valid Certificate of Competency. 6 1. I A' .- V- A-+/ ni C, +S I +i1r•n.M ►-u-1,XPITT M7yj r'= 2 c 3 ICx y 'z ` _N,/q Au 06LTAW X C l (BIDDER) By {sgnahre) (Poadbn or Tide) NCS. 1 (D. 4QQ� (Date) QUESTIONNAlltE 0.2 I.Q-.{cd 9,L) 4. P t 5. to s, -cmc OL - Ourrn!G �- c(do- +S I +i1r•n.M ►-u-1,XPITT M7yj r'= 2 c 3 ICx y 'z ` _N,/q Au 06LTAW X C l (BIDDER) By {sgnahre) (Poadbn or Tide) NCS. 1 (D. 4QQ� (Date) QUESTIONNAlltE 0.2 s it I CO NTRAG F 4 T PAG NUMB Agreement A 1-3 Performance Bond PB 14 Payment Band P8 1-4 Sample Certificate of Insurance CI 1 Final Payment FP 1 Application for Payment AP 1 Shop DraMngfCatalog Cut Submittal SD 1 i 771 AGREEMENT �r INDIAN RIVER COUNTY, FLORIDA ROUND ISLAND OCEANFRONT PARI{ COUNTY PROJECT NO. 9622 THIS AGREEMENT made and entered into on the 21 day of Rus ber ,1999, by and between Summit CQastructian Manag m n , Inc_ j ("arm) 1940 58" Avenue— uite C_ Vero Beach. Florida 32 0 (Address) �I herein after called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, hereinafter called the County. WITNESSED: That the Contractor and the County, for the consideration hereinafter named, agree as follows: Article 1. SCOPE OF WORK:. The Contractor shall furnish all of the materials and perform all the work shown on the Drawings and described in the Specifications entitled: ROUND ISLAND OCEANFRONT PARK i COUNTY PROJECT NO. 9622 for Indian River County, Florida and shall do everything required by this Agreement and Contract Documents. Payment shall be made in accordance with the Itemized Bid Schedule attached as Exhibit "A" and made a part of this agreement. Article 2. COMMENCEMENT AND COMPLETION & DAMAGES: As time is of the essence, 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 one hundred and eighty (1 tiff) calendar days. The time stated for completion shall include final clean-up of the premises. The Contractor agrees to reimburse Indian River County, Florida liquidated damages for each calendar day elapsing between the date herein specified as the day of full completion and the actual day of such completion of the Contract work the amount of one hundred dollars ($100) per calendar day. Not to exceed the total amount of the contract. Work on SR AIA shall not commence until April 24, 2000. Article 3. THE 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 .$83.1 .084-41 Written AmountEight.Hundred.Thirty-0-ne Thvusand_Eighty-Es_uLD_otkammi Ferty-- Cents I I AGREEMENT A - 7 Ll 4P • 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 monthly intervals. The request must be made through the Engineer `` on an approved estimate showing the component breakdown of the work totaling 4. the awarded Contract price and the amount of work for each item completed at the time of the request. Ten percent (10%) of all amounts earned will be retained by the County until final completion and acceptance of the Contract.. Contractor shall allow adequate processing time for County Commission final acceptance and approval for final payment. Article 5. ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the worts is ready for final inspection and acceptance, the County Public Works Director will promptly make such inspection~ and when he finds the work acceptable under the terms of the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work provided for in this . Contract has been completed, and acceptance by him under the terms and the conditions thereof is recommended and the entire balance found to be due the Contractor, will be paid to the Contractor by the County following County Commission approval of the final Contract payment. Before issuance of a final certificate, the contractor shall submit evidence 1 satisfactory to the County Public Works Director that all payrolls, material bills, and 1 other indebtedness connected with the work have been paid. An affidavit must be submitted by the Contractor to the County Public Works Director stating that all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting firm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a duly authorized officer of the subcontracting firm, notarized and attested by two witnesses is required from each Subcontractor engaged under the scope of this Contract, and must accompany the request for final payment. The making and acceptance of the final payment shall constitute a waiver of all claims by the County, other than those arising from unsettled liens, from faulty work appearing after final payment or from requirements of the Specifications and of all claims by the Contractor, except those previously made and still unsettled. Article 6. INDEMNIFICATION: Subject to the monetary limitations in Article 5.3, of the General Conditions, the Contractor, upon his part, agrees to protect, indemnify, save harmless, and insure the County from any liability to any persons for injuries to the person, including loss of life, or damage to property, resulting from the acts or omissions of the Contractor in performing his obligations under this Contract. The parties expressly recognize that the relationship between the County and Contractor is that of owner and independent contractor, and that neither the Contractor nor any of his servants, agents, or employees shall ever be considered to be an agent, servant or employee of the County. Article 7. PUBLIC CONSTRUCTION PAYMENT BOND 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 time Contract price with good and sufficient sureties, conditioned upon the performance of this Contract by the Contractor in accordance with the terms and conditions hereof, within the I AGREEMENT A - � r i 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 record the Payment and Performance Bond with the Public Records Section of the Indian River Courthouse located at 200016" Avenue, Vero Beach, 'Florida, 32960. The recorded bonds will be forwarded to the Purchasing Division within a week. The Contractor shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. In lieu of the Public Construction Bond, the Contractor may furnish an alternative form of security in the form of cash, money order, certified check, cashiers check, irrevocable letter of credit or a security as listed in Part ll of F.S. Chapter 635. 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 other- wise required. Performance and Payment Bonds may be waived by the County if the total contract is below $50,000. V IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. t (Contractor) Signed and sealed by the Contractor in the presence of: Attest k (Seal) INDIA XIVER COUNTY. By: Attest f/JKenneth R. Macht, Chairma J` rey -. Barto Clerk Dated: L2-21--99 b, u E ADQ£NOU14 N0. 3 t Inrlianktvt�r4annly Approved 17aEc�� Ar ln,,nl5[r.11!Qn .iiu,l;;r1 1 /'VA Z_' 0-11 Caizilai i'rnj�.ts � �� I If frC�II 6)v +ar rra�ni r 1 1 IIf� ,d AGREEMENT L cD 0 A - 3 AGREEMENT L cD 0 A - 3 A TRUE COPY CERTIFICATION ON LAST PAGE JX BWON. CLERK 3/11 I* OLD 7 �N U 7-13 I, PERFORMANCE BOND — i The American Institute of Architects, Suretycompany r AIA Document No. A312 (December, 1984 Edition) o Any singular reference to Contractor, Surety, Owner or other * / party shall be considered plural where applicable, 01 CONTRACTOR (Name and Address): OWNER (Name and Address): CZD SCwrT M%-rR'iICN mmmaA oI"f, ITIC. Indian River County Board 8€ Oom-tissioners 1\7 19401 58th Avenue, Sutite C 2625 1 9-th Avexrue Vero Beach, FTS 32966 IN THE RECORDS OF Vero lea ii, FL 32960 CONSTRUCTION CONTRACT JEFFREY K. BARTON SURETY (Name and Principal Place of Business): CLERK CIRCUIT COURT Date, INDIAN RIVER CO.. FLA. Old Repubilic Surety Cr any 102.5 S. Setnoran Blvd., Solite 1085 Amount: S1,038,855.50 Winter Park, FL, 32792 Description (Name and Location): (407)677.2663 Round Island oceanfront Park BOND County Pro jest No. 9622 RETURN TO Hate (Not earlier than Construction Contract Date): 12/28/99 Flan Boynton Powell parli ft PurchasingDivision —C, Amount $1,038,855.50 2625 190 Avenue Modifications to This Bond: r. None Vern Beach, Fl 32960 c See Page 2 CONTRACTOR AS PRINCIPAL. SURETY 2 lithe Contractor performs the Construction Contract, the Surety and Company: (Corporate Seal) Companyi r''t 4 When the Owner has salislied the conditions of Paragraph 3, the 3 if there isnoOwner Default, the Surety'sahligalion under this Bond Surety shall promptly and al the Surety's expense take one of the fallowing acl r`ona: SUN1<= a7NS`RUCTCiON MAiMOKMElfr, INC. OLD REPUBLIC SURE'PY � r ,•:� -x'. 3.1 The Owner has notified the Contractor and the Surely at its 4.1 Arrange lot the Contractor with consent of the Owner, to address described in Paragraph 10 below that the Owner is con. perform and complete the Construction Contract; or sidering declaring a Contractor Default and has requested and attempted to arrange a conference with t�ierCdntl 'I d� 4.2 Undertaketoperformand complete the Construction Contract Signalut'er Signature• not ice to disc ussmeth adsofperformingthe,C g , tract. =agree, Name'and Title:. W1llt'afh B. SchUh, Jr.' U Name and to, Ja3CIe5 E. -Presider& ptation of the Construction Contract, arrange for a contract lobe Af-.i-nrnav_Tn- ;" I'i', (Any additional signature$ App on page 2,) v - — - 7t''� (FOR INFORMATIOAI-ONLy— Mame, Address and ?elophone) OWNER'S REPRESENTATIVE (Archilecl, Engine$l'dt othel r AGENT or HROKI=R: parli ft 1 The Contractor and the Surety, jointly and severally, bind them- 3.3 The Owner has agreed lopaylheBalanced [he Contract Price salvos, their heirs, execulaia.administrators, successors and assigns to the Surety In accordance with the terms of the Construction lo I h a Owner for ft peftmance of IheCon siruclion 00ntracl, which Contract or to a contractor so famed to perform the ConslruclIon is incorporated herein by reference, Contract in accordance with the terms of the contract with the 2 lithe Contractor performs the Construction Contract, the Surety and Owner the affhave r under 1apttapar lieipe in conferences as provdei nSubparagraph 3 4 When the Owner has salislied the conditions of Paragraph 3, the 3 if there isnoOwner Default, the Surety'sahligalion under this Bond Surety shall promptly and al the Surety's expense take one of the fallowing acl r`ona: shall arise aper: 3.1 The Owner has notified the Contractor and the Surely at its 4.1 Arrange lot the Contractor with consent of the Owner, to address described in Paragraph 10 below that the Owner is con. perform and complete the Construction Contract; or sidering declaring a Contractor Default and has requested and attempted to arrange a conference with t�ierCdntl 'I d� 4.2 Undertaketoperformand complete the Construction Contract Surely to be held not later Ihan fifleen daft"Urrpe$.4?t*pll(I►ti Itself, through its agents or through independent contractors; or ; , r not ice to disc ussmeth adsofperformingthe,C g , tract. =agree, ; ,3'6lotainbids ornegoliatedproposafsfrom quatifiadcontractors II the Owner, the Contractor and the Surety e 7ntreclor acceptable to the Owner for a contract for performance and com- shall beallowed a reasonable timeto peform theConstrucfion Con- ptation of the Construction Contract, arrange for a contract lobe tract but such an agreement shall not waive the Owner's right, it prepared for exeaulfon by the Owner and the contractor setecled any, svbsequently to declare a Contractor Default, and with the Owner's concurrence, to be secured with performance 3.2 The Owner has declared a C:ontraclor Detaull and formally and payment bonds oxecuted by qualified surety aqulvalaw, to te+minatedthe Conlraclor's right 10 complete the contract. Such the borids issued on Ilia Gonatrucllon Contraet, and pay to the irlontrac:W Default shall not be declared earlier than twenty days after the Contractor and Surely have received nown as provided Owner the amount of damages no described In Paragraph 6 in oxceas of tha Balanceof the Contract Price vs SubfiaragrarAi 3 1, and Incurred by the Owner resulting From the Contractor's defaull; or 70 1 FEW PAGE 4.4 Waive its right to perform and complete, arrange for completion. accrue on this Bond to any person or enlity other than the Owner or or obtain a new contractor and with reasonable promptness under its heirs. executors. administrators nr Surrpsi:nrc the circumstances: .1 After invesligalicn, 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 Owner; or .2 Denyliabilily in wholeor in part and notify lheOwner citing reasons therefor. 5 It the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Suretyshall be deemed lobe in default on this Bond lifleen days after receipt of an ndditrcnal written notice from the Owner to the Surely demanding that the Surety perform its obligations under this Bond, and the Owner shalt be enl led to enforce any remedy available totheOwner, If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in pan, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surely 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 under the Construction Contract, and the responsibilities of the Owner Rothe Surety shall nor be greater than those of the Owner under the Construction Contract, To the limit of the amount of this Bond, but subject 10 commitment by the owner Of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surely is obligated without duplication for 6,1 The responsibilities of the Contractor for correction of defec- trye work and completion of the Construction Contract 6.2 Additional legal, design professional and delay costs resuliing from the Contractor's Default. and resulting from the actions or failure to act of the Surety under Paragraph d, and 6.3 Liquidated damages, or it no liquidated damages are spec tied on the Construction Contract. actual damages caused by delayed performance or non•perlormance of the Contractor 7The Surety shalt not be liable to the Owner or others for obligations of the Conlractorthat are unrelated tothe Construction Conlract and lite Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations No right of action shall MODIFICATIONS TO THIS BOND ARE AS FOLLOWS' 8 The Surely he reby wa i ves notice of any change, including changes of lime, to the Consiniction 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 pan Ot the work is located and shall be instituted within two years after Contractor Default or within two years atter the Can - tractor ceased working or within Iwo years after the Surety refuses or tails to perform its obligations under this Bond, whichever occurs first, If the provisions of This Paragraph are void or prohibited by taw, the minimum period of lirnitalion available to sureties as a defense in the junsdic[ian of the suit shalt be applicable 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page - 11 When rhos Bond has been furnished to comply with a statutory or other legal requirement in [he location where the construction was to be performed, any provision in this Bond conflicting with said statu- tory or legal requirement shale be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement Shalt be deemed incorporated herein. The intent is [hat this Bond shall be construed as a statutory bond and not as a common law bond 12 DEFINITIONS 12.1 Balance of the Contract PriceThe total amount payable by the Owner to the Contractor under the Consiructron Contract after all proper adjustments have boon made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims lot damages to which the Contractors entitled, reduced by all valid and proper Payments made io or on behalf of the Contractor Under the COnsiroctlon Contract 12.2 Construction Contract The agreement between the Owner and theConlractor dentrlied on the signature page. including all Contract Documents and changes therelo 22.3 Contractor Default Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to complywilh the terms of the Conslructton Contract 12.40wnerOelaull Failure oflneOwner. which has neilherbeen remedied nor waived, to pay the Contractor as required by the Co n str uction Co nt racl or to per form a nd c omplele or comply with the other terms thereof CD (Space is provided below for additional signatures of added parties other than those apoearmg on the cover page I �- CONTRACTOR AS PRINCIPAL. SURETY W Company {Corporale Seall Company fCarPOP ate Seall lti 'U v - a., W r -n Signature _—_!- -- _ _ _ _ Signature Name and Title Name and Title Address 'Address 11101111 STATE: OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY THATTHIS IS A TRUE AND CORRECT COPY OF THE ORIGINALON FILE INTHISOFFICE. J�SAATON, CLERK a ' itl IDE CLERK DATE 6 PLD REPLBLIC ! ��:.•:* surety company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLE] REPUBLIC SURETY COMPANY, a Wisconsin stock insurance cdrparalion, does make. constitute and appoint: h�li)I'tii F- rrTCf':M1 Yf-Jf . rii" 1`Zl!'rl'i ! t its true and lawful Aliomeylsl•in-Foci, with lull power and auinonty !or ane cr benail of Ine company as surely, to execute and deliver and aF!x the seal of the company thereto (if a seal is required), bonds, undedak;ng5. recognrzances or ether wnden obligations in the nature thereol (other Elinin ball bonds, baM deposilory bonds, mortgage deficiency bonds, mortgage guaranty bands, guarantees of installment paper and note guaranty bonds, soil-Instxance workers contponsation bonds guaranleeing payment of benelils. asbestos abatement contract bonds. waste management bonds, hazardous waste moredfation bonds or black kung bonds). as lol!ows: I !.iF' I 1-'1 LN N'-', t ill 1111311 1 f' ' f 1 „nal 1 Vit' s 14111 r 6 t ] E_' t:L.r:;1" 4,0 t3 AIRLOAI'L (IF f)t)i: idT:.I I(h i rPriLl.,,1r",: ,f 1 . r l; t - -- - . . .- .. I -OR i"illy , INO.L.C. TS21.l1''U FOk THE 1111_10'Al IfJIP. and to bind OLD REPUBLIC SURETY COMPANY thereby. and a.. of the acts of said Atlornays-in•FAct, pursuant to these presents. are ratified and confirmed. This document is not valid unless printed on colored background and is mulli-colored. Th -s appointment is made under and by authority of the board of directors at a spacial meeting held on February 18. 1982, This Power of Attorney is stgrted and sealed by facsimile under and by the authonty of the !oliowing resoluucins adopted by the board of directors of [be OLD REPUBLIC SURETY COMPANY on February i8. 1992. RESOLVED that the president, any vice president. at assistant vice president in conjunction with the secretary or any assislanl secretary, may appoint attorneys-m-fpcl or agents with authonty, as defined or limited in the instrument evidencing the appointment in each case. for and on behalf of the company to execute and deliver and affix the seal of the canpany to bonds, undertakings. redognuances, and suretyship obligations o4 all kinds, and sad officers may remove any such altomeyin-tact or spent and revoke any !'ower of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship rbligation Shall be valid and bOneHng upon the Company (i) when signed by lite pfesidenf. any vice president or assistant vice p•asidenf, and attested and sealed (it d seal be required) by any secretary or assrsfant secrstary, rx (ii) when signed by the president. any vice presrtlent or assistant vice t resrdenf, secretary or asSistanl secretary, and countersigned and Sealed til a seal be reqs red} by a duly authorized attomey-in•facf or agent or (0i) when duty executed and sealed (+t a seat ba required) by one 3' ''tore alicrneys-rn•ract -, agents pursuant 'o and will' " the irmils of the authonty evkoenced by the Prover of Altoir ey ssuad by line compary to S�'_' :arson or persars RESOLVED FURTHER tial the signature of any authoozed oreer an, ..L seat/ of the mnpa^y may Ce all,red by fame a ary 0%sr of At-.rney ;r mdrihcatfoo lherecf avthorizing the execution and delivery of arry toad .^.Blah; rg recrignilari or whar swelysn o ctLgab.•- !t tr c- ,;or^pany aril Sucr, signature and sea +Then So used shah Bra Ye lr,e _sine totce anc e_ c a` ,Juan ^anuaey alfrieri IN W$TNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused [hese presents to be signed by its oroper officer. and its corporate seal to be affixed this ---�LLJJ-f day of OLD REPUBLIC SURETY COMPANY -- r -- - SEAL ASs+stanr-",®cot~i o•r.sx ni STATE OF WISCONSIN, COU Y OF WAUKESHA _SS "�„'°' C.f'1 ON On this I rP l'1-l__day of—_-Mi'21 — — i_',�:t`personatly came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the p above instrument, and they each acknowledged [tie execulon col ine same. and being by me duly sworn, did severally dispose and say, x7 Thal they are the said officers of the corporation aforesaid. and Ihar the seal affixed to the above instrument is the seal of the corporation, and that sard corporate seal and their signatures as such o” rrers were duly affixed and subscribed to the said instrument by the authority cw7 of the board of directors of said corporation. O r,,rdry Pue�c �/ ,.*a" My commission expires.. rt r •r r.a CERTIFICATE av 1, the undrtrsi�u$"f Crt3fary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregothe and A41 d15 rx c�f a tttdrPcy remains to full force and rias not been revoked, and furUtermore, that the Resolutions of the board of directory set;fditkffr Pa ax, y�r}lpmiay, are now in force CC r s - q Sipa/1br.d sealed al the City of Brookfield, Wt Ihi, _ 2$_ day of De LMbefr, 1999 .. f�^-e"'^err-�.r�+r,4^w'T'N"+eD!'�F.r.,. ..,�.-.-a,...�.v�r�•y+�wrw+ 40 Performance &nd INDIAN RIVER COUNTY, FLORIDA ROUND ISLAND OCEANFRONT PARK COUNTY PROJECT NO. 9622 FERF+ORMAKE-IM KNOW ALL. MEN BY THESE PRESENTS: That we as Principal, and as Surety, are held and firmly bound unto the County of Indian River in the sum of Dollars ($ amounting to 125% of the total bid price, for the payment of said sum we hind ourselves, our heirs, executors, administrators and assigns, jointly and severally, for the faithful performance of a c0ain written contract, dated the of , 1999, entered into between the Principal and the County of Indian River, Florida, for: ~ A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein. NOW,. THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that if the Principal shall in all respects comply with the terms and conditions of said Contract and his obligations thereunder, including all of the Contract documents (that include the Advertisement for or Bids, Instructions to Bidders, Proposal, Bid Bond, Contract, Performance Bond, Specifications, Addenda and Drawings), therein referred to and made a part thereof, and such alterations as may be made in said Drawings and Specifications as therein provided for, and shall indemnity and save harmless the County of Indian River against and from all expenses, damages, injury or conduct, want of care of skill, negligence or default, including patent infringement on the part of said Principal, his agents or employees, in the execution or performance of said Contract, including errors in the Drawings furnished by said Principal, and further, it the Principal shall promptly make payments to all who supply him, with labor and/or materials„ used directly or indirectly by the Principal in the prosecution of the work provided for in said Contract, then this obligation shall be null and void; otherwise, the Principal and Surety, jointly and severally, agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said work, by Contract or otherwise, and any damages, whether direct, indirect, or consequential, which the County of Indian River may incur as a result of the failure of the said Principal to properly execute all of the provisions of said Contract. AND, the said Principal and Surety hereby further bind themselves, their successors, executors, administrators and assigns, jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts, damages, costs and judgments which may be recovered against or which the Owner may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work, repair or maintenance thereof, or the manner of doing the same, or his agents or his servant-, or the infringements of any patent rights by reason of the arse of any material furnished or work done, as aforesaid or otherwise. I P13 - I I C> Performance Bond AND, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the worts to be performed thereunder or the Specifications and Drawings accompanying the same, shall in any way affect its obligations on this Bond, and it (toes hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the Specifications and Drawings. AND, the said Principal and Surety jointly and sever -ally covenant and agree that this Bond will remain in full force and effect for a period of one. year commencing on the date of Substantial Comptetion as established on the Certificate of Substantial Completion as issued by the County of Indian River. WHE:N THE PRINCIPAL IS AN_INDJV1lAL: Signed, sealed and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual Witness Address WHBN__T__H NGjpAI_ Q A Sot_ PROPRIFTQRSHIP OR OPERATES_g yD A T ISG: Signed, sealed and delivered in the presence of: Witness Name of Firm Address Witness Address Signature of Individual PB - 2 i ooaaaaoan++*a+area+aeaeooe•aaaaaaaaaaaeaaaa++•++rrrrr+e+•+++++rr WHEN THE PRIN['If'AL 15 A PAFRJ.CPS-W: Signed, sealed and delivered in the presence of: Witness Address Witness Address Performance Bond Name of Partnership FJyI fSEAL1 Partner Printed Name of Partner oeaa***aaaaeoeaa+aaa*na ooa a oaeaoaaaaaaooa+ossa......eaoaaaaraa*000aae YHEH TLIE PRINCIPALIS A CORP0RA"[l Attest: Secretary �y 1V10111U UI l Ul pul nllUlf BY (Affix Corporate Sealy Printed Name Official Title QERTIFICATE AS TO CORPQRATE PRINClP6 I certify that I am the Secretary of the corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal was then of said corporation: that I know his signature, and his signature thereto is genuine; and that said Bond was duly signed, sealed and attested for and on behalf of Said corporation by authority of Its governing body. MAW Secretary P F3 - 3 • iINV k k k k f; TC) BE EXECUTED D BY CORPORAT R Tom: Attest: Secretary itya STATE OF FLORIDA COUNTY OF INDIAN RIVGR Corporate Surety Business Address (Affix Corporate Seal) Attomey-in-Fact Name of Local Agency Business Address Telephone Performance Bond Before me, a Notary Public, duly commissioned, quaidied and acting, personally appeared to me well known, who being by me first duly swom upon oath, says that he is the attomey-in-fact for the and that lie has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to be for me this day of , '1939. My Commission Expires: Notary Public, State of Florida PB 4 AiT1ifF C0}PYON C+ pTN (CERN PAGE r Bond #OCN494920 PAYMENT BOND Q�V � © I OLDLB The American Institute of Architects, AIA Document No. A312 * SurrtyCompany lilt,* * (December, 1964 Edition) Any singular reference to Contractor, Surely, Owner or * other party shell be considered plural whore applicable. CONTRACTOR (Name and Addrass): SLDWr CONST=ON MAN GEr7 7 Tr, 1W. SURETY (Name and Principal Place of Business): Old Republic Surety Owpany 1940 58th Aveme■ Suite C 1025 S. Selmran Blvd,, Suite 1OB5 Were Beach, FL 32966 Winter Park, FL 32792 (561)794.2099 (407)677-2663 OWNER (Name and Address): Indian River afunty Board of Cmr tissimexs 2625 19th Aventae Vero Beach, FL 329W CONSTRUCTION CONTRACT Date: Amounl: $831,0784.41 I Description (Name and Location): i Round Island Oceanfront Park County Project No. 9622 BOND Date (Not earlier than Construction Contract Date): 12/28/99 Amount: $831,084.41 Modifications to this Bond: K3 None L" See Page 2 ICONTRACTOR A .PRI(EIPAL SURETY L mpp(S r t (Corporate Seal) Company. EMENfr, INC. OLD ]•7EFf]MIC DIY r it i ZWNsor on page 2.) (FOR 1NFORMA71ON ONLY -- Name, Address and Telephone) AGENT or BROKER: 1 The Conlraclor and the Surety, jointly and severally, hind them- selves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for rose in the performance of the Construction Contract, which is Incor- paroled herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directlyorindirectly, foralisumsdue Ciaimanls, and 2,2 Defends, indamnifies and holds harmless the owner from claims, demands, lions or suits by any person or anlily whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construe tion Contract, provided the Owner has promptly notified the Con- tractor and the Surely (at the address rloscrlbed in Paragraph 12) of any claims; demands, lions or suits and tendered defense of such claims, damands, lions or sults to the Contractor and the Surely, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 0aso>177n,g vat Signature: Name an te: JaltteS E. Dickmeyex Attorney-lra-Fact OWNER'S REPRESENTATIVE (Architect, Engineer or other party): 4.1 Claimants who are employed by or have adirecf contract with the Contractor have given notice to the Surety (a1 the address described in Paregraph 12) and sent a copy, or notice thereof, to the Owner, staling that a claim is being mads under this Bond and, with sub• stanlial accuracy, the amount of the claim, 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written nolics to the Contractor and sentaoopy; or notice thereof, to the Owner, within 90 days after having last performed laborer last fvmished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were fur- nished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Con. tractor, or not rowlvad within all days of tumishing the above notice any communicallon from the Conlraclor by which the Contractor has Indicated tate claim will be paid directly or indirectly; and .3 Not having boon paid within the above 30 days, have sent a written notice toIhe Suroty(at tho address described In Paragraph 12) and sent a copy, or notice thereof, to iha Owner, staling that a claim Is being made under this Bond and onclosing a copy of the previous written notice furnished to the Contractor. W 40 0 0 D%C-23-99 09:12 AM P.02 Indian River county 2000 Property Data Print Request 12123,10 AP01190 'Requested by: ROBBFOX Property: R 3433400DODI000000012.1 Taxpayer,- INDIAN R C -trees Addsc-i.q; 2200- 2200 3 HIG11WAY AIA l,tiUclivisLon/C.ondornii-Liuiii Namu-, pi'..ANSAS CITY COWNY SM B1Y,/Bldq s Lot/Unit : ?UiNK Uk: Legal Description KANSAS CITY COLONY $UB PBS 4 PP 23 THAT fIPOROF LOTS 12 & 13 (,YtN(.4 E OF AIA OR PK 66(p PV 1408, TOGETHER WIT11 LOTS 14, 15 & 16 1,YTNG E; OF SR AlA & FROM W R/W 01' SR AIA TO E SHORE OF IND FIV _;ING SUBMERGED PARCEL-$ AS OF OK 237 PP 135, TOGETHER WITH NO -NAME lc,; -'ANL' & ROUND 15LAND AS Ott VK 210 FF 125 A/K/A IND PIV C.0 ROUND ISLAT40 PAPP. 0111111111111 I Payment Bond INDIAN RIVER COUNTY ROUND ISLAND OCEANFRONT PARK COUNTY PROJECT NO. 9622 PAYMIlNT UM KNOW ALL MEN BY THESE PRESENTS: That we — , as Principal, and as r^.rrety, are held and firmly bound unto the County of Indian River in the sum of Dollars ($ ) amounting to 1 00% of the total bid price, for the payment of said sum we bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, for the faithful performance of a certain written contract, dated the day of , 1999, entered into behveen the Principal and the County of Indian River, Florida, for. A copy of said Contract is incorporated herein by reference and is made a part hereof as if frilly copied herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall promptly make payments to all claimants, as herein below defined, then this obligation shall be void; otherwise, this Bond shall remain in full force and effect,subject to the following terms and conditions: A. A claimant is defined as any person applying the Principal vAth labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prosecution of the work provided for in said Contract, and is further defined in 'Section 713.01 of the Florida Statutes, B. The provisions of Section 255.05 Florida Statute shall apply. The above named Principal and Surety hereby jointly and severally agree with the County of Indian River that every claimant as herein defined, wlro has not been paid in full before the expiration of a period of ninety (90) days after performance of the labor or after complete delivery of materials and supplies by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgement for such sums or sums as may be justly due claimant, and have execution thereon. The County shall not be liable for the payment of any costs or expenses of any such suit. No suit or action shall be commenced hereunder by any claimant: 1. Unless claimant, other than one having a direct contract with the Principal, shall within forty-five (45) days after beginning to furnish labor, materials or supplies for the prosecution of the work, furnish the Principal and Surety with a notice that he intends to look to this bond for protection. 2. Unless claimant, or other than one having a direct contract with the Pnncipai, shall within ninety (90) days after such claimant's performance of the labor or complete delivery of materials and supplies, deliver to the Principal and Surety written notice of the performance of such labor or delivery of such material and supplies and the nonpayment therefore. P3 40 rPayment Bond 11 I 3.. After the expiration of one (1) year from the performance of the labor or completion of delivery of the materials and supplies; it being understood, however, that if any limitation embodied in this 'Bond is prohibited by any law controlling the construction hereof such limitations shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. 4. Other than in a state court of competent jurisdiction in and for Indian River County, Florida, or in the United States District Court for the Southern District of Florida, and not elsewhere, The Principal and the Surety jointly and severally, shall repay the County of Indian River any surd which it may be compelled to pay because of any lien for labor or materials furnished for any work included in or provided by said Contract. The Surety, for valuta received, hereby stipulates and agrees that no charge, extension of time, alteration of or addition to the terms of the Contract or to the work to be performed thereunder or to the Specifications applicable thereto shall in any way affect its obligations on this Bond, and the Surety hereby waives notice of any such change, extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. The Surety represents and warrants to the County of Indian River that they have a Best's Key Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Class 'V. The said 'Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Substantial Completion as established on the Certificate of Substantial Completion as issued by the County of Indian River. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their Several Seals, this _ day of , 1999, A.D., the name and corporate seal each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: Witness Signature of Individual Address s Panted Name of Individual Witness Address ...... ....a... .................................................. Pa_2 40 PPayment Hand l WFfFN IHEP--a CAEAL1S1-aPR PRII I UNDER A TRADE_NAM aBT (7R QPERATES l Signed, sealed and delivered in the presence of: i Witness Name of Partnership { _ BI (SEALI k Address Partner i Witness Printed Name of Partner I Address ww1w..... .............................. 11 ....... www.►....... ZtHEIV THE PRINCIPAL lS A RA,RTNERSiI_P: Signed, sealed and delivered in the presence of: Witness Name of Partnership BY: (SEAL Address Partner Witness Printed Name of Partner Address ..a...a.waara.Ww+laa../..a.aaa.aa.aaw....... i....►.wwwilw.........• WHEN HE PRINCIPAL IS,A CORPORA_ TION: Attest. Secretary Name of Corporation r BY (Affix Corporate Seal) Printed Name Official Title IB - 3 40 • Payment Bond QERTiFICATE AS TQ CORPORATE _PRI.NMAL certify that I am the Sacretary of the corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal was then of said corporation; that i know his signature, and his signature thereto is genuine; and that said Bond was duly signed, sealed and attested for and on behalf of said corporation by authority of its governing body. I5f.A-J.4 Ser.retary TQ BE -EXEQUIED 13Y CQBPQR81E SURETY - Attest: ecretary Corporate Surety Business Address By: (Affix CorporateSeal) Attorney -In -Fact Name of Local Agency Business Address STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me, a notary Public, duly commissioned, qualified and acting, personally appeared, to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and Sworn to before me this day of 1999. My Commission Expires: Notary Public, State of Florida PS - 4 40 PAG9: oar-aaX DATE tU,tpC,.YY) i' jl) Yhi -4-- FAX - FARC (tib ,.75 -lila ONLVAND CONFERSNORIGHTS UPON THE CERTIFICATE ALITT INSURANCE'SfRLICES INC HOLDER. THIS CE RTI MCATE DOES NOT AMEND, EXTEND 0R 17 INDIAN RIPER ®LVD ALTER7HP COVERAGE AFFORDED WY THE POLICIES 6E LOW, ITE 300 COM PANIESAFFORDiNOCOVERAQE RD BEACH, FL 12960 1 -Py, Great American Insurance Co, ;ns Los Rcbertson Exl: 126 A ,.1iz y. -Ay, Essex Inst ranee Co Summit Construction IRan,trelielt, Irc. 9 Attn: Brad Sctuh FCCI INSURANC-E CO. 1940 56th Avert.e, Ste C 'C Vero Beach, Ft 32356 Nbty.• tt ,L l 77.,'171-5T`%✓ i I i :a''• I_.•j}lfy - iilrtF i R, tot, • "•:i h(.jt ', I' YI{ 4- .11i ,. �POLAC THIS,S TO CERTIFY T•tAT T}E c.0-ICTES DF •I•fSJRAIJGE LISTEDEELiWf HAn BEEN E,I,EDTOTME Nsa1PECnANEC "BOV E POP 'HE ' —90D INIDOATED. NOTVdM'HSTANC+NG YhY REOJIREWENT 'EAMOR xhDI`Cf. OFAN1 004TcLACT OR GTI- ER'.)OCUMEN T Ar'H FIC: PECT-O WHI ti -H6 CERTdFtCATEMAVMiSSIfEDOR^.4At PERTAIN THE QJsUR0&05AFF:7PDED51,TH=-KLiCCSDESCAEEDH. REN133V9.ECT -OAL_7ME-ERMS EXCLUSIONS ANO COVDf *: MOF Sut'6 POL9C ES L MIESSHUM MAN HAlE.eEEK RF."TJ0FDS, PAICCIJer,1S TYPE DF I NrWRAACE PC,c;+muMOIA ;oLJCYLrFECTIVE �OUC�ElPIRATI71 �Ni'S R GATT, Pim mD YY\ DA -E Tv 1794 y.i 0DIEAAL UABIJTT w e'.:..•-�.: •.-_` tr .'.,OOD,004 k uy'= ". •:ySLA,, AQ 2.000,000 ..r -'A N.-=� ► " Cr -83S 02,108,:1999 0214Si:0O0 1,040,000 1,000,000 -,r -A✓AY "•,••_••• f 50.000 5,000 AJrCEM W 1.4 -[AWL TV ^-w.=. ;:.:.=.y" E Aar+,.• 1,000,000 CC -83? 05127!1999 021fl87.2OOO E a, } Ea<e'Ess t, adt.rrr .•'• :�...- - x 1,000,000 UIJ8700645 07/02,'1959 07102, MC, F 1,000,000 YICIN4hf COW ENSATIONAN4fff X .w''- _� rE •..,9+ EV>LO+'Epaurecm=,...-. E 500,000 40IhC54A4251' 0512?_1959 0512712000 _ f -*sr =, a• y SOD,000 x_ •, �T ,E a 500. t)00 —A - of -Eft -y.^R�1 i.W OF pTEELATICiV'8JL?_4 f1714vfN,C._ES SPECT AL REHC arc of CoL-nty Commiss"oners, Ird°an R'ver County, Flor,di is added as additional insured' asst claims for damages to Uersons,Froperty or premises ar'Is,T:rg out cf the operat•orts to mplete &i s contract. Reference' Rotrid Island aarc Project 4., .• . 3 �-T' ..;ni t rel.; .I.,..,i,, •,....7 •., L.. Ii::: TLTi1!. 1 ^-OU1D ANY OF THt EO.CNE OCSC>;'eE0 P4LIC'IE0 9E CA4.:E6LED EEMAE THt rIPfA-13b DATS THEPE r,�F. THE dSwN2 CCVPA'+f W" ENDEAV'tA TGNAIL 1ncTan River Cour. ty BOarc of -HE Cotr.ty Commissioners 30 CAYCNRi-TEN hOTJZt TO CEF-A I,ATE HORDE a NAV4 J TO T>W L€F Attn- Fran Boynton Powell, AJrchasirg 14anzger Air-AILUAE rO VALl,.CMAbmC'ESAAL_ WPOOE NOOGLttlATTUN CA L1A0tLrV 1840 25th Street 2±Nf K4NouAon-HE COEWAHY TSAGENTE rw AIDA[ EATATIV4i. AVTHoREIAEPT+TSEHrAr+E r � � 'Vero Beach, rL 32960 Robert Sc 1, tt :r./LAR � 3�� ' h`�"p��r%`�y'�rI'..�.�,1�'�'�fT� ar.}��S"X±E-; i s t:.�:f.i:�'•- a4 ,wiIl:'?`., %i W :M%°UIPII:t49S578$1 1191�t:flsfint;.�tisf<a1Vts+tcnir�in:tn■,iR`iif70G�7A11?UyxRl7r.:err^tA4�thccl.-'11v� I 1 Thi$ w1ficale It provided as ovkdence of insufdnCe undo{ policy M BP.69557687 of the company named heroin. Mortgagee information: Name None Andres-. None City None State; FL rip 00000 Insured Information; Blame Summit Construction Management. Inc Adufess: 194058th Avenue, Sulte C City; Vero Beach 5two FL Zip. 32966 Amount of Coverage Per Building (Completed Value); $400,000 Premium: $580 Effective Date (Date Construclion Began): 01.031000 Terre: 12 Munihs Oescription find Location of Property to be Insured; 2200 Highway AIA Vero Bach, cl, 32963 Adliitioi'af insured' indan R -.ver CO fnty This Is to certify that the above Is an insured under a builders risk policy Issued by a company of The Maryland Insurance Croup, covering property Identified above from the inception date shown, subject to all terms and conditions contained In the policy. Insurance as provided under the aforemenlloned policy Is 401tcl to all Itfms, conditions and limitations thereof and shall In no event extend beyond dale of termination of the Insured's Interest In the Article$ described herein, Date AvlhotiEed Agen, — —J—u Agency Pruducvr Number: 02050699 Agency Name. Sehlitt Insurance Services Malting Addfew 1717 Indian River Blyd. 'Suite 300 City Vero Beach $la!*: FL Zip Codo: 32960 WARNING This Cc! I-licate Is Issued to proluc! the mortgagee only Lynda• the terms o'the msurad's policy, nsu,ed agrees to report all Starts and pay the appropriate premien- to U000r5 Fits-, Plan. P.O, Dox 734795, Aeanla. GA 31193- t 79y. Irsurod frust report all starts shown on this ceft.l caro ,prior to We end 0 the next moth I! r insure;f dxs ZI repoll within this time pefiod, the Insi red will not to Covered fnsuredf should f3;JCk w+fh. !heir Zurich fnsur4aco Seryk;os Agen! to make surf;+ they urft afand rho fopcaurg r6tqukerrenfs I+t,a91.1 r6 ?.%I CI • KI 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 stake, did on the ---day of _, 1999, enter into a contract for tho performance of certain work, more particularly described as follows:. ROUND ISLAND OCEANFRONT PARK, County Project # 8622 Affiant further says that said construction has been completed and the contract therefore fully performed and final payment is now due and that all liens contracting directly with or dfrectly employed by such contractor have been paid in full EXCEPT: trie i t� AfY19a" who have riot been paid and who are due the amount set forth. WITNESS: (Corporate Seal) (Contractor) By: Subscribed and sworn to before me this _ day of 1999. A#est; Notary Public State of Florida at Large My Commission expires. (Notary seal) Name of Notary typed or printed I herewith acknowledge receipt of Final Payment on above and do hereby certify that l have no claims against the owner of said ,property. Contractor FINAL PAYA+Lt rr FP - 1 • PROJECT NO: -9-622 INDIAN RIVER COUNTY, FLORIDA APPLICATION FOR PAYMENT NO.— ACCOUNT NO: PRO]ECT:BQMD L%ANt] fH'EANFRONT PAR L - CONTRACTOR NAME/ADDRESS:, APPLICATION DA FOR PERIOD ENDING —� The undersigned CONTRACTOR hereby certifies that all items and announts on the face of this application far payment are correct; that all work has been performed and/or materials supplied in full accordance with the terms and conditions of the conntract- Tlie undersigned CONTRACTOR hereby swears under penalty of perjury that (1) all previous progress payments received from the OWNER on account of work performed under the contract referred to above have been applied by the tuideisigned to discharge in full all obligations of die tuidersigned incurred in connection with work covered by prior Applications for Payment under said contract, being Applicationsfor payment numbered 1 through inclusive; and (2) all materials and equipment utcorporated in said project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interests and encumbrances. Dated , 1999 (Contractor) BY (Nanic)7 tle) COUNTY OF INDIAN RIVER STATE OF FLORIDA Before me this day of , 1999, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the oftho CONTRACTOR above mentions; tint (s)he executed the above Application for Payment and statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct and complete. Notary Public My Commission Expires:— APPLIC'A"RUN roc PAYMENT AP - 1 s'rATCMENT OF WORK Original Contract Price Materials Stoted S_ Net Change Orders S (Attach detailed schedule and paid invoices) Current Contract Price S Total Word/Materials to Date $ Work to Date: Less 10% Retainage $ Under Original Contract $ Sulo Total $ Under Change Order $ Less Prior payments S _ Percent of Work Completed to DateQ BALANCE DUE THIS PAYMENT S The undersigned CONTRACTOR hereby certifies that all items and announts on the face of this application far payment are correct; that all work has been performed and/or materials supplied in full accordance with the terms and conditions of the conntract- Tlie undersigned CONTRACTOR hereby swears under penalty of perjury that (1) all previous progress payments received from the OWNER on account of work performed under the contract referred to above have been applied by the tuideisigned to discharge in full all obligations of die tuidersigned incurred in connection with work covered by prior Applications for Payment under said contract, being Applicationsfor payment numbered 1 through inclusive; and (2) all materials and equipment utcorporated in said project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interests and encumbrances. Dated , 1999 (Contractor) BY (Nanic)7 tle) COUNTY OF INDIAN RIVER STATE OF FLORIDA Before me this day of , 1999, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the oftho CONTRACTOR above mentions; tint (s)he executed the above Application for Payment and statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct and complete. Notary Public My Commission Expires:— APPLIC'A"RUN roc PAYMENT AP - 1 C-1 i p SHOP DRAWIN(i/CATALOG CUT SUBMITTAL !1"NSMIWAL NO. DATE i pRO7ECT _R(jl�E„N1J OCFANFRONT P RK — QN: - SPEC, SECIM NQ' pjUML rnN-rla eUDR: -- SCJBj'ONTIACj M - IslippillEk- M,ANUI+hC l ER'S!QATALOG NO DRAWING NO. ICthis submitial is a sebst to ion or ia dindalioi frons the conl_rad =ifications submittal shall includeide inform tion rNuired by the ('*enera1 and tions Atln h dent �i nags to this form to foklySQMplX 101% 111c reqs i s is of t e Gell 'an Eii'nns (RESERVE T14E SPACE BELOW FOR SHOP DRAWING REVIEW STAMPS) ATTACH THIS PAGE TO EACH COPY OF THE SHOP DRAWINGS OR CATALOG CUTS SHOP DRAWINGS SD 2 40 GENERAL CONDITIONS 40 6 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Numb 1�kl I - DEFINITIONS .. . ... ................. .................... .... .. 2 - PRELIMINARY MATTERS .............. ......... ..... 3 - CONTRACT DOCUMENTS ... .......... GC -5 4 -AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS GC -6 5 - BONDS AND INSURANCE .... ....... ...... 6 -CONTRACTOR'S RESPONSIBILITIES . ............... GC -10 1 - OTHER WORK ...... .... .... GC - 18 8 -OWNER'S RESPONSIBILITIES GC- 19 9 - ENGINEER'S STATUS DURING CONSTRUCTION 10 - CHANGES IN THE WORK .... GC -22 I I - CHANGE OF CONTRACT PRICE ..GC -23 12 - CHANGE OF CONTRACT TIME 13 - WARRANTY AND GUARANTEE. TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OFl)hT'hC`/`l*,'WORK GC -27 14 - PAYMENTS TO CONTRACTOR AND COMPLETION GC - 2') 15 - SUSPENSION OF WORK AND TERMINATION GC -34 16 - ARBITRATION .... GC -36 17 - MISCELLANEOUS .... GC -37 Y G)E;N1r:IdAL. CONDITIONS Wherever used in these General Conditions or in the other Contract Documents tate following teens have the meanings indicated which are applicable to both the singular and plural thereof Addenda - Written or graphic instructions issued prior to the opening of Bids which clarify, correct or change the bidding documents or the Contract Documents. Agreement - The written agreement between OWNER and CON'T'RACTOR covering the Work to be performed; other Contract Documents are attached to die Agreement and made a part thereof as provided therein. Application for Payment -'The fora: accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final paymants and which is to include such supporting documentation as is required by the Contract Documents. 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. Bidder- Any person, firm, or corporation submitting a Laid Proposal for the Project. Change Order - A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work or an adjustment in the Contract price or the Contract Time, issued on or after the Effective Date of the Agreement. Contract - The agreement execirted by the OWNER and Bidder given the Award for the project, including all Contract Documents. Contract Documents - Advertisernent for Bids, instructions to Bidders, Bid Bond, Bid proposal, Statement on Public Entity Crimes, Swom Statement under the Florida Trench Safety Act, information Required of Bidders, Agreement, Certific fle of Insurance, payment Bond, Performance Bond, General Conditions. Supplementary Conditions, Technical. Specifications, Drawings, Appendix, Geotechnical Report, Florida Department of Transportation (FDOT) Standard Specification for Road and Bridge Construction (1996), FDOT Roadway and Traffic Design Standards (1994), American Water Works Association Standards, American National Standards Institute, American Society for Testing and Materials Standards and American Association of State Highway and Transportation Officials, Standard Building Code (1997), together with all Addenda and Change Orders issued with respect thereto. Contract Price - The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9 in the case of Unit Price Work.) Cornrract Time - The number of days {computes] as provided in paragraphs 17 ? and 17.:1) or the (fate stated in the Agreement for the completion of the Work. Contraciar - "Elie person, firnn or corporation with whom OWNER has entered into die Agreement. Defective - An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER'S reconinimdation of final payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14. 10). GENERAL CONDITIONS GC - 1 171 Drawings -The drawings which show the character and scope of the Work to be performed and which have :M been prepared or approved by ENGINEER and are referred to in the Contract Documents. Effective Date of the Agreement - The date uidicated in die Agreement on which it becomes effective, but if no such date is indicated it means the date on which die Agrcement is signed and delivered by the last of the two parties to sigh and deliver. ENGINEER - Public Works Director (or his designee) Department of public Works Indian River County, Florida 1840 251" Street Vero Beach, Fl. 32960 FielelOrder - A written order issued by ENGINEER which orders nunor changes in the work in accordance with paragraph 9.5 but which does not involve a change in die Contract price or the Contract Time. General Requirements - Sections of Division I of die Specifications. Laws and Regulations: Laws or Regulations - Laws, riles, regulations, ordinances, codes and/or orders. Nonce of Award - The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified, OWNER will sign and deliver die Agreement. Notice to Proceed - A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract Documents. 