Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2000-236
CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY, FLORIDA SHOOTING RANGE - BUILDINGS IRC BID NO. 2050 COUNTY PROJECT NO. #96298 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA FRAN B. ADAMS, CHAIRMAN CAROLINE D. GINN, VICE CHAIRMAN COMMISSIONER KENNETH R. MACHT COMMISSIONER RUTH STANBRIDGE COMMISSIONER JOHN W. TIPPIN JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY K, BARTON, COUNTY CLERK TERRENCE P. O'BRIEN, ACTING COUNTY ATTORNEY JAMES W. DAVIS, P.E., DIRECTOR OF PUBLIC WORKS G. SEAN MCGUIRE, P.E., PROJECT ENGINEER Public Works Depariment Capital Project Divmon 1840 25h Street Vero Beach, Florida 32%0-3365 {561I567 -t1(7 ) INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 4 PROJECT NO: 9629E PROJECT: Shooting Range - Buildings CONTRACTOR: William Glover, Inc. 2.86 N. Babcock Street Melbourne, FL 32935 DATE OF ISSUANCE: August 1, 2000 ITEM DESCRIPTION OF CHANGE Q7Y UNIT UNIT PRICE PRICE kin PRICE INCREASE DECREASE A c Vnyd00jMwft&xioWq %char9Pxdw1 PAW t of 2 • INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 96299 ORIGINAL CONTRACT PRICE/TIME CURRENT CONTRACT PRICEfTIME AS ADJUSTED BY PREVIOUS CHANGE ORDERS PROJECT: Shooting Range - Buildings NET CHANGE IN CONTRACT PRICEITIME. THIS DUE TO THIS CHANGE ORDER NEW CONTRACT PRIC&TIME INCLUDING THIS CHANGE ORDER NEW CONTRACT COMPLETION DATE ENGINEER'S RECOMMENDATION $609,248,71 120 DAYS $600,248.71 120 DAYS ($102,255.14) -0- DAYS $506,993,57 120 DAYS To Be $ecifiigd with N -T -P I have examined the above changes. They are necessary to satisfactorily complete the Contract. The price ch n s are easonable and I recornmend that the changes be made. ENGINEER DA CONTRACTOR'S APPROVAL I agree that the above changes in said Contract, in accordance with Specifications for the price changes shown„ are satisfactory r 'CONTRACTOR DATE ACCEPTED BY: INDIAN RIVER COUNTY, FLORIDA lrea„rir 0. Xppfora9 I.dNiltl ti! -!7 CHAIRh1AN rrari B. AoanN I - If 20M D Al E t° Jvtstsrov►�p c1m bt8�trcct�G RitryM%dwt Psple 2 of 2 INDIAN [RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 9629B CONTRACTOR: DATE OF ISSUANCE: August 1, 2000 4TEM DESCRIPTION OF CHANGE NO. PROJECT: Shooting Range - Buildings William Glover, Inc. 296 N. Babcock Street Melbourne, FL 32935 QTY. UNIT UNIT PRICE PRICE PPI( -,F INCRFASF nFC:RFASP 2 Delete storage roam at Shotgun Range; 1 4.S $15,854.56 (32,000.00), change specification for roof decking to be re alar T1-1' and CD�oor! 3 Delete 1 target throwing machine, and 1 LS $34,130.92 ($4,235.00) make all machines battery powered 5 Delete storage room at Pistol Range; 1 LS $42,132.72 ($3,210.00) change specification for roof decking to be regular T1 -11 -and CD) ! 6 Delete P.A. System at Pistol Range 0 LS $0.00 ($2,283.12) 7 Delete storage roonn at Rifle Range, and 1 1-S $57,481,96 (33,200.00) change specification for roof decking to be regular T1-11 and COXpfMgwo d 8 Delete P.A. System on Rifle Range 0 LS $0.00 ($2,283.12) 9 Delete Video System on Rine Range 0 LS $0.00 ($5,108.40) 10 Reduce specifications for Pre -Fabricated 1 LS $65,126.36 ($18,538.00) Modular Building components 12 Delete Water Service 0 LS $0X0 ($48,361.32) 13 Delete storage room at Airgun Range; 1 LS $18,354.72 ($1,87.4.00) change specification for roof decking to be r lar T1-11 and CDX PI)Mwd 27 Delete Barbed Wire Fencing 0 LF $0.00 ($5.990.67) 29 Delete Electrical Service Connections at 1 �LS $25,430.24 (s1a,070.00) Shotgun and Air un Ranges 38 Save sales tax by purchasing materials 1 LS ($4,400.00) ($;4,400.00) directly from suppliers 39 Add potable well system to serve the 1 _ LS $17,248.49 $17,248,49 o ice/bathroom building $17,248.49 ($119,503.63) NET CHANGE IN CONTRACT AMOUNT ($102,255.14) cUnydveumenta►S+poting RangeScharvrcrider t I C-12 INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 9629B PROJECT: Shooting Range - Buildings ORIGINAL CONTRACT PRICE/TIME CURRENT CONTRACT PRICE/TIME AS ADJUSTED BY PREVIOUS CHANGE ORDERS NET CHANGE IN CONTRACT PRICE/TIME THIS DUE TO THIS CHANGE ORDER. NEW CONTRACT PRIC&TIME INCLUDING THIS CHANGE ORDER NEW CONTRACT COMPLETION DATE X09,248.71 120 DAYS $609,248,71 120 RAYS a 02,255.14] -0- DAYS $505,993.57 120 DAYS To Be Specified with N -T -P ENGINEER'S RECOMMENDATION I have examined the above changes. They are necessary to satisfactorily complete the Contract. The price changes arerreasonable and I recommend that the changes be made. ENGINEER DATA. CONTRACTOR'S APPROVAL I agree that the above changes in sant Contract, in accordance with Specifications for the price changers shown, are satisfactory. CONTRACTOR DATE �ad�l wry prnred Doer NDIAN RIVER COUNTY, FLORIDA •dmir0slrrlton udgr1 Ural CHAIRMAN - - — I w k M � n+o►Ze on rr+t Nkllt Wook+ DATE .rrt.r rr.trct, rt Pop 2d2 ift 40 117 JLJN-26--4-OW 04:47 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AN[) SPECIFICATIONS'FOR INDIAN RIVER COUNTY'S SHOOTING RANGE e 13LIII_I7INGs PROJECT NO, 962913 DID NO. 2050 TO PROSPECTIVE BIDI]ERS AND OTHERS CONCERNED This ADDENDUMsets forth changes and/or Information as referenced and is hereby made a Part of and should be at#ached to the subject C611trxct Documents. Receipt of this ADDENDUM should be acknowledged on the fast page of the Bid proposal: In line 1 of paragraph 4, strike -out the bid date of"Wed,nesday. June 281, and replace with "Thursday, July 61" Strike -out item No. 15 for Airgran Range Equipment. -`his Item is not included in the bid. Revlse the Section Number provided for 'FLAGPOLES ntents to be" in tyre iabte of Co10350, Strike-Out-AIRGUN RANGE EQUIPMENT sEc"TION 1148 '-- from the Table Of Content% and remove that section completely from the book. This item is not included in the bicf. J%Jnr 26, 2000 Addendum No. I. Pon* I of 4 JUN -26- 04:47 P.02/05 In paragraph 1.05 WARRANTY, A.I. strike -out "Nie life of irlstallation" and replace with " 1 year after installation". In paragraph 1.09 WARRANTY, strike -out "6 year" in fine 5iand replace with "1 year". ' Q7_Shnet G5_ rletaEpA' Add `or P.T." to the notation for the 6" DIA. post. WMAMM Von., III Add the notalion'NEW 4" HIGH STENCILED NUMBER (TYP.), 4"behind Me firing line and centered on the firing point." t�1��P,.tS�..fi�[�3F2�lCt<f3.QQM�I�Ya�i�[1�5�.. Change all notations for Ma' cement fiber board siding to be 15116". M ajw, M M I is 3;jw t •! k, + t Change 0 notations for wood doors to be 36" wood door. I Al she .t Com:_ Delete detail reference to Detail 5, for Handicapped Parking. This item is not included in the Laid. Cross -out the 200 YARD CULVERT DETAIL, Detail 7, and write -NOT IN CONTRACT" over it. This Item is not included in the hid. 1.1� Shit C-17::_ Cross -taut the TYPICAL BACKSTOP SECTION. Section D. and IYPICAL June 211, 2000 Addendum No. 1 �'' •y. p �t a u JLN-26. 2,000 04: •1? SIDE BERM SECTION, Section E. and write "NOT IN CONTRACT" over their. These items are not included in the hid, ' 1J-4-Stleet_ Replace this detail with the attached, revised detail, show4 —%' P.T. B/C plYwood, over l" steal plate Or I/," P.T. plywood over a/a" P.T. T1-11 Plywood, attached by 3/a" x 3Y2" lag screws at 4' O.C.. 1-1l-',bP,e.LCA2 RIFLE L1N Jnr NDAII LAN- Add the notation "NEW 4" HIGH STENCILED NUMBER (TTP.), painted on the shooting 'bench, 4" forward of the firing lune and centered an the firing point." Add the notation "2'x 81 (Typ.)" and add an arrow to the bon',zontal member shown running from the front edge to the back edge of the bench. Add the notation "NEW 4" HIGH STENCII-CD NUMBER (TYp.), painted on the shooling bench, 4" forward of the firing line and centered on the firing point." - -- --- --- - "�EL�1TI4'li'•![�1C1ld11�L+la Change all notations for Ia" cement fiber board siding to be �/i 6". Change all notations for wood doors to be 36" wood door. Add tho notation 'NEW 4" HIGH STENCILED NUMBER (TYP.), painted on the shooting bench, 4" forward of the firing line and centered on the firing point." )uns xs. 200a AddwWairn No- 1 Pate 3 of d P. 93/05 JUN -26-2040 04:4H �:,- i„," ►.dill �1 Change all notations for b/+" cement fiber hoard siding to be 6116". Change all notations for wood doors to be 36" wood door. P. 04/05 3.23 NIIAI and Sl*[:iPC N y: r Correct the misspelling of'Tounge" and write "Tongue", also add "(Tyrp.)` to all references for "Pea Caravel". Correct the misspelling of "lounge" and write "Tongue", alsb add "(Typo)" to all references for "Pea Gravel'. Crass -out the notation for "'I x 12 P.T.' where it "Covers Steel" and replace with "(4) 2 x 12 P.T.". June 2C 2000 Addendum No 1 Paye AQr 4 o (A > 0 cr TABLE OF CONTENTS BILI 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 tinder Florida Trench T 1-2 Safety Law Information Required of Bidders Q 1-2 QQN1RAC7 F -0R t1S Agreement A 1-3 Performance Bond PB 1-4 Payment Sand 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 GENE RALS.S NDITTQNS GC 1-36 STIP-PI-EMENTARY_C:OMADONS SC 1-4 TECHPRCALSPL-CtFlCATlQ-NS TS APPENDIX IA 16A Geatechnicat Report Permits - IRC Lana Clearing 98090{)44'003 IRC Tree Removal 98090044'004 IRC Wetland Resource #98090044'005 S,JRWMD #4 -061 -0174G -ERP ALOE # 199804088 (IP -IS) 1310-PAGIKAGE THIS PACKAGE CONTAINS: * - SUBMIT TWO COPIES OF THESE ITEMS WITH YOUR BID 5fLILON-TITLE PAGE -NUMBER Advertisement for Bids. AB 1-2 Instructions to Bidders 113 1-7 *Bid Proposal BP 1-7 *Bid Bond BB 1-2 *Statement of Public Entity Crimes S1-3 *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 01-2 * - SUBMIT TWO COPIES OF THESE ITEMS WITH YOUR BID 40 10 Telctahone: (5611567-8000 BOARD OFCOUNTY COMMISSIONERS 1840 251ta Street, Vera Beach, Florida 32960 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County untit 2:00 PM on Wednesday, June 28, 2000. 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 "SHOOTING RANGE - BUILDINGS". All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 19th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 P.M., of the day specified above, will be returned unopened. IRC BID #2050 SHOOTING RANGE - BUILDINGS INDIAN RIVER COUNTY PROJECT H9629B 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 5th Strc. t. VCiQ-13Cach,F1� {iA i2�iD[i i5{]t ext_ S 1 t1t_ 1 car 384380 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 CO IN Y_ BARD OF CnjjNIY_(:QMMI!%SLQNERS. in the amount of FORTY DOLLARS (540.00) for each set, which represents cost of printing, handling, and mailing and which is non refundable. All bids shall be submitted-l"uplicaie– on the Bid Proposal forms provided within the specifications. A I3 1 1101D must accompany cacti Bid, and be properly executed by ttte Bidder and by a. qualified surety, or certified check or cushices check on any bank authorized to do business in the State of Florida, in the sum of not less than Five Percent (5"/a) of the total amount bid, made payable to Indian River County Board of County Commissioners. let 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 550,000, in which case tltc County will waive the requirements for a separate Perforniance Bond and Payment Bond. If the Bidder fails to do so. he shall forfeit the said Bid Bond as liquidated damages. "rite County reserves die 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 whale or in part with or without cause/or tit accept the bid that, in its judgement, will u:rve the hr -,t hater -1 elf Indiaa,n KivC r Coutity. Florida. IM16iala,ru%%111O rites. •/ a c� A Pre -Bid Conference meeting; will be held on Tuesday, June 20, 2000 at 2:00 PM, in the first floor Conference Roam "B" of the Indian River County Administration Building located at 1840 25111 Street, Vero Beach, Florida 32960. INDIAN RIVER COUNTY By: Fran Boynton -Powell Purchasing Manager For Publication in the Vero Beach Press Journal Date(s): Monday, June 5, 2000 June 12, 2000 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 2625 19th Street Vero Beach, FL 32960 INSTRUCTIONS TO BIDDI ICS I7cfu d.Terns Terms uscai in these tnsti tic itons 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. ��WITSITM 1121MIMM 2,1. Complete sets of the Bidding Documents in the number and for tlae 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 Fids; 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 oil tlae 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. 3.1 To demonstrate qualifications to perform tile Work, each Bidder must be prepared to submit within rive days of Owner's written request, art audited financial statement, a list of major pieces of construction equipment owned by the Bidder and documentation demonstrating the Bidder's compliance with the quali fications 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 three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. d. The Bidder's superintendent and assistants must be qualified and experienccxl in similar projects in all categories. e. Bidder must he able to provide evidence of authority to conduct business in t1te jurisdiction in which the project is located. 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 rescrvcs the right to reject bids from Bidders that are unable to meet the listed reLluired qualifications. M- Mtt"f'7Ai m I0 RtAitIRS a.1 4.ni inn of Ce nLraC# n^mlment,5 alttL fle 4.1. Before submitting a Bid, .uch 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, rules and regulations that may in any manner affect cost, progress or performance of the Work; and (d) study and carefully correlate Bidder's 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 die 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 Bidderwill, at his own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his 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 cacti 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 all 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 terms and conditions for performance of the Work. �. relations All questions about the meaning, or intent of the Contract DoCttnlent5 shall he submitted to Engineer in writing. Iteplics will be issued by Addenda ,nailed 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 he binding. Oral turd other interpretations or clarifications will be without legal effect. 6ffid S.ecu ty o.1. Bid Security shall he made payable to Owner, in the amount specified in the Bid Form and in the form of a certified check. cashier's check, treasurer's check or batik drail of any national or state bank or a Bid liond(on the form attached) issued by a surety meeting the rcquircincras of paragraph 5.1 of the general Conditions. 6.2. The Bid Scantly cif the Suctctsful Ridilct will be rcWne^d 'until such lliddcr 114% executed the Agrmuctn and furl ,%he) the wgtiiri-A C'011118cl SL""4', ' wttcrt it>~rit it will be rttcirnod, it the 1liddcr l:til► tcti execate awl drhr rt the AV..tc^crutttt t* ir4[t e-tletNs riitsttttt}R% 0 and furnish the required Contract Security within 15 clays 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 [aid opening. Bid Security of other Bidders will be returned within sixty days of the Bid opening. 14 7. Contract The number of days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. 8. Liquidated Damages 1t is understood and agreed that if the project is not completed within the contract time, the County will apply liquidated damages. The amount of damages is set forth in the Bid Form and will be included in the Agreement. The damages will be deducted from monies due the Contractor, not to exceed the total contract price. 9. SubStitittt' M�tEri l F�Tid tlttl Crtt The Contract, if awarded, will be on the basis of material and equipment described in the 0 Drawings or specified in the Specifications without consideration of possible substitute or "or -equal" items. Whenever it is indicated in [lie 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 not be considered by Engineer until after the "effective date of the Agreement". The procedure for submittal ofany such application by Contractor and consideration by Engineer is set forth in paragraph 6 1 of the General Conditions. 10. 51tLlco�tizacl4rs. cic. 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 I3id 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 $o required. Such list strait tic accompanied by au experience statement with pertinent infortnation as to similar projects and other evidence of qualification for each such Subcontractor, person and organization if requested by Owner. If Owner or Frigniecraller due investigation has reasonable objection to any proposed Subcontractor, other person or organisation, either may before giving. the Nolice of Award request the apparent Successful Hidticr to %Ubrllrt an ar cLptuble Substitute w1t110111 an Insrea5e it) lard ptiCe. It the appcucnt Successful Bidder decltncs to n>Italw any such t ubstitution, ttfe conliact strait not he awarded to such bidder, but his declining to anisice any sixii sfub%multon will riot constitute Smunds for writicing hit Hid Suairity. Any 1uhconirj.r ioi. gather pcsun i 111. AM CM IVB 1111611/114 U N 46 tt,V"t 4Ttt.>atis if) 111"tIts 0 A or organization so listed 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. 10.2. In contracts where the Contract Price is on the basis of Cost -of -the -Work plus a fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing, to Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owners written consent. 10.3. No Contractor shall be required to employ arty Subcontractor, other person or organization against whom lie has reasonable objection. It. BidTnmi 11.1. The Bid Form is attached hereto; additional copies may be obtained from Engineer. 11.2. Biel Forms must be completed in ink or by typewriter. The total hid price must he stated legibly in words and numerals. 11.3. Bids by corporations must he executed in the corporate tiatne 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. I t.4, Bids by partnerships must be executed hi 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. 11.5. All names must be typed or printed below the signature. 11.6. The Bid shall contain an acknowledgment of receipt of a1'I Addenda (tile numbers of which shall be filled in on the Bid Dorm). 11.7. Tile address to which contmmnicalions regarding the Bid are to be directed must be shown. 11.8. All supporting information requested in the Bid Form must be furnished. Do not leave any questions or requests unanswered. 12. fiuhmissiotinfi it s 12.1. Bids shall he submitted at the time and place indicated in the Invitation to Bid and shall be included in an optayuc scaled envelope, marked with the Projty title and name and address of tree bidder and accompanied by a completed Swom Statement under the Flaridu Trench Safety Act, Statement on Public iintity Crimes. the Bial Security grid rather requtred documents which aur meItided in the C'nntrwl Documrrat If the Bid is %oil thmugh dw mail or other delivery %ysaga. die sratrJ mti,&Vc slwil tt,V"t 4Ttt.>atis if) 111"tIts 0 A L7 be unclosed 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 OSHA excavation safety standards, 20 C.F.R., Part 1926, Subpart P -Excavations, Trenching and Shoring;, which arc adopted by reference of the newly -enacted Florida "Trench Safety Act", Section 553.60 et, Seq., EoAdaSLIWIG& The Bidder who will perfomi trench excavation work on a construction project with trench cxcavation(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). 13.1. 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. 13.2. 1f, 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. ThereaRer, that Bidder will be disqualified from further bidding on the Work. 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. 15. Rills to &main Ove 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, AwaW_uCQntrMA 16.1. fawner reserves the right to reject any and all 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 orconditional Bids. Discrepancies between words and figures will be resolved in favor of words. Discrepancies between the indicated surn of any column of figures and the correct suns thereof will he romolvegl in favor of the correct swn. Discrepancies betwewn the indicated extension of tutu prices and the correct etticnNion thcresti will be resolved to favor or the correct cxtcnsion. Nstltt (11t'i'.4%Til'litt'tt7t'ILS 16.2. In evaluating Bids, Owner shall 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 tite Bits 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 acid organizations(including those who are to furnish (ltc principal items of material or equipment) proposed for those portions of the Work as to which the idcntity of Subcontractors and under the signature and the official address of tite partnership must be shown below tate 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 other persons and organizations to do the Work in accordance with the Contract Documents to Ownces. satisfaction within the prescribed time. 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, 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. 1.7. c fwmanne-=d Other BDnds Paragraph 5.1 of the General Conditions and the supplementary Conditions set forth owner's requirements as to performance and payment Bonds. When the successful 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. IS. lnlcrp=tivn of e.-Appm ix_tnate O,uauWic The Bidder's attention is called to the fact that any cssi=tc 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. Tile owner does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities, nor shall tile Contractor plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work, or other conditions pertaining tliereto. 1::&esution off:wItract The Bidder to whom the Contract is awarded shall. within tion 114ty days of the Nast+cc of ,Award, execute and deliver five t 51 copics of tltc following to the Eng�nft . priLlsx�r�to�etc zrJ gttat.�:ks s•• a. Agreement b. Performance Bond(lf required) c. Payment 13ond(If rcquired) d. Certificate of Insurance U01411 Ki s •R a Should bidder to wham the contract has been awarded refuse or fail to complete the requirements of Article 19 above within tcn (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, acid the Contract awarded as the Commission desires. LI IIID PROPOSAL INDIAN RIVER COUNTY SHOUTING RANGE - BUILDINGS IRC BID #20542026 COUNTY PROJECT #96298 Proposal William Glover, Inc. ((Bidder's Name) 286 North Babcock S'f., Melboume, Florida (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 14th Avenue Vero Beach, EL 32.960 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 performance established by the County, for the unit prices stated in the spaces herein provided, for each of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for the purpose of bid comparisons for determination of low Bidder. It its further understood that payment will be in accordance with quantities placed in the construction as more specifically pro%ided in the Instruction to Bidders and Technical Specifications included as part of the Contract Documents. 1. To do any extra work, not covered by the Itemized Bid Schedule of prices, which may he ordered by the Engineer upon authorization by rhe 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 rice tty a the +fit Idealsh_1sltll' AlUytrC oLwty-A-P rmmacc Band_in an sminual tqn 1 to 1 _ty oithmatract pxi" and aT Aytnmt Bmd to an atnonnt equal to l00% o! dits Cnatr.c+t pdcr—Thc Contractor shall provide two (2) separate bonds, a combined Payment wW Pcrfortnance Honer for 135%e of the conttnst price is not an acceptable substila t, Bonds may be waivcal by the County, ifthe total contract price is Mow 550.000, 3. To begin wort within twenty (20) caletidsr clays after the date of receipt by hun of No4o*4o- Prucml, and to complete the Project 'within oric hundi cd and twenty (120) cafandlar days as r► i E3 specified in the Agreement between the owner and the Contractor. 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 ($100.{]0) per calendar day, not to exceed the total amount of the contract. The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the OWNER in the form set forth in the contract documents and that he will accept in full payment thereof the fallowing prices, to wit: It is understood that the foregoing quantities are approximate only and are solely for the purpose of facilitating, the comparison upon the basis of the actual quantities in the completed work, whether they be more or less than those shown. II IS$ Fid'.I 0; I I1 ,A<t Indian River County Shooting Range - Buildinp Project No. 96299 Itemized Bid Schedule (Exhibit "A" to Agreement) Stern Mm Descrinlinn Onantity Unit Unit Price Extension I Mobilization and General Conditions I LS $33,03.6.40 $33,026.40 2 Shot un RanLe Firing Line Cover 1 LS $17,854.56 $17,854.56 3 Shotgun Range Target Thro%Nin " Machines l LS S38,365.92 S38,365.92 4 Ground Water Monitoring Well ? EA 5432.00 $864.00 5 Pistol Ranee Firing,Line Cover l LS $45,342.72 545,342.72 6 Pistol Range P.A. System I LS $2,283.12 $2,283.12 7 i11e Rang Firing Line Cover 1 LS $60,681.96 $60,681.96 3 Rife Ran Ee P.A. System 1 1.5 52,283.12 S2,283.12 9 iRiflc Ran Te Video S stem l LS 35,108.40 $5,108.40 10 refabricated Modular Building. I LS $83,664.36 583,664.36 1 I Se tic Tanks stem 1 LS $14,283.00 $14,283.00 12 Water Service, 3" to V lines 1 1.5 548.361.32 548.361.3, 13 it *un Ran�e Firing Line Cover I LS S20,178.72 $20,17& 2 14 •encin 7, Wooden, IV high 124 LF 557:24 $7,097.76 15 Airgun Range Eguipment 1 LS NIA 50.00 16 Archery Ran =e Firing Line Cover I LS _ S3.633.12 S3,633. 1 -1 17 Concrete Walkway 1614 SY $26.44 542,674.16 18 Target Holder 65 EA $31.23 S2,029.9i 19 Overhead Baffle 1222 LF5a?.53 $61,191.66 20 Kiround Baffle NJ LF $131.60 $2.697.80 21 ombination Baffle 255 LF 569.69 $17,770.95 22 Sign, Wooden 2 EA 52,991.60 55,983.20 23 Fencing, Chain Link, 6' high 557 LF S11.28 S6 282.96 24 ate, Double Leaf, Chain Link, 8' Wide 2 EA $270.00 5540.00 25 Fencin U, Farm 3194 LF _ '$1.61 514,820.16 26 ate, Double Leaf, Farm, 24' Wide 2 EA $313.20 3626.40 27 -mein , Barbed Wire 23133 LF $2.59 55,990.67 28 SWn, Metal l EA S75600 5756 00 29 -lectric Service Connections 3 EA $14,500.08 S43.500.24 30 ive oak, 2.5'" cal., 10'-12" tall 40 EA 5248 40 S9.93600 31 abba a Palm, 14'• 16", hurricane cut 18 FA- 5159,84 $2,877 1' 32 a nolia, 2.5" ca1., 10'-1 k' tall 3 LA $5$8.60 51,765.$0 33 ed Ma 1e, 2.5'" cal.. 10'-12' tall 5 FA $237.60 $1 188,00 34 'ast Palatka Holly, 2-5" cal., 10'-12' tall 3 EA 5286.211 5858.60 35 36 Sod, Bahia Seed, Bahia - 224 I SY lS $1.94 S1,196 00 5434.56 51.'96 00 - Total Base Bid • $609,248 71 B10 PROPOSAL BP -3 . M Item �iw;ft ft-crrinicnn f7inin'EiEy llnit Unit price Extension Al Provide Super Trap Bullet Containment 150 LF 599$.77 $149,814.90 linclude cost of sewer pifrom building to tank. System on Pistat Range 25 -yd. Backstop include cost for sheet metal facing. 22 Dedication and Range Rules signs. 23, 25'7 Y28 A? Provide SuperTrap Bullet Containment ?25 LF $1,000.38 5225,085.50 jInclude cost of fertilizer and vaterina in the unitrice ofthe grassing. System on Rifle Range 1170 -yd. and 200- d. Backstops 3 Substitute EME concrete modular building I EA $157,725.00 $157,725.00 kA4 for refabdcated modular buildin Provide 25 -foot Flaa Ee 3 EA 5,970.18 52,910.53 10101 Alternates] Total Combined Bic! 51,144,784.54 Fay Item Footnotes 2,5,7, Include costs for lights, fans, benches, Fire extinguishers, water coolers, dry wells, and all 13.16 other otherwise not individually itemized items to provide a complete building with the features shown on the dra\%inLS. 3_Concrete pads are included in the uantity for concrete walkways 9 nclude cost of concrete p2les. 11 linclude cost of sewer pifrom building to tank. 14 include cost for sheet metal facing. 22 Dedication and Range Rules signs. 23, 25'7 Y28 nclude cost of 4% 5', and 6' single leaf gates in the unit price ol'the fencing. C©j,D RA dGk ..." si Ln on back of Dedication si Ln 35 linclude cost of fertilizer and watering in the unit price ofthe assin . 36 jInclude cost of fertilizer and vaterina in the unitrice ofthe grassing. Bit$ PROPOSAL IBP -4 40 ij ACCOMPANYING THIS PROPOSAL IS "bidders fron(" _ {Inert the wordls)"cath%-Wdet'e bond', or'cmifted check', as the cm rrnybe, payrble to MIAN RIVER COMM.) The undersigned deposits the above-named security as a proposal guarantee and agrees that it shill 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 documcnis accompanied by the required labor and material and faithful performance bands with 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 OVVJNER'S reasonable attorneys' fees incurred with or without suit. The names of all persons interested in the foregoing proposals as principals Etre as follows: (NOTICE -If bidder or other interested person is a corporation, state legal name of co,poration, also names of the president, secretary, tTeastsrer, and manager ihetcor; if a copartnership, state true name of firm, also names of A individual co-partners composing, firm; if bidder or their interested person is an individual,, state first and last names in full.) 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:. CGC-008546 Bidder hereby acknowledges receipt of the following addenda: No. t (one] date 15-26-00 No. date No. date No, date No. date No. date - No. date No. date NOTE: If bidder is a corporation, die legal name of the corporation shall be set forth below, together with the signature oFthe 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 fine shall be set forth below, together with the signature of the partner or partners authorized to sign contracts in behalfof the co- partnership; and if the bidder is an individual, his signature shall be placed below; if a special partnership, the names of fire general partners and special paFtncrs. Signature of Bidder- William Glover President tllt� f'R�ONOes111 Y DID BOND KNOW ALL MEN BY THESE PRESENT'S, that we W1f,L1AM GI:OVER INC, as Principal, and RL1 1NSUWCE :i7'riPA+tY as Surety, a Corporation duly organized under the lAws of the State of f tjtji4r�gh its principal offices in the City of PEORIA - , and autho:izcd to do business to tirc State of Florida arc hcld and finely kTound unto INDLAI�I R14 ER t(�Il1 hercittafter called the OWNER in the peral sunt of Em @ERCENT OF Tl%E Ahix Nf SIDDallzrs (S 5% ),lawful ntoncy of the United States, amounting to S% of the total bid price, for the payment of which sura well and truly be made, we bind ourselves, our �.c:; =,--::.::i5:zato;s, acid successors, jointly and severally, firmly by these presents. 