0WNA'R - Indian River County, Florida 1840 25" Street Vero Beach, FL. 32960 Partial Utilization - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work. Project - T'lie total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in die Contract Documents. Resident Project Representative -'11ie authorized representative of ENGINEER who is assigned to the site or any part thereof. Shop Drmving - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate sonic portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other infannation prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications - Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. L GENERAL CONDITIONS LA GC 2 La 411 Subcontractor - An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at die site. Substantial Cnrrrpletion - Tfine Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER'S definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that die Work (or specified part) can be utilized for lite purposes for which it is intender; or if fliere be no such certificate issued, when finial payment is due in accordance with paragraplt 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conlidons - The past of the Contract Documents which amends or supplements these General Conditions.. Supplier - A mania factu rer, fabricator, supplier, distributor, materialman or vendor. I Und'ergrounclAacil#ties - All pipelines, conduits, ducts, cables, wires, manholes, vaults, Links, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials; electricity, gases, steam, liquid petroleurn products, telephone or other communications, cable television, sewage and drainage removal, traffic or oilier control systems or water. Unit Price Wark - Work to be paid for on the basis of unit prices. Work - The entire completed constniction or the various separately identifiable parts thereof required to be famished under the Contract Documents. Work is the result of performing sea -vices, furnishing labor and fi.imishing and incorporating materials and equipment into the constniction, all as required by the Contract Documents. Work Directive Change - A written ,directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision irm die Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.3 or to emergencies render paragraph 6,27. A Work Directive Change may not change the Contract price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract "fine as provided in paragraph 113.2. Written Amendment - A written amendment of lite Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Data of the Agreement and normally dealing with the non - engineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. If ARTICLE z- if MATTERS k i Delivery of Bonds: 2.1 When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5, 1, Copies of Documents: 2.2 OWNER shall furnish to CONTRACTOR tip to ten copies (unless otherwise specified in the GENERAL CONDITIONS GC - 3 C] SupplementaryConditions) of the Contract Docurnents as are reasonably necessary for the execution of the Work. Additional copies will be fimuslied, upon request, at the cost of reproduction. Commencement of Contract Time-, Notice to Proceed: 2.3 The Contract Tittte will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time after tine effective date of the Agreement. In no event will file Contract Time commence to run later than the seventy-fifth (75) day after the dray of Bid opening. Starting (lie Project: 2.4 CONTRACTOR shall start to perform the Work on the date wizen the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract. Time commences to run. Before Starting Construction - 2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the CONTRACT Documents acid check and verify pertinent figures shown thereon and all applicable field measurements. CONTRACTOR shall promptly report in writing to ENGINEER any conflict, error or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarification from ENGiNEER before proceeding with any Work affected thereby; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrepancy in die Contract Documents, unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 2.5 Within ten (10) days after the Effective Date of the Agreement (unless otherwise specified in die General Requirements), CONTRACTOR shall submit to ENGINEER for review 2,5.1 an estimated progress schedule indicating the starting and completion dates of tile various stages of the Work; 2.6.2 a preliminary schedule of Shop Drawing submissions; and 2.6.3 a preliminary schedule of values for all of die Work which will include quantities and prices of 'items aggruLatting the Contract Price and will subdivide the Work into component parts in sufficient dctail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at die tine of submission 2.7 Tet (10) days prior to any work commencing, CONTRACTOR shall deliver to OWNER, with a copy to ENGINEER, certificates (and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with Section 5. Precontitruction Conference: 2.8 Within twenty (20) days after the Effective Date of the Agreement, but before CONTRACTOR starts the Work at die site, a conference attended by CONTRACTOR, ENGINEER and odiers as appropriate will be held to discuss the schodules referred to in paragraph 2.6, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. GENERAL. CONDITIONS L_f GC ^ 4 t.. MID • Finalizing Schedules: 2.9 At least ten (10) nays before submission of the first Application for Payment a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to finalize the schedules submitted in accordance with paragraph 2.6. The finalized progress schedulewill be acceptable to ENGINEER as providing an orderly progression of the Work to completion within tate Contract Time, but such acceptance will neither impose on ENGINEER responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from frill responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for processing the submissions. Tlhe finalized schedule of values will be acceptable to ENGINEER as to form and substance. G ARTICLE 3 - CONTRACT I)OCUMENIS. INTENT, AMENDING, REUSE k Intent: 3.1 The Contract Documents comprise die entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be constnted in accordance with the law of One place of the Project. 3.2 It is the anent of One Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well -know technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implications, shall meant the latest standard specification, manual, code or Iaws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effectsve to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees from those set faith in the Contract Documents, nor shall it be effective to assign to ENGINEER, or any of ENGINEER'S consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph Q. or 9.16. Clarifications and interpretations of the Contract Documents shad be issued by ENGINEER as provided in paragraph 9.4. 3.3 If, dunng the peribrmance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract. Documents, CONTRACTOR shall so report to ENGINEER in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from ENGINEER, however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrelrancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have know thereof Amending and Supplementing Contract DOCI.Hnents: 3A The Contract Documents may be amended to provide for additions, deletions and revisions inn the Work or to modify the terms and conditions thereof in one or more of the following ways: GENERAL CONDITIONS GC - 5 f 3.4.1 a formal Written Amendment, 3.4.2 a Change Order (pursuant to paragraph 1(1.4}, or 3.4.3 a Work Directive Change (pursuant to paragraph I 1), As indicated in paragraphs 11.2 and 12. 1, Contract Price and Contract Time may only be changed by a Change, Order or a Written Amendment. 3,5 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: 3.5.1 a field Order (pursuant to paragraph 9.5), 3.5.2 ENGINEER's review of a shop drawing or sample (pursuant to paragraphs 6.32 and 6.33), or 3.5.3 ENGINEER's written interpretation or clarification (pursuant to paragraph 9.4). Rcuse of Documents: 3.6 Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other docsnnents (or copies of any thereof) prepared by or bearing the seal of ENGIN FFR; and they shalt not reuse any of them on extensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS Availability of Lands: 4.1 OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lards which are designated for the use of CONTRACTOR- Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by OWNER, unless otherwise provided in the Contract Documtrntts. If CONTRACTOR behoves that any delay in OWNER's furnishing these lands, right -of --way or easements entitles CONTRACTOR to an extension of the Contract Time, CONTRACTOR may make a claim therefor as provided in article 12. CONTRACTOR shall provide for all additional lands and access thereto that may he required for temporary construction facilities or storage of materials and equipment. Physical Conditions/Available Reports:. 4.2 Exploration and Reports; Reference is made in the Supplementary Conditions for identification of those reports of exploration and tests of subsurface conditions at the site that have been utilized by ENGINEER in preparation of the Contract Documents. Such reports are not guaranteed as to accuracy or completeness and are not part of the Contract Documents. 4.3 Unforeseen Conditions- CONTRACTOR shall promptly notify OWNER and ENGINEER it writing of any subsurface or latent physical conditions at the site or in an existing structure differing mattenally GFNERAL CONDITIONs , GC - 6 L., from those indicated or referred to in the Contract Documents. ENGINEER will promptly review those conditions and advise OWNER in writing if further investigation or tests are necessary, promptly thereafter, OWNER shall obtain the necessary additional investigations and tests and furnish copies to ENGINEER and CONTRACTOR. If ENGINEER finds that the results of such investigations or tests indicate that there are subsurface or latent physical conditions which differ materially from those intended in die Contract Documents, and which could not reasonably have been anticipated by CONTRACTOR, a Change Order shall be issued incorporating the necessary revisions. Physical Conditions - Underground Facilities: 4.4 Shown or Indicated. The information and data shown or indicated in the Contract Documents with i respect to existing Underground Facilities at or contiguous to the site are based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 4.4.1 OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and i 4.4.2 CONTRACTOR shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph 6.25 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract price. Utilities: I k 4.5 The word facility as used in this subsection titled "Utilities" includes any pipe conveying gases or liquids and appurtenances attached thereto; cables, conduits, wires, ducts and appurtenances; poles and appurtenances; any of which may be buried below grade or installed at or above grade level. A facility excludes irrigation pipes, service connections and traffic signal wiring. A service connection is a pipe (excluding irrigation pipes), cable, wire, duct or conduit that is intended to connect a facility with a user. The word Utility as used in this subsection titled "Utilities" refers to the entity having legal ownership ofthe facility, service connection, irrigation pipe, or traffic signal wiring. 4.6 The ENGINEER has endeavored to determine the existence of underground facilities at the site ofthe work from the records ofthe utilities with known facilities in the vicinity ofthe work. The position ofthese facilities as derived from such records are shown on the plans. Service connections, irrigation pipes, and traffic signal wiring may not be shown on the plans. The CONTRACTOR shall make his own investigations, including exploratory excavations and contact with Utilities, to determine the exact locations and type of existing facilities, service connections, irrigation pipes, and traffic signal wiring prior to commencing work in the area and shall be responsible for any damage thereto. 4.7 With regard to paragraph 6.25, damage, injury, or loss resulting in whole or in part from the CONTRACTOR's failure to locate and preserve a facility, service connection, irrigation pipe, or traffic signal wiring shall under no circumstances be deemed attributable to the fault of the Drawings or Specifications or to the acts or omissions of the OWNER or ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable. 4.8 With respect to underground facilities, no claim for a change in the contract price may be allowed unless the CONTRACTOR discovers an underground facility which is not indicated or referred to in the Contract Documents or which is in a position differing materially and significantly from that GENERAL CDMOI°t ONS GC - 7 4 indicated or referred to in the Contract Documents. if such discovery is made, the CONTRACTOR shall promptly notifj+ in writing the OWNER, ENGINEER and the Utility. The OWNER may make changes in the alignment and grade of the work in accordance with the section titled "Changes in the Work" - 4.9 At no additional cost to the OWNER, the CONTRACTOR shall replace, remove, relocate, protect, or temporarily maintain a facility which is not in a position differing materially and significantly from that indicated or referred to in the Contract Documents. At no additional cost to the OWNER, the CONTRACTOR shall adjust the top elevation of all valve boxes and manholes to match the finish ,grade or pavement surface and shall replace, remove, relocate, protect, or temporarily maintain all service connections, irrigation pipes, and traffic signal wiring. The work on the facility, service connection, irrigation pipe or traffic signal wiring shall be done in a manner satisfactory to the Utility, it being understood that the Utility has the option of doing such work with his own forces, or permitting the work to be done by the CONTRACTOR. Reference Paints. 4,10 OWNER shall provide engineering surveys to establish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for laying ant the 'Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and small make no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. .91 5.1 Within ten (10) days of receipt of the Contract Documents for execution, the successful bidder shall furnish 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 price for the faithful performance and payment of all CONTRACTOR'S obligations under the Contract Documents The CONTRACTOR shall provide two separate bonds, a combined Payment and Performance Bond for 125% of the contract price is not an acceptable substitute. CONTRACTOR shall famish the bonds on the forms provided in these Contract Documents in accordance with Article 5. The CONTRACTOR is required at all times to have valid Performance and Payment Bonds in force covering the work being performed. A failure to have such bonds in force at any time shall constitute a default on the part of the CONTRACTOR. If tire surety writing the Performance and Payment Bonds becomes disqualified, then this shall automatically constitute a failure on lite part of the CONTRACTOR to meet the above requirements. All bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies 'Holding Certificates of Authority as Acceptable Sureties on 'Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department, All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. 5.2 If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases . to meet the requirements of paragraph 5. 1, CONTRACTOR shall within five (5) days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER. GENERAL CONt]1TIONs 4. cC - a 6. • i In lieu ofthe Performance and Payment Bontds, the CONTRACTOR may furnish an alternative form of security in the fotnt of cash, money order, certified check, cashier's check, irrevocable letter of credit ora security as fisted in Part tl of F.S. C7iapter 525. Any such alternative form of security shall i be for the same purposes, 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 R completion and acceptance of the work CONTIiACTOR's Liability Insurance: 5.3 Insurance - General: CONTRACTOR shall not commence work under this contract until lie has obtained all insurance te<luired under this Section and such 'insurance has been approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All such insurance shall remain un effeCL until final payment and at all time thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. i 5.3.1 Insurance Requirements: i 5.3.1.1 Worker's Compensation: To meet statutory limits in compliance with the Worker's Compensation Law of Florida- This policy must include Employer Liability with a limit $100,000 for each accident, $500,000 disease (policy limit) and $100,000 disease (each employee). Such, policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee(s) of the CONTRACTOR. 5.3.3.2 Commercial General Liability Coverage shall provide minimum Limits of liability of $1,000,000 per occurrence Combined Single Unit for Bodily Injury and Property Damage. This shall include coverage for: Premises/Operations ' Products/Conipleted Operations Contractual Liability Independent Contractors 5-3.1.3 Business Auto Liability: Coverage shall provide minimum limits of liability of 51,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: Owner Autos Hired Autos Non -Owned Autos 5.3.1.4 CONTRACTOR's Property Insurance: CONTRACTOR shall purchase and maintain property insurance upon the Work at die site to the full insurable value thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by law). This insurance shall include the interests of OWNER, CONTRACTOR and Suboantractors in the Work, shall insure against the perils of fire, lightning and extended coverage, shall include "all risk" insurance for physical loss and damage including theft, vandalism acid malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, acrd shall include damages, losses and expenses arising out of our resulting from any insured loss or incurred in the repair or replacement of any insured property (including fees and charges of engineers, architects, attorneys and other GENERAL CONDITIONS GC -- 9 01 11 professionals). If not covered under the "ail risk" insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off tate site or in transit when such portions of the Work are to be included in an Application for Payment. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph shall contain a provision that die coverage afforded will not be canceled, materially changed or reduced until at least thirty (30) days' prior written notice has been given to OWNER. 5.3.1.5 CONTRACTOR's "All Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and insurance Endorsement" forms it? the exact jnrmae and working Presenrerl in these Contract Documenrr before starting work. 5.3.2 Special Requirements: 5.3.2.1 Upon submittal of the executed contract by the Contractor, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER's Risk Manager for review and approval. The certificates shall provide for the following: 5.3.2.1.1. "hoard of County Commissioners, Indian River County Florida" will be named as "Additional Insured" on both die General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. 5.3.2.1.2. The OWNER will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the OWNER's Risk Manager. 5,3.2.2. An appropriate "Indemnification" clause shall be made a provision of the contract (see paragraph 6.36 and 6.37 of the General Conditions) 5.3.2.3. It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. 5.3.2.4. It should be remembered that these are minimum requirements which are subject to modification in response to high hazard operatioan, 5.3.2.5. Insureds must be authorized to do business and have an agent for service of process in Florida and have an "A" policyholder's rating and financial rating of least Class XI in accordance widt the most current Best's Rating. ARTICLE b - CONTRACTOR'S RESPONSIBILITIES t. . Supervision and Superintendence: 6.1 CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perforin the Weak in (XNERAL CONDITIONS tac - 10 i 0 raccordance with the Contract Documents. CONTRACTOR shall be solely responsible for rte means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in die design or selection of specific means, methods, tec]miques, sequences or procedures of Construction which is indicated in and required by the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work complies accurately with rte Contract Documents. 6.2 CONTRACTOR shall keep on die Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGINEER except ' under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at tie site and shall have audiorityto act on behalf of CONTRACTOR. All communications given to the supermterident shall be as binding as ifgiven to CONTRACTOR - I I Labor, Mihterials and Equipment! 6.3 CONTRACTOR shall provide competent, suitable qualified personnel to survey and lay out tie Work. and per%mi construction as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at tie site or adjacent thereto, and except as otherwise indicted in fine Contract Documents, all Work at tie site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or tine performance of Work on Saturday, Sunday or any legal holiday without OWN ER's written consent given after prior written notice to ENGINEER. 6.4 Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and assume full responsibility for all material, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel power, light, heat, telephone, water sanitary facilities, temporary facilities and all other facilities and incidcrtals necessary for the fur ishnig, perfornhance, testing, start- up and completion of the Work. 6.5 All materials and equipment shall be of good quality and new, except as otherwise provided in the Contract Documents- If required by ENGINEER, CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials aiid equipment, All nhaterial and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with dash instructions of the applicable Supplier except as otherwise provided in tie Contract Documents; but no provision of any such instructions will be efTwive to assign to ENGINEER, or any of ENGINEER's consultants, agents or employees, any duty or authority to supervise or direct die furnishing or performance of tie Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. Adjusting Progress Schedule; 6.6 CON'T'RACTOR shall submit to ENGINEER for acceptance (to die extent indicated in paragraph 2.9) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress then if effect and additionally will comply with any provisions of the General Requirements applicable thereto- Substitutes or "Or -Equal" Rents: 6.7.1. Whenever materials or equipment are specified or described in tie Contract Documents by using the name of proprietary item or the name of a particular supplier, tie naming of the item is intended to establish the type, hi ction and quality required and to establish a basis for bidding- Unless the name is followed by words indicating that no substitution is permitted, substitute inateriAs or equipment may be reviewed by Engineer if sufficient information is supplied by CONTRACTOR to allow Engineer GENERAL CONDITIONS GC - 11 to evaluate the proposed substitution. The use of materials or equipment other than those named shall be considered a substitution, which will be considered only after a contract for the Work is awarded. 6.7.2. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to Engineer for review thereof, certifying that the proposed substitute will perform the functions and achieve the results called for by the Contract Documents, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and review of the proposed substitute will not prejudice CONTRACTOR'S achievement of Substantial Completion on time, whether or not review of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection witi the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from use of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by Engineer in evaluating the proposed substitute. 6.7.3. The procedure for review by Engineer will include the following a. Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR. b. Upon receipt of an application for review of a substitution, Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item. C. If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR. d. If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse OWNER for the review cost. e. Engineer may require CONTRACTOR to furnish at CONTRACTOR'S expense additional data about the proposed substitute. 6.7.4. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to Engineer, if CONTRACTOR submits sufficient information to allaw Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in paragraph. G.1 as applied by Engineer (and as may be supplemented in the General Requirements). 5.7.5. Engineer will W allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRAC'T'OR shall not order, install or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. Engineer will record time required by Engineer and Engineer's consultants in. evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is used, CONTRACTOR shall iy reimburse OWNER for the charges of Engineer and Engineer's consultants for evaluating eadn proposed substitute. LO 1 GENERAL CONDITIONS V GC - 12 6o 40 6.7.6. Substitute materials or equipment may be proposed far acceptance in accordance with these paragraphs (F.I through F.6). In Oto mit that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the OWNER and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. Concerning Subcontractor, Suppliers and Others: 6,8 CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization (including those acceptable to OWNER or ENGINEER as indicated in paragraph 6.10), whether initially or as a substitute, against whom OWNER or ENGINEER may have reasonable objection. CONTRACTOR shall net be required to employ any Subcontractor, Supplier or outer person or $ organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable 0 objection. 6.9 The apparent low Bidder, and any other Bidder so requested by the OWNER, shall submit, within seven (7) days after the day of the Bid opening, a list of all Subcontractors and outer persons and organizations, including those who are to furnish the principal items of material and equipment, with a value in excess of $5,000.00. The list shall include the name and address of tate Subcontractor, person or organization and a description of the services, materials or equipment to be supplied. 6.10 OWNER's or ENGINEER's acceptance (either in writing or by failing to make written objection thereto within ten (10) days of receipt of the list) of any such Subcontractor, Supplier or outer person or organization so identified may be revoked on tate basis of reasonable objection after due investigation, in which case CONTRACTOR shall submit an acceptable substitute: the Contract Price will be adjusted by die difference in die cost occasioned by such substitution and ars appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER or any such Subcontractor, Supplier or other person or organization shall constitute a 1, waiver of any right of OWNER or ENGINEER to reject defective Work lam' I 6.11 CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions ofthe Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for CON'T"RACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor, Supplier or other person or organization„ nor shall it create any obligation on the part of OWNER or ENGINEER to pay or to see to the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.12 The divisions and sections of the Specifications and the identifications of any Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating, the Work to be performed by any specific trade. 6.13 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which spocifically 'binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses larder policies issued pursuant to paragraphs 5.3. Patent Nees and Royalties: 6.14 CONTRACTOR shall pay all licensee fees and royalties and assume all costs incident to tine use in the performance ofthe Work or die incorporation in the Work of any invention, design, process, product GENERAL CONDITIONS GC — 13 CI M or device which is the subject of patent rights or copyrights held by others. If a particular invention, d%igrn, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by {OWNER in the Contract Documents. CONTRACTOR shall i ndernitify and hold harniless OWNER and ENGINEER and anyone directly or indirectly employed by either ofthem horn and agaitist all claiuns, damages, lasses and expenses (including attorney's fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in [he performance of the Work or resulting from the incorporation in die Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend a]I such clatntis in corm ections with any alleged infringement of such rights. Permits: 6A5 Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners .for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fuses. Laws And Regulations: 6.16 CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and perfornnanrc of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.17 If CONTRACTOR observes that the specifications or Drawings are at variance with any Laws or Regulations, CONTRACTOR shall give ENGINEER prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicted in paragraph 3A. if CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to ENGINEER, CONTI?JNCTOR shall bear all costs arising therefrom; however, it shall not be CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations, Taxes: 6.18 CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordasnce with the laws and Regulations of the place of the projcet which are applicable during rite performance of the Work. Use of Premises: 6.19 CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and pennitted by the Contract Docurnernts and other land and areas permitted by Laws and Regulations, rights-of�way, permits and easements, and shall not utrreason ab] y encumber the premises with constriction equipment or other materials or equipment. The CONTRACTOR shalt take all precautions to minimize inconvenience to residents living adjacent to the construction site by maiatainirny access to driveways and providing noise control devices for dewatering equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas GENERAL CONDITIONS u GG r 14 6A i contiguous thereto, resulting from the performance of the Work. Should any claim be made. agonist OWNER or (ENGINEER by ally such owner or occupant because of the performance of the Work, CONTRACTOR shalt promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall to the fullest extent permitted by Laws and Regulations indemnify and hold OWNER and ENGINEER harmless from and against alt claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR'S performance of the Work. 6.20 During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations afwaste materials, rubbish and other debris resulting from the Work. At the completion of die Work CONTRACTOR shalt remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipma * and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designed for alteration by the Contract Documents. 6,21 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any mariner that will endanger the structure, nor shall CONTRAC'T'OR subject any part of the Work or adjacent property to stresses or pressures that will intdanger it. Record Documents: 6.22 CONTRACTOR shall maintain in a safe place at the site one (1) record copy of all Drawings, Specifications, Addenda, Written Amendments, reviewed Shop Drawings, Change Orders, Work Directive Changes, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9A) in good order and annotated to show all changes made during construction. These record documents togetherwidt all reviewed samples and counterpart of all reviewed Shop Drawings will be available to ENGINEER for reference. Upon couiptetion of the Work, these record documents, samples and Shop Drawings will be delivered to ENGINEER for OWNER. Upon delivery of such documents to ENGINEER, the CONTRACTOR shall provide a written certification, signed and dated, that all documents accurately and completely reflect all deviations from or charges in the original Contract Documents made dunng construction of die project. 6.23 These requirements also supplement those of Article lit. Record documents shall be up-to-date and available for review by die resident project representative prior to each application for progress payment. payment will not be made for construction of items not shown oil the record doctuncnts.. ' 6.24 Not less than two percent (29/o) of the contract price shall be retained witil correct record drawings, specifications, addenda, modifications and shop drawings are delivered to and reviewed by the ENGINEER. Safety and Protection: 6.25 CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in winection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or lass to: 6.25.1 all employees oil the Work and other persons and organizations who may be affected thereby; ® 6.25.1 all the Work and materials and equipment to be incorporated therein, whether in ■ storage on or off the site; and I GENERAL CONDITIONS GC - 15 • 6.25.3 other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.25.2 or 6.25.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR, and Subcontrac or, Supplier or any ether person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OW IER or ENGINEER or anyone employed by either of them or anyone for whose acts either of Chem may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGINEER has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion), 6.26 CONTRACTOR shall designate a responsible representative at the site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR's superintendent unless otherwise designated in writing by CONTRACTOR to OWNER. Emergencies: 6.27 In emergencies of%cling the safety or protection of persons or the Work or property at the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER or OWNER, is obligated to act to prevent threatened damage, injury or loss CONTRAC'T'OR shall give ENGINEER prompt written notice that any significant changes in the Worts or variations from the Contract Docurn" have been caused thereby. If ENGINEER determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. Shap Drawings and Samples: 6.28 After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, CONTRACTOR shall submit. to ENGINEER for review in accordance with the accepted schedule of Shop Drawing submissions (see paragraph 2.9), or for other appropriate action if so indicated in the Supplementary Conditions, five (5) copies (unless otherwise specified in the General Requirements) of all Shop Drawings, which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the submission. Alt submissions will be identified as ENGINEER may require. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable ENGINEER to review the information as required. 6.29 CONTRACTOR shall also submit to ENGINEER for review with such promptness as to cause no delay in Work, all samples required by the Contract Documents, All samples will have been checked by and accompanied by a specific written indication that CONTRACTOR has satisfied MMERAL CONDITIONS L GC - 16 171 11 i CONTRACTOR'S responsibilities wader the Contract Documents with respectto the review of t'• submission and will be identified clearly as to material, Supplier, per n.,rit data such -s catalog numbers and the use for which intended. 6.30 Before submission of each Sinop Drawing or sample CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. �I 5.31 At the time of each submission, CONTRACTOR shall give ENGINEER specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be mads on each Shop Drawing submitted to ENGINEER for review of each such variation. 5.32 ENGINEER will review with reasonable promptness Shop drawings and samples, but ENGINEER's review will be only for conformance with the design concept of the project and for compliance with the information given in fire Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of ctxistnictionn (except where a specific means, methods, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review of a separate item as such will not indicate review of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new samples for review. CONTRACTOR shall direct specific attention in writing to revisions other than the corrections colied for by ENGINEER on previous submittals. 5.33 ENGINEER's review of Shop Drawings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the One of subrrussion as required by paragraph 5.31 and ENGINEER Inas given written review each such variation by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample review; nor will any review by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Drawings or from responsibility for having complied with the provisions of paragraph 6.30. 6.34 Where a Shop Drawing or sample is required by the Specifications, any related Work performed prior to ENGINEER's review of the pertinent submission will be the sole expense and responsibility of CONTRACTOR, i t Continuing the. Work: t 6,35 CONTRACTOR shall carry on the Work and adhere to rhe progress schedule during all disputes or P disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreernerts, except as pennitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. 4� Indemnification: 5.36 The CONTRACTOR shall meld harnnless, indemnify and defend the OWNER, the OWNER's Representative, the ENGINEER, and their consultants• and each of their officers, employees and agents harmless from all casts, losses, expenses, damages• attorneys' fees, and other costs, including all costs of defense, which any of thein may incur with respect to the failure, neglect, or refusal of CONTRACTOR to faithfully perform tho work and all of the CONTRACTOR's obligations runder r4 UNERAL CONDITIONS GC — 17 4b thecantract. Such costs, expenses, and damages shall include all cost incurred by the OWNER, the OWNER's Representative, the ENGINEER, and their consultants to defend against any claims, stop notices, or lawsuits based thereon in which any of them is made a party. 6.38 In any and all claims agairtst OWNER or ENGINEER or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or famish any of the Work or any one for whose acts any of them may be liable, the indemnification obligation under paragraphs 6.36 and 6.37 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under worker's or workmen's compensation acts, disability benefit acts or other employee benefit acts. 6.39 The obligations of CONTRACTOR under paragraphs 6,36 and 6.37 shall not extend to the liability of ENGINEER, ENGINEER's consultants, agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications. Interpretation of Contract Documents: 6.44.1 It is the duty of the CONTRACTOR to notify the ENGINEER, in writing, in the event of any doubt or question as to the true meaning of any provision in the Contract Documents. The ENGINEER's decision thereon shall be final. Annotated dimensions on drawings shall govern and work not dimensioned shall be as clarified by the ENGINEER. Work not particularly shown or specified shall be the &aim as similar parts that are shown or specified. Materials of work described in words which have a well-known technical or trade meaning shall be deemed to refer to such recognized standard. 6.40.2 The CONTRACTOR shall verify all dimensions, quantities, locations, materials and details shown on the Plans, Supplementary Drawings, schedules or other data received from the Architect or 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 relive the CONTRACTOR of full responsibility for unsatisfactory work, faulty construction, or improper operation resulting therefrom nor from rectifying such condition at his own expense. He will not be allowed to take advantage of any error or omissions, as full instructions will be furnished by the Architect or 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, Belated Work at Site: 7.1 OWNER may perforin other work related to the Project at the site by OWNER's own forces, have other work performed by utility owners or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or required additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles l l and 12. 7.2 CONTRACTOR sball afford each utility owner and other contractor who is a party to such a direct. contract (or OWNER, if OWNER is performing the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may GENERAL CONDITIpNS L GC - 18 6 be required to make its several parts come together property and integrate with such other work. CONTRACTORshall nut endanger any work of others by others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and �y the others whose work will be affected. The duties and responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between OWNER and such utility owners and other contractors. 7.3 If anypart of CONTRACTOR's Work depends for proper execution or results upon the work of any stick other contractor or utility owner (or OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays, defects or deficiencies ill such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure to report will omstitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies its the outer work. Coordination.- 7.4 oordination:7.4 If OWNER contracts with others for the performance of other work on the Project at the site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and tine specific matters to be covered by such authority and responsibility will be itennized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless. otherwise provided in the Supplementary Conditions, neither OWNER nor ENGINEER shall [lave any authority or responsibility in respect of such coordination. 6HTI '[.E 8 - CIIVN .li'S gt_ 5Y�? 8.1 OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2 In case oftertnittation of the employment of ENGINEER, OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection, whose status under the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such appointment shall be subject to arbitration. �t 8.3 OWNER shall furnish the data required of OWNER under file Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are clue as provided inn paragraphs 14.4 and 14.13. 8.4 OWNER's duties in respect of providing lands mid easements and providing engineering surveys to establish reference points are scat forth at paragraphs 4.1 and 4.1[1. Paragraph 4.2 refers to OWNER's identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and in existing straetures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8 5 OWNER's responsibilities in respect of purchasing mid maintaining liability and property insurance are set forth in paragraphs 5.5 acid 5.12. 8.6 OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7 OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 0 I GENERAL CONDITIONS GC - 19 11 8.8 In ominoction wit}t OWNER's right to stop Work or suspend Work, see paragraphs 13.10, and 15.1. Paragraph 15.2 deals with OWN ER's right to terminate services of CONTRACTOR under certain circumstances. AILT]ILLE 9-- ENGINEER'S S-TATUS DURING CON RULIM OWNER's Representative: 9.1 ENGINEER will be OWNER's representative during the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during omstruction are set forth in the Contract Documents mid shall not be extended without written consent of OWNER and ENGINEER.. Visits to Site: 9.2 ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to snake exhaustive or continuous onsite inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing far OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on- site observations as an experienced and qualified design professional, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in tate Work. Project Representation: 9.3 If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative and assistants are set forth in Section 00801, Exhibit. B, titled "D tties, Responsibilities and Limitations of the Authority of Resident Project Representative". If OWNER designated another agent to represent OWNER at the site who is not ENGINEER's agent or employee, the duties, responsibilities and limitations of authority of such other person will be as provided in the Supplementary Conditions. Clarifications and Interpretations: 9A ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements ofthe Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretations justifies an increase in the Contract Price or an extension of the Contract. Time and the parties are t unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article I I or Article 12. Authorised Variations in Work; 9,5 ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER, and also on CONTRACTOR who shall perform the Work �r involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract GENEKAL CONDITIONS GC - 20 1W 40 Price or an extension of the Contract Time and the parties are unable to agree as to Use amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article I I or 12. Rejecting Defective Work: 9.6 ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective, and will also have akrthority to require special inspection or testing of the Work as provided in paragraph 13.9, Whether or not rite Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: i 9.7 In coruiection with ENGINEER's responsibility for Shop Drawings and samples, see patagraph 6.28 1 through 6.35 inclusive. 9.8 In connection with ENGINEER's responsibilities as to Change Orders, see articles 10,'11 and 12. 9.9 In connection with ENGINEER's responsibilities in respect of Applications for Payment, etc, see article 14. Determinations for Unit Prices; 9.10 ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CONTRACTOR, ENGINEER will review with CONTRACTOR ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). ENGINEER's written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless, within ten (la) days after the date of any such decision, either OWNER or CONTRACTOR delivers to the other party to the Agreement and to ENGINEER written notice of intention to appeal from such a decision. Decisions on Disputes: I 9.11 ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles l I and 12 in respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in witting with a request for a formal decision in accordance with this paragraph kvhich ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute and other matters will be delivered by a claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise thereto, and written supporting data will be submitted to ENGINEER and the other party within sixty (60) clays after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim. 9.12 L'i+'hern functioning as interpreter and judge kinder paragraphs 9.10 and 9. 11, ENGINEER will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in site]) capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either nnav otherwise have under the Contract Documents or by Laws or Regulations in tespect of any such ctaim, dispute or other matter. GENERAL CONDI'T'IONS GC — 21 tom] C] Limitations on ENGINEER's Responsibilities: 9.13 Neither ENGMEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGINEER tit good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. 9.14 Whenever in the Contract Documents the terms '"as ordered", "as directed", "as required", "as allowed", "as approved" or terms of like effect or import are used or the adjectives "reasonable", '"suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or impost are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the fumishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. 9.15 ENGINEER will not be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 9.16 ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. ARTICLE- 10 - Q IANGFS IN TME WORD 10.1 Without invalidating; the Agreement and without notice to any surety, OWNER may, at any time or from time to time, given written order of additions, deletions or revisions in the Work as it may find necessary or desirable. These will be authorized by a Written Amendment, a Change Order, or a Work Dirvdive Change. Upon receipt of any such document, CONTRACTOR slsall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.7. If OWNER and CONTRACTOR are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in Article I 1 or Article 12. 10.3 CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the { Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraphs 3.4 and 3.5, except in the case of an emergency as provided in paragraph 6.27 and except in the case of uncovering; Work as provided in paragraph 13.9. 10.4 OWNER and CONTRACTOR shall MClite appropriate Changer Orders (or Written Amendhnents) i covering: 0.4.1 changes in the Work which are ordered by OWNER pursuant to paragraph 10, 1, are l y required because of acceptance of defcedve Work under paragraph 13.13 or GENERAL CONDITIONS w GC - 22 w 1-1 • correcting defective Work under paragraph 13.14, or are agreed to by die parties; 10.4.2 changes in the Contract Price or Contract Time which are agreed to by the parties; and 10.4.3 changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by ENGINEER pursuant to paragraph 9.11; provided that, in lien of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on die Work and adhere to the progress schedule as provided in paragraph 635. 10.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not linuted to, Contr�.ct Price or Contract Time) is rewired by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE I I - CHANGE OE CONTRACT PRICE 11.1 The contract price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shall be at his expense without change in the Contract Price, 11.2 The Contract Puce may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delive!cd by the party making the claim to the other party and to ENGINEER promptly (but un no event later than thirty (30) clays) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty (60) days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that amount claimed covers all known amounts (direct, indirect and consequential) to which die claimant is esnided as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot othenvise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 112 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract. Price shall be determined in one of the following ways: 11.3.1 Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9 through 11. 11, inclusive). 11.3.2 By mutual acceptance of a Imnp sum or other unit price(which may include an allowance for overhead and profit not necessarily in accordance with paragraph 1 1.6.2. 1). 11.3.3 On die basis ofthe Cost of the Work (determined as provided in. paragraphs 1 l .4 and GENERAL CONDITIONS GC - 23 I= Cost of the Work; 11.4 The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph 1t.5� 11.1.1 For all labor and foremen (CONTRACTORS and subcontractors) in direct charge ofthe authorize operations, die CON'T'RACTOR shall receive die 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 engaged thereon, to which shall be added art amount dual to 15 percent (15%) oftlre sunt thereofwhich shall be considered and accepted as full compensation for general supervision and the furnishing of small tools and miscellaneous oquipment used, such as picks, shovels, hand pumps, and similar items. 11.42 For all materials used (by CONTRACTOR or subcontractor), die CONTRACTOR shall receive the actual cost of such materials delivered at the site or previously approved cleliverypoint as established by original receipted bills. No percentage shall be added to this cost. 11.43 For special equipment and machinery (used by CONTRACTOR or subcontractor) such as power driven pumps, concrete mixers, tricks, 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 tune of its use oar die work. No percentage shall be added to this cost. i 1.4.4 The CONTRACTOR'S profit shall be computed by taking ten (10%) percent of the sum of items 11 A.1 (less the 15% added). 11.4.2, and 11 .4-3 above. 11 ,4.5 The total cost of performing this extra work shall then be the scam o€items 1 1.4.1, 11.4.2, 11.4.3, and 11.4.4. 11.4-6 Records of extra work done, if any, shalt be reviewed at die end of each day by the. CONTRACTOR or his representative and at die discretion of the Engineer, duplicate copies of accepted records made and signed by both CONTRACTOR or his representative and the Engineer, and one copy retained by each.. 11.5 The term cost of the Work shall not include any of the tbllowing: 11.5.1 Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and adner personnel employed by CONTRAC'T'OR whether at fie site or in CONTRACTOR's principal or a branch office for general administration of die Work and not specifically included in the r , agreed upon schedule of job classifications referred to in paragraph 11.4.1 all of which are to be considered administrative costs covered by the CONTRACTOR's Fee, GENERAL CC]NDETIONS GC - 24 40 11.5.2 Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 11.5.3 Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the Work and charges against CONTRACTOR for delinquent payments. 19.5.4 Cost of prcmituns for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain rile same. 11.5.5 Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable, including but not limited to, the correction of defective Work. Disposal of materials or equipment wrongly suppliers and making good any damage to property.. 11.5.6 Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph 11.4. CONTRACTOR'S Fee: 11.6 The CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 11.6.1 a mutually acceptable fixed fee: or if none can be agreed upon, 11.6.2 a fee based on the following percentage of the various portions of the Cost of tine Work: 11.6.2.1 The amount of credit to be allowed by CONTRACTOR to OWNER for any change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an ameutit equal to tent percent I10%) of the net decrease. l 1.6.2.2 When both additions and credits are involved in any one charge, the adjustrttent in CONTRACTOR's fee shall be computed on the basis of the net change, 11.7 Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5, CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8 It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or a Suppliers and for such sums within the limit of the allowances as ntay be acceptable to ENGINEER. y�l CONTRACTOR agrees that: 11.8.1 the allowances include the cost to CONTRACTOR (less any applicable trade discounts) of materials and equipment required by the allowances to be deiivored at the site, and all applicable taxes; and k, k GENERAL CONDITIONS GC - 25 EI 11,8,2 CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses omtemplated for the allowances have been included in the Contract Price and nut in the allowances. No demand for additional payment on account of any thereof of any thereof will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CON'T'RACTOR on account of Work covered by allowances, and tate Contract Price shall be correspondingly adjusted. Unit Price Work: 11:4 Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Pnce will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work tines the estimated quantity of each items as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will be made by ENGINEER in accordance with paragraph 9,10 11,10 Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item.. 11.11 Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other items of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article I 1 if the parties are unable to agree as to the amount of any suchutcrease, ARTICLE 12 - CHANGE OF CONTRACT TIM 12.1 The Contract Time may only be changed by a change order or a written amendment. any claim for an extension or shortening of the contract time shall be based on written notice delivered by the party making claim to the outer party and to ENGINEER promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claire and stating the general nature of the claim. Notice of the extent of the claire with supporting data sha]I be delivered within sixty (60) days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by ENGINEER in accordance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim far an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph 12, 1. 12.2 The Contract Time .viIi be extended in an amount equal to time lost due to delays beyond the control of CONTRACTOR if a claim is made therefor as provided in paragraph 12.1. Such delays shall include, but not be limited to, acts or neglect by OWNER or others performing additional work as contemplated by Article 7, or to fires, f7ouds, labor disputes, epidemics, abnormal weather conditions 6,, or acts of God. Delays described in this paragraph shall not entitle the CONTRACTOR to any additional compensation. The sole remedy of the CONTRACTOR shall be an extension of time obtained in accordance with Article 12. lr GENERAL CONDITIONS L GC — 26 fid 4D " 12.3 All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude rccovety for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration casts) for delay by either party. 1 bft'TL� 1'AIVTY SNI) Cl1A R 4iy r6F •TESTS ANTI INSPECTIONS CO RECTION RTuiblQYi� J. QR 91!CC IANCL OF Ii.EE'EC7YVE WURK Warranty and Guarantee:. 13.1 CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accordance with the Contract Documents and will not be defeerrve. Prompt notice of all defects sha31 be giver to CONTRACTOR. All defeclive Work, whether or not in plan:, may be rejected, corrected or acceptod as provided in this Article l3. Tests and Inspections:. 13.3 CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections or tests. 13.4 The OWNERwill retain and pay for an independent materials testing laboratory to accomplish certain tests. The only tests to be provided by the OWNER shall be the iuitiil.l tests for density and thickness of backfill, stabilized subgrade, base course and asphaltic concrete surfaces, bearntg value of stabilized subgrade; and Portland cement concrete cylinder tests. Subsequent tests required after the initial tests to verify compliance with (lie Contract Documents in areas failing the first test shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. All other tests required in the Contract Document shall be provided by tae CONTRACTOR. The CONTRACTOR shall assume full responsibility thereFor, pay all costs in ccxtnection therewith and f imish ENGINEER die + required certificates of inspection, testing or approval. CONTRACTOR, shall also be responsible for :and shall pay all costs in connection with any inspection or testing required m connection wide OWNER's or ENGINEER's acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment subinuted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. k k 13.5 All inspections, tests or approvals otter than those required by laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by ENGINEER if so specified). 13.6 If any Work (including the work of others) d:at is to be inspected, tested or approved is covered without written concurrence of ENGINEER, it must, if requested by ENGINEER, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense runless CONTRACTOR has giver ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness ut response to such notice. 13.7 Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CON'T'RACTOR form CONTRACTOR's obligations to perform die Work in accordance with die Contract Documents. Uncovering Work: 13.8 If any Work is covered contrary to the written request of ENGINEER, it must, if requested by ENGINEER, be uncovered for ENGINEER`s observation and replaced at CONTRACTOR's expense. GENERAL CONDITIONS GC - 27 40 13.9 If ENGINEER considers it necessary or advisable that covered Work be observed by 'ENGINEER or inspected or tested by others, CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing as ENGINEER may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. if it is found that such Work is defective, CONTRACTOR shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys and other professionals), and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may nuke a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Articles I I and 12. OWNER May Stop the Work: 13.10 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. Correction or Removal of Defective Works 13.11 If required by ENGINEER, CONTRACTOR shall promptly either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by ENGINEER., remove it from the site and replace it with nondefective Work which is satisfactory to the ENGINEER. CONTRACTOR shall bear all direct, indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby. One Year Correction Period: 13.12 If within one (1) year atter the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by an specific provisions of the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written instructions, either correct such defective Work, or, if it has been rejected by OWNER, remove it from the site and replace it with nondefi ctive Work, if CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or the rejected Work a removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of " equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 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 L under this Contract shall be guaranteed by him against mechanical and physical defects, breakage, and GENERAL CONDITIONS L GC - 26 lr 40 other darnages 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 rep)acement shall be one year from mid after the date of installation thereof. i A,cceptnnce of Defective Work; 13.13 If, instead of requiring correction or removal and replacement ofdejective Work, OWNER (and, prior to l NGINFFER's recommendation of final payment, also ENGINEER) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluaticm of and detenu r ation to acogA such defective Work (such costs to be approved by ENGINEER as to reasonableness and to include but not be limited to fees and charges of engineers. arcluttocts, attorneys and other professionals). If any such acceptance occurs prior to ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11, If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. OWNER May Correct Defective Work: t 13.14 If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with paragraph 13.11 or if CONTRACTOR fails to perform the Work in accordance with sire Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven (7) days written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising die rights and remedies under this paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACrOR's tools, appliances, construction equipment and machinery at the site and i ncorporato in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shalt allow OWNER, access to lite site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER, and a Change Order will be issued incorporating the necessary revisions in the Contract Docwnents with respect to the Work; and OWNER shall be entitled to an appropnatc decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article I I. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of work of others destroyed or k I damaged by correction, removal or replacetrieut of CONTRACTOR's deiectivc Work. CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. ART QX.- 4 - Schedule of Values: GENERAL CONDITIONS GC - 29 14.1 The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to ENGINEER. Progress payments an account of Unit Price Work will be based on the number of units completed. Application for Progress Payment: 14.2 At least twenty (20) days before each progress payment is scheduled (but not more often than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment felled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract 'Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting the OWNER has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens') and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3 CONTRACTOR warrants and guarantees that title to all Work materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment, free and clear of all Liens. Review of Applications for Progress Payment: 14.4 ENGINEER will, within ten (1 0) days after receipt of each application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRAC'T'OR may make the necessary corrections and resubmit the Application. Ten (18) days after presentation of the Application for Payment with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sen twoe ofparagmph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14,5 ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's on-site observations of the Work in progress as an experienced and qualified design professional and on ENGINEER's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of ENGINEER's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent t tests called far in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work wider paragraph 9, 10, and to any other qualifications stated in the recommendation), and that CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such payment ENGINEER will not thereby be deemed to have represented that exhaustive or continuous onsite inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGII EER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR L to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR, <L, I GENERAL CONDITIONS L GC 30 tae 14.6 ENGINEER's recommendation of final payment will constitute an additional represcotation by ENGINEER to OWNER that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. 14.7 ENGINEER may refuse to recommend the whole or any part of any payment if, in ENGINEER's opinion, it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or test nullify any such payment previously recommended, to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: ' 14.7.1 the Work is defective, or completed Work has been damaged requiring correction or replacement, 14.7.2 the Contract price has been reduced by Written Amendment of Change Order, 14,7.3 OWNER has been required to correct defective Work or complete Work in accordance with paragraph 13.14, or 14.7.4 of ENGINEER's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2,I through 15,2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGINEER because claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or liens have been filed in connection with the Work or there are other items entitling OWNER to a set-off against the amount recommended, but OWNER trust give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action. Substantial Completion: 14.8 When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER. shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the bate of Substantial Completion, There shall be attached to the certificate a tentative lis¢ of items to be completed or corrected before final payment. OWNER shall have seven (7) days alter receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludesthat the Work is not substantially complete, ENGINEER will within fourteen (14) days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If after consideration of OWNER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen 04) days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified after consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion, ENGINEERwilldeliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities ,pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, nnaintenannce, heat, utilities insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER's issuing the definitive certificate of Substantial Completion, ENGINEER's aforesaid recommendations will be binding on OWNER and CONTRACTOR until final payment. GENERAL COND111ONS GC - 31 I C-1 11 14.9 OWNER shall have the right to exclude CONTRACTOR from the Work after tire date of Stibstantial Completion, but OWNER shall allow CONTRACTOR reasotiable access to complete or correct items on the tentative list. ` Partial Utilisation: 14.10 Use by OWNER of arty finished part of the Work; which has specifically been identified in the Contract Documents, or which OWNER, ENGINEER and CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by OWNER without significant inter%rence with CONTRACTOR's performance of Cite remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the followittg: 14.1 q.1 OWNER at any time may request CONTRACTOR in writing to perrint OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Works substantially complete and request ENGINEER: to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its untended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of die Work. Within, a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection ofthat part of the Work to de=termine its status of completion. if ENGINEER does not oonsider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14. 10.2 OWNER may at anytime request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and within a reasonable time thereafter OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of die Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before fu,a I payment. If CONTRAC'T'OR does not object in writing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will f naliw the list of items to be completed or corrected and will deliver such list to OWNER, and CONTRACTOR together, with a written rec-rnunendabon as to the division of responsibilities pending ftnaI payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, irsstrrance, warranties and guarantees for the part of the Work, which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed ENGINEER). During such operation mid prior to Substantial Completion of such part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related. Work. GENERAL CONDITIONS 1� GC — 32 Lr L-1 11 14.10.3 No occupancy or separate operation of part of the Work will be accomplished prior to compliance wills the requirements of paragraph 5.21 in respect of property r insurance. Final Inspcction:. 14.11 Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complete, ENGINEER will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is y incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. ( Final Application. Ior Payment: 14.12 After CONTRACTOR has completed all such con,:ctions to the satisfaction of ENGINEER and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked -up record documents (as provided in paragraphs 6,22.6.24) and other documents - all as required by the Contract Documents, and after ENGINEER has indicated that the Work is acc4atable (subject to the provisions of paragraph 14.16), CONTRACTOR may make application for final payment following the procedure for progress payme'nnts. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER, CONTRACTOR may furnish receipts or releases in full; an affidavit of CONTRACTOR that the releases and receipts include all labor, services, material and equipment for which a Lien could be filcd, and that all payrolls, material and equipment bills, and other indebtedness connected whir the Work for which OWNER or OWNER's property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to Nmish a release or receipt in fill], CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lieu. Final payment and Acceptance: 14.13 If, on fhe basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation -all as required by the Contract Documents, ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled, ENGINEER will, within telt (10) days after receipt of the final Application for Payment, indicate in writing ENGINEER's recormnendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to fire provisions of paragraph 14.16. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty (30) clays after presentation to OWNER of the Application and accompanying documentation, in appropriate ftrnn and subsuince, and with ENGINEER's recommendation and notice of acceptability, the amount recommended by ENGINEER will become due and will be paid by OWNER to CONTRACTOR. 14.14 If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and if ENGINEER so confirms, OWNER shall, upon receipt of CONTRACTOR's final application for Payment and rerotrunerdation of ENGINEER, and without terminating the Agreement, make payment ofthe balance due for that portion of die Work fully compacted and accepted, if the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated 11 Ll GENERAL CONDITIONS GC - 33 40 in the Agreement, and if Bonds have been finmished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work frilly competed and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. Contractor's Continuing Obligation: 14.15 CONTRACTOR's obligation to perform and complete the Work in accordance with die Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ENGINEER, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER. nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of accept ability by ENGINEER. pursuant to paragraph 14.13, nor any correction of defechve Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.16). Waiver of Claims: 14.16 The making and acceptance: of final payment will constitute: 14.16.1 a waiver of all claims by OWNER against CONTRACTOR, except claims arising from unsettled Liens, from dcfecnve Work appearing after final inspection pursuant to paragraph 14.1 1 or from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, however, it will not constitute a waiver by OWNER of any rights in respect of CONTRACTOR's continuing Obligations tinder the Contract Documents, and 14.16.2 a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writing and still unsettled. "rlRTICI,V15 411SPENSiON OF WQRK AND TEIR dj1 A ION. OWNE11 May Suspend Work: 15.1 OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety (90) clays by notice in writing to CONTRACTOR and ENG 1NEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, &reedy attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. OWNER May Terminate: 15.2 Upon the occurrence of any one or more of the followaig events: 15.2,1 if CONTRACTOR commences a voluntary case tinder any chapter of the Banknnptcy Code (Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in, effect at such time relating to the t.. bankruptcy or insolvency, GENERAL CONDITIONS L, GC - 34 [] i I OWNER. may, after giving CONTRACTOR (and the surety, if there be one) seven (7) days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from tare site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at tine site and use site same to die full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall nut be entitled to receive any further payment until the Work is finished. If the unpaid balance ofthe Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court aid arbitration costs) such excess will be paidto CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGMEER and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain tale lowest price for the Work performed. 15.3 Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4 Upon seven (7) days written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate tine Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable tennination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). GENERAL eomm,rioNs GG - 35 15.2.2 if a petition is filed against CONTRACTOR under any chapter of tyle Bankruptcy Code as now or hereafter in eflect at the tune of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency; 15.2.3 if CONTRACTOR snakes a general assignment for the benefit of creditors; 15.2.4 if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under yi applicable law or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR's creditors; 15.2,5 if CONTRACTOR admits in writing an inability to pay its debts generally as they become due; 15.2.6 if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficiently skilled workers or suitable materials or rxNuiprnent or failure to adhere to the progress schedule established under paragraph 2.4 as revised from tirrre to time}; 15.2.7 if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.8 if CONTRACTOR disregards the authority of ENGINEER; or 15.2.9 if CONTRACTOR otherwise violates in any substantial way any provisions of lite Contract Documents. i I OWNER. may, after giving CONTRACTOR (and the surety, if there be one) seven (7) days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from tare site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at tine site and use site same to die full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall nut be entitled to receive any further payment until the Work is finished. If the unpaid balance ofthe Contract Price exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court aid arbitration costs) such excess will be paidto CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGMEER and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain tale lowest price for the Work performed. 15.3 Where CONTRACTOR's services have been so terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.4 Upon seven (7) days written notice to CONTRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate tine Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable tennination expenses, which will include, but not be limited to, direct, indirect and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). GENERAL eomm,rioNs GG - 35 C> re ]m Contractor May Stop Work or Terminate: 15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ninety (90) days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any Application for Payment within thirty (30) days after it is submitted, or OWNER fails for thirty (30) days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven (7) days written notice to OWNER and ENGINEER, terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon seven (7) days written notice to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR ofthe obligations under paragraph 6.35 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. 16.1 Before bringing any action in any court of competent jurisdiction pertaining to any claim, dispute or other matter in question arising out of or relating to the Contract Documents or the breach thereof, in an amount less than $25,000, except fir claims which have been waived by the making and acceptance of fnial payment as Provided by Article 14, the claimarnttobjector (Party A) shall first offer to arbitrate the question(s) with the other party to the contract (Party B) by notifying him in writing and setting forth in such notice the question(s) to be arbitrated. 16.2 Party B can select to arbitrate or not. If Party B agrees to arbitrate he shall so advise Party A in writing within tea (10) days after receipt of Party A's notice. Notice by Party B that be does not wish to arbitrate or failure of Party B to notify Party A within the ten (10) day period will give Party A the right to institute a court action, 16.3 If Party B agrees to arbitrate, the arbitration shall be in accordance with the Construction Industry Arbitration Mules of the American Arbitration Association except as modified herein. In such event, the agreement to arbitrate shall be specifically enforceable under the provisions of the Florida Arbitration Code, 5682, Fla, Stat., as it may be from time to tune amended. The award rendered by the arbitrators shall be final, and judgment may be entered upon it in any court having jurisdiction thereof. 16.4 If Party B agrees to arbitrate, then Parry A shall file its notice of demand for arbitration in writing with Party B and with the American Arbitration Association, and a copy shall be filed with the ENGINEER. Notice of demand for arbitration shall be served on the parties referred to herein no later than thirty (30) days from the date Party B agrees to arbitrate the issues in question. Failure to serve the notice of demand for arbitration shall constitute a waiver and abandonment of the claims for which arbitration is sought. Notice of demand for arbitration shall in no event be made on any claim, dispute or other matter in questions which would be barred by the applicable statue of limitations, 16.5 If the dollar amount of the claim exceeds $25,000, arbitration may only be utilized if both Party A and Patty B agree to arbitrate. 16,6 The CONTRACTOR shall carry on die Work and maintain the progress schedule during any +� arbitration proceedings, unless otherwise mutually agreed in writing. 16,7 The Florida Rules of Civil Procedure pertaining to discovery shall apply to both parties during arbitration, and, at the OWNER's sole option, any and all arbitration arising out of or relating to any GENERAL CONDITIONS GC - 36 of the Contract Docurnents or any breach thereof shall include by consolidation, joinder, or joint filing any additional person or entity riot a party to this Agreement to the extent necessary for the final resolution of the matter in controversy. 16.8 At least one of file members of the arbitration panel must be an attorney licensed to practice law in the State of Florida. 16.9 The surety shall be mound by the arbitration award to the same extent as the CONTRACTOR is bound. 16.10 The arbitration panel shall submit a written opinion with findirngs of fact and conclusions of law stating the basis for the decision made, and including an award of arbitration that may be confirmed by a court of competent jurisdiction. 16.11 unless OWNER agrees to the contrary, the location of any and all arbitration proceedings shall be in the county in which the Project is located. Giving Notice: 17.1 Whenever any provision of cite Contract Documents requires the giving of written notice, it will bo deemed to have been validly given if delivered in person to the individual or to a member of tine firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to die giver of the notice. Computation of Time: 17.2 When any period of time is referred to in die Contract Documents by days, it will be computed to exclude the first and include the last day of such period, If the last day of any such period falls on a Saturday or Sunday or vin a day made a legal holiday by the law of the applicable junsdiction, such day will be omitted front the computation. 17.3 A calendar day of twenty-four (24) hours measured from midnight to the next midnifiit shall constitute a day. General: W' 17.4 Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other parity or of any of the other party's employees or agents or others for whose acts the other ,party is legally liable, claim will be made in writing to the ot1wr party within a reasonable time ofthe first observance of such injury or damage. The provisions ofttnis paragraptn 17.4 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.5 The duties and obligations 'imposed by these Gencral Conditions and the rights and remedies available k k hereunder to the parties hereto, arid, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.36,6.37,13. 1, 13 -12,13.14,14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be const imd in any way as a limitation of, arty rights and remedies available to any or all ofthem which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph GENERAL CONDITIONS GC - 37 • will be as effective as if repeated specifically in the Contract Documents in connection with each particuLir duty, obligation, tight and remedy to whiclt they appiy. All representations, warranties aid guarantees made in the Contract Documents wiII survive: Fur al payment and termination or completion of the Agreement. L. GENERAL CONDITIONS L GC — 38 SUPPLEMENTARY CONDITIONS 40 r1q SUPPLEMENTARY CONDITIONS TO GENERAL, CONDITIONS I. A. lamdttat These Supplementary Conditions amend or supplement the General Conditions (GC) of the Construction Contract and other provisions of the Contract Documents as indicated below. All provisions which are not so amended or supplemented remain in full force and effect. No fbrfeiture due to delay shall be made because of any delays in the completion of the work due to unforeseeable causes beyond the control and widiout the fault or negligence of the CONTRACTOR {including but not restrided to Acts of God or of the public enemy, acts of the govemm ait, acts ofthe OWNER, or acts of another CONTRACTOR hi the performance of a contract with the OWNER, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather or delays of subcontractors due to such causes or delays caused by the failure of the OWNER or the owner of a utility to provide for removal or relocation of existing utility facilities). Any such delays shall not entitle die CONTRACTOR to any additional compensation. The sole remedy of the CONTRACTOR shall be an extension of time obtained in accordance with this section. 2. The CONTRACTOR shall, within five days from the beginning of any such delay, notify the OWNER in writing of the cause of delay, whereupon the OWNER shall ascertain tie facts and extent of the delay and extend the time for completing the work if, in his judgment, the fundings of fact justify such an extension, and his findings of facts thereon shall be final and conclusive. r C. Permits 1. As set forth in paragraph 6. 15 of the GC, the OWNER has obtained the fallowing ,permits: a. IRC - Land Clearing, and Tree Removal b. FDOT Driveway Connection C. FDEP Coastal Systems d. FDEP Stermwater Management 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The COFACTOR shall provide copies of these permits to die OWNER and Engineer and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in die pay item which the work is most closely associated with. h. if dewatering is required, tie CONTRACTOR shall coordinate with the St. Johns River Water Management District regarding the applicable rules an(] regulations. If a dewatering permit is required, the contractor shall prepare an application to die District and pay any fee, 1) The CONTRACTOR is assumed to be familiar with and shall comply with all Federal, State and Local laws, ordinances, rides, codes, and regulations that may affect the work. Ignorance on the part I SUPPLENIENiARY COMMONS SC - 1 If a dewatering permit is required, the contractor shalt prepare an application to the District and pay any fee. D. Familiarity witLj,,@Y& The CONTRACTOR is assumed to be familiar with and shall comply with all Federal, State and Local laws, ordinances, rules, codes, and regulations that may affect the work. Ignorance on the part of the CONTRACTOR will in no way relieve him from the responsibility of compliance therewith. All work and materials shall comply with those laws. 1. Work shall be performed during regular woricing hours. Regular working hours are defined as Monday through Friday, excluding County Holidays, from 7 AM to 5 PM. 2. County Holidays are: New Year's 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 ENGINEER. 3. The CONTRACTOR shall receive no additional compensation for overtime work, i.e., work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing. 4. All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be home by the CONTRACTOR, and a credit given to the County to deduct the costs of all such inspection and testing from any partial payments otherwise dine the CONTRACTOR, 5. No work shall commence before 7 AM or continue after 7 PM except in case of emergency upon specific permission of the ENGINEER. 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, that were foreseen by Bidder at the time of bidding or could have been discovered by test borings or other testing methods, shall not be considered extra work. 2. The ENGINEER .hall, in all Lases 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. SUPPLE'NENTARY CONDYFIONS i. SC - 2 40 • k k 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. 4. Tile Contract price may only be changed by a Change Order as authorizer) by the Board of County Commissioners. This includes extra work. Authorization of extension of time shall not constitute a waiver of liquidated damages. G. j�isfre fan ani cc has c f hyo k The CONTRACTOR shall assist the COUNTY in performing all tests required to determine the acceptability of the worts. The CONTRACTOR shall provide all samples and facilities and work necessary for the testings and inspection. "Selecl Fill" will be tested for compliance by an i0ependent tasting laboratory retained by the COUNTY. The CONTRACTOR must notify the COUNTY when Soil Replacement is taking place. Limits of excavation must be approved by the COUNTY pdor to backfilling with "Select fill Upon notification by the CONTRACTOR, the ENGINEER will perform final tests and inspections. 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 defective work, this shall constitute final acceptance of the work, H. Liens This project is a "Public Work" under Chapter 255, Florida Statutes. No merchant's diens may be filed against tile OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.45. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder "Notice: Claims far i201_mWeba s and sunoo�1 are nntassessable aaains Indian 4 v C od awe subiQ to _pe arior notic�tn �QONTBACTe T -Q9MJ2 nt to C1Lapter 255 e� Siatutgs—�Rb1 1�o insartA�_ u' g e r dor ' 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 713.011, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the work, have been paid in full. I. Prolection of Publdc 1. The CONTRACTOP 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 watchman and strictly obey all laws and ordinances controlling or limiting those engaged on similar work, All maintenance of traffic work shall comply with Section 1012 and Special Provision Item 102.1 of the Ftodda DAL T Standard $Pecifications for Road and 8rida anf3?1`�`31 strppl,LmENTARY CONDMON5 SC - 3 40 2. 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 he encountered, as will enable them to preserve the same from injury. 3. The CONTRACTOR will not be permitted to interfere with public travel and convenience by grading or tearing up stfeets indiscriminately, but the work of conducting the various items of this Contract shall proceed in an orderly, systematic and progressive manner. J. (Measurement and Payment 1. Work under this contract will be paid on a lump sum or unit price basis as outlined on the Bid Form for the quantity of work installed. 2. Any pay items for which a specific item is not included shall be included in the price of the pay item to which it pertains or is associated. 3. Any items not shown or omitted that are required for a complete installation shall be furnished and installed by the CONTRACTOR at no additional cost to the OWNER. 4. The prices shall include alk labor, materials, tools, equipment required to complete the work. 5. No additional payment will be made for well pointing or other methods of dewatering excavations. 6. Payment for repair and replacement of existing utilities will be included in the unit price or lump sum bid amount for the related new construction} bid item. 2000 y* c` -4 Engineering and layout work shall comply with Section 5-7 of the Florida D.O.T. Standard Specifications for Road and Bridge Construction (1996). 2. The CONTRACTOR will fumish all construction staking for the project. All staking from control will be Linder the supervision of a Florida Registered Land Surveyor, 3. The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental. No separate payment will be made for surveying or engineering. L SUPPLEMENTARY CONDITIONS SC - 4 L. I TECHNICAL $ SPECIFICATIONS i 40 8 , INDEX TO TECHNICAL SPECIFICATIONSN m N m Section |A ...... .............. ........................... Summary oYWork Section l8 ................................ ................ N Submittals � 3nc'imo lD................................................. Temporary Facilities and Control 3cc�onl�...—.-------.�------7�mbu8Luhnr�o/ySnn�ox N Section Z& ................................................. Clearing and Grubbing Section 2B --.-------.------Bxouvaion N Section %C ...... .......................................... 8uck0|and Compaction - Section %D ................................................. This section has been nnniued Section 2ESi*���unupund�ugo���ou N—~^^^'^—~----'~'—^^^'— w Section ZR .................................................. Miscellaneous Landscape Amenities S,otkm D3 ................... ............................. Qubgmdc �Section %8 ....... ....................................... LbnomxkBase Course Section 21 ................................................ ..CommxudCoquina Shell 8mo N Section 2J .................................................. Asphalt Pavement ' Section 2K................................................. Street Signs &Section 2 .................................................. OUhtyConduits �Section 2M ................................................. Roadway Painting Section 2N ................ ................................ Swale Construction �Section 2] ................................................. Drainage Pipe Section 2P ..... ........ ............................ ..... Drainage Structures � Section 2Q-------.--------..lnmuUmiono[ Drainage Pipe and p Structures Pipe Section %0 ........................... ..................... Landscaping �Section 2S .............................................. .vNuc Service Tubing Section 2T .----------------.K0modhncouo Appurtenances for � Water Distribution System � Section %U ................................................. Water Distribution System Testing. and Disinfection � 3u#iun%V...-----..—.—.....—.— Pipe and >qoio&xhxGmvi\ySewer " System � Section 2W ................ ...... ......................... SqptioTaukand DudoU*N � Section 3A. ...................................... ....... Reinforced Concrete Section 3B .................................. ....... ..... Curbing � � � � E_ I 11 p Section 3C .................................................Soil Poisoning Section 3D .................................................Fibrous Concrete Reinforcing Section 3E ..................................................Cast -in -Place Concrete Section 5A .................................................Structural Metal Connections Section 5B .................................................Pre -Fabricated Connections Section 5C .................................................Miscellaneous Metals & Hardware Section 6A .................................. ............ ..AITC References Section 6B ............................... ............. ... Lumber Section 6C ................................................. Rough Carpentry Section 16A ................................................ Electrical S CTION lA -;SUMMARY OF JHE WORK 1. DESCRMMN'_OF WORK: The work consists of constructing site improvements and amenities at Round Island Oceanfront Park, for Indian River River County, FL, in accordance with the Contract Documents. 2. DOCA aQN(2E. S E/CO1V 7R MITIQ F AWEF: The site is situated in the Indian River River County, Florida, and is generally described as follows; p 5.60 acres, located on the east side of S.R. AIA in Indian River River County. ` Section 34, Township 33, Range 40, approximately 1/4 mile north of the St Lucie County/Indian Raver River County line. Construction Time: 120 Consecutive calendar days. 3. MM: . The specifications and drawings listed on the index have been prepared for: Indian River River County 1840 25th Street Vero Beach, Fl 32960 LANDSCAPE AI2 r„ 1TECT: Brad Smith Associates, Inc., Landscape Architects/Land Planners 1588 W. hibiscus Blvd. Melbourne, FL 32901 Telephone. - (407) 724-1036/Facsimile - (407) 984-2890 This firm is duly authorized by the Owner to be responsible for landscape architectural and engineering observations of the contract work and acting directly or through an authorized representative. Wherever in these documents reference is made to Landscape Architect and/or Engineer and/Or Architect and/or Architect/Engineer, it is intended to mean Brad Smith Associates, Inc. Where applicable, Brad Smith Associates, Inc. may delegate to one or more of the following sub -consultants: Carter and. Associates (civil engineering), John M. Foster (Architect). IA -1 4M • i rM A. The Contractor shall immediately, upon entering project site for purpose of beginning work, locate all general reference points and take necessary action to prevent their destruction; layout his own work and be responsible for all lines, elevations and measurements of utilities and other work executed by him under the Contract. B. The Contractor must exercise proper precaution to verify figures shown on the drawings before layout work and will be held responsible for any error resulting from his failure to exercise such precautions. ::f : ►U d .: !: M10vti The performance of all construction under this Contract shall conform to the Federal Occupational Safety and Health StancLowdss. ' Mi; ti ti ► ti u9 r A. Immediately following the written "Notice to Proceed" issued to the Contractor, a Pre -Construction Conference shall be held with the Indian River County Public Works Department to review coordination between the Contractor and Indian River County_ B. In accordance with Paragraph 4, Part 1, of Section 113, the Contractor shall submit a planned construction progress schedule at the Pre -Construction Conference. The schedule shall show the time at which the Contractor plans to begin and complete each of the various sections, locations, or phases of his operation. A. The Contractor shall be responsible for notifying the following utility companies prior to commencing work so that existing utilities can be located and protected: 1. Florida Power and Light Company 2. Bell SouthTelephone Company 3. City of Vero Beach Water & Sewer Department 4. Indian River County Public Works Deparmient In addition, the Contractor shall be responsible for notifying the local cable T.V. company, and any other utilities which may be affected by the Contractor's work, B. The Contractor shall be responsible for notifying the following agencies Prior to commencing work; 1 . Florida Department of Environmental Protection 2. St. John's River Water Management District 3. Indian River County Construction Inspector 4. Indian River County Code Enforcement Department (clearing). L S, Indian River County Consumer Health & Relocative Scrvices Department (septic tank). IA -2 r i 9. Contractor is responsible for complying with all permit conditions, 10. The Contractor agrees to hold harmless and indemnify the Landscape Architect from and against liability arising out of the Contractor's negligent performance of the work. I 11. ,NAL: i A. Cleaning of Site: See General Conditions and individual divisions, o B • Debris I The Contractor shall remove all debris carried on to streets, paved surfaces, public right-of-way and other areas as directed by the Owner, Landscape I Architect and local authorities. No debris shall be left to remain overnight I . on any street. 40 SECTION 1B - SUBMITTALS PARTI-GENERAL 1. REQUJR); MENTSNFLUDE. A. Procedures B. Shop Drawings C. Product Data D. Physical Samples 2. PROCEDURES, A. Submittals are defined elsewhere in the Technical Specifications. B. Transmit each submittal to the Landscape Architect, unless otherwise noted. C. Comply with progress schedule for submittals related to work progress. 3. SUBMITTAL IDENTIFICATION: A. Each submittal shall be consecutively numbered and identified by specification section name and number. B . Mark each submittal to clearly identify applicable products, models, options and other data; supplement manufacturer's data to provide information unique to the work. Include manufacturer's installation instructions when required by the Technical Specification section. ll u.W TW1111t MTiT". W - e s m 0f . Record Drawings, As Built Plans Drawings to L.A. for review and Transmittal to Owner Field Density Tests Laboratory test results for L.A. approval Hydrostatic Testing Notify L.A. of testing date Hydrostatic Testing Test results for L.A. review Bacteriological Testing Test results for L.A. review . pH Tests (landscape) Test results for L.A. review Wood Connectors Catalog data for L.A. review Paint Catalog data for County review (submit to Indian River Co.) Roofing Materials Catalog data and physical sample for County review (submit to Indian River Co.) Piumbing Fixtures Catalog data for all items in plumbing legend for County L review (submits to Indian River Co.) Site Light Fixtures & Electrical Equipment Catalog data for L.A. review Restroom Light Fixtures & Electrical Equipment Catalog data for LA review Concrete reinforcement Drawings for LA review Structural metal connectors Drawings for LA review r Shop drawings of all drainage stnictures Drawings to L.A. for review Playground Equipment Drawings to L.A. for review �I 40 0 F Unless otherwise required in the Technical Specifications the following criteria shall apply to all submittals requiring, the Architect's review and approval: J l . SriCiP I7RAW1NG5: Shop drawings shall he prepared accurately and to a scale sufficient to show all requisite information pertinent to the submitted item or assembly. Number shop drawings consecutively and indicate the following: 1. Working erection dimensions and/or field dimensions, 2. Arrangements, sectional views. 