'ne condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated JUNE 28 , 2000, for tiie construction of S'HOOTLNG RANGE - BULLDINGS IRC BID N 2050 IRC Project it9629B NOW, TI- EREFOPE, if the Principal shall not withdraw said bid within the period of time set forth in the contract documents, and shall within ten (10) calendar days after the prescribed forms ate presented to hie, for signature enter into a w-rintri contract with the OWNER in accordance with the bid as accepted, and if the Principal shall give the required bonds with good and sufficient sureties for the faithful perfornancc and proper fulftiltncnt of such contract and for the protection of laborers and material mere, or in the event of the withdrasval of said b:d % thir.:l e r= -:ads specified, or the failure to enter into said contract, and give such bonds within the time specified, if the Principal shall within sixty (60) clays after request by the OWNER pay to the OWNER the difference between the amount specified in said bid and the arnount for which the OWNER nay procure the required work if the latter amoon tbc in excess of the farther, then the above obligation shall be void and of no effect, othm-wise to remain in full force and virtue. It is further agreed that if the C]kV\TR is required to initiate legal proceedings to recover on ti:is band, it may also recover its costs relati:ig thereto a rzasc:nable amount for attorneys' Pecs, IN WrTNESS WHEREOF, the above -bounden parties have executed this instrument under their several seals this day of UNUN,F, 27 2000, the panic and corporate seal of each corporate party being hereto affixed and these p;escnts duly signed by its undersigned representative pi:rsuarst to authority of its governing body, itD tl C" 80-1 .vlTNESSU (if individual) fay. WILLIAM GLOVER, INC. ! PFUNCIP By — (t3;d�er) By Title ATMST(if eerPOrati0n) , ev. Tills Cotpcsrate Seal Any claims under this bond may be addressed to: Name and address of Surety 1 1 0 JEFFMON PARK EMIL STE 104 thame and address of agent or representative in Florida if different from above Telephone number of Surety and agent or representative in Florida MIDDLEBURG SITS , O 444130 BROWN & BROWN, INC, P.O. BOX 2412 DAYTONA BEACH, FL 32115-2412 (904) 252-9601 440-816-0999 (SURETY) — ti ATTEST -�C Corporate Seal alp pwr�wtl gra - I 4D *WNW POWER OF ATTORNEY 9023 N Unefliwgn fir. . Pomw IL 61619 Know Ali Men by These Presents: BOND NO. SSB- 2 7 9 7 5 4 That this Power of Attorney ss not valid or in effect unless attached to the bond which it authorizes executed• but may be detached by the approving officer If desired. That RLI INSURANCE COMPANY, an Illinois corporation, does hereby make, constitute and appoint Don Bramiage hrruny W. Hendtrson, Lantos A. Hall, Jointly or Severally in the City of Daytona Bach . State of Florida its true and lawful Agent and Attorney -in -Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any Performance or Payment or Labor and Material or MaIrttenarice a Supply or Bid Frond providing the band penalty does not exceed Five Mi Ilion Dollars IS5,000,000i. The aeknow, edgement and execution of such bond by the said Attorney -in -Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI INSIJRANCE COMPANY further certifies that the following is a true and exact copy of the Resolution adopted by the hoard of Directors of A..I fns.:^ance Company, and now In force to -telt: "Ail bonds. policies, undertakings. Powers of Attorney, or other obligations of the corporation shall be executed to the corporate name of the company by the President, Secretary. any Assistant Secretary, Treasurer, Vice President, or by such other officers as rho Board of Directots may authorize The President any Vice President. Secretary and Assistant Secretary, or the Treasurer. may appoint Atiorneys�in-Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile " fBlue shaded area abore indi"Ies aet7ien0cityl IN WITNESS WHEREOF, the RLI Insurance company has caused these presents to be executed by Its President with its corporate seal affixed this 1st day of Jan_ uary , 1999 Stale of tn+nort i r S_4 Cuunlr ut Prr,ia ti M i n t ire irffff f ky, .�p 144,1 SlsAirI f•i�r •v1= unnn,r.�N`'y Or, this fr�r day of JanuAa , JWJ9, before me, a Notary t'ubhc, personally appeared 9onalhan E. Michael, who lyeing by me duly sworn, acknowledged that fir signed the ahove Power of Attorney aA the aforesaid rafficrr o! the Rt.f I::St; RANCE COMPANY aril ac knr>wl tJgtd said instfument to be the voluntary art and deed of said corpetratiott Qx�* 11��km It f4ptard 1`00'. �OFfICtJ►t p OY10"A $. QOHM 14104411,1111` PJKJC V11,11 OF tt,tt:s A err Cha r pFWH OlirU4111 Rt.lINStl SCf,ComP.1:4"Y pf@r 'Jrei CERTIFICATE 1, the undersignedofficcrof RLI InswanceCompsriy. a stockcorpi ra- tiun of the State of Illinois,do hcrcby4ert4 that Ilia altached flower of Attomcy is in full force and effect and is irrevntahlc; and further. mort.tha,t the lte%olubonof flit Companyaa set forth in tht Porwttof Af torney, is nowe i n force. f n rest i rnony writ rrr+f, l have h e rc unto aet my Mention Ow stal of The Itl-t Insurance Co anwv this M—H &Ya IME— - 2000. RI I II"IR4.N01 COMPAA"Y .� - l4rarJanr by "IS s tvb fis STATEMENT OF PUBLIC ENTITY CRIMES This form is a sworn statement Lander Section 287.133(3)(a), L"loAda Ssatnlcs, on public entity cringes and 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.-ZQS�L for6o.4tirigRaugt3suldiugs 2. This sworn statement is submitted by William Glover, Inc! (name orcot"ry subnuning swan suttrnn 2€16 North Babcock 5t., Melbourne, Florida 32935 whose business address is�_ and applicable) its Federal Employer Identification Number (FEIN) is 59-2300274 . (1f the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: } 3. My naive is William Glover (plow Vnl nanx of individual signing) and my relationship to the entity named above is President 4. I understand that a "Public Entity Crime" as defined in Paragraph 287.133(t)(g), Elmida S].aiutcs, 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. S. 1 understand that "conNicled" or "conviction" as defined in Paragraph 286.133(1)(b), Florida, Sl,'aodies, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any Federal or State trial court of record relating to charges brought by indictment or information aflcr July 1, 1989, as a result ofajury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. b. 1 understand that an "affiliate" as defined in paragraph 287.133(1'y(a),F1xidaStaLu1r-, means: a. A predecessor or successor of a person convicted of a public entity crime; or, b. An entity corder the control of a natural person who is active in the management of trite entity and who has been convicted of a public entity crime. The tern "affiliate„ includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the mana,gernent of an affiliate. The ownership by one person of shares constituting a controlling intcscst in another perwn, or a jwk)fing of equipment or income among txTwn% when not for fair market value urxler aro um's .length agreement, xhall be s prima fide case that one per7an contirots rinollicr pawn. S 4 A Tt ME97 tie P(:DL.K tiJilfM C20d9l % I A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(l)(e),E1urida Statutes, 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 bid 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, executives, 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 con, icted 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 list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list, There has been a 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 vendor list. (Please attach a copy of the final order.) �] There person or affiliate has not been placed on the convicted vendor list. (Please describe +t any action taken by or pending with the Department of General Services.) t +� (signature) V-' -e L STATE OF Flo Ittg. (date) COUN-111, OF i7 A t'o'mtit OF ►t.t31.'tC EMItry CIUMES 9.8 ab PERSONALLY APPEARED BEFORE ME. the undcrsigned authority, who, JL - _i �) il.�Sam + i a after first being (name of individual signing)swam by me, afrLKed tus4w sign attire in the space provided above an this s day of j, -12000, NOTARY PUBLIC 11'7kRh C.pMtiasm CC735851 � ,+Z �►�„,%ExpkGA(x121,2fl02 4 (' �f . a LZ�lr.«��, x4 COn1fl]i55lOr] CXp1re5', r i STATEWNT cN r1,79t.tr FVMV Msstts sa THTS 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.^2Q5D_ f6r_5haaIing_13angc_-_Elj i_dingc 2. This sw'om statement is submitted by: William Glover, Inc. business address is: 286 N. Babcock St. Melboume Identification Number (FEIN) is 59-2300274 whose and (if applicable)its Federal Employer (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement .) 3. My name is William Glover and my relationship to the entity named above is - President 4. 1 understand that an "affiliate' as defined in Section 105.O8, Indian River County Code, means: The term*afriliate" includes those ofliem. direcnxs, executives, partners, shareholders, employees, numbers, and agents who sre 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, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wire, father-in-law, rnothcr-in-law, daughter-in-law, wn-in4a%v, brother-in-law, sister-in-law, stepfather, stepmother, aq wn, sitpdaughter, stepbrother, stepsister, half brother, half sister, grandparent or grandchtld. 5. Based on information and belief, the statement which I have marked below is tate 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 Code, with any County Commissioner or County employes. The entity submitting (leis sworn statement, or one or more of the officers, directors, executives, partners, shareholders, ctnployees, members, or agents who are active in management of the entity have the following relationships with.. a. County Commissioner or County employee: SiAYLNiL,4"t014%%tlrLIED Itd ".I CI Njinse of Affiliate IDE F-filY None 't (signature) 7 - 51 (date) STATE OF Florida COUNTY OF Bravard The foregoing instrument was acknowledged before ane this Gh- day of { La � < , who is personally known to me as identification. NOTARY PUBLIC sign1 , pris�,ws, FiGM rry State of Florida at Large My Commissioner Expires: At-, (Seal) 4'1r *�rC--&V „ccrasasa �►..+�' �+iao Aprf 7a• 200 5,aArTMi%IOSWsttt^4 Xl 211 :10 Q7 • SWORN STATEMENT CINDER THE FLORIDA TRENCH SAFETY ACT THIS FORM MUST BE SIGNED BY THE BIDDER 141I0 WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUT,"ORIZE:D REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO AllNHNISTF.R OATHS. I . This Swom Statement is submitted with the }aid No. --2f150_ for uildines (\anx orhrojcct, and Cosnvut No or rxsigntnon, etc) 2. This Sworn Statement is submitted by —William Glover, Inc, (Testl name dfentiry submining swam smemmi) Ihereinafter "BIDDER",business address is 286 Nortli BabovA St., Melbourne, Florida 32935 BIDDER'S Federal Employer Identification Number (FErN) is 59-23M74 3. My name is William Gt_over and my relationship (pnn° nsm or%rd+nduai signing) to the BIDDER is President of/for the BIDDER William Glover, Inc, (position or title) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within _ N/A (refer to the applicable Florida Statute(s) andlor OSHA Regulation(s) and include the "effective date" in the citation(s). Deference to and compliance with the applicable Florida Statute(s) and/or OSHA Regulation(s) is the complete 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 Iresponsibility to review or check the BIDDER'S compliance with the trench safety standards. 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards and agrees to indernnify, defend and hold harmless the OWNER and ENGi\rEER, 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 (S25.00), which the OWNER agrees is paid on behalf of all panics indemnified herein above. b. The BIDDER has allocated and included in its bid the total amount of S _. based ° on the linear feta 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: The determination of the appropriate method(s) of compliance is the complete 4W sola responsibility of the BIDDER. Such methods will not be checked by the OWNER or dw ENGINEER lire accutUy. complvtensas err any other purixrse The OWNER and' t1t€WH S7�tvwtxt f.r ENGINEER shall have no responsibility to review or check the BIDDER'S compliance with the "french Safety Standards. 7, The BIDDER has allocated and included in its bid the total amount of S-0— basrd 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 detennination 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 ENGINEER shall have not responsibility to review or check the BIDDER'S compliance with the Trench Safety Standards. Is. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said gcotechnical information and that, based on such information and the BIDDER'S own infannation, the BIRDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER'S compliance with the applicable Trench Safety Standards in designing the trench safely system(s) for the Project. lb r �t!.Y11 S1Ar>EniStti't' r.t BIDDER By 4 r'1 (SI rcJ Position or Title) (Dale) 1 ti AN L) sL U b4oae me this �rdayof2090. Sly Commission Expires: r11 1irt t'ri & In I Pullic 1 J,<, [h C KayFinam *,rrM Ccmrdartan ccrtss51 e'o+ra AM 21,:2= lb r �t!.Y11 S1Ar>EniStti't' r.t L-A GENERAL, INFORMATION REQUIRED OF BIDDERS THE UNDERSIGNED BIDDER GUARANTEES THE TRUTIi AND ACCURACY OF ALL STATEMENTS AND ANSWERS IfERFIN CONTAINED. FAILURE TO COMPLY WrM THIS REQUIREMENT MAY BE CONSIDERED SUFFICIENT JUSTWICATION TO DISQUALIFY A BIDDEK ADDITIONAL SHEETS SHALL. BE ATTACHED AS REQUIRED. Submitted with the Bid No.._2050for. haotil nsac - Buitdings—.____— I . Contractor's Nanre/Address William Glover, Inc. 286 46M DiR–O& 91 Melbourne, Maida 32035 2. Contractor's Telephone & FAX Numbers: Phone: 321653-2517 AX: 3. Contractor's Lirxase: CGC4?0&W 4. Ntunbcr of years as a Contractor in construction work of the type involved in this contract: 30 Years S. What is the last project of this nature that you have completed? We have competed similar wood framing projects G. Have you ever failed to complete work awarded to you; if so, where and why? No 7. List the names and titles of all officers of Contractor's firm: William Glower - President William Ward- Senior Estimator PUtrioia Glover - Vm President Jesse 1NnslotT - SuporkKanderd 8. Nance of person when inspected site or proposed work for your firm: Glover over Juno 15, 2000 Name: W" _ Date of Inspection-. J� William. Ward Juin 24, M NOTF. If rcyuesterl by the County. the Biddcr shall furnish a notarized fauncial stahnnent, tdan ues and gdter inforrnatinn, sufftrientty can pachrrssive to penny an ipprnisal of his currcm fummi; ai roodisioa By +darn G{.o' W MIMI UST OF SUB -CONTRACTORS The Bidder WILL. list below the name and address of each Sub -Contractor who will perfornl work under this Contract in excess of one-half percent of the total bid price, and WILL also list the portion of the wort: 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, Submitted with the Laid No. 20M to age - Site Work A l 1 V 1' • 111 -! I. 11 Y* V E Z"C_ 2. __17_lriiVIA Ia 3. ��VrniC]�Vsra_ 5. je- fig ©-1 'II 11 U._. - 9 1 i YYie[Wjerie FL I Icro —AW -11a yk 0 ed l ee 3r'k_- m- Rfeqcl rdl tVSlg.l bn.sr►n� � L �']�t3S 'l I ! By (Stan ) r (1tW111on of Ti It (Dote) Agreement A 1'3 Performance Bond PB 1-4 Payment Bond PB 1-4 Sample Certificate ofInsurance C1 1 Final Payment FP Application for Payment AP Shop Drawing/Catalog Cut Submittal 8D1 AGREEMENT INDIAN RIVER COUNTY, FLORIDA SIIOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9623B THIS AGREEMENT made and entered into on the ( X4--vttJea. day of 2000, by and between W' 1' m Glpy g,g—lnc. 285 t, F3abcoc Street elb u ne r da 32 35 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 fellows: one hundred dollars ($100) per calendar day. Not to exceed the total amcnint of the contract. Article 3 THS i(3MEACx` SUN: The county will pay the Contractor for performance of the Contract, subject to additions and deductions provided ^theie:n, irs current funds as fallovas. Article l 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: SHOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9629B 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 "All and made a part of this agreement. Article 2 COMMENCEMEW AND COMPLETION & DAMAGES: As time is of the essence, the Contractor will tie 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 twenty (120) 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 amcnint of the contract. Article 3 THS i(3MEACx` SUN: The county will pay the Contractor for performance of the Contract, subject to additions and deductions provided ^theie:n, irs current funds as fallovas. Numerical Amount 8U9 248 1 Written Amount c v Hiandrwd Nine 9 s 1]d Two_ " ndred Forty Eich Dolla s and Seve -ane cent Article 4 PAYMEM & 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 acceptance and approval for final payment. Article 5 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the 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.. 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 he 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 mnuot drrompsny the requrnt for final payment. Thr making and acceptance of tile f anal pa-,7ront shall constitute a waiver of all claims by the aCourit.y, other than those arising f rorn unsettled l,erts, fsctm fatelty work epp.artm:,a oftar ftnal payment or froma rrqulreverits of the Spertf lest t -ns " Of all talus 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 CONSTRICTION 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 aunt 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 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 2000 16`" 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, 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 dura 't horse applicable to the bond otherwise e-rquired- Pe'r!'a.rmnince a1A Pixymerlt iiondis fray be v&jvad by the t-Ounry it the t«tal contract is bvlaer S•,C1,000- IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. (Contractor) Signed and sealed by the Contractor in the presence of:nJurancrc,urmenn 1ir N * *My CommissionCr'.7.&5951 bq^«Rh+ EXPIM3 Apel 21, 2042 Attcs .r. I t; �r�,.,_ (Seal) INDIAN RIVER COUN� 1 gy: �,,_ vO Attest Fran 8. Adams, Chairman _ fret K. dr_ton, Cerk >11 Dated: f ? r � (SEAT; �y DEPAliTMEHT APMVAL MDAYEBudwlegal Risk MlanaWrkvl r - f �. C!r' c'� Fabric Wu*z Deal � Y 31 � MbiSO .4t 'I C/11' P* 40 0°rr eta-✓ . ve3 a0 CJr U TI -11 AMERICAN INS-1-ffur"_- OF IIRCHITECI-S r 1' 0V0 00curncm A3 t 1 Performance Rood IN T11E nECVnD7 or JEFFIIEY K. DAntL1t4 ct nK CInCUII COURT 1l10IAN n}vEn Go.. FM BOIID 140: SSU --279775 Any sint;ufar rrfcrcnCe to Can, r,,Clor, Surd,; Owner or CONcr tsarly shall brconsidercd I,tural As1 rtC alfl:l Ca9�lc•, CONTRACTOR (tJAmc and Address): WILLIAtt CLOVER, INC. 7.86 NORTH BABCOCK ST. MELBOURNE, EL 32935 (321)253-2517 OWNER (Namc and Addres5): INDIAN RIVER COUNTY BOARD OF COUNTY Ci]telISSIONI;RS 2625 19TH AVENUI; VERO BEACIi, F1, 32960--3335 CONTSTRUC`tIGN CONTRACT Dale: AUGUST 2, 2000 Amournl: $609,248.01 SURETY [Name and Principal Piacc of Business) RLI INSURANCE COMPANY 9025 V. LINDDERC)I DRIVE PEORIA, IL 61615 (440)816-0999 RETURN TO ucscrjplion(Nanlcan LOCati0111: IRC BID 2050/S11OOTING RANG1: BuII,Ui[1GS DEPART -10,1T OF PUBLIC WORKS [1I7ND Date (Not earlier llsan Construction Cgnlracl U,vc): AUGUST' 14, 2000 Amou t 609, 248.01 t Wificalions to iasis Uralld: Ll None CONTRACTOR AS PRINCIPAL SURETY WILL Company: (Colporale Seal) Cornlaany': W1L1.IAti GLOVER, ItJC. 111.1 INS IRANCE tIPAFtY �,'' Signalvrc: Sit;) Name and Titre: Name ax+d Trltc: DOI1 140 (yf Uurlra4ditionall natures, ''' f'V w S .,%wron0a11e31 If OR INff7IMMTION ONLY — tVarnc, Adokcs3 araJ E hyattotsc) ' s"'r• OWNER51tE1'1tESEt�atAtlltt [Aitbil",t. t,V1KtYtx %afar BKOWN 4, BROWN, INC. raufyl: PO NOX 241.7 Al JMJE CM bAr'1'S}MA HACH, 1"L 31115-2612 C � ' � Lai ME,, (900252-9601 ' • ppCtiw•,r 4111 • 010-- 7 t so we . ... f LD W co 'a -n RC1 Sec F�ae 3 CIF S .,%wron0a11e31 If OR INff7IMMTION ONLY — tVarnc, Adokcs3 araJ E hyattotsc) ' s"'r• OWNER51tE1'1tESEt�atAtlltt [Aitbil",t. t,V1KtYtx %afar BKOWN 4, BROWN, INC. raufyl: PO NOX 241.7 Al JMJE CM bAr'1'S}MA HACH, 1"L 31115-2612 C � ' � Lai ME,, (900252-9601 ' • ppCtiw•,r 4111 • 010-- 7 t so we . ... f IID INDIAN RIVER COUNTY, FLORIDA SHOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9629E PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we as Principal, and as Surety, are held and firmly bound unto the County of Indian River in the sum of Dollars ($ )amounting to 125% of the total bid price, for the payment of said sum we bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, for the faithful performance of a certain written contract, dated the of 12000. 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 indemnify 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, if 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 shalt 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 performanc*± of the said work, repair or mafnlenance thereof, or the manner of doing the same, or his agents or his servants, or the infringenrents of any patent rights by reason of the use of any material furnished or wnrk a% aforesaid or otnef%iso, PERFORMANCE EaOND ps 11 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, shaft in any way affect its obligations on this Bond, and It does 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 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. Y. . I C1 WV 12 PI 12.10 64F.11 0r� l Signed, sealed and delivered in the presence of: Witness Signature of Individual Address Printed Name of Individual Witness Address ZUEIVTHE-PRMIf'A:L ISA SOLE PRo2RjE7413SH1P OR OPEF AjEB_UNM A TRADE NAME: Signed, sealed and delivered in the presence of: Witness Name of Firm Address Signature of Individual Witness Address H-RIORM.+ NCI HOOD rs �i rafrsrk+rrr+Rr+RrrR+m*RR+rr■■RRkR.rr■r■a.■er■r■.r■.■■srRre...r. WHEN -THE Plilf URA_ L S-APARMERSkftl?: Signed, sealed and delivered In the presence of: Witness Name of Partnership BY7 (SEAL)— Address Partner Printer! Name of Partner Witness Address i+�r+r�r�+�rrir■r+�+pR+a�+raj+�tr7�+Irk+.+'+p+�+rlrr{+�+++R+fw�wryr+4+w++�R++*.+w+++++nr++erects. rr ]C][LLEN—THE-F£]11 L.r1i�7L_ 3-ALj Iii � TLGN: Attest:. Secretary Name of Corporation By (Affix Corporate Seal) Printed Name Official Title C=E1MEAU0 CQR QBATE-P-R1MG1PAL I, certify that t am the Secretary of the corporation named as Principal in the within bond; that who signed the said bond on behatf of the Principal was then of said corporation: that 1 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. Secretary PERFORMA14CE Bo". t r 40 Attest:. Secretary STATE OF FLORIDA COUNTY OF INDIAN RIVER Corporate Surety Business Address BY: (Affix Corporate Seal) Attorney -In -Fact Name of Local Agency Business Address Telephone 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 be for me this day of . 2000. My Commission Expires:. Notary Public, State of Florida i'l N, 1 1 W%.I %I"( I its 1".1 a •r THE AMERICAN INS -1 -11 -UTE 01: ARCHITECTS AIRUE COPY r s'F�o °cl.°���TPAG E BOND NO: SSB -279775 ,1111 Docunwnt A311 Payment Bond Any singular retereaceto ConlratSQr, Surely, O,vner or mbet parlyshalt kcunsidercd plural where applicable.. CONTRACTOR (Name and Address): SURETY (N,anic and Principal Place of Business): WILLIAM GLOVER, INC. RLI INSURANCE COMPANY 286 NORTH BABCOCK ST. 9025 N. LINDBERGH DRIVE MELBOURNE, FL 32935 PEORIA, IL 61615 {321)253-2517 (440)816-0999 OWNER (Name and Address): INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS yy2625 19TH AVENUE ggi�pp CONNRTSTRRUCCTI NCONTRACT3335 Date: AUGUST 2, 2000 au Amount: $609,248.01 Description (NameandLocalivn); IRC BID2O5OIS1300I'I1tG RANGE BUILDINGS CA) �.. DEPARTMENT OF PUBLIC STORKS C) BOND eq Date (Not earlier Ihan Consliuetion Cu ilfad Date); AUGUST 14, 2000 Amount: $609,248.01 tT Modifications to this Hund: 0 None D1 See Page 6 Ln CONTRACTOR AS PRINCIPAL SURETY [� Company; iCorinrratc Sealf Company: url�oratc Scat WILLIAM GLOVER, INC. RLI INSIRA14CE PAN y• /� 1A• Signature: p7a'4 5igra, srr t o Name and 7rtic: Name and Title: DON BRAMLA F, AI�Ck1:S' -iF, ACS i rtsrl",�`F,,r .�� (Any additional sigr)atures appear ort page G) +' • ,,. ,: (ti7kl+VFt;??IRAiAIii(]tJONLY— Njrrrc.+"kdrlra•ssandTi^lrplrvrrr•).�.: AGENT or BROKEN, OWl+'NER 5 REf'RESUATATV1(Asclrrt�cl � ryAther r f _ BROVN i BRCrWN, ;INC. Panty)- PO nt1') Po IOX 2412 DAMNA b'EACH, 'FL 32115-2412 (901)251-9601 +t+a 90CUU rs u12 , f0POW M MIX0 AM wrww VJM - asKUNS r;w. eu - w • aq ewtK.w pool ' v Neww" rrn ww Im ftv r w awa sc % t•• am Aa11• fl�i , INDIAN RIVER COUNTY SHOOTING RANGE . BUILDINGS COUNTY PROJECT NO. 9629B PAYMENTBOND KNOW ALL MEN BY THESE- PRESENTS: That we of Indian fiver in the SUM of as Principal, and as Surety, are held and firmly bound unto the County -Dollars ($ amounting to 100% 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 , 2000, 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 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 with 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 713.41 of the Florida Statutes. B3 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, who 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 dire claimant, and have execution thereon. The County shall not bo 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 clalmant, 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 loot: to alis bond for protection. 2. Unless claimant. or other than one having a direct contract wilh the Principal, shall vAthin ninety (90) days after such claimant's performance of the tabor or complete deirvery of materials and supplies, doliver to the Prinrippal and Surety wrdlen nolle of ow performance ©f six h Iabor or d+ekvery of such materurt and supplim and title nonpayvn@M theareleare. PA1'MF.!%'f Rt),NT) 3. After the expiration of one (i) year from the performance of the tabor 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. A. 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 Inver any ' sum 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 value 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 Specifcations applicable thereto shalt 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 "X". 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 tinder their Several Seals, this _clay of 2000. 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. :iprHEN THE IS AN 1NDt] DUAL: Signed, sealed and delivered In the presence of: :1 Witness Address Witness Address Signature of Individual Printed Name of Individual PAY MM%"r'80M) �O PAY:►+?f,EN'T BQMD pe WHE I'I INCIPAt ISS,zQC,E-ERMIIE.IQ@;AJ]E-0RDP-ERATES UNDER -A TRADE tUAME Signed, seated and delivered in the presence of: Witness Name of Partnership 13Y: - (.SEAL) Address Partner Witness Printed Name of Partner Address RiiMiRPY*itis►!ik#FyARi1-►k0#RfffyRCRIRRkkkkkkkk*PRA!#A*#**!C*t*4Y WkiEN THE PRINCIPAL IaA PARTNERSHIP: Signed, sealed and delivered in the presence of: Witness Name of Partnership BY:_(SEA► ) Address Partner Witness Printed Name of Partner Address ii}iii}!RM}itiRyRYYYRYY}iYYY►iiifii}iiilYY!*Y*i*tikkPykylyPR#RP WHEN THIS2RJNC1PA1JS-A-CDR'LQL-;AILM Attest: Secretary Name of Corporation BY (Affix Corporate Seal) Printed Name Official Title PAY:►+?f,EN'T BQMD pe CERTIFICATE A TS ' 2B@{2FtA7t P -RI=P -A. I, cartify that I am the Secretary of the corporation roamed as Principal in the within bond; that who signed Ilia 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, CSF -AL) - Secretary TO BE EXE=-ED-BY—C-QBMRA-IEa11 iE - Attest: Secretary Corporate Surety Business Address By: (Affix Corporate Seal) 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 attomey-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein 41 favor of the County of Indian River, Florida. Subscribed and Sworn to before me this day of My Commission Expires: Notary Public, State of Florida PAYMINTOOND ps • 4 200{ 0. 40 CER71FICAIE OF INSURANCE This certifies that STATE FARM FIRE AND CASUALTY COWAW,131mmmingtoo. Igirtois STATE FARM GENERAL IIISURATICF eOM("AFIY, Bloominylon, Illinois ares the tolloWng polleyholder for the coverages Indicated below. Name orpolleyholder WILLIAM CLOVER, IIJC . Address or policyholder Location or operations 286 N BA13COCK MELBOURNE, FL 32935-6'717 Description of operations a policies listed below have been Issued to the policyholder For the policy periods shown. The insurance described in these policiss is r„hinnl In e}I IF.. 1a nanlncI— find rnndirinnc nr ILnen nniiri— Trio limile of iinhiliiv chmmi innv have hnvn rorrimrd by Anv paid Cin me 113 srd of C©lanky Commissiorierfa rias,. •rxl Addrhr of Coidi city Hordoe 'I'"]IAN RIVER COUNTY P tN POWELL PLIRCIIASING DIRK11OR 2b25 19Th Avg XPRO BRACH F1, 32960 la ,+.rwM+.r�s+sA IF any or Irr@ UUMOK'ru PVIPUJes ail lianccrw UBrcrrt nS expliatlon date, State Form will try to mall a written notice to Ilia certificate holder 30 days before cancellation 11, however, we fail to mall such notice, no obligation or liability Wtl be imposed on Slate Farm or Its agents or represenlatiyex 'l+pn�ruM� rr ®•rlr4n 4 Rry+r#rrer^` Y•• ; act) 1trl+. ' • _ --F�OLICY F�EfiIfJD� -- -- - � LICAI'1 a UF� LliAi31LITY . POLICY NUMBER TYPE OF INSURANCE Effective Date Ex Iratian tate _ (at beglnn6rig aI olle t�perlod} Comprehensive BODILY INJURY AND 98 -CF -2507-4 Business Liability 05/17/00 05/17/01 PROPERTY DAMAGE I Insurance lndudes: Products -Completed Operations B Contractual Llabilily ❑ Underground Hazard Coverage Each Occurrence $ l w fl . [Kill ❑ Personal Injury Advertising Injury General Aggregate $ 2., fl4Cl� {]f4f1 ❑ Explosion Hazard Coverage Products - Completed ® Collapse Hazard Coverage Operations Aggregate S 2, nf]O - 000 General Aggregate Limit appiles to each project POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE EXCESS LIABILITY Effective Date Expiration Date (Combined Single Limit) ❑ Umbrella Each Occunence $ ❑ Other _ A2gregaie $ _ Part t STATUTORY Part BODILY INJURY Workers' Compensation and Employers Liability Each Accident $ Disease Each Employee $ Disease - Folie Ly Irnit� $_ POLICY PERIOD LIMITS OF LIABILITY s000YNUMBER TYPE OF INSURANCE Effective Date Ex ballon Date (at 1�eq1nnInj1 of poticLrperiort) 113 srd of C©lanky Commissiorierfa rias,. •rxl Addrhr of Coidi city Hordoe 'I'"]IAN RIVER COUNTY P tN POWELL PLIRCIIASING DIRK11OR 2b25 19Th Avg XPRO BRACH F1, 32960 la ,+.rwM+.r�s+sA IF any or Irr@ UUMOK'ru PVIPUJes ail lianccrw UBrcrrt nS expliatlon date, State Form will try to mall a written notice to Ilia certificate holder 30 days before cancellation 11, however, we fail to mall such notice, no obligation or liability Wtl be imposed on Slate Farm or Its agents or represenlatiyex 'l+pn�ruM� rr ®•rlr4n 4 Rry+r#rrer^` Y•• ; act) 1trl+. 