3. Necessary details, including complete information for making connections with other work. 4. Kinds of materials, finishes. 5. Date, project name, descriptive names of equipment, classified item numbers, locations at which materials or equipment are to be installed in work. Submit shop drawings by transmittal letter containing project name, Contractor's name, number of drawings, titles, date, other pertinent data. P Contractor shall review, thoroughly check and approve shop drawings prior to submitting to the Architect for approval. At the time of submittal to the Architect, the Contractor shall inform the Architect in writing of any deviation in the submittal from the requirements of the Contract Documents. Submit six (6) bound sets of shop drawing prints for review. Satisfactory drawings will be so identified, dated and three (3) copies returned to the Contractor, Should shop drawings be disapproved, corrections will be indicated on one (1) only of the returned sets. Re -submittals shall be in the same format as described above until such time as approval is obtained from the Architect. Changes or corrections marked by the Architect on shop drawing submittals shall not be considered as an order for extra work by the Contractor but only clarification of requirements of the Contract Documents. In the event the Contractor takes exception to such corrections being inconsistent with the Contract Document requirements, he shall notify the Architect promptly in writing before proceeding with the work. 2. PHY51CAL SAMPLE& Submit samples as follows: 1. Submit samples in triplicate (3), of size called for by each section, showing quality, type, color, range, finish, texture. 2. Where specifications require manufacturer's printed installation directions, submit triplicate (3) copies of such directions with samples, lH-2 40 ►1 Prepay transportation charges to Architect's office on samples forwarded. 4. Label each sample with material name, quality, Contractor's name, date project name, other pertinent data. it Ka -MMA Y When submissions are in the form of loose pages (approximately 8 112°" by 11" in size), such shall be submitted in sets with each containing one of each drawing and schedule submitted, assembled in portfolio binders showing on the covers of first page inside a complete list of contents. Submittal of complete catalogues with one or more items checked therein will not be accepted. Submit Catalog Data and/or Installation Instructions by transmittal letter containing project name. Contractor's name, description of submittal, date, other pertinent data. Contractor shalt review, thoroughly check and approve Catalog Data and/or installation instructions prior to submitting to the Landscape Architect for approval. At the time of submittal, the Contractor shall inform the Landscape Architect in writing of any deviation in the submitted material from the requirements of the Contract Documents. Submit six (6) sets of each item for review. Satisfactory submittals will be so identified, dated and three (3) copies resumed to the Contractor. Should an item be disapproved, corrections will be indicated on one (1) copy only of the returned data. Re -submittals shall be in the sane Format as described above until such time as approval is obtained. Changes or corrections to Catalog Data and/or Installation Instructions shall not be considered as an order for extra work. }SART 3 - XEQ12TION itulu■1: • _ 1: s►::l�rl to Submittals shall be in accordance with the following from date of Notice to Proceed: IMM S -M ALs *q� ,per L_ All submittals required Fifteen (15) Days Fifteen (15) Days *From date of receipt of submittal. Delays on account of tardy or untimely submittals will not be considered as causes for extension of time of the Contract or increases to the Contract Sum. Color selection will not be released until all submittals requiring color selection are submitted. The intent is to have all related color and texture availabilities together at one time to determine a coordinated color schedule. IB -3 5L-CTTON ID - IMMEMARY FACIL=S AND CONMQU 1. QEELRAL The Contractor shall bear the cost of providing, maintaining and operating any and all temporary facilities. ". EiE±AL-M�EL Electrical power is available to the Contractor at the site via a temporary construction meter. The Contractor will arrange and pay for temporary electrical. service from die local power company. 3. WAS E_R SERVICE: Temporary water required for testing of water main construction shall be obtained via a consmiction meter tapped into existing water mains. 4. ` ELLE Q RVIM, Not considered required for this project. If Contractor elects to have telephone service at the job site, Contractor shall arrange and pay for temporary telephone service. 5. WQRKMEN'S TOILETS An-D-REN—'KING FACUT11".S: The Contractor shall provide and maintain sufficient toilet facilities for his own and sub -contractor forces, L!1 G. SECI?I.iI"l"Y: A. The Contractor shall be responsible for maintaining his own security force, in areas of new construction, by whatever means is required to project his work and materials at the site. B. Any security required by the Contractor shall be provided at his own expense. 7, 2EC16L CflNTROI_S ANS] BARBJERL- A. Physical barriers shall be installed by the Contractor between the areas of constzuction at the site and the surrounding properties in such form as may be required to insure the protection of life and property, B. Barriers, controls security fencing and railings necessary for protection of surrounding property shall be the responsibility of the Contractor and shall be in conformance to local and state regulations as well as O.S.I-i.A. Standards. S. CONTRACTOR'S nLQR {�CE 6P�p FE1 5C3N FL: The Contractor shall advise his forces anti subcontractors of the following controls: • i A. Unruly behavior of Contractor personnel WILL NOT BE TOLERATED. Any person employed by the Contractor who does not comport himself will be removed from the site wltcn requested by the Engineer and Owner. B . No drinking of alcoholic beverages of any kind will be allowed on the project site. 9.Ai�I�TlNU PE} AN Dt F Q A. Parking of workmen's vehicles shall be coordinated with the Indian River County Construction Inspector. B. Any existing walls, curbs or pavements that ase removed for construction installation shall be patched and maintained by the Contractor. j C. Any existing utilities at the site that are affected by construction operations shall be maintained, protected and repaired/replacrd by the Contractor. 10. FIELD MACE ALD EEM The Contractor shall maintain his field office, sheds and storage areas on the site, at locations approved by the Owner. I tD-1 • 7 s PART 1 -PRODUCTS f 1. EARINWOR'K TESTS AND INSPECTIONS (Division 2) h A. Testing Agency - A recognized Foundation Engineer selected by the Owner i and approved by the Architect, or the Testing Laboratory as specified herein. 13. Methods - Compaction tests shall be performed in accordance with r AASHTO T-180. C. Imported Fill Material - Perform suitability tests for compaction qualities and optimum moisture prior to acceptance of material; recommend i compaction equipment and procedure. D. c Field Density Tests on samples of in-place material as follows: Structural Fills under building floor slabs, footings, and sidewalks - at least 98% of maximum density; Non -Structural fills - at least 95% of maximum dry density. E. Field Inspections or continuous control of the following procedures: Stripping of top surface, Scarifying and compacting cleaned sub -grade, [ Structural fills and compaction, Foundation excavations F. Contractor shall notify the soils Testing and Inspecting Agency prior to commencement of earthwork in ample time to schedule tests and inspections. 2. CONCRETE TESTS AND INSPECTIONS (Division 3) A. Use ready -mixed concrete, batched, mixed, and transported in accordance with ASTM C94. 13. Molded Cylinder Tests - Compression tests of molded cylinders shall be made for each 50 cubic yards or fraction thereof and at least four (4) cylinders from each day's pour. One set of four molded cylinders shall be made for each sampling and shall be properly identified. �f Cylinders shall be taken in accordance with ASTIM C172. Prepare cylinders and cure in the laboratory in accordance with ASTM C31. Cure the cylinders under laboratory conditions and test one at 7 days, one at 14 days, one at 28 days, and one 'held in reserve in accordance with ASTM C39. k k. IE -1 40 • Should the results of 28 days test fall below the required strength, the fourth specimen shall be tested at 42 days. The Architect will evaluate the findings to determine whether further testing is required.. If the results of 14 day test meet or exceed 28 day required strength, 28 days test and storage shall be waived. Costs of Testing 42 -day molded specimens shall be reimbursed to the Owner. PART 2 -EXECUTION I . Familiarity With Pertinent Codes and Standards: In procuring all items used in this Work, itis the Contractor s responsibility to verify the detailed requirements of the specifically named codes and standards and to verify that the items procured for use in this Work meet or exceed the specified requirements. 2. Rejection of Non -complying Items: The Architect reserves the right to reject items incorporated into the Work which fail to meet the specified minimum requirements. The Architect further reserves the right, and without prejudice to other recourse the Architect may take, to accept non -complying items and subject to an adjustment in the Contract Amount as approved by the Architect and the Owner. i • Applicable Standards listed in these Specifications include, but are not necessarily limited to. standards promulgated by the following agencies and organizations: A. AASHTO = American Association of State Highway and Transportation. Officials, 341 National Press Building, Washington, D.C. 20004. B. ACI = American Concrete Institute, Box 19150, Redford Station, Detroit, Michigan 48219. C. AISC = American Institute of steel Construction, Inc. 1221 Avenue of [he Americas, New York, N.Y. 10020.. D. ANSI = American National Standards Institute (successor USASI and ASA) 1430 Broadway, New York, N.Y. 10018. E. ASTM = American Society for Testing and Materials, 1916 Race Street, Philadelphia, PA 19103. F. AWS = American Welding Society, Inc., 2501 N. W. 7th Street, Miami, FL 33125. G. AWWA = American Water Works Association, Inc. 6666 West Quincy Avenue, Denver, CO 80235, FI. CRSI = Concrete Reinforcing Steel Institute, 228 North LaSalle Street, Chicago, IL 60610. T. CS = Commercial Standard of NBS, U.S. Department of Commerce L Government Printing office, Washington, D.C. 20402. T. FGMA = Flat Glass Marketing Association, 3310 Harrison, Topeka, Kansas 66611. I IE -2 bw CI 0 I 4' b K. NAAMM v The National Association of Architectural Metal Manufacturers. C 1033 South Boulevard, Oak Paik, IL 60302. L. NEC = National Electrical Code (see NFPA). M. NEMA = National Electrical Manufacturers Association, 155 East 44th Street, New York, N.Y. 10017. N. NT"`'t A = National Fire Protection Association (Life Safety Code) 470 Atlantic Avenue, Boston, MA 02210. O. SBCC = Southern Building Code Congress International, Inc. 900 4 Montclair Road, Birmingham, AL 35213. P. SBC = Standard Building Code, latest adopted edition. A 4. Clean up and repair any damage caused by the testing or testing equipment. IE -3 40 A. The Contractor shall furnish all labor, materials and equipment, and all operations required to clear and grub the site as shown on the Plans and specified herein. 2.. GENERAL A. Clearing and grubbing shall consist of the complete removal and disposal of all trees, brush, logs, stumps, roots, weeds, rubbish, rocks, pavement and structures designated 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. Existing pavement to be removed shall be saw cut at the interface where existing pavement is to remain. All structural items shall be excavated to full depth, completely removed and the excavation backfilled per these specifications. B. The Contractor shall clear and grub the areas described below: 1) Within the areas of development. 3. DISPOSAL A. BURNING PERMITTED ON SITE 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 . ¢a�S 't" DIS SAL 1) When on site burning is not permitted, all material shall be hauled off site by the Contractor 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. C> a C= 211-EXCAVA QN 1. SCOPE A. The Contractor shall furnish ail necessary labor, equipment, and transportation to excavate and haul material in accordance with the Plans and s Specifications. Z. GENERAL A. The Contractor shall excavate for the roadways, structures, retention areas, i 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. I B. The Contractor may, for his own convenience, elect to temporarily stockpile I 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 I an orderly manner so as not to endanger the work or obstruct roadways or drainage within the designated joh site location. All excavated unsuitable 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 disposed of as directed by the Owner. 4. SHEETING AND BRACING A. Where excavations may endanger workmen, existing structures, utilities or other facilities, it shall be the Contractors 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 s, 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. 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 promptly and completely filled with sand and compacted to a degree equal to the surrounding soil. 5. DEWATERING 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 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 za•i 40 to public or private property, nor to the work completed or in progress. Any and all damage caused by dewatering shall be promptly repaired by the Contractor at no cost to the Owner. The receiving point for water from said operation shall be approved by the applicable regulatory agency and the Engineer. The Contractor is responsible for obtaining all required permits and any other approval necessary. REMOVAL OF MUCK, ROCK AND OTHER UNSUITABLE MATERLkL A. All muck, rock , clay, marl, gravel, boulders, heterogeneous fill material and any other organic 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. 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 n Engineer. C. All roots, stumps, logs, limbs, timbers, boulders, or any material 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. D. All "materials of excavation" and "unforeseen obstacles" will be considered as incidental to construction and no additional compensation will be allowed. ao-x P � 1, 4& r 4 1 1. SCOPE A. The Contractor shall furnish all of the material, equipment, plant, labor, 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 j be accomplished prior to this operation, as specified herein. 3. MATERIAL A. fmigmLEM - All humus, peat, spongy material, roots, stumps, muck, paving materials, and other objectionable materials shall be unsuitable for backfill. Suitable material for backfill shall consist of sandy -loam, clayey - sand, sand, gravel, soft shale, or crushed stone. The Engineer shall be the N sole judge of what constitutes suitable and unsuitable material for backfill other than those materials listed above. B. Select F,jjj - Shall consist of uniform, clean, free draining sand, containing less than 4% fates passing a No. 200 sieve. Laboratory test results of this fill shall be submitted to the Engineer for his approval. C, F;1trr MalCZWl - Shall consist of a washed sand containing less than 2% fines passing a No. 200 sieve and must have a uniformity coefficient of 1.5 or greater but not more than 4.0. Effective grain size shall be between 0.20 and 0.55 millimeters diameter. l 4. SORROW 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. UNsiJTFABLE MATERIAL REPLACEMENT 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 COMPACT -ION A. Should the pre -fill surface elevation be below that required for the base of 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 zc-t k 4b tests shall be 150 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 auty worn or defective equipment shall be immediately replaced or repaired. 8, SOIL. STABILITY AND COMPAMON CONTROL A. The Contractor shall arrange to have sufficient soil tests made by an independent testing laboratory selected by the Engineer to demonstrate conformance of his work with the stability and compaction levels required by these specifications. Compaction tests shall be taken at intervals listed Herein or as deemed necessary by the Engineer. B. Any proposed alternative test methods to those specified herein must be 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 rite tests prove satisfactory anti approval is given by the Engineer. D. In general, at least one test for maximum dry density/optimum moisture content shall be perforated 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, C-1 i MCM1 2D - URASSIN0 BY DD -Q U 1. SCOPE A. The Contractor shall furnish all materials, labor, equipment and Supervision required to prepare the soil, fine grade the area and establish a healthy stand of grass by sodding of the areas so designated on the drawings and as specified herein. 2. GENERAL A. PRS'( 1) The area to be sodded shall be clear of old sod and weeds. The area shall be fine graded and the surface loosened, by f scarifying, if necessary, if the soil is dry it shall be moistened to provide an optimum growing condition.. B. EQU11=r 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 the Engineer, have an application of t dolomite time stone, but the amount of dolomite applied shall not raise the PH above 6.0. C. 1} The sod shall be St. Augustine unless otherwise noted or directed by the Engineer. The sod shall be of a tough texture with a good 1 mat of roots. It shall be free of weeds and other objectionable grasses. Approximately three days prior to cutting the sod, it shall be closely snowed and raised to remove excess growth and debris. The sod shall be cut with sufficient thickness to retain the root system intact. There shall be a minimum of delay between the cutting of the sod and the laying so that it is live, fresh and uninjured when laid. D. 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 laid with staggered joints to minimize erosion along the joints and where the sod is laid in drainage swales and ditches 1 the joints shall be staggered in the line of flow for the same reason. After the sod is laid it shall be brought into close contact with the 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. E. WATE9 1} The sod shall be kept watered on an as need basis for the duration of the contract period and in no case for less than two weeks. When the grass is watered it should be at the rate of one inch or 620 gallons per 1000 square feet per application. zo-1 11 MAINTENANCE lj The Contractor shall, at his expense, maintain the sodded area in a satisfactory condition until final acceptance of the project or until the end of the two weeks watering period, which ever is later (see Paragraph E above). Such maintenance shall include the filling, leveling and repair of any washed or eroded areas and the resodding of any areas which may have been damaged or are not growing satisfactorily. 0 r l4 SECTIM 2E - SITE CLEANU & RESIMAIMN 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. 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 or debris has been deposited in watercourses, ditches, gutters, drains, or catch -basins as a result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches, channels, drains, etc., shall be kept clean. 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 houses, and other buildings used by him; remove all rubbish privies, 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 fonner 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. 2e -t 0 SECTION 2F —MISCELLANEOUS LANDSCAPE AMMEAi1TiES Decorative Concrete Pavers A. Interlocking paving stones shall be manufactured by Paver Systems, Inc., or approved equivalent. Paver shall be 3 118" tltick B. Installation shall be per manufacturer's specifications. C. Unsuitable, unstable, or unconsolidated subgrade material shall be excavated. Back fill with three inches (3") of compacted, dense graded aggregate. (Subgrade and coarse granual base shall be compacted to 98% maximum density per AASH TO T -L80). D. 'Place bedding course of sharp, washed concrete sand or limestone screenings to a uniform depth of 1 '1i' leveled to the grade and profile required. E. Install pavers with joints of approximately 118".. F. Where required, cut paving stones with an approved cutter to fit accurately, neatly, and without damaged edges. G. Tamp with mechanical vibrator until uniformly level, true to grade and free of movement. H. Fill voids by sweeping in clean, fine sand. 2. Rope used in removable bollard detail shall be 1'12" poly rope (non -manilla) as manufactured by GBS or approved equivalent (phone: 407-365-8960). 3. Unless otherwise noted, all connectors for wood fencing, signage, dune overwalk, and other landscape architectural amenities shall be type 316 stainless steel. Type 3374 will not be accepted as a substitute. Additionally, all assembly hardware (nuts, bolts, screws, washers, etc.) shall also be type 316 stainless steel. 4. Alternative decking material for the dune over walk (Additive Alternate No. 1) shall be Trex Wood -Polymer Composite, 2" x 6" decking, manufactured by Mobil Chemical Company, Composite Products Division, 800 Connecticut Avenue, Norwalk, CT 06856. Local distributors include: Southern Pine Lumber, 250 North East Dixie Highway, Stuart, FL (phone 1-800-322-1500) and Marine and Deck, 2135 South U.S. 1. Rockledge, FL (phone 407-632-5566). S. Historical Display Signage A. The 24" x 36" x 118" fiberglass -imbedded interpretive panel will be produced by the Pannier Corporation, working under separate contract with the owner. )3. Indian River County will provide this sign to the contractor. The contractor will be responsible to place the panel within the frame that he will construct according to the History Display detail indicated on Sheet SF -1. t 2F,1 1W CA i I ! 9LL° $ ISer,1Gi+ 0 CAL.) 1 I. Y I I V I I f �6 k °aIIPfTDSTS, PJb�s, ryplCAL: 'f7& KG6T1iAflhy _ro '�1141�.lFO 'raLAdj tyL7f•�� W/'6¢ WVAeL/a 0ev,0G.T 9m TfP'u.L em--nvN' 124 GVs.62S-re WLULAh], Wrb-41j"rev 0'YpI4d,0 2F- 2 jd 2x2'n12S1iIC.L�.J 1~ — i } I COL. F90TW614FiR) 11 I loll wul!~ ovine C.IAIL I ----TsIlG -mw ernjnToje v&rem F^.btElLl si. �.l L's Q I AF117IC7fe5HI1ZCG1Ji cQslnGrFa FILL I I II II I I — - Iz �n � fU!-Oa IC]t-CT � IZU l:-OUQOA-rlOO t2 L 44, C u tv.? 16 H I f� e LT T^+ rYT n +qT IIT!�1.� ,�1 1 i 6 [ L'1 r.t w,� 9 N l[L °aIIPfTDSTS, PJb�s, ryplCAL: 'f7& KG6T1iAflhy _ro '�1141�.lFO 'raLAdj tyL7f•�� W/'6¢ WVAeL/a 0ev,0G.T 9m TfP'u.L em--nvN' 124 GVs.62S-re WLULAh], Wrb-41j"rev 0'YpI4d,0 2F- 2 jd 2x2'n12S1iIC.L�.J 1~ — i } I COL. F90TW614FiR) 11 I loll wul!~ ovine C.IAIL I ----TsIlG -mw ernjnToje v&rem F^.btElLl si. �.l L's Q I AF117IC7fe5HI1ZCG1Ji cQslnGrFa FILL I I II II I I — - Iz �n � fU!-Oa IC]t-CT � IZU l:-OUQOA-rlOO t2 L 44, C u tv.? 16 H I f� e LT °aIIPfTDSTS, PJb�s, ryplCAL: 'f7& KG6T1iAflhy _ro '�1141�.lFO 'raLAdj tyL7f•�� W/'6¢ WVAeL/a 0ev,0G.T 9m TfP'u.L em--nvN' 124 GVs.62S-re WLULAh], Wrb-41j"rev 0'YpI4d,0 2F- 2 4a r-,LEVA7r, O ti - TYr--"IGAL. Baal IIY�II e-6 i I I fi r �J�ril ! -y�l b.i?5►'2'-!c'�a�r 'l+f' "1�l�'k 10421 LAQ~ ; Il -0J1 la. 7' Dba , rI L�� �.ti Af,?JgoX loll 6, � r. I PC FL -M -A - e7F-:Grp L L L 2F-3 4& 11 SECTION 2G - SU13GRADE ' 1. DESCRIMON A. The subgrade will be constructed such that after being compacted it l 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. l 2. LIMEROCK BEARING RATIO A. The subgrade shall have a minimum bearing ratio of 40 as determined by the Limerock ,Bearing Ratio Test. In an area where the bearing ratio is r less than 40, stabilizing material approved by the Engineer shall be Furnished by the Contractor, spread and mixed in accordance with Section 160-5.3 "Mixing" of the 1991 Edition of the Florida D.O.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 accordance with Section 2C 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. COMPACT10N 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 i 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 swales 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 Limerock Bearing Ratios and compaction, line and grade is checked, and approval given by the Engineer. 4B 11 r" STABILIZED SHOULDERS A. Stabilized shoulders shall be constructed on each side of the paved roadway section to the width, depth and slope as shown on the Plans and Typical Sections. The stabilized shoulder material shall have a minimum Limerock Searing Ratio of 40 as determined by the Limerock Bearing Ratio Test. In an area where the bearing ratio is less than 40, stabilizing material approved by the Engineer shall be furnished by the 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. 6. COMPACTION 'TESTING A. ' In general, Limerock Bearing Ratio 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). In general, there shall be one Modified Proctor Test 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 a widespread ,area of the project, will necessitate an additional Modified. Proctor Test. CI 11 SECTICIN 2H - LIMELZOCK BASE COURSE 1. DESCRIPTION 04 5 A. Under this item, the Contractor shall construct a Limerock base course upon the completed stabilized subgrade. The base course shall be constructed its accordance with the lines and grades and typical section as shown on the drawings. MATERIALS A. The Contractor may use limerock 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 "Limerock Material for Base and Stabilized Ease" of the 1991 Edition of Florida D.O.T."s Standard Specifications for Road and Bridge Construction. Only one of the two grades of limerock shall be used on the project. B. The material shall be crushed or broken up to such size, before being placed on the road, that not less than 97 percent will pass a 3 112 inch sieve and it shall be graded uniformly down to dust. All Pane material shall consist entirely of dust of fracture. PLACEMENT OF 1v1ATERIAL A. After the sub -rade is completed and approved, the Con tractor shall furnish and spread the limerock 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. B. After the spreading is completed, the entire surface shall be scarified and shaped so as to produce the required grade and cross section atter compaction.. MOISTURE CONTENT A. When the limerock does not have the proper moisture content to obtain the required density, wetting or drying will be required. When water is added, it shall be mixed in uniformly. Wetting or drying operations shall involve manipulation of the entire width and depth of the base course before compaction. COMPACTION A. The required compaction of the limerock base course shall be a minimum of 98 percent of the maximum dry density. B. No less than 8-10 LOU steel drum or pneumatic tired roller shall be used to compact the limerock base course. All depressions shall be filled and the process of rolling and falling shall continue until a thoroubhly 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 compaction operations for such areas shall be ?11•t • completed prior to making the field density - 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 limerock, and reshape and recompact the limerock 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 limerock where necessary, and recompacting at no cost to the Owner. T . The finished limerock base shall be checked for thickness at intervals of not more than 300 feet. Areas which are less than 1/2 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 shall extend for 50 feet either side of the deficient area. 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 1991 Edition of the Florida D.O.T. Standard Specifications for Road and Bridge Construction. S. 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 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 150o 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 1991 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 AASHTO T180 (Method D). The percenta;e 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 ?H•2 W 40 • r general, one Modified Proctor Test per 300 lineal feet of roadwork shall be performed on a representative sample of base material from t location(s) designated by the Engineer. In place density testing shall be performed at the rate of one test per 300 lineal feet of roadwork or 5000 sq. €t. of parking area at comparable locations unless otherwise s eco ified j by the Engineer, 1I 8. PAYMENT l A. Payment for work under this item shall be on a square yard basis for 4 each thickness specified and shall include the cost of all labor, triols, material, prime coat, and equipment necessary to construct the base in accordance with the Plans and Specifications. C. 4 zt�-a C_1 7 SECTION 21 - 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 Drawings. Unless otherwise rioted construction shall conform to the provisions of Florida D.O.T. Standard Specifications for Road and Bridge Construction, Section 2.50, 1991 Edition. 2. MATERIALS A. - Coquina shell shall conform to the requirements of Florida D.O.T. Standard Specifications, 1991 Edition, Section 915, and shall be from a source acceptable 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 that no less than 97 percent by weight will pass a 3 U2 inch sieve and no more than 20 percent dry weight shall wash through a No. 200 sieve. No visible clay or organic matter will be perrnitted. 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 be 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 compaction, 4. COMPACTION A. The required compaction of the coquina shell 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 base course. All depressions shall be filled and the process of roiling 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 [lie true grade ; , and cross section, the compaction operations for such areas shall be completed prior to making the field density -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 W C-1 • r coquina shell and reshape and recompaa the coquina shell 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 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 not more than 300 feet. Any areas which are less than 5 1f2 inches in thickness shall be corrected by scarifying and adding rock. The { scarifying shall extend for 54 feet either side of the deficient area. Areas i which are less than 112 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. 5. 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 1991 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 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 4.15 gallons per square yard at a temperature between 1400 F. to 150 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 Lcoat is covered with sand or screenings as outlined in Section 300-6.5 of the 1991 Edition of the Florida D.O,T. Specifications, 6. TESTING A. The maximum density and optimum moisture shall be determined in accordance with the Modified Proctor Test procedures of ASTM -D1557 or AASHTO-T180 (Method D). The percentage Iw compaction and in-place density shall be determined according to procedures of ASTM -132167 "Test for Density of Soil In -Place by the Rubber Balloon Method" or the nuclear method ASTM- D2922. In it general, one Modified Proctor Test per 300 lineal feet of roadwork shall be performed on a representative sample of base material front location(s) desif fated by the Engineer. In-place density testing shall be performed at the rate of one test per 300 lineal feet of C-1 N roadwork at comparable locations unicss otherwise specified by the Engineer. • 7 SECTION 2] - ASPHALT PAVEMEL! 1. DESCRTPTION a 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 an the drawinns. 2. LIMITATIONS OF LAYING OPERATION 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 l between layers will be diminished, the bituminous materials shall not be spread on the surface. B. The Contractor shall supply thermometers as required by the Engineer for determining the temperature of all bituminous materials as they are applied. Laying of bituminous materials will not be permitted unless the material has obtained the proper temperature and temperature determination at the job site has been made. 3. TACK COAT A. Where a tack coat is required (as determined by the Engineer) prior 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 100 F. and 1501 F. The rack 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 CONCRETE WEARING SURFACE A. The wearing surface for the on site parking lots and driveways shall be Florida D.O.T. Type FC -2 asphaltic concrete conforming to the requirements of Section 331 of the 1991 Edition of the Florida D.O.T. Specifications. The material shall be laid uniformly so that it will result in a compacted thickness of one and one-half inch. The asphaltic concrete shall be laid down at a temperature of between 230 F and 310 F. The temperature of the asphalt concrete delivered to the job shall be constant and wide fluctuations of temperature during the day will I-] a not be 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. B. 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 pull. The 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 be 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 sea] 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 commences 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 mix adhere to the roller wheels. To prevent adhesion of the mix to the roller, the wheels should be kept moist with only enough t 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 t2 tons and for final rolling, they shall weigh between 8 and 12 tons. H. Traffic rollers shall be 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 G and LO tons. Wobble wheeled rollers are prohibited r from rolling on this project. I. The speed should not exceed 3 mph for steel wheeled rollers or 5 mph t for pneumatic tired rollers. Finish rolling should be done while the material is still workable enough for removal of roller marks, before the pavement temperature L. has dropped below 1400 F. Abrupt turning of rollers on the paving mix which causes undue displacement shall not be permitted. L W dw K. L. M. Finish rolling should be accomplished by use of the- steel wheel roller. 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 will not vary more than one forth inch (114") from the ten foot (10') straight edge applied both parallel and perpendicular to the center line of the 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 procedures described in Section 330 14.2 of the ;Florida D.O.T. Specifications for Road and Bridge Construction, 1991 Edition. Areas which are inaccessible to a roller (such as adjacent to curbs, gutters, manholes, etc.) shall be compacted by the use of hand tamps, small vibratory tampers, or other satisfactory means. The edges of the wearing surface shall be straight, true, and clean in all cases, and must meet the approval of the Engineer. Should the edges of the wearing surface not meet the approval of the Engineer, they shall be saw cut to a straight, true, clean line by the Contractor at his expense. J-3 SECUQN 2K - SIRE F-T-SQNa 1. DESCRIPTION A. Work under this heading consists of furnishing and installing street signs and traffic control signs. B. The signs shall conform to the requirements of the Federal Highway Administrations Manual of Uniform Traffic Control Devices as adopted by kdjAnRL vCr _CDRqM. The location of die signs within the project shall be subject to die approval of the DidimRim-MCIMML C. All existing signage in conflict with proposed consu-tiction within F.D.O.T. fight -of -way shall be relocated in the same vicinity so as not to conflict, with the final improvements. The location of signs within F.D.O.T. right- of-way shall be subject to the approval of the F.D.O.T. L. L L SNI • ► >r0t rlrw700191 PIN I 1.�nqll a a I W I Lai 1 2. 3. A. Work under this heading consists of furnishing and installing conduits under the mads at the locations shown on the flans. INSTALLATION A. The conduit shall be installed prior to the construction of the paving subgraade. The conduit shall, unless otherwise noted, be PVC, SCH 40 pipe. Unless otherwise noted, the conduit shall be 4 inch diameter and be installed with 42 inches cover at the centerline of the mad. All conduit shall extend a minimum of four feet beyond the edge of the pavement or, if there is a curb, the back of the curb. B. - The pipe shall be installed straight, level and in strict accordance with the manufacturers recommendations. Backfill shall be compacted in uniform layers to a minimum of 100% of maximum dry density per AASHTO T-180. LOCATION MARKING A. The Contractor shall accurately mark die location and depth of the ends of the conduits by a method which will allow the utility company to readily locate the ends. The Contractor shall also deliver to the Engineer an "AS BUILT" drawing showing the location of the conduits with reference to man holes, street intersections, lot comers or other permanent references. 4. AS-BUILTS A. During the installation of utility conduits the Contractor shall keep accurate records of the As -Built construction showing the location and burial depths of all utility conduits. All conduits shall be referenced from permanent objects such as manholes, valves, etc. Upon completion of the project the Contractor shall deliver to the Engineer an As -Built Drawing showing the above information. 5. PAYMENT A. Payment for this item shall be on a lineal foot basis for each diameter specified and shall include the cost of all labor, tools, materials, compaction, and equipment necessary to complete the work in accordance Lwith the Plans and Specifications. 21-A I-] a SECTION.2M - ROADWAY PAINTING 1. DESCRIPTION A. Work under this heading consists of painting traffic stripes and pavement markings. 2. TRAFFIC STRIPS AND MARKINGS WITHIN COUNTY RIGHT -QF -WAY A. Thermoplastic traffic stripes and markings shall be used For all work within State and County Rights -of -Way, B. Thermoplastic traffic strips and markings shall be installed in accordance with Section 711 of the Florida D.O.T. Specifications for Road and Bridge Construction, 1991 Edition, and any other applicable D.O.T. regulations or specifications. C. No thermoplastic traffic stripes or markings shall be applied until thirty (30) days minimum after the asphalt has been laid down. 3. INTERIOR ROADWAY AND PARKING LOT PAINTING A. GENERAL 1) Work tinder this heading consists of painting parking spaces. road centerline stripes, roadway edge stripes, stop bars, handicap parking identifications, and directional markings where indicated on the Plans. Unless otherwise noted on the Plans or herein, the centerline stripes shall be yellow and all other markings shall be white. B. WHITE TRAFFIC PAINT 1) White traffic paint shall conform to the requirements of Florida D.O.T. Traffic Paint Code T -t (white) as specified in the Florida D.O.T. Standard_ pecificat'tons for Road and Bridge Construction. 1941. Sectio 9'i1-1'3?. formulated and manufactured from first grade materials and free from defects and imperfections that may adversely affect the finished product. C. YELLOW TRAFFIC PAIN 1) Yellow traffic paint shall conform to requirements of Florida D.O.T. Traffic Paint Code T-2 (Yellow) as specified in the FIorida D.O.T. Standard Specifications for Road and Bridge Construction, 1991, Section 971-12.3. D. GLASS BEADS 1} The stripe along the edge of the roads shall have durable reflective glass spheres applied at the rate of six pounds per gallon 1.., of paint while the paint is still tacky enough for them to adhere at that rate. E. APPLICATION OF PAINT UI -1 1W 40 0 r r 1) The paint stripes shall be a uniform 4 inches in width and be applied at the wet film rate of 15 Mils, exclusive of the glass I spheres. The road edge stripe shall be applied with the outside { edge of the stripe at a uniform 4 - G inches from the edge of the finished pavement. Prior to applying the paint the location of parking spaces, centerline and edge stripe shall be adequately marked with chalk, tacks or other suitable means. The equipment Used to apply the paint shall be capable of 1' uniformly applying the paint at the specified thickness without k thinning and with well defined edges. The surface must be dry when the paint is applied. f 2) Paint spills, alignment errors, application defects, etc. shall be removed by sand blasting or any other means which will { remove the paint without harming the pavement. 3) No paint shall be applied to the asphalt until three weeks after the asphalt has been laid down. 4. TEMPORARY TRAFFIC STRIPING AND MARKING A. When required by the Engineer or other agencies, temporary traffic f striping and marking shall be applied as soon as practical after the I asphalt has been laid. B. Until the temporary traffic striping and marking is applied, the Contractor shall maintain safety along the road improvements using warning signs, traffic cones, emergency lights and other equipment as necessary. k k k 2M-2 40 a 0 SECTION 2N - SWALE CONSTRUCTION 1. D1=SCRU MON A. Fine grading of swales shall be accomplished after the existing ground has been excavated and compacted to within + 0.2 ft. of the design elevations. Fine grading of the swale areas will be done by a motor grader unless otherwise approved or directed by the Engineer. Hand dressing will not be required except where shown on the Drawings or in confined areas where equipment operation is restricted_ B. The Contractor shall maintain and beep open and free from leaves, sticks, rubble, and other debris, all swales graded by him until final acceptance of the work. C. The finished grade shall be completed and shaped to a surface which varies no more than 0.1 foot above or below the Plan elevations except that, adjacent to pavement, grates, or sidewalk, the Swale shall be graded to match the edge of the pavement, grate or sidewalk. D. In areas where sodding is required, finished soil grade shall be set Q,2 foot below the plan elevation to compensate for sod thickness, E. Compaction to a specific density will not be required unless so directed by the. Engineer. However, swales shall be compacted to a firm, even surface true to grade and cross section. All swales must be rolled. F. Fine grading of the swale areas shall preferably be done prior to paving the asphalt wearing course. If the Contractor chooses to fine grade the swale areas subsequent to paving, he must exercise extreme care when dressing areas adjacent to pavement areas to avoid damage to the pavement. No handling of swale material shall be permitted on the pavement surface. G. After final dressing of the swales, the Contractor shall seed or sod them as required by the Plans. . y 2N-1 LI 66 C-] 11 1. GENERAL A. The Contractor shall furnish and install drainage pipes of the size and type and at the invert elevations shown on the Drawings. ( 2. MATERIALS A. Corrugated Steel Pipe - Where shown on the Drawings as "CMP", the drainage pipe and required coupling bands shall be corrugated galvanized and shall conform to the requir-ments of Section 943 of the FDOT steel Specifications. B. Comsgate Aluminum Pipe - Where shown on the Drawings as "Aluminum CMP". or "Alum. CMP", the drainage pipe and required coupling bands l shall be corrugated aluminum and shall conform to the requirements of Section 945 of the FDOT Specifications.. C. Concrete Pipe - Where shown on the Drawings as RCP, the drainage pipes shall meet the requirements of ASTM C76-70 (Class III) and Sections 941 and 942 of the FDOT Specifications, unless otherwise noted. D, PVC PIPE - Where shown on the Drawings as PVC, the drainage pipe and fittings shall be Sch.40, Polyvinyl Chloride, and shall conform to the requirements of Section 948-4 of the FDOT Specifications, unless otherwise noted. E. Bituminous Pipe Coating - Where shown on the Drawings as Asphalt Coated, metal pipe, "ACO P", the pipe and fittings shall be bituminous Section 943 the FDOT coated inside and out in conformance with of Specifications. F. Filter Cloth - Where required shall be Terrafix 2708, or equal, approved by Engineer prior to ordering. G, Mitered End Sections - NCtered end sections shall be constructed in accordance with the applicable D.O.T. Road Design Standard Index (No. 272, 273 or 274) called for an the Drawings. H. Flared End Sections - Flared end sections shall be constructed in accordance with the applicable D.O.T. Road Design Standard Index (No. 270) called for on the Drawings. I. Polyethylene Pipe - Where shown on the Drawings as "PP", polyethylene pipe and fittings shall be Hancor Hi -Q as manufactured by Hancor (or approved equal). J. Under drains - Under drain piping shall be 4" perforated polyethylene tubing with Drain Guard Protective Wrap as manufactured by Advanced Drainage Systems, Inc. (or approved equal). 20-t 40 171 11 • eti ' i : l .. 1301"ItIORM A. Under this item, the Contractor shall build and/or install new catch basins, manholes, dropholes, drop inlets, junction boxes, leaching basins and the like of the types and at the locations shown on the Drawings. MATERIALS A. The materials used in the construction of these structures shall comply with Section 345 "Portland Cement Concrete" (Type II), Section 415 "Reinforcing Steel" (Grade 40), and Section 425-3 "Materials" of the FDOT Specifications. B. Sand -cement riprap shall conform to Section 405 of the these Specifications. CONSTRUCTION DETAILS A. Construction of the structures shall conform to the details as shown on the Drawings and, unless otherwise specified,shall conform with Section 425 "Inlet, Manholes, and Junction Boxes" of the FDOT Specifications. Required minimum compaction shall be 95 percent of maximum density (AASHTO T- 180) and 100 percent of maximum density (AASHTO T-180) in areas of paving orcurbing. B. The Contractor shall submit shop drawings for review and approval on all precast structures prior to granting fabrication approval. 4. GRATES, FRAMES, AND COVERS A. Grate, frame and cover castings shall be of uniform quality and free from blowholes, porosity, hard spots, shrinkage, cracks or other injurious defects. They shall be smooth and well cleaned by shot blasting and, unless otherwise specified, shall be covered with a smooth coating of coal tar pitch varnish of a type which will be tough, tenacious, and resilient throughout the range of expected service temperatures. B . Material used in the manufacture of the castings shall conform to ASTM Specifications A-48 Class 30 Iron or to United States Government Specifications QQI-652, (latest revision) for gray iron castings. C. All castings shall be manufactured true to pattern and with a close fit of component parts. Frames and covers in roadway and traffic areas shall be of non -rocking design or shall have machined bearing surfaces so that fitting pans will not rattle or rock under traffic. D. All grates, frames and covers located within road right -of- way or traffic areas shall be capable of withstanding the AASHTO H-20 vertical, dynamic wheel load. wP•1 L L, • r 5 CION 2d INSTALLAIJON OF DRAINAGE PIPE AND MUCTURES 1. SCOPE I A. This section covers the handling of materials and the work required to ' install, construct and Join, piping, fittings, and appurtenances for a complete t drainage system as shown on the Drawings and specified herein. 2. GENERAL REQUIREMENT'S A. All work shall be proved to be in first class condition and constructed properly in accordance with the Drawings and Specifications. All defects and leaks disclosed by ret{aired testing shall be remedied. All tests shall be perrformed by the Contractor and observed by the Engineer. t B. All pipe and structures shall be installed on dry, firm bedding. The free - water surface shall be lowered to at least 12 inches below the bedding surface prior to placing pipe or structures and shall be maintained at that depth throughout bedding, haunching, and initial backfilling of the work. During subsequent backfilling, the water level shall be kept sufficiently below the working surface to allow compaction of backfill to the required density, and until required density tests have been 4 performed. C. Temporary supports shall be installed for adequate protection and D. E. F. t G 3. 4. maintenance of all underground and surface structures, water lines, drains, and other obstructions encountered in the progress of the work. Any structures which may have been disturbed shall be restored upon completion of the work. Blasting shall not be permitted except by written approval of the Engineer. Trenching and subsequent backfilling within the general construction site shall be accomplished as expeditiously as possible in order to prevent trench decay and maintain a clear operational area. Prior to any excavation or trenching outside the designated limits of the work site, the Contractor shall secure the necessary permits and/or authorization from the applicable Owner, or conium that such has been previously obtained. The stipulations of said permit or authorization shall be completely followed and, prior to construction operations, notice shall be provided to the appropriate Owner and Engineer. All work shall be installed in accordance with these specifications, the applicable sections of the FDOT specifications, manufacturers recommendations and the Drawings. HANDLING MATERIALS A. Pipe, fittings, and accessories shall be loaded and unloaded by hand or skidding so as to avoid shock or damage. Under no circumstances shall such materials be dropped. Pipe handled on skidways shall not be skidded or rolled against pipe already on the ground_ B. In distributing the material at the site of the work, each piece shall be unloaded opposite or near the place 'where it is to be laid in the trench. ALIGNMENT, GRADE, AND COVER FOR BURIED PIPING SYSTEMS A. Pipe shall be laid and maintained to the required lines, depths, and grades. 2Q•t • B. Wherever obstructions not indicated on the Drawings are encountered during the progress of the work and interfere to such an extent that an alteration in the Drawings is required, the Engineer will order a deviation from the line and grade or arrange with the owners of the structures for the removal, relocation, or reconstruction of the obstructions. C. The maximum permissible deflection for pipe and fittings shall be as recommended by the manufacturer. D. Installation of drainage pipe less than 18" diameter in runs of loo feet or greater, or as required by the Engineer, shall be controlled by use of a laser to maintain proper grade. The Contractor shall also be responsible for verifying elevations of the pipe, as indicated on the Drawings, at sufficient points during progress of the work to identify discrepancies between actual and plan elevations due to laser misalignment, equipment error, etc.* and to correct the work as required to conform to the Drawings. S. PIPE TRENCH EXCAVATION A. TRENCH DM EN3IM 1) The minimum width of the trench shall be equal to the outside diameter of the pipe at the joint plus 8 inches for unsheeted trenches, or 12 inches for sheeted trench, and the maximum width of trench, measured at the top of the pipe, shall not exceed the nominal pipe diameter plus two feet, unless otherwise shown on the Drawing details or approved by the Engineer. Trench walls shall be vertical from the bottom of the trench to a lane measured one foot above the top of the pipe. From one foot above the top of the pipe to the surface, the trench walls shall be as nearly vertical as soil conditions will permit, unless otherwise detailed on the Drawings. Spaces for joints, fittings, manholes and other structures shall be maintained unless otherwise approved by the Engineer, or alternate methods are detailed on the Drawings. Should the specified maximum width of trench be exceeded, the pipe shall be adequately reinforced as directed by the Engineer, at the Contractor's expense. 2) Trench grade for pipe or structures not requiring special bedding material shall be defined as the grade of the bottom surface of the utility or structure to be constructed or placed within the trench. Such shaping of the trench bottom, as may be required to provide suitable bedding, shall be considered to be a part of this work. Trench grade in non -cushioning material shall be defined as 6 inches below the outside of the bottom of the utility, which 6 inches shall be backfilled with suitable bedding material. Unauthorized excavation below trench grade shall be backfilled to trench grade and suitably compacted by the Contractor without additional cost to the Owner. Final trimming and grading of trench bottom shall be done manually. 6. BACKFILL AND BEDDING MATERIALS A. Type l - Type 1 material shall be either well -graded crushed stone or crushed gravel meeting the requirements of ASTM Designation C.i3.7la, Gradation 67 (314 inch to No. 4 Sieve) or air cooled blast furnace slag along or in combination with crushed stone and/or crushed gravel ZQ•2 lu conforming to ASTM Designation C33 -Ila requirements. This material shall be used primarily for pipeline and manhole foundations. B. Type 2 - Type 2 material shall be unclassified material obtained from w the Contractors excavations and approved by the Engineer. The material shall be substantially free from wood, roots, humus, peat, muck, and r other organic materials, and shall not contain clods, stones, masonry ] rubble, and the like, greater than 6 inches through the largest dimension. In general, the material shall consist of sand, loam, sandy- loam, clayey - sand, gravel, or crashed stone. C. Type 3 Type 3 material shall be select granular material, free from organic matter, of such size and gradation that the desired compaction can be readily attained and shall meet the requirements for A3 material according to the Revised Bureau of Public Roads Classifications. Material from the Contractor's excavations may be used, if it meets the above requirements. Otherwise it must be imported. 7. .BEDDING AND FOUNDATIONS A. CLASS A (CONCRETE CRADLE OR CONCRETE ARCH BEDDING) 1) This class of bedding shall be used only where specifically shown in the Drawings or directed by the Engineer. Ii the use of a concrete cradle is required the pipe shall be bedded in a monolithic cradle of ! a 1,540 PSI concrete with a minimum thickness equal to 114 the outside pipe diameter or to a minimum of four inches under the barrel, whichever is greatest, and extending up to the sides of the pipe to a height equal to 112 of the outside pipe diameter. The cradle shall have an overall width equal to 1-1/4 of the outside diameter of the pipe or a minimum width equal to the outside diameter of'the pipe plus eight inches, whichever is greater. 2) If a concrete arch is required, the pipe shall be embedded in carefully compacted Type I material having a minimum thickness equal to 1/4 the outside pipe diameter or to a minimum of four inches under the barrel, which ever is greater, and extending up the sides for a height equal to 1/2 of the outside pipe diameter. The top half of the pipe shall be covered with a monolithic Class C concrete arch having a minimum thickness equal to 1/4 the outside diameter of the pipe or a minimum of four inches over the crown of the pipe, whichever is greater, and extending down the sides for a depth equal to 1/2 of the outside pipe diameter. The arch shall have an over all width equal to 1 1/4 of the outside diameter Iw of the pipe or a minimum width equal to the outside diameter of the pipe plus eight inches, whichever is greater. B. CLASS B (FIRST-CLASS BEDDING) 1) Where Class B Bedding is required, the trench shall be excavated below the planned bottom of the pipe to a depth equal to 1/4 the nominal diameter of the pipe, or 6 inches, whichever is greater. The over excavated depth shall be backfilled using either Type 1 or Type 3 materials carefully compacted and shaped using hand tools so as to provide a uniform support for the lower portion of the pipe barrel. Shaping under the pipe bells shalt be so that the bell does not support the pipe and joints can be C-1 made without bedding material interference. 2) At the option of the Contractor, Class B Bedding may be used in place of Class C (Ordinary Bedding) provided that the exercise of this option shall create no additional expense to the Owner. The Contractor shall notify the Engineer in writing of those portions of the project on which he proposes to exercise this option. CLASS C (ORDINARY BEDDING) 1) The bottom of the trench shall be hand shaped to provide a firm bedding for the utility pipe. The utility shall be firmly bedded in undisturbed firm soil. The bedding shall be shaped so that the pipe will be in continuous contact therewith for its full length and shall provide a minimum bottom segment for the pipe equal to 0.6 of the outside diameter of the barrel. Excavation under the bell shall be sufficient so that the bell does not support the pipe and the joint can be made without interference. D. UNSUITABLE BEDDING MATERIAL 1) Class C Bedding shall be used for all pipeline construction unless otherwise shown on the Drawings or unless unsuitable material is encountered at the bedding surface. In the event that the materials encountered at normal bottom of trench excavation are, in the judgment of the Engineer, unsuitable to act as foundation for the pipe, such material shall be excavated for the full width of the trench to the depth necessary to obtain a suitable foundation. The Engineer will notify the Contractor, in writing, of the necessity for and extent of the material to be removed and the Contractor shall remove such unsuitable material as soon as possible and backfill in accordance with the requirements for Class B Bedding. All unsuitable material shall be disposed of by the Contractor. PIPE TRENCH BACKFILL A. INrrLkL BACKFILL 1) Initial backfill shall be placed as soon as possible after laying the pipe and shall maintain a pace with the pipe laying so that no more than five pipe joints separate laying and backfilling operations. Initial back rill shall include all haunching and backfill from the top of the bedding to a compacted depth of twelve inches over the pipe. All haunching and backfilling shall be done in the dry. 2) Initial backfill shall be done as specified below: (a) Haunching of the pipe shall be by hand placement and compaction of material in maximum 4 inch layers from the bottom of the trench to the springline of the pipe, taking care to fill all voids below and around the pipe. Backfilling shall be carefully continued in layers riot exceeding 6 inches in thickness for the full trench width until the compacted fill is 12 inches above the top of the pipe. (b) During initial backfilling the fill shall be deposited evenly along both sides of the pipe from a height not to exceed 2 feet above 2Q.4 ima 11 r the top of pipe, and fill shall not be dropped directly on the unprotected pipe surface. r (c) Where thrust blocks, encasement, or other cast -in- place concrete items are below grade, no backfilling shall start until the specific items have been inspected and approved by the t. Engineer or his authorized representative. I (d) The backfill to one foot above the top of the utility shall be thoroughly compacted with curved end tamping bars under and on each side of the pipe and flat tamped between the pipe and trench wall and shall be completed before the remainder of the trench is backfilled. Initial backfill shall be compacted to 100 percent of maximum density as determined by AASHTO T-180. No subsequent backfill will be permitted until the initial backfill has been accepted by the Engineer or his authorized representative. i B. SUBSEQUENT BACKFILL 1 j Subsequent backfill is that backfill between the initial backfill and + the finished ground level or bottom of subbase. I . 2) Subsequent backfill material shall be placed full trench width in horizontal layers not exceeding 1.2 inches loose depth and 1 compacted by power -operated tampers, rollers, or vibratory t equipment to a density equal. to 98 percent of the maximum density as determined by AASHTO T-180 for pipe placed under and adjacent to roadways or paved surfaces, and 95 percent under areas where no pavement is to be constructed and vehicular traffic is not to pass over the pipe. Each layer shall be compacted to the specified density prior to placing subsequent layers. The thickness of the loose layer may be increased when in-place _ density tests show that the specified density can be obtained. C. BACKFILL MATERIAL 1) Type 2 material shall be used for initial backfill and subsequent backfill with the following conditions: Initial backfill shall be predominately sandy material free from rock or stone greater than 1 112 inches diameter, and the maximum allowable .. dimension of a stone or rock fragment for subsequent backfill shall be 6 inches. If in the opinion of the Engineer the Type 2 material will not provide adequate and uniform support for load distribution to the pipe, the Contractor shall obtain and place either Type I or Type 3 backfill as determined by the Engineer. 2) All excavated material not suitable for backfill shall be placed on site. at an acceptable location, by Owner, or hauled off the job at the price set forth in the accepted 'Bid Documents. All material that is brought in from other sources for backfill shall be at the price set forth in the Contract. 3) Excavated material to be used for backfill shall be neatly deposited at the sides of the trenches where space is available to protect against caving or sloughing into rhe trench. Where stockpiling of excavated material is required, the Contractor shall coordinate the k 2Q.s 6 C i site location with the Engineer and shall maintain his operations to provide for natural drainage and not present an unsightly appearance, No excavated material shall be placed on private property without the consent of the property owner. D. COMPAC17ION METHODS 1) Mechanical compaction shall be accomplished using pneumatic or gasoline -powered tampers or flat -plate vibrators, with the exception that the first two feet of backfilling over the pipe shall be compacted by hand- operated tamping devices. 2) Flooding or puddling with water to consolidate backfill is not acceptable. except where sand is encountered below unpaved areas only, and only with prior approval by the Engineer. The flooding or puddling operation shall be repeated with each two feet of backfill placed 111 63DQM 0WW Willl+9 1) The Contractor shall arrange to have sufficient soil tests trade by an independent testing laboratory selected by the Engineer to demonstrate conformance of his work with the stability and compaction levels required by these specifications. Compaction tests shall be taken at intervals listed herein or as deemed necessary by the Engineer. 2) Any proposed alternative test methods to those specified herein must be 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. 3) In no case shall the Contractor proceed with construction on compacted material until the tests prove satisfactory and approvalis given by the Engineer. 4) 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 uniforrtt composition and textural class, a minimum of one test per 200 cu. yd. of material shall be performed at the point of use. 5) Generally, in-piace density tests shall be performed at approximately 20 foot intervals; one each side of pipe for each 12 inch lift. Additional density tests may be required by the Engineer. If any tests results are unsatisfactory, the Contractor shall re - excavate and recompact the backfill at his expense until the required compaction is obtained. 9. PIPE SYSTEM LAYING AND JOINTING A. GENERAL 1) Unless otherwise specified herein or directed by the Engineer, ail pipe and fittings shall be laid and joined in accordance with the appropriate manufacturers directions with regard to allowable barrel and joint deflection, spigot seating depth, gasket 2QA • r placement, lubrication, bolt torque, field cutting/trimming, and pushing/pulling methods for joint assembly. ¢ " 2) Prior to placing in the trench, each pipe section, joint, and fitting j shall be checked for damage or defects such as cracks, blisters, coating/lining separation, gouges, and the like. Any " damage or defective materials found shall not be installed unless l approved by the Engineer, and shall be marked "REJECTED" and immediately removed from the work site. f 3) Prior to installation, the interior of all pipe and fittings shall j be inspected for debris, sediment accumulation, sand, and the like, and shall be cleaned as required to remove such foreign 4 matter. Joint surfaces such as gaskets, gasket grooves, spigots, _ and bells shall be cleaned of sand and grit prior to joining. 4) Gasket lubricants shall be stored and applied in a manner that will prevent significant contamination or pick-up of sand and grit. I 5) The pipe spigot shall be centered in and aligned with its mating bell prior to insertion and forced evenly in a straight line to seating depth, taking tare not to over -bell the joint. Where required, deflections shall be made after the joint is seated. 6) Joining shall generally be done by hand or by push -bar with a cushion block whenever pipe size and weight permit. When a t mechanical pushinKpulling device such as chain -puller, come - along, and the like is required, the device shall be used in a manner that will not deform gouge, chip, or otherwise damage the pipe or cause significant disturbance of the prepared bedding. In no case shall joints be made by "popping - on" or swinging the spigot into the bell to seat the joint. i 7) Fittings and appurtenances shall be fully, independently supported. k-' on the bedding or on a permanent foundation so as not to bear on the pipe upon completion of the installation. S) The installed piping system shall be kept free of dirt, trench water, and other foreign matter during the progress of the work, and all open ends of the line shall be sealed with watertight plugs whenever work is not in progress. 9) Empty installed pipe shall be secured against flotation due to potential trench flooding by timely placement of suffleient backfill j or approved anchoring devices sufficient to resist pipe buoyancy. k.. M INSTALLATION OF FITTINGS A. Fittings, plugs, and caps shall be set and jointed to pipe in the manner heretofore specified for cleaning, laying and jointing pipe. 11. INSTALLATION OF DRAINAGE STRUCTURES A. Excavation for drainage structures shall be of sufficient size to permit construction of the structure to progress without hindrance from die walls of the excavation or from sloughed materials. No less than 12 inches clearance shall be provided between excavation walls and walls of the structure. If soil conditions encountered at the bottom of the excavation would in the sole opinion of the Engineer be unsuitable for 2Q.7 L r foundation, the Contractor shall remove and dispose of the unsuitable material to the depth where suitable bearing can be obtained. The determination of the necessity for and the extent of additional excavation shall be made by the Engineer, who shall inform the Contractor in writing regarding such necessity and the extent. This excavation shall then be backfilled to the appropriate grade with Type 1 or Type 3 backfill material, placed in 8 inch layers and compacted to a density equal to 100 percent of the maximum density as determined by AASHTO T-180. B. Installation of drainage structures shall conform to the details as shown on the Drawings and, unless otherwise specified, shall conform with Section 425 of the 1486 Edition of the Florida D.0,T, Standard Specifications for Road and Bridge Construction. Backfill shall be ,placed in lifts not to exceed 12 inches loose depth and compacted to 45 percent of maximum density per AASHTO T-1'80 in unpaved areas and to required subgrade density in areas of paving or curbing. C. Backfill shall not be placed against cast -in-place concrete structures until the concrete has attained sufficient strength to resist the load without damage, and in no case, less than seven days after the concrete was placed. 12. AS -BUILT DRAWINGS A. During the installation of Drainage Pipe and Structures the Contractor shall keep accurate records of the As -Built construction showing the location of all changes in alignment, services, utility crossings, and similar data. items shall be located from permanent objects such as centerline of street, manholes, valves, etc. Upon completion of the project the Contractor shall deliver to the Engineer an As -Built Drawing showing the above information. L. W 1O 2Q•s Li W 40 4?L4IM:CrJi;��R-110 "NMI e 1. DESCRIF ION OF WORK A. Work included: This section is part of the entire set of contract documents and shall be coordinated with the applicable provisions of the other parts. B. The extent of the landscape development work is shown on the drawings and in schedules. Completion of the work shall mean full and exact compliance and t conformity with the provisions expressed or implied in the drawings and specifications, t C. The work under this section includes supplying and planting of trees, shrubs and ground covers in accordance with sound nursery practice and maintaining and watering them until final completion and acceptance, but not less than 30 days from installation, and any other work as called for on the plans and in these I specifications. I 2. RELATED WQRK Site work (rough grading). 3. QUALITY ASSURANCE. A. QUALIFICATIONS -OF INSTALLERS: The Contractor shall have his labor crews controlled and directed by a landscape foreman well versed in plata materials, planting, reading blueprints and coordination between job and nursery, in order to execute installation rapidly and correctly. B. TREES AND SHRUBS: Provide trees and shrubs grown in a recognized nursery in accordance with good horticultural practice. (The only exception shall be native plant material collected from field locations.) Provide healthy vigorous stock grown under climatic conditions similar to conditions in the locality of the ,project and free of disease, insects, eggs, larvae, and defects such as knots, sun -scald, injuries, abrasions, or disfigurements. All plant material shall be graded Florida No. I or better as outlined under Grades and Standards For Nursery Plants, State Plant Board of Florida. 4. PRQDUCT HANDLMG f1 A. DHIAVERY AND STORAGE: The balls of B & B plants which cannot be planted immediately on delivery shall be covered with moist soil or mulch or other protection from drying wind and sun. All plants shall be watered as necessary until planted. B . PRQ=QN 1. Trees moved by winch or crane shall be thoroughly protected from chain marks, girdling, or other bark slippage by means of burlap, wood battens or other approved method. 2R-1 40 2. Container grown plants shall be carefully removed from the container so as not to disturb the root system. Spade shall not be used to cut containers. 5. J9B_C0IY ITIOAIS A. EXISTING COl LMJ]ONIj 1. The contractor shall verify all site conditions prior to construction. 2. '17he Contractor shall exercise care in digging and other work so as not to damage existing work including underground pipes and cables, and the pipes and hydrants of watering systems. Should such overhead or underground obstructions be encountered which interfere with planting the location of plants shall be adjusted to clear such obstruction.. 3. Should any objectionable materials such as old concrete, bricks, or other debris be encountered during planting operations, they shall be removed from the site by the Contractor. B. S-CHF.QIILTNQ I., In general the work shall proceed as rapidly as the site becomes available. 2. Landscape installation shall not begin until an adequate source of water is available on site.. 3. The Contractor shall be responsible for coordinating his work with all other parties involved with the Job in order the eliminate unnecessary complication during the installation of his work. 4. Upon substantial completion of work, the Contractor shall request a walk- through by the Landscape Architect to formulate a "punch list". Contractor shall complete "punch list" items as quickly as possible, and request another walk-through to verify completion. Upon successful completion of the "punch list" items, the work will be accepted by the Owner. 6. OUARANi'EE A. Considering that the Owner will be responsible for maintaining all matcrials after acceptance, the Contractor shall guarantee to replace all plant materials for a period of time after final acceptance as follows: 1, Trees (except Palms) - 180 days. 2. Palms - 1 year. (includes relocated existing Palms) 3. Shrubs and Ground Cover - 60 days. 4. Sod - 30 days. B. Should any of the plant materials show 40% or more defoliation during the guarantee period due to the Contractor's use of improper materials or workmanship die Contractor, upon written notice, shall replace same within 15 days, without additional cost to the Owner. 21t - 2 L. L L C -I M i' a C. Specifically excluded from the guarantee are damages resulting from natural causes such as floods, lightning strikes, freezing or winds over GO mph., damages from t acts of negligence on the part of the Owner or others occupying the site, fires, I vandalism and herbivorous animals. D. This guarantee shall be in effect only if proper maintenance is performed by die Owner, after final acceptance of the Contractor's work. Without such maintenance, this guarantee shall become null and void. Proper maintenance shrill be considered as performing the procedures described generally in Section 2R, part 3. paragraph i A. i 7. 5,!JBM1 AI S I A. Physical samples of prepared planting soil, and mulch. B. Labels from starter fertilizer. C. Submit recommendations for watering schedule the Owner prior to completion of work. t D. Submit recommended plant care and maintenance procedures to Owner prior to completion of work. E. Soil test results (see Pan 3, Section 16). F. The Owner reserves the right to withhold 14% of the contract amount until the I submittals are received. } PiAU 2 - PRODUM 1. MATERIALS A. NQMENCL,�' Tom; Conform to die names given in Standardized Plant Names, 1942 Edition, prepared by the American Joint Committee on Horticultural Nomenclature. Names of varieties not included therein, conform generally with names accepted in the nursery trade. B. MEAaUREMENTS: Plants shall be measured when branches are in their normal position. Height and spread dimensions specified refer to main body of plant and + not extreme branch tip to tip. The measurements specified are die minimum size acceptable and are the measurements after pruning, where pruning is required. C. B & PLANTS; No plant shall be accepted when the ball of earth surrounding its roots has been cracked or broken. The diameter of the ball must be sufficient to encompass the fibrous and feeding root system necessary for the maximum development of the plant. Root pruning shall have been done at a minimum of four (4) weeks before planting at the job. Anti-transpirant spray shall be applied immediately following installation. D. TE—RI Pot bound plant materials will be unacceptable. E. SOD. The sodshall be of firth, tough texture having a compact growth of grass with good root development. It shall contain no weeds, or any other objectionable vegetation. The soil embedded in the sod shall be good clean earth, free from 2R- 3 A stones and debris. The sod shall be free from fungus, vernvn and other diseases. 2. MIXES A. Fertilizer shall be Agriform 21 Gram Tablets, slow release, 20-10-5 analysis, or an approved equal. Rates of application shall be as follows: 1 -gal. can plants 1 tablet each 3 -gal. can plants 2 tablets each Palm trees (single stem) 6-8 tablets each Palm trees (multiple stem) 1 tablet per each 3" of stem diameter: cumulative diameter measurement. Trees i tablet per each 1!2" of trunk diameter. for multiple trunks the diameter measurements will be cumulative. B. Starter fertilizer shall be 6-6.6, 100% organic, with minor elements. This fertilizer shall have 40%-50% of its total nitrogen in a water -insoluble form. C. lawn areas shall be treated with fertilizer applied at a rate of twenty (20) pounds per 1000 square feet. D. Soil used for planting (planting tnix) shall consist of 70% Florida native peat, 30% wood chips (pine bark passing through 3/4" screen) and sawdust, 3 lb. starter fertilizer per cubic yard. Soil mixture used to back fill planting pits shall consist of two parts of existing topsoil from on site, and one part prepared planting mix. PART 3 - EXECUMN 1. PREPARATION A. SM TESTING: The Contractor shall test each site area for soil pH. Provide and supply such soil amendments as are necessary to adjust the pH range of each area to a level that will provide optimum conditions for the vigorous growth of the specified new plant material and grass (6.0 - 6.5). Submit test results and proposed soil amendments outline to the Landscape Architect prior to amending soils. (Soil amendments). B. PLANT PITS: Circular pits with vertical sides shall be excavated for all plants. Diameter of pits for trees, shrubs, and ground cover shall be at least two times greater than the diameter of the ball. 2. MaIALLA77ON/APPLICA'l'IONfPERFORMA U A. All plants except as otherwise specified, shall be centered in pits and set on compacted top soil to such a depth that the finished grade level at the plant after settlement will be the same as that at which the plant was grown. No burlap shall be pulled out from under balls. Remove burlap from top 113 of root ball. Roots shall be spread in their normal position. Container grown plants shall not be excessively root bound. All broken or frayed roots shall be cut off cleanly. Soil shall be placed and compacted thoroughly, avoiding injury and shall be settled by 2R-4 E__] r] I f' watering. No filling will be permitted around trunks. i B. Form temporary earth saucers with six. (6) inch high berm around all newly planted i trees. Saucer diameter for trees four (4) inch caliper or less shall be approximately three (3) feet. Saucer diameter for trees greater than four (4) inch caliper shall be I approximately six (6) feet. Ail trees shall be watered daily for the first month. l Remove saucer berm as final mulching and sodding takes place. C. New planting shall be so set that the final level of ground around the plants shall conform to surrounding grades, or as otherwise specified. E D. Moisten prepared surface immediately prior to laying sod. Solid sod shall be laid 1 immediately upon delivery to site with closely abutting joints, with a tamped or r rolled even surface. Stagger end joints minimum of 12 inches. It shall be the responsibility of the Contractor to bring the sod edge in a neat, clean manner to the edge of all paving and shrub areas. After the sod is laid, a top dressing of clean l sand shall be evenly applied over the entire surface and thoroughly washed in, (if } determined necessary by the landscape Architect). Note: Sand will not be required on properly laid sod. �. E. All plant beds, unless otherwise noted, including tree saucers, shall be top -dressed with 3" shredded cypress bark mulch (American Wood Products type "B" or equal). F. The amount of pruning on new plant material shall be limited to the nunimum necessary to remove dead or injured branches to compensate for the loss of roots as a result of transplanting operations. Pruning shall be done in such a manner as not ., to change the natural habit or shape of a plant. All cuts over one-half (112) inch diameter shall be treated with an approved tree paint. 3. INSTRUCTIONS 91 1. The Contractor shall maintain all plant materials in a first class condition from the beginning of landscape construction until the landscape work is accepted by Lthe Owner, including proper watering. 2. Maintenance shall include, but not be limited to watering of turf and planting beds, mowing, cultivation, weeding, pruning, disease and pest control, replacement of dead or unacceptable materials, straightening turf or planter settlement areas, guy wire repair and tightening, wash -outs, and any other procedure consistent with good horticultural practice necessary to insure Lnormal, vigorous and healthy growth of all work under this contract. 3. Mowing, if necessary prior to final acceptance. shall occur at regular intervals at a mowing height of 3 inches when the grass reaches a height of four and one - Lhalf (4 112) inches with a standard rotary mower. At no time shall more than 113 of the leaf surface be removed. 4. It will be the Owner's responsibility to continue maintaining tate landscape, following guidelines above, after final acceptance. II B. GRADES: It shall be the responsibility of the Contractor to finish (fine) grade all 2R-5 6 C-3 C] €) landscape areas, eliminating all surface irregularities, depressions, sticks, stones, and other debris, and remove them from the site. Rough grade shall be considered as site work (rather than landscaping) and shall be established to within t 0.l" of design grade. 4. CL ANULC The Contractor shall at all times keep the premises (grounds and pavements) free from accumulations of waste material or rubbish caused by his employees or work. i L, zlt-6 i i 1. SCOPE A. r The work to be performed under this item shall include furnishing and installing water service tubing as specified by the Engineer and as shown on the Plans. B . MUMM Standards applicable in this Specification shall be: 1) American Water Works Association (AWWA) a. AWWA 0901-88 - Polyethylene (PE) Pressure Pipe and tubing, 112 in. through 3 in., for Water Service. 2) American Society of Testing and Material (ASTM) ` a. ASTM D2239 - Standard Specification for Polyethylene (PE) Plastic Pipe (SIDR-PR) based on Controlled Inside Diameter. t b. ASTM D2737 - Standard Specification for Polyethylene (PE) Plastic Tubing. 1 _ C. ASTM D2774 Standard Recommended Practice for Underground. Installation of Thermoplastic Pipe Materials. d. ASTM D3350 - Standard Specification • of gPolyethylene Plastic Pipe and Pitting Material. L C. Sub[piltals 1) Shop Drawings - Prior to any fabrication or insmilation work. the Contractor shall furnish to the Engineer, for review and approval five (5) sets of shop drawings for the following items. All drawings shall be reviewed, approved and stamped by the Contractor prior to submission to the Engineer. a. Water Service Pipe LI b. Tobe Stiffeners 2. MATERIALS A. Polvrthvlene Tubing Inches in Diamet r and_Smaller Polyethylene tubing shall be manufactured in accordance with AWWA 0901-88 of PE -3408 extrusion compound, cell classification. PE334434C polyethylene plastic material as specified in ASTM D3350. Polyethylene plastic pipe shall conform to the following: a. Tubing shall have a working pressure of 200 psi at 73.4o F. b. Tubing interior surfaces shall be glass smooth, and shall be free from bumps and irregularities. Materials must be completely homogeneous and uniform in appearance. zs•t 11 • • C. Tubing dimensions and tolerances shall correspond with the values listed in ASTM D2737, with a standard outside dimension ratio (DR) of 9. d. Tubing shall be fully labeled with brand name and manufacturer, NSF seal, size, type of plastic material, and ASTM designation with which the tubing complies. B . �imi5 Joints for plastic tubing shall be of the compression type, utilizing a totally confuted grip seal and coupling nut, along with a split clamp locking device. Stainless steel tube stiffener inserts shall be used at all plastic tubing joints. ,.4 !'r,f Mori e; Detectable buried identification tape shall be installed for all pipe. Tape shall be 2 inches minimum width, consisting of a minimum 5 mil overall thickness with a solid aluminum foil core. Construction shall be 2 tail clear film, reverse print laminated to aluminum foil to 2 mil clear film, malting the film pennanently printed. Tape shall be furnished in manufacturers' standard roll length, meeting the "American Public Works Association"(APWA) color code, and shall be imprinted continuously with the following words, unless otherwise approved: "CAUTION BURIED WATER MAIN BELOW" Detectable buried warning tape shall be equal to or 'better than "PRO- LINE" underground utility marking tape as manufactured by Pro -Line Safety Products Co., 1099 Atlantic Drive, Unit #1, West Chicago, IL. Trace wire shall be continuous #14 THHN, single conductor copper wire. PVC color sheathing shall meet the color code of the "American Public Works Association" (APWA). 3. INSTALLAMON A. ins lla 'on of Plastic Water Senriu-,TuWE Tubing shall be installed in accordance with ASTM D2774 standards as modified by these specifications and the Contract Drawings. Plastic tubing shall be installed with a minimum cover of 18 inches. Tubing shall be placed in trench bottoms that provide continuous support and are uniform and free from rocks, stones and other debris. The initial bedding and backfill from 3 inches below the tubing to 4 inches above the tubing shall be -sand or other granular backfill not exceeding 1l2 inch in particle size. Care shall be exercised during backfilling compaction to ensure that sharp or heavy rocks do not come into contact whit the L. tubing. Where possible all service taps into the mainline shall be made apo above perpendicular to the pipe axis. Under no circumstances shall �► the rapping angle exceed 45' above perpendicular. Successive taps 2S2 ` W e a r into the mainline shall be spaced a minimum 18 inches apart. r All water service tubing crossing under roadways shall be installed in schedule 44 PVC casing pipe to accordance with the Drawings. Casing pipe to be installed under existing asphaltic surface courses shall be jack and bored as further specified in these Documents, or by following i a pneumatically burrowed hole such as made by a "Pierce Arrow". B. Iftsial1 LS#ilo_ =WL—Ilu Tape shall be tied to each valva; or fitting and shall run continuously with no splices between valves or fitrings. "rape shall be placed at a maximum depth of 12 inches below finished grade directly above the pipe centerline. Following placement of tape, the trench shall be backfilled s with due caution to prevent displacement or damage to the tape. C. Installation of_-Dctectable_BuricdTrace Wiry Trace wire shall be installed on all pipe, valve and fittings, with splices, branches, connections and terminations as shown on the plants. 40 GENERAL A. All of the types of valves and appurtenances shall be products of well established reputable firms who are fully experienced and qualified in the manufacture of the particular equipment to be furnished. The equipment shall be designed, constructed and installed in accordance with. the best practices and methods and shall comply with these specifications as applicable. B. All valves and appurtenances shall have the name of the maker and the working pressure for which they are designed cast in raised letters upon some appropriate part of the body. WATER SERVICE TAPS A. Service saddles with fusion bonded plastic coated, ductile iron bodies having stainless steel double strops and clastorneric gasket shall be used for all taps. Corporation stops shall be brass with IPS inlet thread and compression outlet for polyethylene tubing, and shall conform to AWWA 0800. CORPORATION COCKS A. Corporation cocks for connections to ductile iron or PVC piping shall be all brass or bronze suitable for 150 psi operating pressure, shall be iron pipe thread design,and similar to Mueller Co. H-10045, or equal, and shall be of the same size water service tubing as shown and/or noted on the Drawings. 4. FLEXIBLE COUPLINGS A. Flexible couplings shall be either the split type or the sleeve type as shown on the Drawings or as further specified hereafter. 1. Split type coupling shall be used with all interior piping and with exterior piping as noted on the Drawings. The couplings shall be mechanical type for radius groove piping. The couplings shall mechanically engage and lock grooved pipe ends in a positive couple and allow for angular deflection and contraction and expansion. 2. Couplings shall consist of malleable iron, ASTM Specification A47, Grade 32510 housing clamps in two or more pans, a single chlorinated butyl composition sealing gasket with a "C" shaped cross-section and internal sealing lips projecting diagonally inward, and two or more oval track head type bolts with hexagonal heavy nuts conforming to ASTM Specification A183 and A194 to assemble the housing clamps. Bolts and nuts shall be hot dipped galvanized after fabrication. 3. Victaulic type couplings and fittings may be used in lieu of 4 flanged joints. Pipes shall be radius grooved as specified for use with the Victaulic couplings. Flanged adapter connections at fittings, valves, and equipment shall be Victautic Vic Flange Style 741, equal by GustinBacon Group, Division of Ccrtain-Teed Products, Kansas City, Kansas, or equal. xr-i 40 II 4. Sleeve type couplings shall be used with all buried piping. The 9 couplings shall be of steel and shall be Dresser Style 38, Smith Blair Style413, Balser Allsteel, or equal. The coupling shall be provided with hot dipped galvanized steel bolts and nuts unless indicated otherwise. 5. All couplings shall be fiurnished with the pipe stop removed. S. Couplings shall be provided with gaskets of a composition suitable i for exposure to the liquid within a pipe. 7. if the Contractor decides to use vietaulic couplings in lieu of flanked joints, he shall be responsible for supplying supports for the Joints. S. TAT'T'ING SLEEVES AND VALVES A. Tapping sleeves shall be long body, mechanical joint type with flanged outlet, ductile iron construction, split in two sections and designed for assembly around the wain without halting service. The sleeve shall be suitable for use with the type and D.D. of pipe 'being tapped. B. Tapping valves ends shall be a standard flange (for bolting to the sleeve) by mechanical joint. Valves shall have oversized seat rings to permit entry l of the tapping machine cutters and, except as otherwise specified., shall ixs similar in construction and operation to AWWA 0509 resilient seated ate valves. apping valves and sleeves shall be cold water pressure rated at 200 4 psi minimum for valve sizes up to 12 inclies or less and 1541 psi minimum for valve size over incites. Tapping sleeves and valves shall be "Mueller" or approved equal. 6 a•r,2 40 W SCOPE A. This Section describes the procedural, material, and acceptance requirements for cleaning, disinfecting, and testing of water distribution systems with regard to sanitary quality, alignment, tightness, and overall integrity of the installed system. GENERAL A. The Contractor shall furnish all labor, materials, transportation, pumps, gauges, and equipment necessary to flush, disinfect, and test the installed pipe system as required by these Specifications. B. • The Contractor shall provide and install all temporary connections, corporation stops, blowoffs, and the like required for flushing and testing, and upon completion of satisfactory tests, shall remove same and install appropriate plugging/capping devices or permanent connections as required. C. The Contractor shall notify the Engineer at least 24 hours in advance of all acceptance testing to be performed. No testing for acceptance of the work shall begin until the Engineer or his authorized representative is present. D. No interconnection shall be made between the new work and an existing active pipe system, except that necessary and approved by the Engineer for testing, until the work is approved for use by the Engineer and until all approvals and clearances required by applicable construction permits for use of the work are issued by the permitting agency. E. At least 3 business days prior to conducting each item of work under this Section, the Contractor shall submit to the Engineer for approval a description of the specific equipment, materials, and procedures to be used, plus identification of proposed water source(s), testing lab(s) and field analysis kits) as applicable to the particular work item. 3. FLUSHING A. Upon completion of each run of pipe between main valves or between a main valve and a terminal blowoff, the pipe run shall be flushed at a minimum full diameter velocity of 2.5 ft./sec. in order to remove sand, debris, and other foreign materials prior to pressure testing and disinfection. Turing flushing, all in-line service meters shall be bypassed or replaced with a temporary spool to prevent damage due to excessive flow. B. Where a pipe system is looped, no more than one loop shall be included in any section being flushed. I. C. The pipe run to be flushed shall be slowly filled with clean water with all valves, hydrants, and services open to allow escape of air pockets. High points in the pipe shall be vented with suitable valved taps as necessary., When the system is full and prior to flushing, all services and hydrant stub -out valves shall be fully closed. The ends of services shall be xu•r 6 r r secured above ground to prevent backflow from ponded water. D. Flushing shall continue until a minimum water volume of five times the aggregate pipe volume has passed through the pipe section being cleaned. The aggregate pipe volume shall include all pipe carrying flushing water from the point of introduction to the work to the point(s) of discharge from the run being cleaned. E. Fire hydrants shall not be used as flushing discharge points. During main flushing, all hydrant stab -out gate valves and water service curb stops shall remain closed, Upon completion of main flushing, each hydrant and service shall be opened and allowed to flush while the ;91 water source is being shut down. F. For nominal pipe sizes of 6 inches and smaller, the pipe shall be - flushed through a discharge extension of at least the full pipe diameter. For nominal pipe sizes greater than 6 inches, a G inch diameter discharge A extension pipe, connected to the work with reducer(s), may be used in lieu p of a full diameter blowoff. G. Flushing water shall be carried beyond the trench and shall be discharged in a manner that will not cause erosion nor structural damage on or off-site. and will not cause contravention of State water quality standards in receiving surface waters. The Contractor shall provide adequate extension pipe, sedimentation basin(s), and/or diffusion devices as necessary to prevent such damage. 4. HYDROSTATIC LEAKAGE AND pRESSURE TESTING A. Upon completion of flushing, the installed pipe system shall be tested for tightness under a continuous hydrostatic gauge pressure of 150 psi, + 5 psi, determined at the lowest point in the system, for a period of 4 hours. The allowable leakage rate shall not exceed that defined in and specified by AWWA C600-82, unless otherwise requested by the Eng -sneer prior to testing. k. 2U-2 k B. If the work is subject to acceptance by a municipal or private utility with its own adopted test requirements more stringent than those stated herein with regardto pressure, duration, and/or allowable leakage rate, such requirements shall supersede these specifications. C. Testing shall be performed separately on each valved -off section of the installed system. Testing shall be against closed in-line valves with each valve in the system subject to the full test pressure differential for full test time at least once during the course of testing. A short hydrant branch may be tested as part of its corresponding run by leaving the gate valve open and testing against the closed hydrant valve, for the full test period. [' Test pressure shall then be maintained while the gate valve is closed, the ! hydrant valve opened, and a visual check made for leakage past the gate valve, indicated by water rising in the hydrant barrel. D. Allowable leakage shall be calculated based on the pipe diamcter(s) and total laid length of the run being tested, with no additional allowance for valves, fittings, or joints. No visible leakage shall be allowed. If visible leakage is noted during the course of testing, or if allowable leakage is exceeded, such leakage shall be repaired to the satisfaction of the Engineer and the test repeated or extended for an additional k. 2U-2 k i! period up to the full test time with suitable adjustment for previous make-up water used, at the Engineer's discretion, E. During testing at pressures in excess of 100 psig., all corporation stops not connected to services shall be sealed with appropriate screwed caps or plugs. All service corporation stops shall be left open and the services tested against closed curb stops. F. The pumpinglpressurizing and make-up water measuring equipment shall be provided by the Contractor and approved by the Engineer prior to testing. The pressurizing equipment shall be designed and operated in a manner that will minimize pressure surging and pulsing within the pipe. G. The Contractor shall provide and install a temporary valved tap with a 114" FPT connection to receive the pressure gauge in each pipe run to be tested Upon satisfactory completion of testing, the Contractor shall remove and plug the pipe. H. In preparation for testing, the pipe shall be slowly filled with clean water from an approved source, taking care to purge all air pockets. Water remaining in the pipe system after flushing may be used and supplemented as necessary with prior approval by the Engineer, and clean test water may be reused For sequential testing of pipe segments. I. In conducting the test, water shall be pumped into the full pipe until test pressure is attained, and make-up water shall be added as soon as the pressure drops to 5 psi below test pressure. All matte -up water shall be accurately treasured, and the total test leakage shall be defined as the volume of make-up water added. J. Should the tested section fail to meet these requirements, the Contractor shall, at his own expense, locate and repair the defects and retest the section until it is acceptable. K. Where any section of pipe is provided with concrete thrust blocking, the hydrostatic pressure test shall not be made until at least seven days after the concrete was placed except if high early -strength cement is used, in which case the hydrostatic pressure test shall not be made until at least three days have elapsed. L. Immediately upon completion of a passing pressure test, all valves shall be operated to insure their full opening and closing. DISUgFECTION A. Upon satisfactory completion of pressure and leakage testing, all newly installed pipe, services, and hydrants shall be disinfected by introduction of a concentrated solution of calcium hypochlorite or sodium hypochlorite, along with sufficient potable water to fill the pipe system, until a free residual chlorine concentration of 204 mgll is obtained throughout the system. The Contractor shall provide the water source, chlorine feed system, chlorine test equipment, and bacteriological testing lab, subject to the Engineers approval prior to disinfection. l.. B. The Contractor shall provide and install a minimum 314" threaded tap for chlorine introduction and a stand pipe with 1/2" hose bib sampling tap above grade at the upstream end of the piping section being disinfected, and a 2" valved blow off with a 1/2" hose bib sampling tap at the zu•s l~ i i downstream end of the section. At least one additional above -grade sampling tap shall be installed in each branch of a looped system at locations specified by the Engineer. Fire hydrants shall not be used as sampling points for bacteriological samples. C. The Contractor shall connect one end of the pipe system to a suitable potable water source and chlorine feed system and slowly fill the pipe with water while feeding chlorine at a continuous rate until the pipe system is full and a free residual chlorine of at least 200 mgll is obtained at each end and at intermediate sampling points as directed by the Engineer. During filling, each service and hydrant shall be cracked open and allowed to flow until chlorine is detected in the discharge. D, When the system is full and the required initial chlorine concentration is obtained, all outlet valves shall be closed and the chlorinated water retained for at least 24 hours, at which time the free residual chlorine shall be checked at the designated sampling points. If the free residual chlorine is less than 50 mg/1 at any point, the pipe system shall be reflushed and rechlorinated until the required 24 -hours residual chlorine is obtained, at which time the system shall be purged with potable water until residual ' chlorine is reduced to that of the water source. F. Suitable bacteriological samples shall then be taken at designated sampling points on 2 consecutive days and tested for total coliform by a laboratory certified by D.H.R.S. for microbiological analysis. Satisfactory results for coliform analysis shall be indicated by a total coliform count of less than I per 100 in 1. (MF) or less than 2.2 per 100 ml. (MPN, 5 tube, 10 ml.) for each sample. If any sample result is unsatisfactory, the disinfection and sampling procedure shall be repeated on part or all of the installed system, as directed by the Engineer, until all samples from 2 consecutive days show satisfactory results. Once the installed pipe system has been disinfected and bacteriological sampling begun, the system shall be kept continuously full with potable water under sufficient positive pressure to preclude contamination from outside sources, and shall be maintained in such condition until interconnection with the permanent water supply source is approved and completed. If, in the opinion of the Engineer, any part of the installation is subject to recontamination due to water loss from all or part of the installation, the cause shall be immediately corrected and the installation shall be redisinfected and retested to the extent directed by the Engineer. G. Highly chlorinated water used for disinfection shall be disposed of in a manner that will not cause a health hazard or damage to the aquatic environment of receiving waters. Unless otherwise directed by the Engineer, such water shall be dechlorinated with a satisfactory reducing agent or diluted to a maximum total residual chlorine concentration of 2 mgjl prior to discharging to surface waters, storm sewers, or sanitary sewers. 