'To m r- I L-A ME INSWMCE LISTED [IELOW ItA1'r Put -rl ISSVLn In 11117,: ifisum is nAmpit AII'7�E Ioil VFI' F'N rY f•t IIVX) A11Yi`:AKI1 f iOM1f11;rA111'f IR AIIY r1EQUiT1EMEN1, 1EITkt OT1 C01N011101T C'1 AM CINAMAC1 CIS 01111 It (MU1.11III V41111 IIS: SI.1 Cal 1^ Vil IICII Till'; Cf HILI ICIYII' VAY UE ISSUTI f - ITASr'{MM11 fl U� CERTIFICATE Or LIABILITY INSURANCE 'I IS ;,_J, TLCf Io A♦I. IIrt TI rmv. f �� IIl^-W'11C AI Irl CC11111IF311$ f'T 11115 I:1-nLSr14AlE l$ 1'SSUEIII A , A LLAT IFR or iiwibnM4mw impa`UC[n- & Brown. I11�. M 11v,lll LtI' I IWIN ANu t.0NFEnS NO HIGPITS urU11 ME ctntIrI ATE I"Trown X767 N. Wickham Ra 5L11Lfy ji?f¢ I 11ULVLn, THIS (.En,J1rlCAJE DOES NOT AMEND. EXTEND On ALIEll 111E COVEFIAU AFFOADEU BY ME POLICIES BELOW. %lelbourne, FL 32940-2021 - - - - -- - �dU7 7578686 IN$UnEn$AFFOnomaCOVERAGE +rsu�TEo �XNsunEnAI;mployeis Advoc�-af:.r•. ,41liam Clover Inc OENEnAL ADOfTEO11lJAT E �! 286 iV Ba}JCOCk Street IMSvnrnO Melbourne, FL 32935 INSUnrns AWOMOBILELIABILITY I 11NsunEnr* ANY AUTO Y INSUnrn E: ME INSWMCE LISTED [IELOW ItA1'r Put -rl ISSVLn In 11117,: ifisum is nAmpit AII'7�E Ioil VFI' F'N rY f•t IIVX) A11Yi`:AKI1 f iOM1f11;rA111'f IR AIIY r1EQUiT1EMEN1, 1EITkt OT1 C01N011101T C'1 AM CINAMAC1 CIS 01111 It (MU1.11III V41111 IIS: SI.1 Cal 1^ Vil IICII Till'; Cf HILI ICIYII' VAY UE ISSUTI TIAY PERIM. it IE lisurtmwrt Ar roitlini SAY TI IC rot Ic K'S lit nci ff$rn 111'rtm IS ;,_J, TLCf Io A♦I. IIrt TI rmv. f �� IIl^-W'11C AI Irl CC11111IF311$ f'T rnLICES AT3GITE0�\IE LH.ilf551SCT1V'iIASAYIIAL'rl!rCT1IU'11L14'l If IIY S'A1li rIM1.SS. L iwr'EoFiHSunANCE POLiCYNUrAf1En ---- �UAIFrCLIt:Y ((f rEkillVrrT�t!CY EX+T'n 57r0N .-[)14 LEI±.']lTtL___ tIR7115 _- .LM'MrOn+r,,1Mk OEHERALLIABILITY- 1CACIt ttt 'niiiF r7r'F IS COMMErKMAL ENERALLMILITY N rinE DAMAGE SAnypne rta S CLAIMS MAKE{ OCCUR MEDEMP tAnY an eplrsan, �! _ tlyp PERSONAL A ADV UnY ; _� OENEnAL ADOfTEO11lJAT E �! OE NL AGGACOATE LIMIT APFLIE S I'ER: 1 {{ PYIODUC 1S -CO M1SPrpP AOOI S POLICY .. _ Pn4• I LCC_I JECT - AWOMOBILELIABILITY I COMBINEOSINLILE LIMlr ! ANY AUTO (Ea+lsClpr:nl, ALL OWNED AUTOS BOTI LY INJURY # i RCHEOULEO AUTOS - {s'n perinnl - ,HNSEDAVTOS BODILY tNJUnY S NON-OYINEDAUTOg pI� { lP+f acitticMl I PnorEnTY DAMAGE s � 1pa Aeeltlontl p V OARAOE LIABILITY Iy AUTO ONLY- FA ACCI D E N I1� ! ECp ANY AUTO OtHEn THAN EA ACC ! 1 , l AUTOONLY' ADD ES T 1 EACF4OCCUnnCNCE S ETICERR LI1lBILl1Y t _ OCCUR X �CLAIMSMAEC AOOnEOATE I OEDUCTIOLE ! /IEIEMTIOM S f *ixis1 oE1ni A YYOTMSERRCOMPENSATIONANO _ t77WCFL9204913 101 /01 /00 Ul/011"'011XlTO E0APLOIEF19LIAMILl" I �¢i.EACH ACCIDENT 1100, OOU __ b E t tI19EA5E-EAEMPLOrEEl 5100, 000 F.L Ul5£A5E POTICYLiMIT per, 01 tf OTHER 3E UCnIPTgH OF OPETIN T10N$ILDONIXONR7YE l TTC LE4rE' XfCLU WOhR An ITE D B Y E H D On$� MEN I TRr'P, t:INL M10Y1560 MR i1lFIGIt iiMtfl I 9 AQD [I AJ.M T�S1t�AlfeitS/ Iltl� 4oard of County Comminslurlwrs �Ijidiati River County Vratj poll i Purchas Ho Di 1+-' 1.1 16214 19th Av+Y, �Jlre Bi amvh, FL 129401 rratLaNMYd IlR+DaURtIIO�EQrtllctl{`�CiK3•'LE/041/r�"D!L'�DUOO OAT1 rF�Altar.l►�II�IgDfra m'14wit t*"AYOl lmrult 10 DNTRaMTTIlAl Ma'Ifa TO rlif Y�'MN/�IIAf 1OlQAa�DDrD TMILM'. wll t'M%/D 7FlUD'R?1M4.► rroAa onarA �T�lsl IIIA ar s Mr �nll! t,•ilalM wIlllrrrllnsaXltses lar r*lw�r 7 k e Ai�i1! • / `� A„�elai.•nnnr�YI�T1{��/ � - �M I/1-t[a+'fi1 A J 446T,41 W_l saco*pqmwmqIONto# FINAL 'PAYMENT CONTRACTOR STATE OF FLORIDA COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes who on oath says: That he is the Contractor with whom Indian River County,. Florida, a political subdivision of said state, did on the day of, , 2000, enter into a contract for the performance of certain work, more particularly described as follows: SHOOTING RANGE= - BUILDINGS County Project # 96290 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 directly employed by such contractor have been paid in full EXCEPT: Name iZes_cLlption F_+mautii who have not been paid and who are due the amount set forth. WITNESS. (Corporate Seal) (Contractor) fay: Subscribed and sworn to before me this day of .2000. Attest: Notary Public State of Florida at Large My Commission expires:. (Notary seal) Name of Notary typed or printed I herewith a0knowledge rewipt of Final Payment on above and do hereby certify that I have no daims against the owner of said properly Contraclm 114AY 1'Ab'►�r.4'�1 r t' ! 40 ob M INDIAN RIVER COUNTY, FLORIDA APPLICATION FOR PAYMENT NO.— PROJECT NO: ACCOUNT CONTRACTOR NAME/ADDRESS: APPLICATION DATE: FOR PERIOD ENDING The undersigned CONTRACTOR hereby certifies that all items and amounts on the face of this application- for payment are correct; that all work has been performed and/or anateriais supplied in full accordance with the terms and conditions of the contract. The 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 undersigned to discharge in full all obligations of the undersigned incurred in connection with work covered by prior Applications for Paymcnt under said contract, being Applications for Payment numbered I through inclusive; and (2) all materials and equipment incorporated 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 , 2000 (Contractor) (Namc/Titic) COUNTY OF INDIAN RIVER STATE OF FLORIDA Beforc me this _ day of , 2000, personally appeared known to me, who being duly swam, deposes and says that (s)he is the of the CONTRACTOR above mentions; that (s)hc 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: APPLICATION FOR PAYMENT AP - 1 STATEMENT OF WORK Original Contract Price $ Materials Stored $ Net Change Orders $ (Attach uctailed schedule and paid invoices) Current Contract Price $ Total 'W'ord/Matcrials to Date $ Work to Date: Less 10% Retainage $ Under Original Contract $ Sub Total $ Under Change Order $ Less Prior Payments $ Percent of Work Completed to Date BALANCE DUE THIS PAYMENT $ The undersigned CONTRACTOR hereby certifies that all items and amounts on the face of this application- for payment are correct; that all work has been performed and/or anateriais supplied in full accordance with the terms and conditions of the contract. The 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 undersigned to discharge in full all obligations of the undersigned incurred in connection with work covered by prior Applications for Paymcnt under said contract, being Applications for Payment numbered I through inclusive; and (2) all materials and equipment incorporated 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 , 2000 (Contractor) (Namc/Titic) COUNTY OF INDIAN RIVER STATE OF FLORIDA Beforc me this _ day of , 2000, personally appeared known to me, who being duly swam, deposes and says that (s)he is the of the CONTRACTOR above mentions; that (s)hc 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: APPLICATION FOR PAYMENT AP - 1 SHOP DRAW[NG/CATALOG CUT SUBMIllAL 7RANSM11!ALN0-- DAJF- RANCL-�33JILDlI Ca NQ- - - 9629B PRIME CONIBAC I .qljg-c MANI JEACTI THER' if this subntitW 3UbjjjjjjaL5hall pages to this fua3i to fully raloply with (RESERVE THE SPACE BELOW FOR SHOP DRAWING REVIEW STAMPS) ATIM11 THIS PACE TO EACII COPY OFTHE SHOP DRAWINGS OR CATALOG CUTS SHOP DRAWING S SC) - 1 GENERAL CONDITIONS 40 I-] in TATTLE GE CONTENTS OF GENERAL CONDITIONS Article I~iumhst T1tIc kne I- DEFINITIONS..................................................................... GC- I 2 - PRELIMINARY MATTERS.......................................................... GC -3 3. CONTRACT DOCUMENTS ............................... I .......................... GC -5 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS .............. GC -6 5 - BONDS AND INSURANCE.......................................................... GC -8 6 - CONTRACTOR'S RESPONSIBILITIES............................................... GC- IU 7- OTHER WORK................................................................... GC -I8 8 - OWNER'S RESPONSIBILITIES..................................................... GC- 19 9 - ENGINEER'S STATUS DURING CONSTRUCTION .................................... GC -20 10 - CHANGES IN THE WORK ........................................................ GC -22 I 1 - CHANGE OF CONTRACT PRICE ................................................... GC -23 12 - CHANGE OF CONTRACT TIME ................................................... GC - 26 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL. OR ACCEPTANCE OF DEFECTIVE WORK ........... . ........... GC - 2.7 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................ . ... . .... GC - 29 15 - SUSPENSION OF WORK AND TERMINATION ...................................... GC - 34 16- ARBITRATION.................................................................. GC -36 17 - MISCELLANEOUS............................................................... GC -37 • • GENERAL CONDITIONS 1. DF.F]QVITi4}11t5 Whcrever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: rfddenda - 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 CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment - The farm accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments 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 Bid 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 executed by the OWNER and Bidder given the Award for the Project, including all Contract Documents. Contract Documents - Advertisement for Bids, Instructions to Bidders, Bid Bond, Bid Proposal, Statement on Public Entity Crimes, Sworn Statement under the Florida Trench Safety Act, Information Required of Bidders, Agreement, Certificate 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'resting and Materials Standards and American Association of State Highway and Transportation Officials, Standard Building Cade (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.) Contract Rine - The number of days (computed as provided in paragraphs 17.2 and 17.3) or the date stated in the Agreement for the completion of the Work. Contractor - The person, firm or corporation with whom OWNER has entered into the 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 ineet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER'S recommendation of final payment (unless responsibil.y for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.14). Drawings - The drawings which show the character and scope of the Work to be perfotmncd and which have GENERAL CONDITIONS QC 171 been prepared or approved by ENGINEER and are referred to in the Contract Documents, g(fective Dale of the Agreement - The date indicated in the Agreement on which st't becomes effective, but if no such date is indicated it mcans the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. ENGINEER - Public Works Director (or his designee) Department of Public Works Indian River County, Florida 1844 25'" Street Vero Beach, Fl. 32960 Field Order - A written order issued by ENGINEER which orders minor changes in the work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Time. General Requirements - Sections of Division I of the Specifications. Laws and Regulations,, Laivs or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. Notice 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 the 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 CONTRAC'rOR shall start to perform CONIRACTOR'S obligations under the Contract Documents. OWNER - 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 for a related purpose) before reaching Substantial Completion for all the Work. Project - The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. Ravident Project Representative - The authorized representative of ENGINEER who is assigned to the site or any part thereof. Shop Drawing - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Speci,ricarions - 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. 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 the site. GENERAL CONDITIONS cc - - Substantial Completion - The 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 Doctttnents, so that the Work (or specified part) can be utilized for the purposes for which it is intended. or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. Supplier. A manufacturer, fabricator, supplier, distributor, materialman or vendor. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunucls 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 petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. Unit Price Work - Work to be paid for on the basis of unit prices Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. Work Directive Change - A written dircetive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.3 or to emergencies under 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, ifany, on the Contract Price or Contract Time as provided in paragraph 10.2. Written Amendment - A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non - engineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. ARTICLE 2 - PRELIMINARY MATTF'RS Delivery of Bands: 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 up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copses will be furnished, upon request, at the cost of reproduction. Commencement of Contract Time; Notice to Proceed: GENERAL CONDITIONS GC - 3 C_] C�] 2.3 The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time alter the effective date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth (75) day after the day of Bid opening. Starting the Project: 2.4 CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be done at the site prior to the date on which the Contract Time t commences Go rota. Before Starting Construction: 2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the CONTRACT Documents and 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 the Contract Documents, unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 2.6 Within ten (110) days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review: 2.6.1 an estimated progress schedule indicating the starting and completion dates of the various stages of the Work; 2.6.2 a preliminary schedule of Shop Thawing submissions; and 2.6.3 a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail 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 the time of submission. 2.7 Ten (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. Preconstruction Conference: 2.8 Within twenty (20) days after the Effective Date of the Agreement, but before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules 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. Finalizing Schedules: 2.9 At least ten (10) days before submission of the first Application for Payment a con rerence attended by CONTRACTOR, ENGINEER and others as appropriate will be hc1,1 to finalize the schedules submitted in accordance with paragraph 2.6. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance will neither impose on ENGINEER responsibility for the progress or GENERAL CONDITIONS 0C - 4D scheduling of the Work nor relieve CONTRACTOR from full responsibility therefor, The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for processing the submissions. The finalized schedule of values will be acceptable to ENGINEER as to foram and substance. ARTICLE 3 - CONTRACT DOCUMENTS. INTENT, AMENDING, REUSE Intent: 3.1 The Contract Documents comprise the 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 construed in accordance with the law of the place of the Project. 3,2 It is the intent of the 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, organi7.ation or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implications, shall mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to ENG1M:ER, 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 9.15 or 9.16. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3 If, during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, CONTRA(l OR 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 discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have know thereof. Amending and Supplementing Contract Documents: 3.4 Tltc Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways - 3A. I ays: 3.4.1 a formal Written Amendment, 3.4.2 a Change Order (pursuant to paragraph 14.4), or 3,4.3 a Work Directive Change (pursuant to paragraph 10. 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. 4 - GENERAL CONDITIONS cc - r 4D i 3.5 In addition, the requirements of the Contract documents may be supplemented, and minor variations :r- - 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). Reuse 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 documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER; and they shall 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, tights -of -way and easements for access thereto, and such other lands 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 Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands, right-of-way or casements 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 be required for temporary constriction 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 in writing of any subsurface or latent physical conditions at the site or in an existing structure differing materially 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 the Contract documents, and which could not reasonably have been anticipated by CONTRACTOR, a Change Order shall be issued incorporating the necessary revisions. GENERAL CONDITIONS CC - Z C] i 4*0 Physical Conditions - Underground Facilities: 4.4 Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site 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 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, fnr 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: 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, duet 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 of the 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 of the work from the records of the utilities with known facilities in the vicinity of the work. The position of these 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 diftcring materially and significantly from that indicated or referred to in the Contract Documents. If such discovery is made, the CONTRACTOR shall promptly notify 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 GENERAL CONDITIONS GC - 7 M C-1 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 Points: 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 out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall 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. ARTId'> E3--J3ONDS AIY1! 1NSURAiNC'E 5.l 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 furnish 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 the surety writing the Performance and Payment Bonds becomes disqualified, then this shall automatically constitute a failure on the 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 surctics 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 .:1 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. In lieu of the Performance and Payment Bonds, the CONTRACTOR may furnish an alternative form of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in fart II of F.S. Chapter 625. Any such alternative form of security shall be for the same purposes, and be for the some amount and subject to the some conditions as those applicable to the bond otherwise required. The determination of the value of an alternative form of security shall be made by the OWNER. Such bonds shall continue in effect for one (1) year after completion and acceptance of the work. CONTitACTOR's. Liability Insurance: 5.3 Insurance - General: CONTRACTOR shall not commence work under this contract until he has GENERAL CONDITIONS GC - ti i obtained all insurance required 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 in effect until final payment and at all time thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. 5.3.1 Insurance Requirements: 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 accow a of injury sustained by an employees) of the CONTRACTOR. 5.3.1.2 Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: • Premises/Operations • Products/Completed Operations • Contractual Liability • Independent Contractors 5.3.1.3 Business Auto Liability: Coverage shall provide minimum limits of liability of $),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 the site to the full insurable value thereof (subject to such deductible amounts as may be provided in tile Supplementary Conditions or required by law). This insurance shall include the interests ofOWNER, CONTRACTOR and Subcontractors 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 and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and 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 professionals). If not covered under the "all 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 the 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 the coverage atiorded 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 "Atl Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and insurance Endorsement" forms in the exact GENERAL CONDITIONS QC - f 40 format and working presented in these Contract Documents 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 the 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 operation. 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 40 ?Gl in accordance with the most current Best's Rating. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 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 perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of specific means, methods, techniques, 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 the Contract Documents. 6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to OWNER and ENGI'N'EER except under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: GENERAL CONDITIONS CIC - 10 s 40 6.3 CONTRACTOR shall provide competent, suitable qualified personnel to survey and lay out the Work and perform 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 the site or adjacent thereto, and except as otherwise indicted in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent given alter prior written notice to ENGINEER. 6.A 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 faciIitics, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, 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 famish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All material and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents: but no provision of any such instructions will 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 9.15 or 9.16. Adjusting Progress Schedule; 6.6 CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.1) 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" Items 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required and to establish a basis for bidding. Unless the name is followed by words indicating that no substitution is permitted, substitute materials or equipment may be reviewed by Engineer if sufficient information is supplied by CONTRACTOR to allow Engineer 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 with the Work is subject to payment of any license fee or royalty. All variations of the purposed 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 GENERAL. CONDITIONS ac - 11. 40 i 40 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. C. 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 allow 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). 6.7.5. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. Engineer will record time required by Engineer and. Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is used, CONTRACTOR shall reimburse OWNER for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. 6.7.6. Substitute materials or equipment may be proposed for acceptance in accordance with these paragraphs (T.I through F.6). In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the OWNER and CONTRACTOR in equal proportions. "['his 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 not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable 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 other persons and GENERAL COMMONS CC - 12 i► 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 the 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 other person or organization so identified may be revoked on the basis of reasonable objection after due iinvestigation, in which case CONTRACTOR shall submit an acceptable substitute; the Contract Price will be adjusted by the difference in the cost occasioned by such substitution and an 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 waiver of any right of OWNER or ENGINEER to reject dejecrive Work. 6.11 CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the 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 CONTRACTOR'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 specifically 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 under policies issued pursuant to paragraphs 5.3. Patent Fees and Royalties: 6.14 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use to 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 indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses and expenses (including anomey's fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from tite incorporation in the Work of any invention, design, process, product or device not specified in tite Contract Documents, and shall defend ail such claims in connections with any alleged infringement of such rights. i Permits: 6.15 Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, GENERAL CONDITIONS t_ ac - 13 40 4M 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 ofBids, or ifthcre are no Bids on the Ef€"ective date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Laws and Regulations:. 6,16 CONTRACTOR shall ,give all notices and comply with all haws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6.17 If CONTRACTOR observes that the specifications or Drawings arc 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 .3.4. 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, CONTRACTOR shall bear all costs arising therefrom; however, it shall not be CONIRACTOR'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 accordance with the laws and Regulations of the place of the project which arc applicable during the performance of the Work. Use of Premises: 6.19 CONTRACTOR shall coniine construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall take all precautions to minimize inconvenience to residents living adjacent to the construction site by maintaining 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 contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work, CONTRACTOR shall 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 all 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, 620 During the progress of the Work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment 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. GENT It AL CONDITIONS CC - ,A 40 6.21 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent properly to stresses or pressures that will endanger 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 4.4) in good order and annotated to show all changes made during construction. These record documents together with all reviewed samples and counterpart of all reviewed Shap Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to ENGINEER for OWNER. Upon delivery of such documents to ENGINEER, the CONTRACTOR shall provide a writtert certification, signed and dated, that all documents accurately and completely reflect all deviations from or changes in the original Contract Documents made during construction of the project. 6.23 Thcse requirements also supplement those of Article 14. Record documents shall be up-to-date and available for review by the resident project representative prior to each application for progress payment. Payment will not be made for construction of items not shown on the record documents. 6.24 Not less than two percent (2a/a) of the contract price shall be retained until 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 connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent datnage, injury or loss to: 6,25.1 all employees on 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 6.253 other properly 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 ti•om 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 CON'TRACT'OR, and Subcontractor, Supplier or any other 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 OWNER or ENGINEER or anyone _ employed by either of them or anyone for whose acts either of them may hs: 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 j continue until such time as all the Work is completed and ENGINEER has issued a notice to GENERAL CONDITIONS t- ac - 15 40 4M �= OWNER and CONTRACTOR in accordance with paragraph 14.13 that the Work is acceptable �''� (except as otherwise expressly provided in connection with Substantial Completion). 