40 • 1. SCOPE W A. This section describes the material and structural requirements for pipe, joints and fittings to be used in construction of gravity sewerage systems as shown on the Plans. 2. GENERAL A. The Contractor shall 'Furnish and install the pipe, fittings and structures as shown on the Drawings and as specified herein. B. Standards and specifications referenced herein shall be the current published edition. C. Unless otherwise noted or approved by the Engineer, all materiaWequipment of a particular type, size, or class shall be by a single manufacturer and shall be of the same model or series.. D. The Contractor shall provide to the Engineer upon request a written certification that all materials furnished by him have been manufactured, inspected, and tested in accordance with the applicable specification and/or standard. E. All pipe, fittings and appurtenances shall be new and in good condition, free from damage or defects, and maintained in such condition until incorporated in the finished work. F. Any or all materials found during the progress of the work to have cracks, flaws, or other defects which, in the judgement of the Engineer, would cause leakage, rupture, or otherwise impair the quality of the finished work may be rejected by the Engineer. Rejected materials will be immediately segregated from acceptable materials, marked as "REJECTED", and removed from the job site by the Contractor without delay. a - * W__ 01 1) Unless otherwise noted in the Plans, PVC pipe and fittings shall be Type PSM, SDR 35, push -on joint with thickened integral bell and elastomeric gasket, con forming to ASTM D3034. The pipe shall have a standard laying length of 12.5 feet or 20 feet. Necessary fittings and adapters shall be supplied by the same manufacturer as the PVC pipe and shall be compatible with all other SDR 35 pipe. Joints shall conform to ASTM D3212. Connections to pipes of other materials or to pipes with dimensions not compatible with SDR 35 pipe shall be made using flexible couplings with stainless steel tightening bands as manufactured by Fernco, Inc., or Mission Rubber Co., Inc. or Joints, Inc. B . )2UC1'ILE IRON PIPE AND EM INGS 1) Ductile iron pipe shall meet all manufacturing, and testing L requirements of AWWA C151, with push -on or mechanical joints conforming to AWWA C111. The pipe shall be cement -mortar lined in accordance with AWWA C104 and shall have an inside and outside bituminous coating approximately I mil. thick. The zv-m L W r pipe shall be class 50 as determined by AWWA 0150. Fittings shalt conform to AWWA Cl 10. 4. PAYivEl+l"T A. Payment for furnishing and installing sewer mains will be on a lineal foot basis. The unit price shall cover the cast of all mate als, equipment and labor, fittings, dewatering, trenching, placing pipe, jointing, testing, backfilling, clean -tap, grading, as-builts, and all other items necessary. I xv.2 Cil 11 SECTT N 2W - SEPTIC TANK AND DRAINFIELD I 2. GENERAL: A. All installations shall be constructed in a workmanlike manner in full compliance with the shown, described and reasonably intended requirements of these plans. and shall be to the full and complete satisfaction of the owner. B. All of the mechanical and piping components needed to complete the system as shown on the plans shall be new, unused, and in tarst- class condition. C. Shop drawings shall be submitted to the engineer for review and approval of all system components prior to being ordered by contractor. D. Before covering the septic system with earth, the contractor shall notify T.R.C. Department of Health - Environmental Health and the engineer for an inspection, and approval of system installation. E. Upon completion of installation. the contractor shall notify the engineer for a final inspection and final setting of all adjustments. F. Prior to final acceptance, the contractor shall provide new equipment warranties to the owner, and shall provide the Owner with a one ,year written warranty against defects in new material and against defects in contractor's workmanship for the entire water system installation. G. All components shall, at a minimum, meet the requirements of the Florida Administrative Code, Section 64E-6. latest edition. STRUCTURES: A. A single compartmented tank of 1500 gallons and 900 gallons shall be upstream of the absorption trenches to meet the requirements of F.A.C. 64E-6013 (3)(a). B. Tanks shall be of precast concrete construction, consisting of a monolithic bottom and sidewall. The top shall be a single slab with cutouts for construction of brick manhole risers. The concrete for tanks shall have a minimum compressive strength of 3000 psi after 28 days, and shall utilize type lI cement. Reinforcing steel shall be minimum grade 60. The tanks sltallbe reinforced with minimum #3 rebar at 6 inches cacti way in the top and bottom, and minimum #3 rebar at 12 inches each way in the walls. C. All ,joints in the structures shall be made watertight using a mastic sealer such as "RAM-NEK", or equal. D. Pipe penetrations through the walls shall be made watertight by sealing the void around the pipe with anti -hydro grout. Brick risers shall be made watertight by covering the brick with a layer 2w•t i r� k of anti -hydro grout. f . E, All appurtenances inside the tanks shall be as shown in the plans, 9 or as called for by F.A.C. Chapter 6413-6 which shall take precedence aver the plans and specifications. 3. PIPE AND FITTINGS. A. Header pipe shall be N.S.F. approved, Type PSM, P.V.C., meeting the requirements of ASTM D3034-89, "Standard Specifications for Type P r PSM, P.V.C. Sewer Pipe and Fittings". B. Drainfieid pipe shall be 4 -inch„ corrugated, polyethylene pipe and fittings, conforming to the Standards of ASTM F405-89, "Standard Specification for Corrugated Polyethylene Tubing and Fittings". The pipe shall have perforations which meet the requirements of F.A.C. Chapter 6413-6.014 (4) (g). 4. DRAINRELD TRENCH BED MATERIALS: A. The absorption bed shall be constructed of limestone, quartz rock, granite, river gravel or other approved material conforming to ASTM C33-86 or ASTM 0330-87 meeting F.D.O.T. specification 901 as required by F.A.C. Chapter 64E-6.014 (4) (c) for drain#ield use. B. A barrier of polyester bonded filament such as Mirafi 140 NS or Terratix 2708 shall be installed on top of the aggregate ,prior to backfilling. R� i� zw.x C-1 i 0 SECTION A - RE1NF©RCED CONCRETE L SCOPE Y ' A. The workcovered under this section shall include, but not be limited to, concrete manholes, inlets, catch basins, curb, curb and gutter, street repair, and sidewalks. It shall include all materials, equipment, labor, finishing, form work and curing. 2. GENERAL A. The concrete shall be a workable plastic mix composed of portland cement, fine aggregate, coarse aggregate, air and water proportioned and mixed to provide the strength of concrete called for upon the Plans. The water -cement ratio shall be kept to the minimum necessary to achieve proper placing and finishing. Any item relative to concrete or reinforcing under this item that is not covered herein, shall be in accordance with the ACI 318-71 Building Code and the Design and Control of Concrete Mixtures by Portland Cement Association, B. Concrete mixing may be done in a portable mixer, a transit- mix truck, or if less than five cubic feet, in a mortar box; provided al] ingredients including water are accurately measured by weight or volume. Measurement by the "shovel full" is specifically prohibited. No mixer shall be loaded above its rated mixing capacity. C. Transit mix trucks shall not wash out their tracks on the site without the specific permission of the Engineer and any waste concrete shall be removed to a public dump. 3, CEMENT A. Cement shall be portland cement conforming to ASTM C150 types I. IA., III and/or IIIA. Cement, if delivered to site, shall be in unbroken paper bags plainly marked with the manufactures name, the brand name, the type of cement, and the weight of cement in the bag. All cement shall be properly protected against dampness. Bags containing caked cement shall be rejected. Cement shall be used in the same order as received, that is first in, first out. 4. AGGREGATES A. Aggregates shall conform to the 1996 Florida Department of Transportation Specifications for Road and Bridge Construction. Stockpiling of aggregates shall be done in such a manner as to prevent segregation or contamination. 5. AIR ENTRAINMENT A. Air entrainment is required and shall be maintained between 3 and 6 percent considered as an optimum. Concrete showing more than 6 percent may be rejected. IL AAA ' U C-1 r k 6. ADMIXTURES A. Admixtures other than for air entrainment shall not be used without the specific written approval of the Engineer. 7. FORMS A. Forms shall be built to provide a neat and workmanlike finished job. The forms shall be mortar -tight and of sufficient strength material to prevent any bulging or sagging from true line and grade and to withstand vibrating. Any form ties shall be removed to a depth of at least 1 112 inches, the holes reamed out large enough to be adequately patched and the note filled with sand cement mortar. S. PLACEMENT AND INSPEC I[ON 9 A. The Contractor shall give the Engineer sufficient advance notice of his intent to pour concrete to permit inspection of the farms, placement of reinforcing steel, and equipment for mixing, transporting and placing of the concrete. No concrete will be placed prior to completion of the form work and placing of the reinforcing to the Engineer's satisfaction. No concrete shall be placed unless an adequate vibrator and adequate provisions for curing are on hand. Concrete test cylinders will be made by the Engineer's representative at random and at any time there is doubt about the quality of the concrete. Failure of the concrete to come up to design strength will be cause for rejection and replacement of the structure. B. Every effort shall be made to obtain a water tight and durable concrete free from voids, rock pockets and the like. Shouid defects occur, they will be called to the Engineer's attention and repaired in accordance with his directive or, if extensive replaced. C. Concrete finish on exposed surfaces shall be as designated by the Engineer. REINFORCING A. All reinforcing steel shall be fabricated from new billet steel and shall unless otherwise noted conform to ASTM designation A615, Grade 40. All bars shall be securely tied in place with soft iron wire, 16 gage or heavier. Unless otherwise noted all bars shall have 2 inches of concrete cover. All bends shall be in accordance with the A.C.1. Building Code. 10. CURING A. General: The concrete shall be continuously cured for a period of at least 7 days. Curing shall be commenced after finishing has been completed and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Any curing material removed or damaged during the 7 day period shall be replaced immediately.After forms are removed, tate surfaces exposed 1 3A-2 40 0 shall be cured by placing a berm of moist earth against them or by any of the methods described below, for the remainder of the 7 day curing period. 1) Wet Burlap Method: Burlap shall be placed over the entire exposed surface of the concrete with sufficient extension beyond each side to insure complete coverage. Adjacent strips shall be overlapped a minimum of six inches. The burlap shall be held securely in place such that it will be in continuous contact with the concrete at all times and no eatth shall be permitted between the burlap surfaces at laps or between the burlap and the concrete. The burlap shall be kept thoroughly wet throughout the curing period. 2) Membrane Curing Method: Clear membrane curing compound or white -pigmented curing compound shall be applied by hand sprayer in a single -coat continuous film at a uniform coverage of at least one gallon to each 200 square feet, Any cracks, checks or other defects appearing in the coating shall be recoated immediately. The curing compound shall be thoroughly agitated in the drum prior to application, and during application as necessary to prevent settlement of the pigment. 3) Polyethylene Sheeting Method: Polyethylene sheeting shall be placed over the entire exposed surface of the concrete, with sufficient extension beyond each side to insure complete coverage. Adjacent strips shall be overlapped a minimum of'six inches. The sheeting shall be held securely in place such that it will be in continuous contact with the concrete at all times. L L 3A-3 iN C-1 11 7 t� SECTION 38' - CURBING I 1. GENERAL A. Concrete curbing shall be constructed in accordance with the Plans and Specifications. 2. FOUNDATION A. The curb shall be constructed upon a stabilized and compacted subgrade as noted upon the Plans. 3. 'FORM WORD } A. After the foundation material is thoroughly graded and compacted to I the required depth, the .forms shall be set true to line and grade and held rigidly in position. Forms shall be either of wood or metal: and they 4 shall be straight, free from warp or bends and of sufficient strength waren staked to resist the pressure of poured concrete without yielding. The forms shall have a depth at least equal to the depth of the curb. A special effort shall be made to achieve a straight curb of uniform width. 4. CURB MACHINE A. The Contractor may use a curb machine in lieu of forming, but he will be responsible for providing a stable base for the machine. 5. CONCRETE. A. Concrete for curbing shall have a minimum compressive strength of 3000 psi at 28 days. Concrete placed with the curb machine shall have zero slump. B. 'PLACEMENT OF CONCRETE 1) Concrete shall be placed so as to eliminate honeycombing. The concrete shall be compacted by hand with wood floats and spades worked along the forms and expansion points for the full depth. All compacting shall be performed while the concrete is in a J plastic state and to such extent as will insure a dense mass with even and uniform surface free from segregation, aggregate pockets or honeycomb. Spacer blocks previously placed between and below the tops of the curb forms shall be removed immediately prior to their being buried by the concrete pour. 2) Concrete shall not be placed during rain, when the threat of rain is eminent, or when there is standing water between forms. If, however, the concrete has been cast and an unexpected rain shower passes over the site before the concrete has had sufficient time to set, the Contractor shall adequately protect it from water damage. Repair or removal and replacement of the concrete curb because of water damage will be at the Contractor's expense. 6. EXPANSION AND CONTRACTION JOINTS sn-1 r73 w e P+ A. All expansion joints shall be 112 inch thick premolded asphalt impregnated felt strips placed on 40 foot centers. In addition, expansion joints shall be placed at the points of curvature and tangency of all curves. Each joint shall be set plumb, and the top flush with the finished concrete surface. The joint will extend to the depth of the curb and shall be as wide as same. B. Curbs shall have contraction joints, saw -cut, at approximately 10 foot intervals. No contraction joint should be less than 4 feet from an end or expansion joint. Each joint shall be between 1/4 and U2 inch deep. Saw cut joints are not desired, but if some must be cut, the cut must be made after the concrete has set sufficiently to prevent raveling and before shrinkage cracks begin to develop. 7. REPLACEMENT OF CURB A. Curbing which is 3/8 inch or more below plan grade. has extensive honeycomb or other irregularities or defects, shall be removed and replaced at the Contractor's expense. Plastering will not be acceptable to bring the curb to grade or to repair extensive honeycomb. 8. BACKFILL A. t After the concrete has set sufficiently, but not more than three day after pouring, the spaces in front and back of the curb shall be refilled to the required elevation with the specified materials. It shall be placed in layers not to exceed 6 inches in thickness and compacted to the specified densities. B. Lime rock base shall not be placed against the curb in less than three days after it was poured. 40 SECTION 3C - SOIL POISONING ` 1. The work specified in this Section consists of providing termite protection for the building areas. 2. MATl121ALS: This shad include the application of an approved chemical as set forth in Section 815-3.8 of Section 815 of the Minimum Property Standards for One and Two Living Units, federal Housing Administration (November 1966). 3. CONSTRUCTION METHODS: The Contractor shall employ the services of a competent pest control operator to perform this service. 4. GU6RANTEE: Upon completion of the soil treatment and as a condition for it's final acceptance, the Contractor shall furnish to the Owner renewable surety bond guarantee for unconditional service repair up to $5,000.00 for each occurrence, This guarantee shall be renewable for an additional 10 years on a yearly basis at the option of the Owner. Surety bond shall be for 5 years with annual inspections. Report of these inspections shall be submitted to the Owner. 3C•I M .S1 F!] I CQNCCRE7 REINFORCING PART L GENERAL 1. Location of fibrous reinforcing shall be in exposed concrete columns, concrete retaining wails, piatforrn beams and topping pour of precast concrete slabs 2. Topping pour shall contain no additional wire mesh reinforcing; all other concrete work shall be reinforced as shown on plans and required by specification. PART 2 MATERIAL 1. Manufacturer: Fiberrnesh Co., 4419 industry Drive, Chattanooga, Tn. 37416 (615) 892-7243. 2. Product: 100 percent virgin polypropylene, fibrillated fibers containing no reprocessed olefin materials and specifically manufactured for use as ---- concrete secondary reinforcement. Volume per cubic yard snail equal a minimum of 4.1% (1.5 pounds). Fiber manufacturer mast document t evidence of 5 year satisfactory performance history, compliance with applicabie building codes and ASTM C-1116 Type 1114.1.3 and ASTM 0- 1116 Performance Level 1 outlined in Section 21 mote 17 of ASTM[ C- 1116. 3i]-1 L L L i r SmcnDN 3E - CAST -IN-PLACE C()NCRFTE t PART 1 - MATERIAL REQUIREMENTS: I I . Cast -In -Place Concrete shall meet the following requirements: A. PORTLAND CEMENT: American Standard Brand per ASTM C-159, Type 1. t B. DINE AGGREGATE: Shall be sharp. clean passing a #8 sieve meeting ASTM C-33. C. COARSE AGGREGATE: ASTM C-33 gravel or crushed stone. Size { graded from i" down. Size for column and beam pours shall be 1f2" and down. } D WATER: Shall be potable quality. 4 E. STRENGTH: 3000 PSI at 28 days for columns and beams; 2500 PST for foundations, slabs, and walks unless shown otherwise on the Drawings. PART 2 - FINISHES 1. Force coarse aggregate from surface, screed level and float, machine trowell smooth finish. Add broom texture and edge finish. 2. PLACE concrete as near to final position as possible to avoid segregation from excessive handling. 3. MECHANICAL vibrator shall be employed to work concrete around reinforcing steel, embedments and comers. 4. PARTIALLY hardened or retempered concrete shall not be used in any part of the project. Water shall not be added to the design mix without written -Approval of the Inspecting En ig neer Concrete so altered shall be removed and necessary repairs made to replace same at no additional expense to the Owner. 5. Honeycombing or planes of weakness apparent in the exposed concrete work shall be patched or removed and replaced at the discretion of the owner. Such repairs shall be made at no additional cost to the Owner. 6. Continuous pipe screeds shall be employed by Contractor to ensure even and uniform slopes as shown on the Drawings. 7. Exposed concrete shall be hand rubbed to uniform appearance. all voids floated. PART 3 - TESTING 1. SLUMP & cylinder tests shall be made of all structural concrete in footings, beams, columns and floors. k I 3E - t F-] i TESTING PROCEDURE A. Standard 6 inch x 12 inch cylinders made of concrete for foundations per ASTM C-143. Take from the same batch for each 50 cubic yards or fraction thereof and at least four (4) cylinders from each day's pour. Cure cylinders; one broken at 7 days; one at 14 days, one at 28 clays; one held in reserve. B . Prepare and mark test cylinders and deliver them to an independent laboratory approved by the owner. Laboratory tests paid for by the Owner. C. If final cylinder test is below specified minimum strength the owner may require core tests of hardened concrete in place to be made per ASTM C-42. If this test shows strength to be below specification, concrete in question shall be removed and replaced without cost to the Owner. Other work damaged by such repair shall be replaced at no cost to the Owner. Patching of test core sites shall be performed by the Contractor. D. Maximum slump shall be 5" 1 1". TIME: Concrete shall be placed within 90 minutes of adding cement and aggregate or within 45 minutes of adding water and admixtures. Maximum time between deliveries in a single pour shall be 30 minutes. Contractor shall keep and file consecutively all concrete delivery slips which shall have date and time of mixing, time of delivery and design mix type indicated. Copies of all delivery slips shall be provided by the Contractor on a monthly basis to the Owner.. 40 SECTION 5A -.SIRUCTURAL -.STRUCTURALMETAL CONNEUMNS PART 1 -GENERAL l 1. Structural steel shall conform to the latest editions of AISC specifications for the design, fabrication and erection of structural steel. Material shall be type 316 stainless steel, 2. Welded or bolted connections which develop the full strength of the members will f be permitted except where welded connections are specifically called for on the # drawings 1 3. Furnish all anchors, clamps, bolts, screws, etc„ required for the completion of the l work. After fabrication and installation round rough edges and corners to accessible areas. i 4. Connection bolts shall be 1/2" type 316 stainless steel unless otherwise noted on 4 drawings. l PART 2 - FINISHES 1. Structural bolts, plates and connections shall be type 316 stainless steal. i, L. L L L L L 5A - 1 C 1 39 SECTION 5M - PRE-FABRICATFD CONNECTIONS I . Provide Simpson Strang -Tie hangers and hurricane clips or approved equivalent as shown on is Drawings. 2. FINISHES: Type 316 stainless steel. I yy L L, L L L 513-1 ■ 0 4 SEC oh! 5C-MISCELLAIEQL$--MT 1, GENERAL: The Contractor shall furnish all materials, labor, and equipment necessary for the installation of the miscellaneous metals. 2, INSPECTION: The Contractor shall examine all work in direct contact with or having an effect on his work. If any defects are found that would have an adverse effect on the erection of completion of the installation of his materials, the Contractor shall notify the i owner in writing of the nature of the defects. If the Contractor proceeds with his work without effecting such notification, it shall be construed as an acceptance by him of all preceding work. 3. CONTRACTOR shall furnish and install, or furnish for other trades when required, all miscellaneous metal, steel, and metal fabrications including but not limited to, hangers, anchors, bolts, plates, supports, lintels, brackets, and other miscellaneous items necessary to frame or support the Work. 4. FINISHES: Structural bolts, plates and connections shall be type 316 stainless steel. 5. FIELD MEASURENIEENI'S: Take all measurements in field as required to verify or supplement those shown on the Drawings and assume responsibility for fit of structural q members, other structural steel, and miscellaneous metals. L 6. SHOP DRAWINGS: Provide four sets of shop drawings showing component sixes, connection details, and finished installation sizes for review and approval by the owner, signed as accepted by the Contractor. T, HARDWARE a) Wok Included: Furnish and install all finish hardware specified and obviously required to complete the work as indicated on the drawings and specified herein, Provide all trim attachments, accessories and fastenings required for proper and complete installation, i" b) Items of hardware not specifically mentioned herein and necessary for the completion of the work shown on the drawings shall be provided. Such 'stems shall be of type and quantity suitable for the required services and comparable to and matching adjacent hardware. c) Submit i) Product Data: 'Submit complete manufacturer's specifications, catalog cuts, and other data required to demonstrate compliance with specified requirements. iii Hardware Schedule: Submit complete materials list of all items proposed to be furnished and delivered under this section. Identify each hardware item by manufacturer, the manufacturer's catalog number and the location of the item in the work. Make a fist in form suitable for ready checking by the Architect. Approval of the hardware schedule by the Architect shall not relieve the contractor from the responsibility for furnishing all necessary and required finish hardware. iii) Samples: When requested, deliver to the Architect samples of each finish hardware item. 5C - I iv) Templates: In a timely manner to ensure orderly progress of the work, deliver templates or physical samples of the approved fetish hardware items to pertinent manufacturers of interfacing items such as doors and frames. v) Certification: This Contractor shall certify in writing that he has inspected the installation and that materials under this section have been properly installed in accordance with manufacturer's instructions. drawings or templates. d) Product Handling: i) Packing and Marketing: Individually package each unit of rinish hardware, complete with proper fastenings and appurtenances, clearly marked on the outside to indicate the contents and specific location in the work. ii) Protection: Use all means necessary to protect materials of this section before, during and after delivery to the job site and to protect the work and materials of all other trades. iii) Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the owner. e) Guarantee: i) Guarantee that all materials furnished under this section will be free from defective and workmanship for a period of one (1) year from date of final completion. It is the intent to obtain for the owner, a trouble free installation which will be serviced, adjusted, corrected or replaced by the hardware supplier at any time required during the first year's use, regardless or improper maintenance, but excluding damage or defects clearly the result of deliberate abuse and/or vandalism. Hardware which becomes defective during the, guarantee period will be repaired and/or replaced, together with all other work damaged thereby, at no expense to the owner. w_ La 5C-2 • f , �CTtoN 6A .. A�FERFyNC�:S t 1, American Institute of Timber Construction (AITC) References to Division Six are as follows: AITC 105-65 Recommended Practice for the Erection of r Structural Timber Framing r AITC 106-65 Code of Standard Practice RITC 107-65 Guide Specifications for Structural Timber Construction AITC 108.65 Standard for Heavy Timber Construction AITC 109-65 Treating Standard for Structural Timber Framing 2. All work and materials in Division Six shall comply welt the Soudtem Standard L Building Code, and the Codes listed above. l L L GA. l 01 11 SECTION 6B - LUMBER 1. GENERAL. Framing and finish lumber shall be marine duty pressure treated dense Southern Yellow Pine, straight and true. Material shall be kiln dried to maximum 19% moisture content prior to preservative treatment. Preservative treatment shall be as specified by the American Woad Preserver's Association, 2. MATERIALS: Factors and grades as follows, unless otherwise noted on drawings: A. Unless otherwise noted all wood shall be hand selected #2 grade, structurally sound southern yellow pine CCA pressure treated at 2.5#Ic.L retention rate per AWPA specifications.. B . Roof decking shall be hand selected #2 grade, structurally sound southern yellow pine CCA pressure treated at .40#Ic.f. retention rate per AWPA specifications. 40 r• CARPENTRYSE(,IIQN 6C - ROUGH t 1, GENERAL: Contractor shall furnish all labor, materials and equipment necessary E for the completion of Rough Carpentry work as shown on the Drawings and hereinafter specified. 2. INSPECTION: The Contractor shall examine all work in direct contact with or having an affect on his work. If any defects are found that would have an adverse effect on the ercetion or completion of the installation of his materials, the Contractor shall notify the owner in writing of the nature of the defects. If the Contractor proceeds with his work without effecting such notification, it shall be construed as an acceptance by frim of all preceding work. 3. Roof sheathing shall be .40 pef of CCA retention pressure treated I x 6's at 5' o,c., using butt joint spacing (solid cover). 4. THE CONTRACTOR SHALL supply and install alt rough hardware including halts, plates, nails, anchors, brackets, spikes, screws, clips, hangers, and other fasteners necessary for completion of the Work. Rough hardware shall be Type :316 stainless steel. 5. THE CONTRACTOR SHALL provide anchors, blocking etc. required by other Sections to be built in. Provide grounds and blocking for all Sections, +6, NAILS SHALL be ring shank, stainless steel for all Work unless otherwise noted on the drawings. Subdrill where necessary. 7. REMOVE wood, including form lumber, scrap lumber, shavings, and sawdust in contact with ground. Leave no wood buried in fill or backfill. Do not bum any wood on job. Dispose of as required by the State of Florida, U. S. Agencies, and Indian River County 8. PROTECT wood products delivered to the Site from wetting and moisture gain by storing on elevated sills and by covering with well secured waterproof covers. 1, 9. PIT framing closely, set accurately to required lines and levels, and secure rigidly in j. place. Set horizontal and inclined members with crown edge up. Do not cut, notch, or bore structural members without the owner's written approval. Bolt, nail and spike in a thorough manner. Framing members shall provide foil contact at .Al bearing surfaces. J k 6C - I EI 11 1. GENERAL SPECIFICATIONS A. GENERAL.: The requirements of the general, supplementary and special conditions of the contract specifications and drawings are hereby made a part of this section of the specifications. B. INTENT: It is the intent of the plans and specifications to provide a complete and operating installation including all obviously necessary items even though items are not indicated on the drawings or specifications. C. PERMITS, SALES TAX, ETC.: 1 he contractor shall secure and pay for all permits, State Was 'Tax, Federal Excise Tax, royalties and other taxes or fees as required for installation of a complete system as outlined herein and as shown on the plans. The contractor shall secure all necessary licenses and insurance. D. CODES: The work shall comply with the latest applicable requirements of the NEPA, the NEC, and all local codes governing this installation as a minimum standard unless specifications listed herein or shown on the ,plans require a higher minimum standard. E. BRANDS OF EQUIPMENT: Where one manufacturer only is named, the bids shall be based on furnishing equipment or materials by this manufacturer. Where two or more manufacturers are named, the bids shall be based on furnishing equipment or materials by this manufacturer named in the schedules or the first named manufacturer in specifications. Other named manufacturers may be used provided they meet the specifications and space limitations. Products of other manufacturers will be considered for use if in the engineer's opinion, the item requested for substitution is equal to that specified. Where no manufacturers are named, the contractor shall select equipment or material which meets the specifications. F. DEPARTURES FROM DRAWINGS: The contract drawings indicate the extent and general arrangements of equipment and systems. If any departures from the contract drawings are deemed necessary by the contractor, details of such departures and reasons therefore shall be submitted to the engineer for approval. No such departures shall be made without the prior written approval of the engineer. G. CHANGES: The contractor shall conform to all reasonable changes without additional cost to the owner. H. ERRORS AND OMISSIONS: All obvious errors and/or omissions its the above mentioned documents shall be called to the attention of the engineer at least four days prior to the bid date. If notification is not received, no extras to the original drawings and specifications will be authorized. ` I. GUARANTEE: The contractor shall provide a guarantee against defective workmanship, materials or equipment for a period of one year from the date of acceptance. This guarantee shall include all costs encountered in the replacing of defective work or materials. In the event the contractor fails to take action to correct any such defect within 24 /tours after receipt of written V 16A - 1 61 4D a ,, notice, the work of correcting such defect may be accomplished by the owner and the contractor shall be liable for the cost of this work. 7. The contractor shall convey to the owner any additional guarantees or warrantees provided by the manufacturer of an individual item of equipment } or material. 2. RACEWAY 1 A. EMT may be used for all branch circuit wiring in areas above grade and within the building. All EMT shall be galvanized. All EMT fittings shall be steel compression type. B. PVC, schedule 40, may be used for all branch circuit wiring below grade. I C. GRC shall be used for wiring when transitioning from below grade to l above grade and subject to physical damage. 3. WIRE AND CABLE I A. Conductors shall be copper. Insulation shall be type THHNnEWN for sizes No. 12 to 8 AWG. For conductors No. 5 and larger, insulation shall be d are ttype be stranded. Branch conduit outlets shall be connected asTHW. Minimum. size wire No. 12Conductors No. 0indicalarger d er 13, COLOR CODES: Conductors shall be color coded throughout. Same color shall be used for branch circuit wiring of a given phase. Conductors No. b AWG and larger may be Black, but shall be identified with colored tape in junction boxes, pull boxes, panels, and service equipment. ., (a) 120/208V - Shalt be Black, Red, or Blue with White for neutral. (b) Continuity of neutrals of multi -wire branch circuits shall not be made on terminals of any device. This will assure no opening of neutral in replacement of device. C. SPLICES: (a) #10 and below - Scotchiok or equal (b) #8 and larger - Hi Press or mechanical connector (c) Epoxy splices shall be used for all below grade splices. 4. BOXES - A. OUTLET" BOXES shall be one-piece or projection welded galvanized stamped steel for gang sizes required. Sectional boxes will not be acceptable. Boxes larger than standard shall be provided in accordance with National Electrical Code where necessary to prevent crowding of wires. k 5. WHiNG DEVICES IGA-2. A. MOUNTING HEIGHTS: (a) Receptacles at 18" or as noted (b) Telephone outlets at 18" or as noted B. RECEPTACLES: Wall receptacles shall be intermediate grade, duplex S- wire grounding type. Devices shall be rated at 15A1125V. 'Receptacles and switches shall be back and side -wired with screw terminals. C. Power Outlets. Type and size as noted. 6. DISCONNECT SWITCHES A. FfdSIBLE disconnect switches shall be furnished with enclosures as required by exposures either NEMA 1 or 3R and shall be horsepower rated, general duty with fuses as noted. B. tvON-FUSIBLE disconnect switches shall be provided for all motors located out of sight of motor controller and where indicated on the drawings. Disconnect switches shall disconnect all ungrounded conductors. C. FUSES to be furnished for fusible equipment. Motor fuses shall be Bus I"usetrons rated between 125 and 150 percent of motor name plate rating. 7. PANELBOARD, LOADCENTER A. Panelboard and loadcenters shall be as noted on plans with cover and typewritten directory inside of cover. Panelboards shall be the product of ITE, Square D or Cutler Hammer, B. Panel Bus shall be copper. S. LIGHTING FIXTURES A. Provide lighting fixtures as indicated on die schedule. 9. IDEM - CATION A. Tag all conductors and identify major conduits in or at wireways, panels, pullboxes, switchboards, cabinets and similar items to assist in furore circuit tracing. Conductor tabs shall be. nonconductive. B. Identify all circuits and equipment to correspond with the plans and specifications. C. All switchgear will be labeled with engraved phenolic nameplates. D. All junction boxes shall have type of system and voltage of contained conductors stenciled on inside of box cover. MA -3 r II C-1 • APPENDIX 0,J r.� 4 3 3 FRAENGINEERING AND TOTING, INC. W,4 [Npi-1 rAUL 33tp STIM - F'T. ?=Ci, FLORIDA 34M lE["HONS t%1) 461.7NN December 3, 1997 Carter Associates, Inc. Attn: Pat Walther, P.C. 1708 21st Street Vero Beach, FL 32960 Re: SUBSURFACE" INVESTIGATION REPORT FOR ROUND ISLAND OCEANSIDE PARK IMPROVEMENTS, S. R. A -1-A, INDiAN RIVER COUNTY, FLORIDA FET Job#: D-97179 Gentlemen: Please find enclosed our report for the foundation investigation for the above referenced project. The report presents our understanding of the project, the results of our field exploration program, and our recommendations for design bearing pressures and site preparation. PROJECT DESCRIPTfON The she is on the east side of S. R. A -1-A, just north of the Indian River County/St. Lucie County line. The protect consists of the construction of a county recreational park with restrooms, covered picnic areas, and associated paved roadways and parking areas. FIELD INVESTIGA'(I N Two (2) Gone Penetrometer Test soundings (CPTs) and one (1) Hand Auger boring (HA) were taken in the proposed restroom building area. Two (2) additional HAs were taken in the proposed paved areas; one St. John's River Water Management District Hydraulic Conductivity Test (HC) was taken in a proposed retention pond area. The approximate test locations are noted on the layout drawing and the logs are attached. Depth, as noted on tine logs, represents the depth Wow existing grade at the time the borings were taken, Cane Penetrometer Test soundings are performed in accordance with ASTM D-3441-79, 'Deep Quasi -Static, Cone and F=riction -Cone Penetration Tests of soils" . SUBSURFACE CONDITIONS The subsurface conditions are relativeiy consistent at all of the test locations. The upper 6 feet consists of fine sands with varying amounts of shell fragments in a generally loose to medium dense condition. 414 Carter Associates. Inc. Round Island Oceanside Park IMproven writs S.R. A•1 •A December 3, 1997 !F 40 The cone penetrometer resistances are relatively consistent, indicating generally medium dense to dense conditions to the termination depth of the soundings. The depth to the groundwater was more than 6.0 feet below existing grade except at the HC location where the water table was at 5.0 feet, FOUNDATION RECOMMENDATIONS For bearing capacity considerations, the depth of concern is generally about one to one, and a hall footing width below the bottom of the footing. As noted above, there are some foosb soils in the upper few feet. Densification of these loose, soils can be accomplished by proof rolling in accordance with the applicable sections of Attachment A. We recommend that a soils technician be on site to verify that proper densification has been achieved prior to placement of any fill. Using a conservative cane resistance of 40 tons per square foot, we calculate that a bearing pressure of 2,500 pounds per square foot will provide a fac-tor of safety of three for bearing capacity. This is a commonly accepted factor of safety for bearing capacity analysis. As a result, we would recommend using a design bearing pressure of 2,500 p.s.f. for all footings for full dead and live loading. Reinforcement for footings should be proportioned to meet the requirements of ACI .31€3, latest edition, and other applicable codes. Settlement calculations were made using the prepared site conditions loadings presented in the foundation recommendations above. With the site prepared and the foundations designed and constructed as recommended, we anticipate settlements of 112 inch or less and differential settlements of 112 inch or less. All site preparation, any excavation and backfilling required during sine preparation, fill placement, and excavation for footings should be in accordance with Attachment A. PAVEMENT SECTIOiV Based on the subsurface investigation, the soils are suitable to support the anticipated roadway and parking loads using typical pavement profiles. Construction of the pavernent section should conform to the latest MOT specifications. The following is our recommended pavement section: 1 inch 51 or S3 Asphalt 6 inches cemented coquina or limerocl from a Florida DOT approved pit, compacted to 98% density per ASTM D-1557. 8 inches stabilized subgrade stabilized to 50 FFV and compacted to 96% density per ASTM D-1557. General site preparation should be performed in accordance with Attachment A. 4D S Carter Associates Inc. Round Island Oceanside Park Irngrovements 5 fii A-1 -A December CLOSURE This report has been prepared in accordance with generally accepted foundation engineering practices. The recommendations presented herein are based on the data obtained form the soil borings previously described. This report may not account for all possible variations that may �►. exist 'between conditions observed in the borings and conditions at locations that were not explored. The nature and extent of any such variations may not becorrle evident until further explorations are made or construction is underway. If variations are then observed, we recommend that. Fraser Engineering and Testing, Inc. be requested to inspect the actual site e conditions and, if necessary, re-evaluate the recommendations of this report. It has been our pleasure to assist you in this phase of your project. We trust this provides you with the information needed to complete the design for the structures. If you have any questions about this report or need any additional information, please call at your convenience. Respectfully submitted, FRASER GINEER NG AND TESTING. INC. Alexander H. Fra r, Y.E. Florida Registration No. 16178 t AHF:mm Client - 3 3 40 0 � �Round Island Oceanside Park Improvements S -R. A -1-A December 3. 1997 �� -----___—__— ' � ATTACHMENT Goneral Site Preparation The foundation and pavement areas should be cleared of all trees, roots, Surface vegetation, and any other deleterious matter to 5 feet outside of the proposed structure and pavement areas. After clearing, .J the area is to be graded and then compacted with o self-propelled steel drum vibratory no|kar having � o minimum total applied force of 10 tons. SuMicient uumpan(we eUorl should be applied to obtain o minimum of 9b%n/the maximum d/ydenuhy fora depth of feet aodetermined byAASHTO T'180 (ASTM D'1557). The vibratory compactor should make a minimum of 12 overlapping passes, 6 in one ` direction, and 6 in a direction at right mnQ|eo over the onhno cleared area. If any unstable soil conditions orsoft areas are encountered during the preparation ofthe houndahon' thepnm��enginew[ i geotechnical consultant nrother responsible professional should be 1nhnmmd' the matter investigated nm and the problem resolved. Any subsequent excavation and backfilling should be in accordance with the n/dur|aaaou()inedbelow. w� Where fill is to be placed on natural ground, the surface must first be prepared as outlined above. The Y� fill at grade should extend m minimum of G feet beyond the structure outline. �T Fill should be a uniform hom draining granular soil (clean sand) and be placed in layers not to exceed l� 12 inches loose measure and compacted aooutlined above. Sufficient uompuctivoeffort should be applied toobtain a min|mumofQ596ofthe maximum dry density mndetermined byAASHTOT'18O Excavation and BackfillIng Where excavation and backfilling are required, the soils should be removed to the specified depth. Sufficient coin poc{iveeffort mmst then beapplied Vothe oxoavmtedmodenetoobtain amin|mumnfD5Y6 of the maximum dry density as determined by AA8HTO l-180 (ASTM C-1557) 8aoWU| should boa uniform free draining granular soil (clean sand) and baplaced in layers not to exceed 18inches loose measure. Sufficient uompuotivoeffort should boapplied toeach layer toobtain m rninimum of 0596 of the maximum dry density for the entire depth of the UU as detomlinad by AASHTO T'18O (ASTM O'1557). The excavated surface and each layer of backfill shoukj be compacted with aself-propelled steel drum vibratory roller having ominimomtotal applied force of 10 Ione. Footing Excavation After the footings have been excavated representative density tests should be taken. The density at �[ the footing grade should be a minimum of 95% of the maximum dry density as determined by AASHTO T'180 (ASTM O'1557). If the bottom otthe footing has been loosened during oxcavu1ion, or if the bottom of the looting is below 1 foot from natural ground, the footing area should be compacted with ~ heavy plate vibratory compactor. Sufficient oompatdve effort should bo applied to achieve the required density. 4 C> Carter Associates, Inc. Round Island oceanside Park Improvements S.R. A -1-A December 3 1997. ATTACHMENT A (Continued) ! Groundwater 40 d The groundwater at the time the test borings were taken was sufficiently below the ground surface so that the required site preparation could be completed without any adverse effects. I-feavy rainfall and/or a high water table may occur before the earthwork commences, or during the 4W earthwork operation. When these conditions occur and the site preparation cannot be achieved as specified, an evaluation of the existing conditions should be conducted and the specifications revised accordingly. Where Vibratory Equil2ment May Affect Ad acent Structures M Where there are existing structures adjacent to the site that may be affected by the self-propelled steel q, drum vibratory equipment, densification must be performed using equipment that will satisfy the required densification without the risk of damage to the existing structure(s). Loaders and heavy plate compactors are two types of equipment that have been used successfully. [densification procedures must comply to the capability of the equipment employed. Aftemative to Self-Prop2iled Steel Drum, Vibratory Equipment .. When self-propelled steel drum vibratory equipment cannot be used as specified, vibratory plate compactors may be used. When this condition occurs, the overall densHication procedure must be revised to comply with the capability of the equipment employed. In general, small plate compactors w will be effective to a maximum depth of 6 to 8 inches. On -Site Inspection We recommend that the site preparation and subsequent earthwork be monitored by a qualified soits technician. The soils technician should be responsible to observe the clearing and compaction of the sr building and pavement areas, determine the suitability of the fill and backfill, and take representative density tests on the prepared surface, fill, backfill, and footing excavations, 'J � 5 40 FRASER ENGINEERING AND TESTING, INC- CLIENT: CARTER ASsoCIAT S. INC. 3504 INDUSTRIAL 33RD STREET PROJECT: ROUND ISLAND OCEANSIDE PARK BdPROVEMENTS �n FORT PIERCE. FLORIDA 34946 LOCATION: SOUTH S.R. A -1-A. INDIAN RIVER COUNTY, FLORIDA DATE TESTED: l 1/11,97 TEST NO.: D-97179 LAYOUT DRAWING s � .00l* Hc— j- ol ;s woo , II ur { CPTor —1 in I 25 ! J 41 Y J 0 �. iy f ti w 0 �. iy f 4m FRASER ENGINEERING ANIS TESTING, INC. 3504INDUSTRIAL33RDSTREEr FT. P1 ERCF- FLORIDA 34946 DEPTH! j(1) (2) DESCRIPTION 0 Sand, brown, fine, %ith surface organics. 0.5' Sand, light brown, fine. 1 2 3 3.0' - - - Sand, light brown, fine, with shell fi'agments. a 5 5.6' Sand, light brown, fine. - 6 6.0' Boring Terminated at 6.0'. 7 Water Table Below 6.0'. 8 (1) PENETRATION -- BLOWS PER FOOT BORING NO: HA- I at CPT -1 (2) DESIGNATIONS — WATER TABLE = DATE DRIL.I:ED: 11/11)97 MR Nn- D-97179 ROUND ISLAND OCEANSIDE PARK CLIENT: CAR'T'ER ASSOCIATES, INC. ;SITE: S. A-1-A.INDIAN RIVER COUNTY. FL. 4D 0 FRASER ENGINEERING AND TESTING, INC. 3501 INDUSTRIAL 33RD STRM FT. PIERCE_ RLORIDA 34915 DEPTH (1) (2) DESCRIPTION 0 Sand, brown, fine, silty, clayey, with some pieces of rock. l f.a• - Sand, ligbt brown, fine. 2 3 4 5 5.0' Sand, fight brawn, file, with shell fragments. b 6.0' Baring Terminated at 6.0'. Water Table Below 6.0'. 7 8 (1) PENETRATION -- BLOWS PER FOOT (2) DESIGNATIONS WATER TABLE BORING NO. _ HA -2 DATE DRII-1 ED. l 1/11197_ Inn KIn• D-97179 ------------- ROUND ISLAND OCEANSIDE PARIG CLMM: CARTED ASSOCIATES, INC. ITE: S, A -)-A, INDIAN RIVER COUNTY, FL. L J 0 FRASER ENGINEERING AND TESTING, INC. 3544 INDUSTRL4L 33RD STREET Fr. PiFRCE, FLORIDA 31946 DEPTH (1) (2) DESCRIPTION 0 Sand, light brown, fine, with surface organics. Sand, fight brown, fine. l 2 3 4 4.0' Sand, light brown, fine. with a trace of shell fragments. 5 6 6H Boring Terminated at 6.0'. Water Table Below 6.0'. 7 S (1) PENETRATION — BLOWS PER FOOT BORING NO: HA -3 (2) DESIGNATIONS —WATER TABLE — DATE DR=,,D: 11/11197 JOB No. D-97179 ROUND ISLAND OCEANSIDE PARK CLIENT: CARTER ASSOCIATES, INC, SITE: S. A -1-A, INDIAN RIVER COUNTY, FL. ab a a FRASER ENGINEERING AND TESTING, INC. 3sw tN usvuAL . SAD 5"iItELT F'T. PIERCE. FLORIDA 34946 DEPTH (1 ) (2) DESCRIPTION Q Sand, dark gay, fine, silty, clayey, with surface organics. Sand, light brown, fine, with a trace of shell fragments. 2 3 A 5 _ 5.0' Sand, light brawn, fine, with shell fragments. k 5.5' Sand, light gray, fine. 6 6.0' Boring Terminated at 6.0'. Water Table At 5.4'. 7 8 (1) PENETRATION -- BLOWS PER FOOT BORING NO: HC -1 (2) DESIGNATIONS -- WATER TABLE = DATE DRILLED: 11/11/97 JOB NO: D-97179 ROUND ISLAND OCEANSIDE PARK CLIENT: CARTER ASSOCIATES, INC. SrM.. S. A -I -A, INDIAN RIVER COUNTY. FL.. 40 0 • F'RASER ENGINEERING AND TESTING, INC. 3561 INDUSTRIAL 73RD 5TREET FORT FIERCE. FLORIDA MW Report of HYDRAULIC CONDUCTIVITY CLIENT., Carter Associates, Inc. DATE: 11,114197 SITE: Round Island Ocealn5ide Park TEST: HC -I S. A -1-A, Indian River County USUAL OPEN HOLE TEST (SIRWMII) �II NATURAL GRADE (N.G.) 1 f H, 6 WATER TABLE d LLA I ELEV. "A.. _ 4Q K 7fd(2H; + 4H,), + H,d3 K = HYDRAULIC CONDUCTIVM 8.12x 10 4 CFSIFT.'- FT. HEAD Q = "STABILIZED" FLOW RATE 1.71x 10 2 CFS d = DIAMETER OF TEST HOLE 0,379 FEET H,= DEPTH TO WATER TABLE 5.0 FEET D1= SATURATED HOLE DEPTH 1.0 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM FT. KMCB(" 461.75M 3TUART (407) 283.7*111 Respectfully submitted, ERASER E E G AND TESTING, INC. Paul H. Danforth, P.E. Florida Registradon No. 44853 7[71'fr[]( (407) 74&7694 Fr. i -10E 106233-9011 4W C7 - I r - i Florida Department of Transportation ltl OMNN Ilit 7EB Bt sit ;n► FANOsH DISTRICT FOUR ,F:LkF. r tn5 3100 West Commercial Boulevard Ft. Lauderdale. Florida 33309-3421 Telephone (954) 777.4383 . August 10. 1999 ` , r" AU6 I J L iY Mr. Sean McGuire. P.E. Indian River County Public Works Department 1840 25' Street Vero Beach. Florida 32960 Dear Mr. McGuire: Subject: Permit Number 98A-490-0008 State Section 88070, State Road AIA Applicant: Indian River County pavementver of the for appliccation. Your request has b tment has reviewed en graur nted anduest rshall conform to that of Stale Project Number 880730.3501- permit IF you have questions regarding the above subject, piease contact us at the telephone number shown above. Sincerel%, I��q�� Vicente Assistant District Permits Engineer BC: VN/jma cc: Bill V, let' P ' E Jim De 'am Fite He 6520.05 S";omit_d*MPPo'.OOtytx_vlrcview�indrivw%19991indnvw.ala www dot -state -11 us A RECYCLED PAPER 4b Lj Florida Department of Transportation TECO . a A RY. FORT PIERCE OPER 4 TION -5 sFCRF. ETFLARY j R. !EB BUSH 3601 Oleander A velnue IGOVEkNOR Fart Pierce, Florida 34982-6S94 � relephone ti61yJ63--396 1 -1160 FAX M 1 jjSq- SC -7-73- U0 July 13. 1.999 JUL 1 9 1 G. Sean McGuire, P. E Indian River County Public Works 1840 25" Street Vero Beach. Florida 32960 RE: Permit Nos, 98A-490-0008 & 98D-490-009 Round Island Park Dear Mr. McGuire: Your Permits listed above, have been extended for 365 days beginning August 19. 1999 and ending August 19, 2000, if I can be of further assistance. please don't hesitate to c311. Sinccrely. Gerry McSween Permit Engineer GMcS-.akj cc: B. Vignier V, Noboa J. DeCaro File www (jot. state 0 us APPLICATION NUMBER: APPLICANT STATE or R.ORI DA DUAstymi rT nr TRAHST9RTATION DRIVEWAY CONNECTION PERMIT FOR ALL CATEGORIES PART 1: 1'EMI1T INFOR 48A490— rKWW 15040a I SYSM4 MANNIN IIA Pit, I sr Permit Catcgory: B Access Classification: IV PROJECT:. _Rnss Front Park PERMITTEE-: Indian River Count 89070 SeclionlMile Post: „984<1 / 0.3192 State Road: A -1—A Section/Mile Post. Slate Road: a WPY OF THIS PEf hMITANQPL", SectiontMile. Post: Stale Road: 1MILL BE ON THE JOB SITE AT ALL_ NG THE 0 Zm FAcnjm ThftT 2: PCRl1!['1 1 fiT iNFARMATION ernlillee Name: Tn[Ii River C^•••"t ermitice Mailing Address: 1840 25th Street 1ty' Slate, Zip: Vero Beach FL 32960 'elepisone: ( 561 1 SG7-84[}0 !ngineerlConaslual)ur Project Manager: CARVER ASSOCIATES. LNC. ingineer responsible for construction inspection: Patrick S. Walther,_ P.E. 139667 rent .failing Address: 1708 25th Street -ity, State, `Lip:. Nero Beach, FL 32960 reiephone: , (551) 562-4191 FAX —[ 561) 562-7180 _JMobile or FAX Phone: Q (CIRCLE ONE) PART 3: PERMIT APPROVAL The above application Tus been reviecved and is hereby approved suhicct to all Provisinns as auach PERMIT NUMBER: c Ueparlme ransparra io Consimclion shali begin by. IIY: In..t , lark 0.. Turberville, P.E. and shall be complcled nn iater.lbam T11 L ', ot.} Dlsfiicl l?fml s figmeer Special provisians anached Yl:s No d Date of Issuaore: AU G 18 EQd� NOTE: Phis Hermit ii rattly valid rnr mac catendar year front date of Milan— ,tee Trverse Stile for- General and Special Provisions • roast 114840.1E SYSTEMS MANNING I t9r I'*te I ( � `PART 4E GENERAL PROVISIONS L Notify the Department of Transportation Maintenance Office. at least 48 hours in advance of starting proposed work. Phone: 4120- PZ;p , Attention: Lyy'lt Lc—ae i 2. A copy of (lie approved permit must be displayed in a prominent location in the immediate vicinity of cite connection construction. 3. Comply wiih 14-96.008(7) on Utility Notification Requirements. 4. Comply with 14-96.008 Construction & Maintenance of Traffic Requirements. 5. All work performed in lite Department's right of way shall be done in accordance with (lie most current Department standards, specifications and the permit provisions. 6. The permittee shall not commence use of (lie connection prior to a final inspection and acceptance by the Department. ,,;�,r - V. IH PS PEKMI f AND PLAN, WILL 6E ON 'HE JOB S1TE AT ALA TIMES DURING THE CON(SIRt1rmw 7. Comply with 14-96.003(4)(a) Cost of Constrttclion. 06 nos EAC1Ln-L 8. If a Significant Change of the permitice's land use, as defined in Section 335.18, Florida Statutes, occurs, the Department may begin lite process to modify or revoke the connection permit. 9. Medians may be added and median openings may be changed by the Department as part of a Construction Project or Safety Project. The provision for a median might change (lie operation of the connection to be for right turns only. 10. All conditions in NOTICE OF INTENT WILL APPLY unless specifically changed by the Department. H. . All approved connection(s) and turning movements are subject to the Department's continuing authority to revoke or modify such connt:ction(s) or turning movements in order to protect safety and traffic operations on the state highway or State. highway System. 12, Transportation Control Features in Ilse state right of ivay. Transportation control features in the Department's right of way, including, but not limited to, traffic signals, medians, median openings, or any other transportation control features or measures in the slate right of way are operational and safety characteristics of the State highway and are not means of access. The Department may install, remove or modify any present or future transportation control feature in the state right of way such as median opening, traffic control device or a feature affecting turning movemen(s through a connection, to make changes to promole safety in lite right of way or efficient traffic operations on lire highway. 13. The Permittee for him/herself, Iris/her heirs, his/her assigns and successors in interest, binds and is bound and obligated to save and hold the State of Florida, The Department, it agents and employees harmless from any and all damages, clahns, expense, or injuries arising out of any act, neglect or omission by the appliranc, his/her heirs, assigns and successors in interest that may occur by reason of this, facility design, C( m;mxlinll, CilainlenarrCC or continuing existence of (Ire connection facility, except that the applicant shall not be liable under this provision for damages arising from the sole negligence of Lite Departrrr_m. tit• The Permittee shall be responsible for determining and notify all other users of the right of way, 0 FORM L%wis SYSTFUS n_onv*m Ilm SPECIAL ,PROVISIONS ,�,��, Ni—*121-2—w NON-CONFORIVING CONNECTIONS: YES NO If this is a non -conforming connection permit, as defined in Rule Chalk-irs 14-96 and 14-91, then the rollowing may be a pail of this permit; I, The nonconforming connection(s) descrilied in this perriiii voill carry no more Ilurn in average daily traffic, or in peak hour traffic. 2. All non -conforming connections will be subject to closure or itlociflon whett reasonable acus beezraes available in &C fuam. E R SPECIAL P ROV IS 10 14S -F,i�;Erjr UPON lz T1- FROM n SEFCRE BEGINNING ANY WORK THE SIGNAL MAINTA!NING AGENCY CY MUST BE NOTIFIED To' 2� ESTA�SH FIE LOCATION OF ANY SIGMA LO-Z,�S wi?,cs SYSTO,% COMMUNI• CATIONS E -,C' that uuiiti:s may A (;UPY OF THIS PERMIT AND PLANZ WiLL BE DN THE JOB SITE AT AL& TIMES DuRiNG THE GONSIRUCMM (0 DU6 FACIUIT- PART 61 PERMITTEL1, CERTIFICATION AND SIGNA" Titis permit is hereby signed and all provisions agreed to on date: I certify Ilim I have read and undersand the in(mmaiinn and provisions contained in this permit. 1 ruriller certify that I possess the aulhotily let undertake ilia proposl activities, wrMESSED BY: Signed: 4AN6.4 PRINT OR TYPE: Geoffy eq K. Barkett PRINT ORTYPE: Patrick S. Valthers P -9 - Project Massager 1708 21st Street T1TLE:A,,tb0rJZPA Rgyreseatative— Carter Associatei Inc. Vero Beach. VL 32960 Vero Beach VL 32960 11-v DATE: Itrcrtsro rArn (D CA r INDIAN RIVER COUNTY LAND CLEARING PERMIT Environmental Planning Section 1840 25th Street, Vero Beach, FL 32960 f 561/567-8000, Ext. 237 I APPLICANT; CARTER ASSOCIATES 1NC 1708 21ST ST vERO BEACH, FL 32960 PERMIT NUMBER: 98030046*002 PROJECT NAME: ROUND ISLAND OCEANFRONT PARK PROJECT DESCRIPTION: RECREATION/PINIC/LAUNCHING f PROPERTY OWNER'S NAME: INDIAN RIVER COUNTY ` LOCATION OF ACTIVITY: Parcel. Number: 34-33-40-00001-0000-00012.1 E Property Address: 2205 S HIGHWAY AlA THIS LAND CLEARING PERMIT is issued in accordance with Chapter 927 of the Indian River County Land Development Code. The above named appli- cant is hereby authorized to perform the herein described activity in accordance with the specifications stated herein and provided for in Chp. 927. This permit does not absolve the applicant and/or pro- perty owner from the responsibility to satisfy state or federal regu- lations that may apply to the activity. C GENERAL SPECIFICATIONS: 1. The applicant and/or the person to perform the land clearing shall arrange a field meeting with county environmental planning staff to review the proposed activity prier to clearing commencement, unless specifically notified that a field conference is not necessary. A copy of the permit shall be kept on-site during the land clearing activity. 2. The applicant shall notify county environmental planning staff upon completion of the activity, who shall inspect the property (� to confirm compliance with applicable county regulations. 1 3. Debris resulting from the land clearing activity shall be disposed of at an approved disposal facility within 60 days of clearing completion, or burned with an air curtain incinerator burn permit from the County Fire Division (or State Division of Forestry, as applicable), in accordance with County Code Chapter 925. 4. This land clearing permit requires that the subject property's pre -development storm water run-off discharge rate not be exceeded after the clearing operation is completed. This may require construction of temporary detention ponds or berms, and installa- tion of erosion control devices, such as silt screens and/or hay 4 bales, in order to maintain pre -development drainage flow characteristics and to protect against sedimentation and turbidity in discharge waters. All drainage and erosion control measures required on the approved project site plan, as applicable, are in effect for this permit. k do INDIAN RIVER COUNTY LAND CLEARING PERMIT Environmental Planning Section 1640 25th Street, Vero Beach, FL 32950 561/567-6000, Ext. 237 ROUND ISLAND OCEANFRONT PARI{ 98030040*002 Page 2 5. The person or company conducting the land clearing must be a licensed contractor registered in Indian River county to perform such work. The applicant is advised to contact Linda Jones in the County Building Division at 567-8000, ext. 268 to ensure that the land clearer has required licensing. SPECIFIC CONDITIONS (AS APPLICABLE); REVIEWING DEPARTMENT: PLANNING: ENVIRONMENTAL 1. This permit authorizes land clearing and underbrushing within the net buildable portion of the site. This permit does not authorize the removal of any protected trees, which includes all significant groupings of trees of west Indian or tropical origin regardless of size. 2. Construction equipment is not permitted to oceanward of the County Dune Stabilization Setback Line (DSSL). 3. All nuisance exotic vegetation existing on site shall be removed. ;Nuisance exotic vegetation oceanward of the DSSL shall be removed by hand clearing only. 4. This permit authorizes the contractor for the adjacent construction project (Nicholson residence) to place three (3) feet and four (4) inches of clean fill material along the northern property boundary of Round Island Park. The maximum slope of the area of fill shall not exceed 2:1. Fill material shall not be allowed to encroach oceanward of the DSSL. DATE OF PERMIT ISSUANCE: 07/02(99 DATE OF PERMIT EXPIRA'T'ION: (-NO-Z Ck7 (or expiration concurrent with approved site plan/L.D.P., as applicable) SIGNATURE OF AUTHORIZATION: cc: County Engineer Current Develop. Staff J�ES�RiCH (site plan/plat related Environmental Planner permits only) Indian River County lclr.letter CI 7 INDIAN RIVER COUNTY TREE REMOVAL PERMIT Environ:r,ental Planning Section 1840 25th Street, Vero Beach, FL 32966 {56].)567-8400, ex. 249 APPLICANT: CARTER ASSOCIATES 1NC 1708 21ST ST VERO BEACH, FL 32960 PERMIT NUMBER: 98030040*003 PROJECT NAME: ROUND ISLAND oCEANFRONT PARK PROJECT DESCRIPTION: RECREATIONIPINIC/LAUNCHING PROPERTY OWNER'S NAME: INDIAN RIVER COUNTY LOCATION OF ACTIVITY: Parcel Number: 34-33-40-0000l -0000-00012.1 h Property Address: 2205 S HIGHWAY AIA THIS TREE REMOVAL PERMIT is issued in accordance with Chapter 927 of the Indian River County Land Development Code. The above named applicant is hereby autorixed to perform the herein described activ- ity in accordance with the specifications stated herein and provided for in Chapter 927. This permit does not absolve the applicant and/or property owner from the responsibility to satisfy state or federal regulations that may apply to the activity. GENERAL, SPECIFICATIONS: 1. The applicant shall conduct the activity in strict accordance with the criteria sett forth in Section 927.07 of the Indian River County Land Development Code, a copy of the permit shall be kept on-site while the activity is taking place. 2. The applicant and/or the person to perform the tree removal shall arrange a field meeting with county environmental planning staff to review the proposed activity prion' to removal commencement. 3. The applicant shall notify county environmental planning staff upon completion Of the activity, who shall inspect the property to confirm compliance with applicable county regulations. Page 1 of 2 4W • r, Board of County commissioners �. 1840 25th Street -� Vero Beach. Florida 3296fl—_ r • +� Telephone: (561) 567-80 " t +iii, ��J l 0C October 21, 1999 # G. Sean .\IcGuire, P F. k' Indian River County t Public Works Department k 1840 25" Street Vero Beach, Florida 32960 1 j. Subject•. Approves of Type 13 Flood Protection - Stormwater Management System Permit for Indian River County Round island Oceanfront Park, Phase I Reference: SP -MA -98-06-30/98030030-001 Bear Mr. McGuire: ., This letter shall serve as the Type B 'Flood Protection-Starrttwater Management System Permit for the subject site plass. The following calculations and drawings are approved for the construction of the paving and drainap improvements in conjunction with the April 1-3, 1998 Planning & Zoning Commission site plan approval: . 1) Stormwater Management Calculations dated February, 1998. 2) Sheet. No, SP -1, Site Plan revision no. 5, dated April 16, 1999_ 3) Sheet C-1, Paving, Grading, Drainage & utilities Plan, revision dated May 1.0, 1999. 4) Sheet LG -1, Lifeguard Stand, revision dated May 20, 1999. 5) Sheet P-1, Picnic Pavilion, revision dated July 15, 1999. The following conditions apply to the permit: I) It appears that the Chapter 930, Stormwater Management and Flood Proection Ordinance criteria for construction of the proposed project can be met based on the attached engineer's certification dated April 10, 1998- 1930.08(2)(c)] ?) Within twenty-one calender dates of establishment of the lowest floor elevation, it is the duty of the permit holder to submit the Community Development Director a Certification of the elevation of the lowest floor on FEMA Form #81-31, May 1993. [930.091 C:sC.arefuOR°ia7'QRT�Pc 0 Round W -W 00=6u t f W yk wpJ I I 40 C] PAGE TWC) 1RC Public Works Department v October 21, 1999 L 3) After completion of construction, the permit holder shall submit to the Engineering Division as-buih plans and a Certification of Completion from the Engineering or Architect of Record- if possible, submit the as-builts on 1,2 or 1.4 mega bytediskettes as AutoCAD drawinvi The diskettes will be returned atter they are copied. [930.1 l(l)(d)] q) Prior to issuance of a certificateof occupancy, the Engineering Division staff must approve the completed construction, 5) The Type B Flood Protection-Storrnwaler Management System Permit expiration date shall be concurrent with the Site Plan Approval. If you have any questions, please do not hesitate to contact me at 567-8000, extension 22 1. Since ly, stopher J afer, County E neer JJ C:JK,DBCfktp cc: James W. Davis, P.E., Public Works Director ae,r David B. Cox, P.E., Civil Engineer Stan Soling, AICP, Planning Director John McCoy, AICPA Senior Planner, Current Development Patrick Walther, P.I., Carter Associates. Inc. file C:4Carellorfiez7OenerrnT}'pr A Round t W110""Ad (1nt 1.:.1k.KpS f E CARTER ASSOCIATES, INC. CONSULTING t,NGI;NEERS AND !. VND Sl'f VE-YORS %f.11t% 1'A k4,. ["•%ltTEfi. F'.!`:.11. 1tii `+1 MC 111%111[1H 11{11. P-5.11. 1 :I!ri t 1if111 Ri'. Aldi. P1.f 11111! % 19, MAI -A$72 I., IN 1- L. L'[ -.I IUE- 0.E. :��s •'.'•J -i I',I Ri11N It IiLU'M- P.F. ['[-S I 1.1 ICS 11.13.. F -S.11. L1311[[11. Kt N1!\ti, P.V— I F- tiM1R ,W;ER. P -F. P%rItI1'K S. A4 LT11ER� Y.E.. % Indian River Count%• Board of County Commissioners 44t) �Gi1 Street tro Beach. Fl. 32-960 Based on the definition of "structures' as defined by Countv Code, relative to "flood plain' drainage, structures are walled and roofed buildings. The Strm ter Ni,macernent and Mood Protection Criteria for Zone V and A© Tones is applicable structures defined as walled and roofed buildings. Based on this interpretation: I. Patrick Walther, Caster Associates. Inc. hereby certify that the proposed restraont structuresign meets all infrastructure Protection Criteria for Zone VR and AO zones es as anddefined in the Indian River County Code. Signed and sealed this day, April 10, 1998 bN Patrick Walther, P.E. &-- Carter associates, Inc. } CY` F. CPRC31•YacauanA4'at Wghhcr.d- C,i� ntl"Iy:F•kKxUI Lal'' k(v 0`111 h •: 1 * � 'fik} Yy. kt s �. t ;: r S .N` r{� '.� 1. y�• a' � t I � pp� ry(f1 j Iy� `"' 1 CD . 1 .yx 1 '1 s � I�Y�J �It� M. • R. 1,1ry.+lN f 1h n 1 • � i • 11 11 }1 • 9k i+ , 11 Ix r1-1.1 -+ t�i Y Yyo,•r � +t 4 i R f 1 ��' 1 1 1 :1 ,I [I � '" �� �YS' :•11' �F:••1 +,f. �i. i 1 11' f'Y 'al 4 i r 1 '•fll 11 +",1 1 -1 f 1.' 11 YfII A6 ! 1 1 + 1 i 1+f i- ,yj�11 1 r .. Y' •r �. i I i 41 kk ,,I I f H JI_ A i FN. } . 1 � 11 11.. ?}i�5 � r n i� r41 t �`�J 'F"���i� 3'4y'S'"�i.~f a �1j-{�74 s� 1 I 1 I t �� �...• �y ger i r Y'Iu✓ f . k.� A i �: 4',.i 1 •P 1. *-. 11 1 i� 1 �[ 1 N i � f}. S: 1 .fle A l� ?, tis ���i• pt r � 41 „';,�,.,.2,�� of I r. 1 ,., ,�+� fi1F ej. t A rLf $ s f y t - , ss " az:.r�.},7f s1�,�,:,; 14M��y�+� a-s�� Y� * ' ;�• ` ,a } ::-}�;� �, r � y j•" 'y 1{ • 0 t, 's, � . 4i I, o} 'LORI A i f C Lawton Chiles Governor Department of Environmental Protection Marjory Stoneman Douglas Budding 3904 Commonwealth Boulevard Tallahassee, Florida 32399.3000 September 18, 1948 Patrick S. Walther, P.E. Carter Associates, Inc. 1708 21" Street Vero Beach, Florida 32960 Dear Mr. Walther: NOTICE TO PROCEED WITHHELD PERMIT NUMBER: [R-546 PERMITTEE NAME: Indian River County virgino 8. Wethereii Secretary SEP 2 1998 1.,...:.1.71 -L -, INC,. Your request for a permit pursuant to Section 161.053, Florida Statutes, for construction or other activities seaward of the coastal construction control line, has been approved by the Department of Environmental Protection, ]14owever, construction may not commence until after the permittee has received a notice to proceed in accordance with Special Permit Conditions I and 2, and the permittee complies with any preconstruction requirements described in Special Permit Condition 3. Please read the permit and permit conditions including both the Standard Permit Conditions and any Special Permit Conditions closely before starring construction. Standard Permit Conditions 1(q), and 1(s), pertain to written reports which must be submitted to the Department of Environmental Protection under the signature and seal of a professional engineer, architect, or land surveyor (as appropriate) at specified times.. Forms for use in preparation of these reports are enclosed. Make sufficient copies of the periodic report form to provide the required reports. The periodic reports are due in the office of the Bureau of Beaches and Coastal Systems on a monthly basis on the last working day of each month. No progress reports are required until such time as cOnstructi0n activities have started. The permit will expire September 18, 2001. Upon receipt of a written request signed by the permittee or authorized agent, the Department will consider extending the permit for up to but no more than one additional year. You must apply for a new permit for completion of any work not accomplished under the original permit. Although you may apply for a new permit, there is no assurance that such new permit for the same construction or activities would be approved. Any party to this proceeding has the right to request review of this order by the Governor and Cabinet, sitting as the Florida I -and and Water Adjudicatory Commission, in accordance with section 24.255 of the Florida Statutes. To initiate such a review, you must file a request for it, and the request must be received by a member of the Commission or the Secretary of the Commission at -Me Capitol, Tallahassee, Florida 32399, within twenty days after this order is clerked. You must also serve both the Department of Environmental Protection. Department Clerk, 3900 Commonwealth Boulevard, Mail Station 35,'Fallahassee, Florida32399, and any ocher person named in this order with a copy of the request within twenty clays after rendering of this tinder. Wanted ary rrcYcltd poker 40 f Patrick S. Walther, P.E. September 18, 1998 Page 2 f Additionally, any person whose substantial interests are affected by any decision of the Department on the application has the right to request an administrative hearing in accordance with the provisions of sections 120.569 and 120.57 of lie 'Florida Statutes. Should you desire an t administrative hearing, your request must comply with the provisions of rule 62-103.155(2) of the Florida Administrative Code, as indicated below. Send requests for hearings to the Department of Environmental Protection, Office of General Counsel, 3900 Commonwealth Boulevard, Mail Station l 35, Tallahassee, Florida 32399. The Department must receive the request within fourteen days after Your receipt of this notice. I When the Department receives an adequate and timely filed request for hearing, the t' Department will request the assignment of a hearing officer. Likewise, when the Florida land and Adjudicatory Commission receives an adequate and timely petition, the Commission will request the assignment of a hearing officer. Once a hearing officer is requested, the referring agency will take no further action with respect to the proceeding except as a party litigant, as long as the Division of Administrative Hearings has jurisdiction over the formal proceeding. _ Rule 62-103.155(2) of the Florida Administrative Code requires that a petition or request for hearing contain the following information: (a) The name, address, and telephone number of each petitioner, the applicant's name and address, the Department file number, and the county in which the proposed project would be located; (b) A statement of how and when each petitioner received notice of the Department's action or proposed action; (c) A statement of how each petitioner's substantial interests are affected by the Department's action or proposed action; (d) A statement of the material facts disputed by the petitioner, if any; (e) A statement of facts that the petitioner contends warrant reversal or modification of the Department's action or proposed action; (f) A statement of which rules or statutes that the petitioner contends require reversal of modification of the Department's action or proposed action; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wants the Department to take. A person may request an extension of time to petition for an administrative hearing. The person filing the request for extension must do so within the time limits for filing a petition described above and serve all parties with the request. The request must state why an extension is needed. The Department will ,grant an extension only when good cause is shown. If a petition or request for extension of time is filed, further order of the Department becomes necessary to effectuate this notice. Accordingly, Ute Department's final action may be different from Ute position taken by it in this notice. Actions undertaken by yettt under this permit, pending the lapse of time allowed for the filing of such a request for hearing, may be subject to modification,. removal, or restoration.. I • CPatrick S. 'Walther, Y.F. September 18, 1998 Page 3 Failure to petition within the allowed time frame constitutes 4vaiver of any right that such a der section 120.57 of the Florida statutes and to participate as a person has to request a hearing un party to the proceeding. if a legally sufficient petition for hearing y not tooetlhye order derehasright this a constitutes final agency action. When this order becomes final, any party9. to seek judicial review under section 120.68 of the Florida Statute s and rowith the le )De,a t,n � a0f of the Florida Rules of Appellate Procedure by tiling a notice of appeal Environmental Protection, Office of General Counsel, Department Clerk,ro n districtocourt Of Boulevard, Mail Station 35, Tallahassee, Florida 32399, and with the appropriate appeal within thirty days after rendition of this order. The notice filed with ft district court must be accompanied by the filing fee specified in subsection 35:22(3) of the Florida Statutes. Any subsequent intervention will only be at the approval of the presiding officer upon motion filed under Rule 60Q-2,010, Florida Administrative Code. A person whose substantial interests are affected byunderh Department's section 573 heed a the deadline proposed agency action may choose to pursue mediation as an alternative remedy for filing a petition. Choosing mediation will not adversely affect the right to a hearing if mediation 4a does not result in a settlement. The procedures for pursuing mediation are sel forth below. A person may pursue mediation by reaching a mediation agreementwho has filed a timely and l parties to the proceeding ('which include the applicant, the Department, and any person and by showing how the substantial interests of each mediating par sufficient petition for a hearing) ry t's action Proposed action. The in en are affected by he De a G neral Counselrof the Department at 900 Commonwealth Boulevard, (received by) the same deadline as set forth above for the Mail Station 35, Tallahassee, Florida 32399-3000, by filing of a petition. The agreement to mediate must include the following: riots who may attend the (a) The names, addresses, and telephone numbers of any pe mediation; lected by the parties, or a (b) The name, address, and telephone number of the mediator se provision for selecting a mediator within a specified tine; (c) The agreed allocation of the costs and fees associated with the mediation-, (d) The agreement of the parries on the confidentiality of discussions and documents introduced during mediations (e) The date, time, and place of the first mediation session, or a deadline for balding the first session, if no mediator has yet been chosen; (f) The nate of each party's representative who shall have the authority to settle or recommend settlement, andwill be (g) Either an explanation of how the sulysta„tial interests of each mediating Parry affected by the action or proposed action addressed in this notice of intent of a statement clearly identifying the petition for hearing that each party has already filed, and 'incorporating it by reference. (l,) The signatures of ail parties or their authorized representatives. Patrick S. Walther, P.E. September 18, 1998 Page 4 } As provided in section 120.573 of the Florida Statutes, the timely agreement of all parties to mediate will toll the time limitations imposed by sections 120.569 and 120.57 for requesting and holding an administrative hearing. Unless otherwise agreed by the parties, the mediation must he concluded wiNn sixty days of the execution of the agreement. If mediation results in settlement of the administrative dispute, the Department must enter a final order incorporating the agreement of the parties. Persons whose substantial interest will be iffected by such a modified final decision of the Department have a right to petition for a hearing only in accordance with the requirements for such set forth above, and must therefore file their petitions within fourteen days of receipt of this notice. If mediation terminates without settlement of the dispute, the Department shall notify all parties in writing that the administrative hearing processes under sections 120.569 and 120.57 retrain available for disposition of the dispute, and the notice will specify the deadlines that then will apply for challenging the agency action and electing remedies under those two statutes. You are advised that notice of this agency's final action on this permit has been given to other interested parties. They have fourteen days from receipt of the notice to exercise any rights they may have under Chapter 120, Florida Statutes. Actions undertaken by you under this permit, during this period may be subject to modification, removal or restoration. The authari7zd work is strictly limited to that described on the enclosed final order. Please direct any questions pertaining to this permit to me by letter at the above address, or by telephone at 8501487-4475. Sincerely, • �LQWAA- IE5�� Steve Palmer, F.E. Bureau of Beaches and Coastal Systems sPFjg Enclosures IL cc: Permit Information Center Chuck Brunty, Field Engineer Indian River County Building Official Indian River County, Property Owner L L i 0 1 d "10TE: Tins AUTHORIZATION STATE OF FLORIDA DEPARTMENT OF ENWIRONMENTA4 PROTECTION IS I]WffRENT FROM THE @"C of of Wnd Fac i'd Bureau ut �� aril Caaelat S Systema t 7RIGINAL REQUEST. SEE n 3800 7 MMOnwW a V a2ase-ate Station SW PECIAL PERMIT COIti'DMONS. til 488-3180 pERMiT NUMBER: IR -546 PERMITTEE Indian River County c/o Patrick S. Walther, P.G. I Carter Associates, Inc. I 17og 21" Street Vero Beach, Florida 32960 I PERMIT FOR CONSTRUCTION OR OTHER ACTTVTrIES PURSUANT TO SECTION 151.053, FLORIDA STATUTES y, FINAL ORDER FINDINGS OF FACT: An application for authorization to conduct the activities ward Of by the coastal construction control line which are indicated in the project description, the applicam/permittee named herein on March 13, 1998, isnd was determined to be complete, ta be )located landward of the 30- pursuant to rule on June 22, 1998. The proposed project year erosion projection and the existing line of construction established by major structures in the immediate. area. CONCLUSIONS OF LAW: After considering the merits of the proposal and any written objections from affected persons, the Department finds that upon compliance with the permit conditions, the activities indicated in the ,project deseription are of such a nature that they will result in no significant adverse impacts to the beach/dune areas or to adjacent properties; that the work is not expected to adversely impact nesting sea turtles, their hatchliings, or their habitat; that the work is expendable in nature and/or is appropriately designed in accordance with Rule 628-33.007, Florida Administrative Code; and that it is an activity or type of construction which the designee of the Chief of the Bureau of Beaches and Coastal Systems has authority to approve or deny pursuant to Administrative Directive DEP 140, effective July 1, 1993. The direct and cumulative impacts to the beach and dune system that will be caused by both the seaward location and shore -parallel width of the ,Proposed construction represent the maximum such impacts that are acceptable to the Department. Therefore future construction on the site seaward of the coastal construction control line shall not extend further seaward of, or increase the shore -parallel coverage occupied by, the proposed structures approved pursuant to this permit. Based on the foregoing considerations, the designee approves the application; authorizes construction and/or activities at the location indicatnd ed he below dardnPetrctaccordance t Conditions with the project description, the approver) plans (if any) which are attached and are by this reference incorporated herein, and any additional conditions shown below, pursuant to Subsection 161.053(5), Florida Statutes. 1-:.XP1RAT10N DATE: Sentenber 18. 2001 a1 40 Ll PERMITTEE. Indian River County PERMIT NUMBER: IR -546 PAGE 2 LOCATION: Between appy roximatel 70 feet south and 390 feet north of the Department of Environmental Protection's reference monument R-118, in Indian River County. Project address: 2200 South A -1-A, Vero Beach. PROJECT DESCRIP'T'ION:. � Five Pavilions ative to control line: 217 feet, 79 feet, 116 feet, and 67 feet seaward. 1 Location rel Refer to Special Permit Condition 2.5. 2. Exterior dimensions: 14.67 feet by 26 feet each, orientation relative to shoreline varies, 3. Type of foundation: 4 -inch thick reinforced concrete slab on grade. Refer to Special Permit Condition 2.4. t 4. Top of slab elevation: Varies from a minimum of 0.5 feet above existing grade to a maximum of 2 feet above existing grade. 14 Asphalt Vehicular Use Area S 1, Location relative to control line: A maximum of 230 feet seaward. 2. Type of pavement: S-TIl asphalt over a 6 -inch coquina or limerock base. Refer to Special Permit Condition 2.3. 3. Area of asphalt: 3,800 square yards (34,200 square feet). Shell Pedestrian Walkway 1. 'Location relative to control line: A maximum of 260 feet seaward. 2, Exterior dimensions: 8 feet wide, typical throughout site. 3. Type of construction: 8 -foot wide compacted marl/shell mix. playground I, Location relative to control line: A maximum of 240 feet seaward. Refer to Special Permit Condition 2.1. 2. Exterior dimensions: 40 feet in the shore -parallel direction by 25 feet in the shore - normal direction a& C7 r PERMITTEE: Indian Rives' County PERMIT NUMBER: IR -546 PAGE 3 Landscaping and Irrigation System 1. Location retative to control line: A maximum of 328 feet seaward. 2. Exterior dimensions: 8 feet wide, typical throughout site. 3. Type of construction: 8 -foot wide compacted marl/shell mix.. Concrete Sidewalk at Dune Walkover and Playground 1, L.ocarion relative to control line: A maximum of 253 feet seaward. Refer to Special Permit Condition 2.1. 2. Exterior dimensions: 8 feet wide. 3. Type of construction: Refer to Special Permit Condition 2.1. Excavation/Fill Total volume of excavation: bone; excavated material to he placed as fill on the project site. Earthwork required for construction of the vehicular use area, playground, and pavilions. Other Structures/Activities 1. A display garden located a maximum of 115 feet seaward of the control line, of dimensions 45 feet in the share -parallel direction by 175 feet in the shore -normal direction. 2. Repair of an existing beach/dune walkway structure of dimensions 57 feet shore -normal by 12 feet shore -parallel, located a maximum of 328 feet seaward of the control line. 3. Landscaping and an irrigation system located a maximum of 328 feet seaward of the control line. 4. A wood framed lifeguard tower of dimensions 12 feet by 12 feet, with a perimeter wood deck, with seaward stairs and ramp extending a maximum of 380 feel seaward of the control line. Refer to Special Permit Condition 2,6. 5. A potable water distribution system located a maximum of 247 feet seaward of the control line. 410 i M pERMIT`C'E'E: Indian River County PERMIT NUMBER: IR -546 PAGE 4 SPECIAL PERMIT CONDfrIONS: 1, No work shall be conducted under this permit until the permittee has received a written notice to proceed from the Department. . Prior to issuance of the notice to proceed, the permittee shall submit two copies of detailed final construction pians and specifications for all authorized structures or � excavation, including all appurtenant structures and utilities. These doc), ments who must shall be be signed and sealed by the design engineer or architect (as approp specified in Mule registered in the State of Florida, and shall hear the certifications spec plans 62B -33.007(3)(b) and 62B -33.007(3)(n), Florida Administrative Code. These and specifications shall be subject to approval from the staff of the Bureau of Beaches and Coastal Systems, and shall include or reflect the following: 2, ]�. The proposed concrete sidewalk at the seaward side of the vehicular use area and surrounding the playground area shall be eliminated from the plan, and replaced with interlocking paver -blocks. As an alternative. the structures may be located landward to extend a maximum of 217 feet seaward of the control line. 2,2. Quantities of earthwork cut and fill shall be indicated. 2.3. The asphalt driving surface and base shall be eliminated from the plan and replaced with a shell driving surface. 2.4. 771e pavilion slab flooring shall be saw -cut or constructed in 5 -foot squares (maximum). 2.5. ?lie seaward pavilion .shall be relocated landward to extend a maximum distance of 230feet seaward of the corurol line. 2.6. The landward deck around the lifeguard tower shall beddeleted e. 7he propose the remaining decks shall be reduced to a maximum of f be ramp shall be eliminated, and the proposed cross -bracing shall be modified to provide a Minimum of 3 feet of clearance on the seaward side of the structure. The structure shall be located as far landward as practicable, without damage to dune vegetation. 3. Prior to the start of construction, a preconstruction conference shall be held at the site among the contractor, the owner or authorized agent, and a staff representative of the Bureau of Beaches and Coastal Systems to establish an understanding among the parties ns as to t� items lice structures in the Psltall teial sta stakedard outfor tl3eiconfem the permit. The propos 40 i PERMITTEE: Indian River County PERMIT NUMBER: IR -546 PAGE 5 4. The permittee shall provide written evidence that a public notice of the Department's 9 action has been published for one day in the largest newspaper of general circulation in { the county where the proposed project is located. A certification from the newspaper showing compliance shall be provided to the staff. Prior to publishing the required public notice, the permittee shall contact the staff and obtain the specific language that must appear in the advertisement. The public notice must be published within 10 days of the date of issuance of this permit. 5. construction activity authorized by this permit shall not commence until after the time period provided in the public notice for the public to exercise any rights they may have punder Chapter 120, Florida Statutes, has expired, or if a hearing is requested, disposition of the hearing request has been made. 5. No additional temporary or permanent exterior lighting is authorized. CAVEAT: Due to potential adverse impacts to the beach and dune system that may result from additional development on the property, the shore -parallel and seaward extent of the permitted structures shall not be increased, nor will any additional major structures W permitted which would exceed the limits established by the permitted construction seaward of the coastal construction contml line. Approved plans are incorporated into this permit by reference. Done and ordered this 18*'— day of 1998, in Tallahassee, Florida. Attachment. standard Permit Conditions FILING AND ACKNOWLEDGEMENT' FILM- , on this date, pursuant to S 120.52 Florida Statutes, with the designated Department Clerk, receipt of which is hereby acknowledged.. eputy Clerk Date State of Florida rtment of Environ cental Protecti n 4urcau cNeal, P.E. AdZ' tar , eaches and Coastal Systems r I � J STANDARD PERMIT CONDITIONS (1) The following standard permit conditions shall apply to this permit unless waived by the Department or modified by special permit condition: In the event of a conflict between a standard condition and a special condition the special condition shall prevail. � (a) The permittee shall camp out fife construction or activity for which the permit was granted in l accordance with the plans and specifications which were approved by the Department as part of the permit. Any deviation therefrom. without written approval from the Bureau, shall be grounds for suspension of the V evocation of the permit pursuant to Section 120.60(7), Florida Sia UM, and may result in assessment work and r l of civil fines or issuance of an order to alter or remove the unauthorized structure, or both. No outer construction or activities shall be conducted. No modifications to project size, location, or structural design are authorized without prior written approval from the Department. A copy of the permit, notice to proceed, any modifications, time extensions, or permit transfers shall be conspicuously displayed at the project site. (b) The perttittee shall conduct the construction or activity authorized under the permit using extreme care to prevent any adverse impacts to the beach and dune system, marine turtles, nests and their habitat or L adjacent properly and structures, (c) The permittee shall allow any duly authorized member of the staff to enter upon the premises q associated with the project authorized by the permit for the purpose uc ionoras ascertaining compliance with [ire terms of the permit and with the rules of the Department, until all construction or activities authorized or required in the permit have been completed. and all reports, certifications, or other documentation of project periormance are received and accepted by the Department. (d) The permi[tee shall hold and save the State of Florida, the Department, its officers and employees, harmless from any damage, no matter how occasioned and no matter what the amount, to persons or property ivity authorized under the permit and From any and all claims which might result from the construction or act and judgements resulting from such damage. (c) The permittee shall allow the Department to use all records, notes, monitoring data and other information relating to construction or any activity under the permit, which are submitted, for any purpose it ma,, deem necessary or convenient, except where such use is otherwise specifically forbidden by law. (f) Construction traffic shall not operate and building rtta[crials shall not be stored on vegetated areas seaward of the control line, unless specifically authorized by the permit. If, in the opinion of ilia Bureau staff, this requirement is not being met, positive control measures shall be provided by the perim'sttee at the direction of the Bureau stall, Such slteasures may include temporary fencing, designated access roads, adjustment of cons ruction sequence, or other requirements. (,) The permittee shall not disturb existing beach and dune topography and vegetation except as expressiv authorized in the permit. Before the project is considered complete, any disturbed topography or vegetation shall be restored as prescribed in the permit, with suitable fill material or revegetated with appropriate beach and dune vege[ation, th) rol line shall he sand which is similar to that already All fell material placed seaward of the cont existing on the site in both coloration ,end grain size. All such fill material shall he free of construction debris, rucks. clay. OF other it)rt iwn macer. shall be obtained !Tont a SOUrCe landward of the coastal construction contrul int; uir iron) a source .tuthorszed pursuant to Section 161.041. Florida Statutes and shall, l general, no,, coittaln greater than 5 percent tines (passing the #200 sieve] yr e�ravel exclusive of shell ill, (rz Ltiltet! b, tl•,e =z sieve) and be tree of coarse e ra, r l or cobbles. I—] (i) if surplus sand fill results from any approved excavation seaward of the control line, such material hall be distributed seaward of the control line on the site, as directed by the Bureau staff, unless otherwise specifically authorized by the permit. (j� Any native salt resistant vegetation destroyed during construction shalt be replaced with plants or lie same species or, by authorization of the Bureau, with other native salt -resistant ve ;etaton suitable for beach and dune stabilization. Unless otherwise specifically authorized by the staff, all plants installedconstruction in beach and F :oastal areas -whether to replace vegetation displaced, damaged, or destroyed during construction or otherwise I shall be of species indigenous to Florida beaches and dunes, such as sea oats, sea grape, saw palizleuo, panic brass, saltmeadow hay cordgrass, seashore saltgrass, and railroad vine. (k) All topographic restoration and revegetation work is subject to approval and acceptance by the I Department staff, and the status of restoration shall be reported as part of the final certification of the actual work performed, 1 (I) if not specifically authorized elsewhere in this permit, no operation, transportation or storage of i equipment or materials its authorized seaward of the dune crest or rigid coastal structure during the marine turtle nesting season. The marine turtle nesting season is May I through October 31 iiz all counties except Brevard, Indian River, St. Lucie, Martin, palm 'Beach and Broward counties where leatherback turtle nesting occurs during the period of March 1 through October 31. (m) if not specifically authorized elsewhere in this permit, no temporary lighting of the construction area is authorized at any tune during the marine turtle nesting season and no additional permanent exterior lighting is authorized. (n) All windows and glass doors visible from any point on the beach must be tinted to a transmittance value (light transmission from inside to outside) of 45% or less through the use of tinted glass or window film. (a) This permit has been issued to a specified PropertyOwner n er and is Administrative Code.t valid for any Another apppliers cant unless formally transferred pursuant to on Section 6213-3 b, requesting transfer of a permit shall sign two copies of the peermit transfer agreement form, agreeing to eornplY with all terms and conditions of the permit, and return boot copies to the Bureau. No work may proceed under the permit until a copy of the transfer agreement approved by the Department has been received by the new owner. it copy of the transfer agreement shall be displayed on the construction site along with the permit_ An expired permit May not be transferred. (p) The permittee shall immediately inform the Bureau of any change of mailing address of the permittee and autliorized agent until all requirements of the permit are inet. (q) For per for major structures or activities the perniit[ee shall provide periodic progress reports certified by an ennineer or architect (as appropriate due to the nature of the project) registered lit the State of Florida on the form ,periodic Report" . DNR Form 73-1 l l (Revised Y-$5) to the Bureau. The reports Shall be at the start of construction and continuing until all work has been e submitted on a monthly basis be completed. The engineer or architect shall certify that all construction as of the date of each report has been led in compliance with the plans and the project description approved as a part of the permit, and with perforit all conditions of the permit, or shall specify any deviation from the plans, project description or conditions of the permit. The report shall also state the percent of completion of the project and each major individual component. Permits for minor structures or activities do not require submittal of periodic reports unless fequired by special permit condition. (r) For permits "involving habitable major structures, all construction on the permitted structure shalt stop when the foundation pilings have b:en installed. At that time the permittee shall provide a certification by a professional land surveyor registered pursuant to Chapter 472, Florida Statutes, that all aspects of the location, and ail elevations of [he foundation construction are in accordance with both the plans and the project description approved by the Department of Environmental Protection as part of the permit. This certification shall tae air a form "Founda[ion Location Certification" - DNR Form 71-114 (Revised 1-55), hereby incorporated lav reierence. The foundation location certification shall be based upon such surveys performed in ttccsirdante wills f laapter 472, Florida Statutes, as are. necessary to determine the actual elevations. I 40 cunfiguratton, and the chmensrulied relattoiaslYtp of 111v installed pilings to Hie control line. This certification s1Ya11 also specify tilt actual pile tip and pile )lead elevations and any grade bezint or cap elevations. Any deviation front the foundation location and elevations as permitted shall be clearly noted and described in detail as part o:` the certification. Construction shall stop and the cetltfication shall be subinitied and accepted prior to proceeding with further vertical construction for each and every phase of a multiphase project where construction above the foundation of one or more structures occurs prior to completion of all foundation work. f The Bureau shall notify the permittee of approval or rejection of the certification within seven (7) working days I after staff receipt of the certification. All survey information upon which the certification is based shall be made available to the Bureau upon request. Permits for repairs or additions to existing structures with nonconforn1111- foundations are exempt from this condition. (s) For ntaior structures the perillittee shall provide the department with a sinal report certified by an engineer or architect registered in the State of Florida within thirty (30) days following completion of the work. This certiticatiott shall state that; all locations and elevations specified by the permit have been verified; that 1 -all major structures are specifically constructers in accordance with Section 62B -33,007(3)(b), Florida Administrative Code; other construction and activities authorized by the permit have been performed in compliance with the plans and project description approved as a )tart of the permit, and all conditions of the permit; or shall describe ail), deviations from the approved plans, project description or permit conditions and any work not performed. Sucfi certification shall not relieve the permittee of the provisions of (l)(a) above. If none of the permitted work is performed. Ilia pernliftee shall inform the Department in ­riliatg no later than y 30 days following expiration of the permit. 