626 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 affecting 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 CONTRACTOR shall give ENGINEER prompt written notice that any significant changes in the Work or variations from the Contract Documents 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 aj variations. Shop Drawings and Samples: 6.28 After checking and verifying all field measurements and alter 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, rive (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. All 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 CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the submission and will be idcritificd clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 6.34 Before submission of each Shap Drawing or sample CONTRACTOR shall have determine(,] 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. 6.31 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 made on each Shop Drawing submitted to ENGINEER for review of each such variation. 6.32 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 Traject and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (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 GENERAL CONDITIONS GC - 1 ti 40 40 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 called for by ENGINEER on Previous submittals. 6.33 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 CONTRAC'T'OR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.31 and ENGINEER has 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. Continuing the Worn: 6.35 CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.36 The CONTRACTOR shall hold harmless, 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 costs, losses, expenses, damages, attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of CONTRACTOR to faithfully perform the work and all of the CONTRACTOR's obligations under the contract. 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 against 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 furnish any of the Work or any one for whose acts any of them may be liable, the indemnification obligation tinder 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 ENGWEER, 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; 6.40.1 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 GENERAL CONDITIONS CC - 17 i Cil El h.1 dimensioned shall be as clarified by the ENGINEER. Work not particularly shown or specified shall be the same 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 Flans, 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. Related Work at Site: 7.1 OWNER may perform 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 I 1 and 12. 7.2 CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract for 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, fining and patching of the Work that may be required to make its several parts come together property and integrate with such other work. CONTRACTOR shall not 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. the others whose work will be affected. The duties and responsibilities of CONT'RACT'OR under this paragraph are fir 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 any part of CONTRACTOR's Work depends for proper execution or results upon the work of any suck other contractor or utility owner (or OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in the other work. Coordination: 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 the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless GENERAL CONDITIONS cc - is i • otherwise provided in the Supplementary Conditions, neither OWNER nor ENGINEER shall have any authority or responsibility in respect of such coordination. 8.1 OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2 In case of termination of the employment of ENGINEER, OWNER shaii appoint an engineer against whom CONTRACTOR makes no reasonable objection, whose status tinder the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such appointment shall be subject to arbitration. 8.3 OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4 OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.14. 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 strictures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8.5 OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set fortis in paragraphs 5.5 and 3.12. 8.6 OWNER is obligated to execute Change Orders as indicated in paragraph 10A. 8.7 OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in paragraph 13.4. 8.8 In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10, and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. ARTICLE 9 --ENGINEER'S STA'['[I$)[)ITINC CON$TRUCIM OWNER's Representative., 9.1 ENGINEER will be OWNER's representative (luring the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Contract Documents and 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 make exhaustive or continuous onsite inspections to check the duality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as all experienced and qualified design professional, ENGINEER will keep OWNER informed of the progress of the Work and will endeavor to guard OWNER against defee ts GENERAL CONDITIONS CC - 1�0 A 4M and deficiencies in the Werk. 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 i Section 00801, Exhibit B, titled "Duties, Responsibilities and Limitations of the Authority of Resident Project Representative". If OWNER designated another agent to represent OWNER at the site who is not ENGMEER'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: 9.4 ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the 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 unable to agree to the amount or extent thereof, CON"T"RACTOR may make a claim therefor as provided in Article I 1 or .Article 12. Authorized 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 perforin the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties arc unable to agree as to the amount or extent thereof, CONTRACTOR may snake a claim therefor as provided in Article I l or 12, Rejecting Defective Work: 9.6 ENGINEER will have authority to disapprove or reject. Work which ENGINEER believes to be d feeeiue, and will also have authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7 In connection with ENGINEER's responsibility for Shop Drawings and samples, see paragraph 6.28 through 6.35 inclusive. 9.8 In connection with ENGiNEER's responsibilities as to Change Orders, see articles 30,11 and 12. 99 In connection with ENGMEER's responsibilities in respect of Applications for Payment, etc, see article lel. Determinations for Unit Prices: 9.10 ENGINEER will determine the actual quantities and classifications of ;Jnit 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 GENERAL CONDITIONS ©c - 2C 14 e 40 IMPI binding upon OWNER and CONTRACTOR, unless, within ten (10) days atter the date of any such decision, either OWNER or CONTRACTOR delivers to the other panty to the Agreement and to ENGINEER written notice of intention to appeal from such a decision. Decisions on Disputes: 9.l 1 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 fumishing of the Work and claims under Articles i I and 12 in respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph which 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 tate other party 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. 9.12 Wlten functioning as interpreter and judge under 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 such 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 may otherwise have under the Contract Documents or by Laws or"Regulations in respect of any such claim, dispute or other matter. Limitations on ENGINEER's Responsibilities: 9.13 Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGINEER in 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 import 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 he 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 furnishing 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. GGNERAL CONDITIONS GC - 21 C> 40 40 �. t 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 Directive Change. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2 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 Work Directive Change, a claim may be made therefor as provided in Article 1 I 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 execute appropriate Change Orders (or Written Amendments) covering: 10.4.1 changes in the Work which are ordered by OWNER pursuant to paragraph 10. 1, are required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under ,paragraph 13.14, or are agreed to by the 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 lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CON'T'RACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.35. 10.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR"s responsibility, and the amount of each applicable Bond will be adjusted accordingly. 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 Price may only be changed by a Change Order or by a Writ ---n Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claire to the other party and to ENGINEER promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general GENERAL CONDITIONS GC - 22 C> MI :A l 1.4.4 The CONTRACTOR'S profit shall be computed by taking ten (10%) percent of the sum of items 11.4.1 (less the 0% added), 11.4.2, and 11.4.3 above. 11.4.5 The total cost of performing this extra work shall then be the sum of items 11.4.1, 11.4.2, 11.4.3, and 11.4.4. 11.4.6 Records of extra work done, if any, shall be reviewed at the end of each day by the CONTRACTOR or his representative and at the discretion of the Engineer, duplicate copies 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 following: 11.5.1 Payroll costs and other compensation of CON"TPACTOR'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 other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph I I A.1 all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. 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. 11.5.4 Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the 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 cotrectian of defective Work. Disposal of materials or equipment wrongly supplied 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 114. 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 the 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 GENERAL CONDTi ONS CC - 24 M i be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent (10%) of the net decrease. 11.6.2.2 When both additions and credits are involved in any one charge, the adjustment 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 fornt 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 Suppliers and for such surns within the limit of the allowances as may be acceptable to ENGINEER, 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 delivered at the site, and all applicable taxes; and l 1.8.2 CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. 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 CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. [snit Price Worst: 11.9 Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times 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 dciermining 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 11 if the parties are unable to agree as to the amount of any such increase. ' 3010415M. T4119[" ! 1a tui GENERAL CONDITIONS CC - 25 40 410 12.1 The Contact 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 other party and to ENGINEER promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent 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 the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to bclieve 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 for 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 will 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, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. Belays 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. 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 recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. AH11 ME 11 - WARRANTY AND GUARANIM; REMOVAL OR ACC nF,FT7,- W[l� 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 defective. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. 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 OWNER will 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 initial tests for density and thickness of backfill, stabilized subgrade, base course and asphaltic concrete surfaces; bearing value of stabilized subgrade; and Portland cement concrete cylinder tests. Subsequent tests required after the initial tests to verify compliance with the 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 the CONTRACTOR. The CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish ENGINEER the 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 in connection with OWNER's or ENGINEER's acceptance of Supplier of materials or equipment proposed to be incorporated in the Work, or of materials or equipment submitted for approval prior to CONTRACTOR's purchase thereof for incorporation in the Work. GENERAL CONDITIONS Ge -26 M 410 13.5 Ail inspections, tests or approvals other 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) that is to be inspectcd, 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 unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 13.7 Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CONTRACTOR form CONTRACTOR's obligations to perform the Work in accordance with the 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. 