3 -lie final certification shall be on the form "f=inal Certification" DNR Form 73-115B (Revised 1.55), or on the form entitled "Final Certificatioot for Emergency Work" - DNR Form 73-116 (Revised 1-85). (2) The perminee shall not commence any excavation, construction or other physical activity on, or encroaching on, the sovereignty land of Florida seaward of the mean high-water line, or, if established, the erosion control line, until the perinittee. has received froin the Board of Trustees of the Internal improvement Trust Fund the required lease, license, easement, or other form of consent authorizing the proposed use. (3) The permittee shall obtain any applicable licenses or permits which may be required by Federal, ate, county or municipal law. General: C'opYes of any fornis referenced above may be obtained by writing, to the Departincrit of Environmental Protection. BUreati of Beaches and Coastal Systems, 3900 Commonwealth Boulevard, Mail Station 310. Tallahassee. Florida 32399. or bN telephoning (850)487-447.5r i FLO WA DEPARTMENT OF ENMONMENTAL PROTECTIDW Divirtan of Water FacKake IItareau of Bout a and coastal Systaras Marjory Stoneman Douglas Sud&w 3wo commonwaaitfa "O iavard Takshassea. Florida 323"-3004 M01468-3180 File Number: 1R-546 Owner: Indian Diver County Agent: Patrick S. Walther, P.E. PERIODIC PROGRESS REPORT 1. fl construction has accurrod. please describe its maximum aslant in the apace providod'baiow: fff rxr work at &# has boon perfarrrred under the painde please rapori "Nor Starred'. ff coru[nsction w odlor auhodzad acdviry has bmryun, but no programa has bear? made {¢ aide- the Feat repo", pfaasm report 'No prograsa.'! ( COfNSTi:Uc710N TO DATE INCLUDES: I All work podormad ore of this dale is dose ibed above and is hereby certified to be in eomplienon with both fta plans and the project deocription approved by the Dapartmant at Faivironmentai protactlon a* part of the pormrr, and with sit conditlond of the permit, Locations and •Isvations of all consttuctian ea o1 [ilia data have been opecifteaily verified sa applicable and haw been found to comply with the pro;act description, opprovad plena, and conditions of the permit. No unpasmitted construction or tOvitioo have oceutred, (prey oxcep 1. , to the afstemenr abeva are to ba dascrrbed end expl4n,od undav ffam Nwrrbar 1 above, of parr of (Ids raporY, TAa axpfanation should include a mtafenrem of the reason char conarnrCtion or acrivides net in accardanca with rhe poonit Am" ocevmad.) The property owner or AdohoHz,!d ag ant pray sign thane progress rapori* unsd atceh Gina as cons tnuction ararrs, and offal any path din which no con s fnrc rion waa Pesfam;V f. lin waver, tha roperfa nerrmr be sigoad by an anglnaar or orchifecr 109is fardel in rho *fare of plorida foHotvrng each period in which construction has mccurrod. 5itlnatura Oats Ficrida Rauintratian Nvnibar and 6o5l III Rpplicablal +f 0 FINAL CERTIFICATION 1 MAIL TO: Bureau of Beaches and Crustal Systems Division of Water Facilities j Florida Department of Environmental Protection j Mail Station 316 3900 Commonwealth Boulevard f Tallahassee, Florida 32399-3000 1 This is to certify that work under permit number IR -546 for construction or other activities i seaward of the coastal construction control line pursuant to Section 161,053, Florida Statutes, which was granted by the Florida I)epartment of Environmental Protection, to Indian River County, was inspected by the undersigned and was found to be acceptable and satisfactory in accordance with the approved plans and project description, and with all conditions of the pcm-dt. All permitted construction or activities have been completed, and no unpermitted construction or activities have occurred. Location and elevations specified by the permit and approved plans have been verified and found to be correct, and topography and vegetation have been either preserved or restored as required by the permit. L (Seal) Signature Registered Engineer or Architect State of Florida Registration Number Date FOR WORK INCLUDING: Construction of five pavilions, asphalt vehicular use area, shell pedestrian walkway, playground, landscaping and irrigation system, concrete sidewalk at dame walkover and playground, other structures/activities, excavation and placement of fill. rMOTE: Any deviations from the permit, and any portions of the permitted work not actually performed, shall be noted and described in detail as an exception to this certification. DNR Form 73-115B (Rev. 1-85) 11 I I i • ,,y�ri6tiEfIiCY Department of FW °. Environmental Protection Central District Lawton Chiles 3319 Maguire Boulevard. Suite 232 `�- �Virgnia B. Wetherell Governor Orland©, Florida 32893.3767 Secretary -n PE 11. MAY 1 d 9998 CERTIFIED S Z 308 500 221 i In the Matter of an I Application for Permit by: Indian River County Public Works Department 1840 25't' Street Vero Beach, Florida 32960 Atiention: James W. Davis, P.E. Indian River County - ERP DFP File Number: 31 -136855 -001 -SI Dear Mr. Davis: Enclosed is Permit Number ERP31-136855-001-Si to construct a stormwater management system for Phase I of the Round Island Oceanfront Park in Indian River County, Florida, issued pursuant to Section 313.118, 373.413, 373.416, and 373.426, Florida Statutes (F•S.) and Rules 40C-4, 40C-42, 62-312, and 62-343, Florida Administrative Code (F.A.+C.). Pursuant to Operating Agreements executed between the Department and the water management districts, as referenced in Chapter 62-113, F.A.C., the Department is responsible for reviewing this application, LAny party to this Order (permit) has the right to seek judicial review of the permit pursuant to Section 120.68, Florida Statutes, by the filing of a Notice of Appeal pursuant to Rule 9.110, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000, and by filing a copy of the notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of kAppeal. The Notice of Appeal must be filed within 30 days from the (late this notice is filed with the Clerk of the Department. Mediation under section 120.573 of the Florida Statutes is not available for this proceeding. "Protect. Conserve env Manage Florida's Ennlronmem ono Na[urW Rcsowces Anal Ed on rro-00 Doper r • F At feast seven (7) clays prior to construction, please contact. Richard Lott of the Submerged Lands and Environmental Resource Program by telephone 14+371893-33'12), fax (4071893-3075), or internet (tots r@o(tl.dep.state.fl.us). Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT s OF ENVIRONMENTAL PROTECTION I eorge ionic Program Administrator Submei ged Lands and Environmental resources + Program + Date: C FILING AND ACKNOWLEDGEMENT FILED, on I this date, pursuant to § 120.520 1), Florida Statutes, with the designated Department Clark, receipt of which is hereby acknowledged. Jerk GG/Js L �. Enclosures: Permit No, ERP31-136855-001-Si Copies furnished to: Pat S. Walther, P.E., Carter and Associates, Inc. Sri Tamisetti, DEP Beaches and Coastal Systems (Tallahassee) internet add ress:tamiseW-s@ngw.dep.state.f I. us CERTIFICATE OF SERVICE This is to certify that this NOTICE OF PERMIT and all copies were mailed before the close of business on `i1 to the listed persons by L1121 -� Rev. 4191 2 40 C7 + 101-V y 'Department of FLO A. : Environmental Protection Central district 3319 Maguire Boulevard. Suite 232 Virginia B. Wetherell Lawton Chiles Secretary Governor Orlando, Florida 37803.3767 Mgjf .T INFIAT1t]N; Permit Number: ERP31-136855-001-SI Expiration Date: May 6, 2003 County: Indian River Latitude: 27033'41" North; Longitude: 80019'28" West; Section 341Township 33 SouthlRange 44 East Project: Round Island Oceanfront Park (Phase I) Indian River County Public Works Department 1840 25"' Street Vero Reach, Florida 32960 Attention: James W. Davis, P.E. Indian (liver County - ERP DEP File Number: 31 -136855 -4011 -SI Clear Mr. Davis: This permit is issued under the provisions of Part IV of Chapter 373, Florida Statutes (h.S.) and CI-sapters 62.4, 62-302, 62-392, 62-330, 62-343, 62-101.040, 40C-4, E40C-40, and 40C-42, Florida Administrative Code (F.A.C.). The above named permi"ee is hereby authorized to perform the work or cation and roved documents attached hed facility on file with the'Department andpmade a drawing(s), , part hereof plans, f and specifically and other ifically described as follows: n r r µ a stormwater management system (sms) associated with Phase I of the Round island Oceanfront Park (approximately 5 acres) in Indian River, County• The proposed a project consists of reconstructing the existing park by installing pave roadways and parking, a restroom facility, picnic pavilions, playground, showers, lifeguard tower, landscaping, and other site amenities. The site drains to an existing low area. 4 acre retention with a erm and bottom elevation of 11 The a MSL, respectively.ms consists of a 1. 1 Figures 1 through 8 a enattached to, and become a part of, this permit 7 feet QLhr rmi • Beaches and Coastal systems Permit Application No. JR546 DEI' Farm 62-1.201(9) Page 1 of 8 Effective November 30, 1992 '•-.•r.,•_�. c,yrjse,.' alnc slondge Handl s F11VIY0IMWIi *PC - Cur;):. Resources Pled on r -Yrko papef • Permittee: Indian (liver County Public Works Department Permit Number: ERP31-136855-001-SI f Attention: James W. Davis, P.E. Expiration Date: May 6, 26173 4 1. The tarmo, ca 46ofw. raquiraroenta. Iimitariora and roatriatiora sat forth in rhia pant, ors 'Pen it cttrxiitiona' and aro birdng Ord snforcoebls fwf WBM to Sooticna 443.141, 403.727, of 403.889 "ough 403.8111, F.S. The perrnittaa ie placed on notice that the 4 Department wiiN raAow this pamat periodicagy "rod may irxtiate enforoeirmrrt action for arty videtiarw of 4hasa corWidotw. V 2. This pomrit to vaird otdy for the specifw Proce*oaa and OPerstions apPWW for @td k"cated in the approved drawings or axfsf rte. Arty uneuthorited d"atzn from the approved drawinm exhibits, specificatrore, or cordtione of this porrx`t "MY oanstiMs ground@ for revocation end enfoeca+*wnt action by the DgpwbTH frr- 3. As proridNl In wrboascione 403.087(6) and 403.72215), F.S.. ttw iasrwrre of lfis Pdcr+h doss not "My atroy vested rides of cry I exotvaive ptiviiogsa. Neitfw+does it authorize arty tWtjury to publie or pdvgW ray sr"knmakxt of parsooW rights, nor any rnfk1Rwn"4 of fedarW, auto, or tocjW laws of ragt"tiona. This prnrrit Is not a waiwa of Of spprovsf of arty miter Deparurwot parrrit that racy be required far other oepeda of the total prokwt whioh are not addraseed in dt4 Pomrit. 4. This psnrdt oanvays too tide to isrtd or water, doss not oaormdtrsis State rssognitlon or aoltnewWdgrnwrt of dtlar and doom rest eonatiww authority for the use of strbmwged trod+ urrsn twain ptovided and des nsosacary 000 of lnsatwltl k"'ts hays been obtained from the State. Only tho Trustass of the Internal knprovarrwrrt Tnrst Fund may &W44+ Stair OPWOn as to title. S. Thi* pamtit dose not rs"ve the parrnittea from liability for harm or k*Ky to larrrt Iroaatdro or welfare, arknM, or plard life, of propwty caueed by ties conatnrs4on or operation of this parrdtted source, or frarn psrtattioe tlwrafara; nor doss it 0"Ow the pamwtt►s to caurr pollution in contravention a Florida Stat>Jtes Ord Department rotes, unless *paoifAaV outh"tad by an order frau the DOPMUTO x. The pentattoe 6lta8 properly epwau and nlahota a the f O&W and wffL ffw of troommai mrd oon'GmltmW related eppunsnwro@W that ars Installed arod used by the panraftaa tc salrWw oor plienop with the oorogio rs of rdris pent, as mgrired by Dsparbrartt miss. Thi@ pronrialon Includev the operation of backup or teary faoikisa or sknaw Oyotwtm when n"Pa'aary to ecH*vs oompkwaoe with the roc"bom of ties permit wnd when required by Departrnortt nines. L. 7. The porrrlttao, by ecospffing this Psmrit, @PaclrradY agrsae to slow audwd4d D@Paf�a psnoarrxl, open prsaenidcct vi cio l000 of l or arbor docwnants Y may les requlrod by law earod at raesonable tlmaa. &acaaa *0 dw Prer s" whoa the parrruttod oeduity is located or conducted to; 11 I I W $I vg &occas to anti copy any roaourda that trout be kept under owAtia@m d the Pamir: {b) Inspeat Ito feai6tY. *qWprnwd. practices, or oparatiorm rOWAgcod at rogj6d utdw Thi* ' and tel Semple or monitor wry wbetancea or pwwn wa at any bastion rsoaarrebly necessary to aasurs oorrrpllance wtth 0" paratit or Dopmurwa rules. Raasonobte ane may depend on ties "tura of Ow oofrosrn lysing kvv*44garad. If, for any reason, the p"tt.&a does not comply with or will be unable to oorrtpry with eery" to"tio+w or "taiicn epeoiflad in bola Pamir. Lha pernrittes oh&N Irmsediately provide the Daportmsrtt with ties toYawirrog adommlion: fat A description of and canes of nonaoerxtrllarwai and *no tFM �� W (b) lite period of nonoomplionc%, irrnitxkg iotas ori *"@Cerr, if tori sornased, des rttidpatad to continua, and at" being taken to mduuas, sllrrdroeas, ori Prsysm raarrarww of the norroorropliwos. Ther ponnittoe shay he responsible for any wrod a* darnsper wldoh may r*wA arrd nary lies nrboct to w4oroa+wrK action by the DoPwvrwM for pa"Uce or far revocation o1 IN pem1h. DEP Forrn 62-1 .20115) Page 2 of 8 Effective Novennber 30. 1992 F-1 11 Permittee: Indian River County Public Works Department Permit Number: ERP31-136855-001-Si Attention: James W. Davis, P.E. Expiration fate; May 6, 2003 r��NERALGflND.IZiONS: _ Y�— Y S. In eacepdng this pamril, the Portia&" undaratande end agrsas that alt d to the 0OPE , maNtaay data and ether epartirnom r evidence the construction OF operation of "a permitted sourco which are submitted to thrs OapartrrteM May be used W the l3+pertrrro+gt where ouob uaa in anY enfarseretant caaa involving the permitted eourco arisirp carder the Rands Statutes or Department n"*. axaaPt pra4c,ibed by Section 403.111 end 403.73, F.S. Such evidence "halt Only ba used to the extent it is careitteM. with tiro Florid" Rut" I of Civil Procedure and appropriate wvidontlitry *.ales. with ahantfaa in Oepsrurranz nlss and Ronda Statue aftef a r*aaortablo dyne Por convaeme. provided. 10. The permittee sgr"ae to oonVly avr4m rvfea. however,. the parmttoe does not weave any other rights granted by Florida 5tawtaa ar Dap ed 11. This ittgepairnit ha trbo68 Of oriFy upon Dapwtrnca f the o in eecordinoe with Elul* 02.4.110 and a2.30.300, F.ILt:., s* appioab6a. The parrrtittea slid frit rrtrtNa for any rrorrconrpriarwa of the perrrtitted ectirrty unlit the Uarefw is approved by the Daprrtrre+k- 11. This patnrt or a copy thereof slug be kept at the wale sito 04 the parmdttod eatMty.. 13. The psntvt ,eta* ennatitutaa; { y Datarmdnodon of Bart Available Convol Teohr"ogy (BACT) l 1 Dat"notion of Prevention of Significant oate6ofe"On (PSA' { 1 Catification of compliance with state Water duality Sterderds (Section 401. PL 92.5001 l l GetnpliGme ynth. New Source Porfonr ar Standards 14. Tha psmajea ahaii oarnply wM the fakow4W {a) upon requast. the psrrntlea aha: furnish am records end ply raquood undar Depwtn a ruts+. During errforoen M aationa, ISee ratcntion period for aY raeordo will be extended wttornatice4y ur"&s otherwise stipulated by the Depwormtt. �_. Cby The Pemvttoa" haW st tha facility or other location designated by "a permit records of dl fnonitoting inforrnedon knokxUrig agtrir+d re catibrsdon and mrdntananca records and at original strip oh*n recordlrK!'+f'or oontinuoue monitoring lnN un"er idoo r by the pemnit. wrts woos of all repofegWfad by thin penrst. OW reaorda of ag data uapt ad to eorrate the epprreatdon lot this P - Thew materials " be retained at least thxea years from the data the sample, maasu+a etant. report, or apprra Mion Ur"aa odwwiae apecrrred by Depotm" t fins - (a) gsoordr of n..0"teing Ifrllarmwti'on"kwkide.- t. the date, axaat Plena, and tame of a"mpitq or rreretrrtsrtsrosa; 2. the Paravrt reeponw" for pod 01" Ing We sanrprarg of ne aaurertter*2; 3. the dates analyaaa were porlontaed; 4. the Person r*afrartfibte for par w" ing the "Yaw; S. the omlydcai toohmilques Of methods wad: 6. the results of such awlywa. t 5, Nlhen requested by the psparMrerd. the permittee " within a raweonrblo titres furnish taw whIeh M na.dmd arry infrrrmstian f qu'srsd W to determine oarnplience with the POM4t. If the Ps " o sa booaware the relevant loot* were not r ulxnitld at were ktserraot M ttat Plank application or in any report to the Departtnant, auch farts or irrformratien shall be oorreotad pfon OV. k I DEP Form 82-1.201I51 Page 3 of g Effective {november 30, 1912 C> • 'ermittee. Indian River County Public Works Department Permit Number: ERP311-136655-001-SI Attention: James W. Davis, P.E. Expiration Date: May 6, 2003 PERMIT ALTERATIONS f i . All construction, operation, and maintenance shall be as set forth in the plans, specifications and performance criteria contained in the Department's files and approved by this permit. Any alteration or modification to the stormwater system as permitted requires prior approval V from the Department. i 2. If any other regulatory agency should require revisions or modifications to the permitted project, the Department is to be notified of the revisions so than a determination can be made whether a permit modification is required. 3. Permittee must obtain a permit from the Department prior to beginning construction of subsequent phases or any other work associated with this project not specifically authorized by this permit. SITE INSPECTION BY DEP STAFF 4. Department -authorized staff, upon proper identification, will have permission to enter, inspect, and observe the system to insure conformity with the plans and specifications approved by the permit. The plans are on file in the Central District Office of the Department of Environmental Protection. WATER QUALITY 5. Turbidity must be controlled to prevent violations of water quality pursuant to Rule 62 302,510(5)(r), Florida Administrative C'od'e. Turbidity shall not exceed 29 Nephelometric Turbidity Units above natural background conditions. Turbidity barriers shall be correctly installed at all locations where the possibility of transferring suspended solids into the receiving waterbody exists due to the proposed work. it is understood that "receiving b waterbody` shall not be construed to mean the permittee's settling pond, dredge lake, or other parts of the permittee's closed water system. Turbidity barriers shall remain in place at all locations until construction is completed, soils are stabiraxed, and vegetation has been established. The correct installation methods are provided in Appendix A. Upon final completion of the project and upon reasonable assurance that the project is no longer a potential turbidity source, the permitteo will be responsible for that removal of the barriers. DEP Form 62-1.201(5) Page 4 of 8 Effective November 30, 1992 4 • Permittee; Indian River County Public Works Department Permit Number. ERP31-136859 001 SI Attention: James W. Davis, P,E, 'Expiration Date: May 6, 2003 I ,1 IQoNp N' f INSPECTION REPORTS 6. Inspection reports for retention, underdrain, wet detention, swales, and wetland stormwator management systems shall be submitted to the 'Department two years after completion of construction and every two years thereafter ori the enclosed form. CONSTRUCTION DETAILS 7, The permittee shall require the contractor to review and to maintain in {food condition at the construction site a copy of this permit complete with all conditions, attachments, exhibits, and permit modifications issued for this permit. The complete permit copy must be available for review upon request by 'Department representatives. 8. Before any offsite discharge from the stormwater management system occurs, the retention and detention storage must be excavated to rough grade prior to building construction or placement of impervious surface within the area served by those systems. Adequate measures must be taken to prevent siltation of these treatment systems and control structures during construction or siltation must be removed prior to final grading and stabilization. 9. The permittee must require the contractor to review and to maintain a copy of this permit completer with all conditions, attachments, exhibits, and permit modifications, in good condition at the construction sito, The complete permit must be available for review upon request by Department representatives. k. k k 11 DEEP Form 62-1.201(5) Page 5 of 8 Effective November 30, 1992 E-1 r Permittee: Indian diver County Public Works Department Permit Number; ERP31-136855-001•Sl Attention: fames W. Davis, P.U. Expiration Date: May 6, 20103 8PEQIElQ QMMAL EROSION CONTROL MEASURES 10. Prior to and during construction, the permittee shall correctly implement and maintain all erosion and sediment control measures (best management practices) required to retain sediment on-site and to prevent violations of state water quality standards. All practices must be in accordance with the guidelines and specifications in chapter G of the Florida Land Development Manual: A Guide to Sound Land and Water Management (FDEP 19881, which are hereby incorporated by reference, unless a project specific erosion and sediment control plan is approved as part of the pe(mit,in which case the practices must be in accordance with the plan. If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan, the permittee shall implement additional best management practices as necessary, in accordance with the specification in chapter 6 of the Florida Land Development Manual;A Guido to Sound Land and Water Management (FDEP 19188). The permittee shall correct any erosion or shoaling that causes adverse impacts to the water courses. 11, The following measures shall be taken to minimize erosion: A. Swales and dry ponds: sodding of all side slopes; seeding and mulching of flat -lying bottom areas; B. Wet ponds: sodding of all side slopes to the control elevation or to tho beginning of the littoral zone vegetation; C. Berms and other disturbed flat -lying areas: seed and mulch. Stabilization measures shall be initiated for erosion and sediment control on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased, but in no case more than seven (7) days after the construction activity in that portion of the site has temporarily or permanently ceased. 12. All wetland areas or water bodies which are outside of the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring Of excess turbidity and dewatering. DEP Form 62-1.201(5) Page 6 of 8 Effective November 30, 1992 , Permittee: Indian River County Public Works department Permit Number: ERP31-136855-001-5i Attention: James W. Davis, P.E. Expiration Date: May 6, 2003 I i SPEC1171 D N1 I- i SUBMITTAL OF AS-BUILT PLANS 1 13. Within 30 days after completion of construction of the surface water management system, i the permittee shall submit the enclosed form and two sets of record drawings of the project as actually constructed thereby notifying the Department that the facilities area ready for ( final inspection and approval. The permit will be converted from a construction permit to an q operation permit once the project is determined to be incompliance with the permitted plans and with conditions provided in Rule 40C-42.028, F.A.C. 1 14. The location of at least one bench mark land it corresponding elevation) per stormwater pond should be placed in the vicinity of each outfall structure and will be clearly shown on the 1 as-built plans provided to the Department. i MAINTENANCE ACTIVITIES 15. The following maintenance activities shall be performed on A. All permitted systems: 1. removal of trash and debris; 2. inspection of inlets and outlets; 3. removal of sediments when the storage volume or conveyance capacity of the stormwater management system is below design levels; 4. stabilization and restoration of eroded areas; B. Retention, Swale, and underdrain systems: 1. mowing and removal of grass clippings; 2. aeration, tilling, or replacement of topsoil; 3. reestablishment of vegetation on disturbed surfaces; �y k DEP Form 62-1.201(5) Page 7 of 8 Effective November 30, 1992 1y dw r Permittee; Indian River County Public Works Department Permit Plumber: ERP31-136855-041-51 Attention: James W. Davis, P.G. Expiration Date: May 6, 2043 i 16. If the system is not functioning as designed and permitted, operational maintenance must be performed immediately to restore the system. if operational maintenance measures are insufficient to enable the system to meet the design and performance standards of this chapter, the permittee must either replace the system or construct an alternative design. A ' permit modification must be obtained from the Department prior to constructing such an + alternate design pursuant to section 40C-4.331, F.A.C. f Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT ++ OF ENVIRONMENTAL PROTECTION i SUBMITTED BY: r p . t eorga prfl Program Administrator d Submerged Lands and Environmental Resources Program Date: iDEP Form 62-1.201(5) Page a of 8 Effective November 30, 1902 I 40 0 ,�ttista�tclr�,r V' apartment of °R! : Environmental Protection Central ©istrict. 3319 Maguire Boulevard. Suite 232 Virginia n. Wetherell Lawton Chiles Orlando, Florida 37003-3767 Secretary Goyernor f ENVIRONMENTAL RESOURCE PERMIT Construction commencement Notice 1 Phase: I Project: 1 I d I hereby notify the Department of Environmental Protection that the construction of the surface water management system authorized by Environmental Resource Permit No. has Gommencedlis expected to commence on _ 1 99 _ and will require a duration of approximately months Y weeks to complete. It is understood that should the construction term extend beyond one year, I am obligated to submit the Annual Status Report for Surface Water Management System Construction. PLEASE NOTE: If the actual construction commencement date is not known, Department staff should be so notified in writing to satisfy permit conditions. i., L, Permittee or Authorized Agent Phone Title and Company Date Address kPlease send the completed form to Richard S. Lott at the above address. k ••PrGt:c�. C:�:s^.^ urd Manage Ronda's Enwrannient and Natural Resourcros" Printra on ntgcred paper r M ltBiE(I!�.e °� =- i Lawson Chiles Governor @'1 k k k Department of Environmental Protection Central District 3314 Maguire Boulevard. Suite 232 Orlando. Florida 32603.3767 ENVIR[]isIl IENTAL RESOURCE I'%WIT AS-F3UtLT CERTIFICATION BY A REGISTERED PROFESSIC14AL Virginia B. Wetherell Secretary permit Number•. project Name: I hereby certify that all components of this surrace water management system have been built substantially in accordance with the approved plans and specifitations and are ready for inspection. Any substantial deviations (noted below) From the approved plans and speclficatior's will not prevent rhe system from Functioning as desitne3 when properly maintained and operated. These determinations are based upon on-site observation of the system conducted by me or by my designee under my direct supervision andior my review of as -built plans cern Pied by a regi stared professional or other appropriate individual as authorized by law. Name (please print) Company Name Company Address City, State, Zip Code Tel Number Substantial deviations From the approved plans and specifications: Signature of Professional Florida Registration Number Date (Affix. Seal) (dote: anach rsvo copies of as -built plans when there are substantial deviations) Within 34 days of completion of the system, submit two copies of the form to: OEPARTLIENT OF ENVIRONMENTAL PROTECTiCN CENTRAL01STRICT SUE -MERG E:) (ANDS AND ENVIRONMENTAL RESOURCES PROGRAM $319 MAGUIRE ELVD STE 7.32 ORLANDO FL 32803 "Protect. Conserve Qnd p.1vnar rlooda,s F:tviroruneat and INatoral Res41+r.e's­ pratled on ecnW paper. 410 • Department of : F1C7RtUA_ tion Environmental Protec Central District 3349 Maguire Boulevard, Suite 232 Virginia ory Governor real Lawton Chiles Secretary Orlando, Florida 32803.3767 ENVfR01iViE NTAL RESOURCE PERMIT INSPECTION CERTIFICATION I C'jnser.q cod Matioge Florrda's Envmwinwnt and Natural Ro oureas'° Pnntrd on reevefed pope, Permit Number: - {e+i ` . Project Name: Inspection Date(s): Inspection Results: (check onc) I nearby certify that I or my desigd.ee under city direct supervision have inspected tte system at CC:C-Ove with thm requsrc nerts of ice p:rrnit and referenced proi[Lt orad that the system appears to be furctioninrgn accordance F.S. Chapter 373 (as aPplicaule). The feiio'. ring necessary rnattltc=ce was cord=ed: I hearby certify that I or my desigve. tinder my direct supervs;on hs taspected the system at er atovc with the rC CL1e :l:ofS 6f the rCferC'1c-'� proJ.[LS and that the system dots not appear to be f utcuo [t7rt$ in accordance 373 F.S. (as applicable). I have Wonned the operation and malntCnmc' eatiry c: rite following: permit sd Chapter (a) that ti'e s stem demi not appear to be fure,ioning properly, (b) that maintenance is required to h -g tktc system into , Lompla Le, and (c} if maintenance measures are not adtgoate to bring the system intoro �Plianc r System may to Department aPP have W be replaced Or an aitcmative dcsip comtrLLc:ed subsequent Si$tvsture of ProiessiouJ Engineer Mame (please print) Florida Registration Number company Name Company Address pate City, Sante, Zip Code Thep---. \umber (Affix Seal) Within =.6 drys o: ca-:p;e::vn a: &e "Apcctian. submit two copics of this fur'to tke fallat•iM 04_1: -"t Of"'"; ❑E?ART.,IENT OF EWVIROMIENTAL PROTECTION CENTR.At- E)ISTRRICT SuSNIERGED LkNDS AND E.lVJRO I.AENTAL HESCURCES PROGRAM 1,319 MAGU RE BLVD STR 232 ORLANDO FL 3ZS03 I C'jnser.q cod Matioge Florrda's Envmwinwnt and Natural Ro oureas'° Pnntrd on reevefed pope, do i ., ROUND ISLAND OCEANFRONT PARK Non"m Starvation f'l07. 'bt��' �c Qn 4F i 27 v F21. lz},yam -y .«wr.. • } L f J •'s -..`--.`:T- moi/ Ott T�v 5 ° gay ¢ati PROJECT SITE �-� Irrganrr ztrvER ST LUME GO TN u laii[Ce Parks _ ti} t, (;ave Big Starvation Cvue 1 LOCATION MAP-.. SECTION 34 TOWNSHIP 33 RANaS 40 INbRIO QUAD l � SCAI,Ir.i'�200Q' rl0Vr� L l pq%c- I !� M CO c Co y ;1 'J: le - �h Ja iN ai ° 40 C] . IG, -,„y _L V- 4 & u r(-(- 6 40 k k k k Appendix A 40 i- C' £S BMP 1.05 C #, STRAW SALE BARRIER pefinition A temporary sediment barrier consisting of a raw of entrenched and anchored straw bales. Pur Poses 1, To intercept and detain small amounts Of sediment from disturbed areas of limited extent in order to prevent sediment from leaving the site. 2. To decrease the velocity of sheet flows and low -to -moderate level channel flows. Conditions Where 'Practice Applies 1. Below disturbed areas subject to sheet and rill erosion. 2. Where the sire of the drainage area is no greater than lla acre per 100 feet of barrier length; the maximum slope length behind the barrier is 100 feet; and the maximum slope gradient behind the barrier is 50 percent (2:1). 1. . • 11 3. In minor shales or ditch lines where the maximum contributing drainage area is no greater than 2 acres. 4. Where effectiveness is required for less than 3 months. 5. Under no circumstances should straw bale barriers be constructed in live streams or in swales where there is the possibility of a washout. Planninq Considerations Based on observations made in Virginia, Pennsylvania, Maryland, and other parts of the nation, straw bale barriers have not been as effective as many users had hoped they would be. There are three major reasons for this. Improper use of straw bale barriers has been a major problem. Straw bale barriers have been used in streams and drainageways where high water velocities and volumes have destroyed or impaired their effectiveness. Improper placement and installation of the barriers, such as staking the bales directly to the around with no soil seal or entrenchment, has allowed undercutting and end flow. This has resulted in additions instead of removal of sediment from runoff waters (Plate 1.05a). Finally, inadequate maintenance lowers the effectiveness of these barriers. Trapping efficiencies of carefully installed straw bale barriers on one project in Virginia dropped from 57 percent to 16 percent in one month due to lack of maintenance. There are serious questions about the continued use of straw bale barriers as they are presently installed and maintained." Averaging approximately S1.00 per linear foot, the thousands of straw bale barriers used annually in Florida represent sufficient expense that optimum installation procedures should be emphasized. If such procedures are carefully followed, straw bale barriers can be quite effective. Design Criteria A formal design is not required. Construction Specifications Sheet Flow Applications I. Bales shall be placed in a single raw, lengthwise on the contour, with ends of adjacent bales tightly abutting one another. 6i~ 309 LO M Plate 1.45a yr .1. rk Jr.- 14 . ILI' AL. --min VJ6 ............................... 5— 310 40 0 3 f. 2. A11 bales snarl be either wire -bound or string -tied. Straw bales } shall be installed so that bindings are oriented around the sides rather than along the tops and bottoms of the bales (in order to prevent deterioration of the bindings). See Plate 1.05b, 3. The barrier shall be entrenched and backfilled. A trench shall be excavated the width of a bale and the length of the proposed barrier to a minimum depth of 4 inches. After the bales are staked and chinked. the excavated soil shall be backfilled against the barrier. Backfill soil shall conform to the ground level on the downhill side and shall be built up to 4 inches against the upnill side of the barrier (Plate 1.05c). 4. Each bale shall be securely anchored by at least two stakes or rebars driven through the bale. The first stake in each bale shall be driven toward the previously laid bale to force the bales together. Stakes or rebars shall be driven deep enough into the ground to securely anchor the bales. _. 5. The gaps between hales shall be chinked (filled by wedging) with straw to prevent water from escaping between the bales: (Loose straw scattered over the area immediately uphill from a straw bale barrier tends to increase barrier efficiency). 6. inspection shall be frequent and repair or replacement shall be made N' promptly as needed. 7. Straw bale barriers shall be removed when they have served their usefulness, but not before the upslope areas have been permanently stabilized. Channel Flog'_Applications 1. Bales shall be placed in a single row, lengthwise, oriented perpendicular to the contour, with ends of adjacent bales tightly abutting one another. 2. The remaining steps for installing a straw bale barrier for sheet flow applications apply here, with the following addition. 3. The barrier shall be extended to Such a length that the bottoms of the end bales are higher in elevation than the top of the lowest middle Dale (plate 1.054) to assure that sediment -laden runoff will flow either through or over the barrier but not around it. Maintenance 1. Straw bale barriers shall be inspected immediately after each rainfall and at least daily during prolonged rainfall. 2, Close attention s!:,11 be paid to the repair of damaged bales, end runds and undercutting beneath bales. 6- 311 • Fi `r .arae kunc`f Snaked and Entrenched Straw Bale Compacted Sail to Prevent Pipinc / Seciment Laaer Runoff CROSS-SSC'IOr; 0 A PRP -RI-°' 3fi5iA L E' STRAW BALE. Juin VG. xn G" 11f ! U: —, ... __� i.or,:reiv7C'poQ4 I 6- 312 • Excavate the trench. 2. Place and stake Styrax bales. pale rf Flow width ;3,;is i 3. fledge loose straw between bales. nr r° 4. Backfill and conpa.t the excavated soil. CONSoPUCTION OF A STRAW 3ALE BARRIER Source. Adapted from installation Of Straw and Fabric Filter Barriers for Sediment Control, Sherwood and Wyant Plate 1.05c Points A Should be higher than point p PROPER PLACEMENT OF STRAW BALE BARRIER IH DRAINAGE 'WAY urce. instaiiation o' Straw anc Faoric Filter Barriers Plate 1. for Secimen, Centro,, Snerw000 ane Wyant 6- 313 i A M 3. Necessary repairs to barriers or replacement of bales shall be accomplished pramptly. 4. Sediment deposits should be removed after each rainfall. They must be removed when the level of deposition reaches approximately one-half .he heinrt of the barrier. i 5. Any sediment deposits remaining in place after the straw bale barrier is no longer required shall be dressed to conform to the existing grade, prepared and seeded. I k 40 E5 BMP 1.06 SILT FENCE Definition P. temporary sediment barrier consisting of a filter fabric stretched across and attached to supporting posts and.entrenched. There are two' - types. The Silt Fence is a temporary linear filter barrier constructed of synthetic filter fabric, posts, and, depending upon the strength of the fabric used, wire fence for support. The Filter Barrier is constructed of stakes and burlap or synthetic filter fabric. Purpose$ 1. to intercept and detain small amounts of sediment from disturbed areas during construction operations in order to prevent sediment from leaving the site. 2. To decrease the velocity of sheet flows and low -to -moderate level channel floods. Conditions When Practice Applies 1. Below disturbed areas where erosion would occur in the form of sheet and rill erosion. 6- 315 C> fi 2. where the size of the crainage area is no more than 1/4 acre per 100 fj feet of silt fence length; the maximum slope length behind the barrier is 100 feet; and the maximum gradient behind the barrier is 50 percent (2:1). ' 3. In minor swales or ditch lines where the maximum contributing drainage area is no greater than 2 acres.. 4. Under no circumstances should silt fences be constructed in live streams or in scales or ditch lines where flows are likely to exceed 1 cubic foot per second (cfs). See Design Criteria for further clarification. Planning Considerations G Laboratory work at the Virginia Highway and Transportation Research Council (VH & TRC) has shown that silt fences can trap a much higher percentage of suspended sediments than can straw bales. Silt fences may be preferable to straw barriers in many cases. While the failure rate of si-It fences is lower than that of straw barriers, there have been instances in which silt fences were improperly installed. The installation methods outlined here can improve performance. Filter barriers are inexpensive structures composed of burlap or standard weight synthetic filter fabric stapled to wooden stakes. Flow rates through burlap filter barriers are slightly slower and filtering efficiency is significantly higher than for straw bale barriers (see Table 1.06a). Table 1.06a �9 FLiOW RATES AND FILTERING EFFICIENCIES OF VARIOUS SEDIMENT FILTER MATERIALS Material Flow Rate (gal./sq. f� t fminv3 Filter Efficiency () traw Burlap (10 oz. fabric) 2.4 84 Synthetic Fabric 0.3 (Avg.) 97 (Avg.) Source: Va. Highway and Transportation Research Council Silt fences composed of a wire support fence and an attached synthetic i ter a ric slow the flow rate significantly but have a higher filtering efficiency than burlap. Both woven and non -woven synthetic fabrics are commercially available. The woven fabrics generally display higher strength than the non -woven fabrics. when tested under acid and alkaline water conditions, most of the woven fabrics increase in strength. There is a variety of reactions among the non -woven fabrics. The same is true of testing under extensive ultraviolet radiation. permeability rates vary reoardless of fabric type. while all of the fabrics demonstrate very high r 6- 316 q• •1 y filtering efficiencies for sandy sediments, there is considerable variation l amonc both woven and non -woven fabrics when filtering the finer silt and clay _^ particles. 1'. Design Criteria. 1. No formal design is required. 2. Filter barriers shall have an expected usable life of 3 months. They are applicable in ditch lines, around drop inlets, and at temporary locations where continuous construction changes the earth contour and runoff characteristics and where low or moderate flows (not exceeding I cfs) are expected. 3. Silt fences, because they have a much lower permeability than burlap filter barriers, have their applicability limited to situations in which only sheet or overland flows are expected. They normally cannot filter the volumes of water generated by channel flows, and many of the fabrics do not have sufficient structural strength to support the weight of water ponded behind the fence line. Their expected usable life is 6 months. kConstruction Specifications 2. Burlap shall be 10 ounces per square yard fabric. ?. hosts for Silt fences shall be either 4 -inch diameter wood or 1.33 pounds per linear foot steel with a minimum length of 5 feet. Steel posts shall have projections for fastening wire to them. 6- 30 Materials -. 1. synthetic filter fabric shall be a pervious sheet of propylene, nylon, polyester or ethylene yarn and shall be certified by the manufacturer or supplier as conforming to the following requirements: PHYSICAL PROPERTY TEST REQUIREMENTS i ter►ng td ency VTM-51 minimum Tensile Strength at VTM-52 Extra Strength - 20% (max.) Elongation* 50 lbs./lin. in. (minimum) Standard Strength - 30 lbs./lin. in. (minimum) Flaw Rate VTM-51 0.3 gal./sq- ft./min. (minimum) *Requirements reduced by 50 percent after 6 months of installation. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of 6 months of expected usable construction life at a temperature range of 0° F to 120° F. 2. Burlap shall be 10 ounces per square yard fabric. ?. hosts for Silt fences shall be either 4 -inch diameter wood or 1.33 pounds per linear foot steel with a minimum length of 5 feet. Steel posts shall have projections for fastening wire to them. 6- 30 40 • r . 4. Stakes for Filter Barriers shall be 1" x 2" wooed (preferred) or equivalent metal with a minimum length of 3 Feet, 5. Wire fence reinforcement for silt fences using standard strength filter cloth shall be a minimum of 36 inches in height, a minimum of 14 gauge and shall have a maximum mesh spacing of 6 inches. Filter Barrier: This sediment barrier may be constructed using burlap or standard strength synthetic filter fabric. It is designed for low or moderate flows not exceeding 1 cfs. See Plate 1.06a. 1. The height of a filter barrier shall be a minimum of 15 inches and shall not exceed 18 inches. 2.. Burlap or standard strength synthetic filter fabric shall be purchased in a continuous roll and cut to the length of the barrier to avoid the use of joints (and thus improve the strength and efficiency of the barrier). 3. The stakes shall be spaced a maximum of 3 feet apart at the barrier �. locution and driven securely into the ground (minimum of 8 inches). �• 4. A trench shall be excavated approximately 4 inches wide and 4 inches deep along the line of stakes and upslope from the barrier. 5. The filter material shall be stapled to the wooden stakes, and 8 inches of the fabric shall be extended into the trench. Heavy duty wire staples at least 112 -inch long shall be used. Filter material shall not be stapled to existing trees, 6. The trench shall be backfilled and the soil compacted over the filter material. 7. 1f a filter barrier is to be constructed across a ditch line or Swale, the barrier shall be of sufficient length to eliminate end flow, and the plan configuration shall resemble an arc or horseshoe with the ends oriented upslope (Plate 1,46b). 8. Filter barriers shall be removed when they have served 'their useful purpose, but not before the upslope area has been permanently stabilized. Silt fence: This sediment barrier utilizes standard strength or extra strength synthetic filter fabrics. It is designed for situations in which only sheet or overland flaws are expected. See Plate 1.06c. I. The height of a silt fence shall not exceed 36 inches (higher fences may impound volumes of water sufficient to cause failure of the structure). 6- 318 1 F� I I, , Set .he stakes. 3. Staple filter material to stakes and extend it into the trench. M 2. Excavate a 4"x4" trenCh vpslope along the line of —stakes, 4. Backfill and compact the excavated soil. M, WES-';4) - L.t. CONSTRUCTION OF A FILTER BARRIER source: i nsza j I azi on o-, :>-,raw ano t a rri e rsi t D rlc riper I ,e r 8Plate 1,06B for Sediment Contra -L. 5nerWDOG and kyant Plan 1110. A e V a t i o n PI)ij;'.S A Should be higher than poin,, B PROPER OFF A FILTER BARRIER IN A DMINACK WAY V., 6U. ­cPLt:u jr-um ins -le i ii!zion OT Straw ant; rabrir Plate 1.06b =ilter Bar -ie -s 4or Sedimen' Contrci, Sherwood anc Wyant 6- 319 Set pests and excavate a 4"x4" -envy upslope along the line of posts. Attach the filter fabric to the wire fence and extend it into the trench. Z, S;aale wire fencing to the pasts. 4. Backfill and compact the »xtension of fabric and wire into the trench. F I ter Fabric 7- ire � •� ! 1 t ,"" 11�61BOXY, �� Illi ddC Y,,1 CONST RUQ i ] DIS 0- A SILT FE CE Source: hdaatec 'rotr, instailat)or. Of Straw anc Faori Plate 1.06c Filter Barriers Tor Seeinent LontralY Snerwood and wvant 38WIP111 i A 2. Tne filter fabric shall be purchased in a continous roll cut to the length of the barrier to avoid the use of joints. When joints are support necessary, filter clotn shall be spliced together only at a post, with a minimum 6 -inch overlap, and securely sealed. 3. posts shall be spaced a maximum of 16 feet apart at the barrier location and driven securely into the ground (rinimum of 12 inches). When extra strength fabric is used without the wire support Fence, post spacing shall not exceed 6 feet. 4. A trench shall be excavated approximately 4 inches wide and 4 inches deep alono the line of posts and upslope from the barrier. 5. When standard strength filter fabric is used, a wire mesh support fence fence shall be fastened securely to the upslope side of the posts using heavy duty wire staples at least 1 inch long, tie wires or hog rings. The wire shall extend into the trench a minimum of 2 inches and shall not extend more than 36 inches above the original ground surface. 6. The Standard Strength filter fabric shall be stapled or wired to the fence, and 8 inches of the fabric shall be extended into the trench. The fabric shall not extend more than 36 inches above the original ground surface. 7. When extra strength filter fabric and closer post spacing are used, the wire mesh support fence may be eliminated. In such a case, the filter fabric is stapled or wired directly to the posts with all other provisions of item No. 6 applying. 8. The trench shall be backfilled and the soil compacted over the filter fabric, 9. Silt fences shall be removed when they have served their useful purpose, but not before the upslope area has been permanently stabilized. Maintenance 1. Silt fences and filter barriers shall be inspected immediately after each rainfall and at least daily during prolonged rainfall. Any required repairs shall be made immediately. 2. Should the fabric on a Silt fence or filter barrier decompose or become ineffective prior to the end of the expected usable life and the barrier still be necessary, the fabric shall be replaced promptly.. 3. Sediment deposits should be removed after each storm event. They must be removed when deposits reach approximatley one-half the height of the barrier. 4. Any sediment deposits remaining in place after the silt fence or filter barrier is no longer required shall be dressed to conform with the existing grade, prepared and seeded.