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 make 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 ofDefectipe Work: 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 rejccted by ENGINEER, remove it from the site and replace it with nandefecrive 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: GENERAL CONDITIONS CC - 27 W 40 13.1:2 If within one (I) year after 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 t ondefective Work. If CONTRACTOR docs 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 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 lite CONTRACTOR under this Contract shall be guaranteed by him against mechanical and physical defects, breakage, and other damages and failure, under normal operation, for a period of one (1) year from the date of final acceptance. All 'work or materials found to be defective from routine, normal operation within the specified guarantee period shall be replaced by the CONTRACTOR at his expense. The period of guarantee of each such replacement shall be one year from and after the date of installation thereof. Acceptance of Defective Work: 13.13 if, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER'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 evaluation of and determination to accept 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, architects, 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 Rejective Work: 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 the 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 the 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 pari of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, access to the site as may be necessary to enable OWNER to exercise the rights and GENERAL CONDITIONS CC - 2A am 40 • 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 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. 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 damaged by correction, removal or replacement of CONTRACTOR's defective 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. Schedule of Values: 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 on 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 filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting 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 ENGMER will, within tett (10) days alter 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, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten (10) days after presentation of the Application for Payment with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. GENERAL CONDITIONS ac - 29 4D i 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 tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under 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 on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6 ENGINEER's recommendation of final payment will constitute an additional representation 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, 143.2 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 1.5.2.1 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 CONIRACI'OR'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 must 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 date of Substantial Completion. 'There shall be attached GENERAL CONDITIONS GC - 30 40 to to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven (7) days after 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 concludes that the Work is not substantially complete, ENGINEER will within fourteen (l4) days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If after consideration of OW NER's objections, ENGINEER considers the Work substantially complete, ENGINEER will within said fourteen (14) 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, ENGINEER will deliver to OWNER and CONTRAC'T'OR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, 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. 14.9 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10 Use by OWNER of any 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 interference with CONTRACTOR`s performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the fallowing: 14.10.1 OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRAC'T'OR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONT'RACT'OR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraphs 14.9 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 any time request CONTRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is no' 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 the Work to determine its status of completion and will prepare a List of the items remaining to GENERAL CONDITIONS I GC - 31 40 C] be completed or corrected thereon before final payment, If CONTRACTOR does not object in writing to OWNER and ENGrMEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER, and CONTRACTOR together, with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees far 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 and 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. 14,10.3 No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.21 in respect of property insurance. Final Inspection, 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 incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary io remedy such deficiencies. Final Application for Payment; 14.12 After CONTRACTOR has completed all such corrections 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 acceptable (subject to the provisions of paragraph 14.16), CONTRACTOR may make application for final payment following the procedure for progress payments. 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 filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to famish a release or receipt in full, CONTRACTOR may furnish a Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13 If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of time 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 teat (10) days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation of payment and present the App.ieatian to OWNER for payment. T icrcupon ENGINEER will give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph 14.16. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend GENERAL CONDITIONS CC - 32 W +� final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application... 'Thirty (30) days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance, 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 recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5. 1, the written consent of the surety to the payment of the balance due for that portion of the Work fully competed and accepted shall be submitted by COI TTRAC'TOR 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. f.ontractor's Continuing Obligation: 14.15 CONTRACTOR's obligation to perform and complete the Work in accordance with the 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 acceptability by ENGINEER pursuant to paragraph 14.13, nor any correction of defective 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 defective Work appearing after final inspection pursuant to paragraph 14.11 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 under 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. OWNER 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) days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. C'ON'TRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Co.ttract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claire therefor as provided in Articles I 1 and 12. GENERAL CONDITIONS t_ GC: - 3z do C1 0 OWNER May TernAnate: 15.2 Upon the occurrence of any one or more of the following events: 15.2.1 if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy 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 wider any other federal or state law in effect at such time relating to the bankruptcy or insolvency; 15.2.2 if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time 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 makes a general assignment for the benefit of creditors; 15.2.4 if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under 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; 152.6 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 equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time 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 the Contract Documents. OWNER may, after giving CONTRACTOR (and the surety, if there be one) severs (7) days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment lord machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds 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 and arbitration costs) such excess will be paid to 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 ENGINEER and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the 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 GENERAL CONDMONS GC - 34 C> 40 the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination 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). Contractor May Stops 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 of the 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. ARTICLE 16 - ARREERATION 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 for claims which have been waived by the making and acceptance of final payment as provided by Article 14, the claimant/objector (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 ten (10) days after receipt of Party A's notice, Notice by Party B that he 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 Rules 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 time amended. The award rendered by the arbitrators shall be final, andjudgment may be entered upon it in any court having jurisdiction thereof. 16.4 If Party B agrees to arbitrate, then Party 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. l:ailure 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 GENERAL CONDMONS OC - 35 C-] and Party B agree to arbitrate. 16.6 The CONTRACTOR shall carry on the 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 of the Contract Documents or any breach thereof shall include by consolidation, joinder, or joint filing any additional person or entity not a party to this Agreement to the extent necessary for the final resolution of the matter in controversy. 16.5 At least one of the members of the arbitration panel must be an attorney Licensed to practice law in the State of Florida. 16.9 The surety shall be bound by the arbitration award to the some extent as the CONTRACTOR is bound. 16.10 The arbitration panel shall submit a written opinion with findings 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, 16.1 l 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. ARTICL.F. 17 - MisCFI.I.ANFC111S Giving Notice: 17.1 Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given ifdel ivered in person to the individual or to a member of the firm or to an offrcer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. Computation of Time: 17.2 When any period of time n referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period, If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.3 A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. General: 17.4 Should OWNER or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party 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 other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.4 shall not be construed as a substitute for or a waiver of the provisions of any app] icable statute of limitations or repose, 17.5 The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the patties hereto, and, in particular but without limitation, the warranties, GF,NERAL CONDMONS 4C - 36 e i guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.36,6.37,13.1,13.12,13.14,14.3 and 16.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. GENERAL CONDITIONS ac - 0 SUPPLEMENTARY CONDITIONS i i SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS A. introd :action 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 arc not so amended or supplemented remain in full force and effect. U-001 M J 3. No forfeiture due to delay shall be made because of any delays in the completion of the f work due to unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR (including but not restricted to Acts of God or of the public enemy, acts of the government, acts of the OWNER, or acts of another CONfRACfOR in 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 the 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 the facts and extent of the delay and extend the time for completing the work if, in his judgment, the findings of fact justify such an extension, and his findings of facts thereon shall be final and conclusive. 1. As set forth in paragraph 6.15 of the GC, the OW —R has obtained the following permits: a. IRC - Land Clearing, Tree Removal and Wetland Resource Permit b. SJRWMD - Stormwater Permit C. ACOE Wetland Filling Permit 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of these permits to the OWNER and Engineer and shall comply with all conditions contained in the permits at no extra cost to the OWNER, 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item which the work is most closely associated with. 4. The CONTRACTOR shall comply with the requirements of the "Indigo Snake Protection Program" by posting the approved notices and instructing all personnel on proper procedures to report a snake siting, 5. If dewatering is required, the CONTRACTOR shall coordinate with the St. Johns River Water Management District regarding the applicable rules and regulations. If a dewatering permit is required, the contractor shall prepare an application to the District and pay any fee, SUPPLEMENTARY CONDITIONS SC - 1 40 ! D. Familiarity with Lam 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. E. Overtime Wo t. Work shall be performed during regular working hours. Regular working hours are defined as Monday through Friday, excluding County Holidays, from 7 AM to S PM. 2. County Holidays are: New Year's Day, Good Friday, Memorial Day, Independence bay, 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 due the CONTRACTOR. a. No work shall commence before 7 Aho or continue after 7 PM except in case of emergency upon specific permission of the ENGINEER. F. Chanues. -Extra. And Omitted Work 1. 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 it the OWNER'S representative is not available. Work required by surface or subsurface conditions, or both, that were foreseen by Bidder t 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 shall, in ail cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide alt questions relative to the execution of the same, and such estimates and decisions shall be final and binding. 3. Any work not herein specified, which may be fairly implied as included in the Contract, of which the ENGINEER shall adjudge, shall be done by the CONTRACTOR without extra charge. d. The Contract price may only be changed by a Change Order as authorized by the Board of County Commissioners. This includes extra work. Authorization of extension ortime shall SUPPLEMs NTARY CONDITIONS SC - 2 v s 401 not constitute a waiver of liquidated damages. G. jnspcetion and Accc ptan ,e of the Work The CONTRACTOR shall assist the COUNTY in performing all tests required to determine the acceptability of the work. The CONTRACTOR shall provide all samples and facilities and work necessary for the testings and inspection. "Select Fill" will be tested for compliance by an independent testing 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 prior 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. Lidos This project is a "Public Work" under Chapter 255, Florida Statutes. No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder "Notice; M71—mm + 04 IP . + M 1 1c K!VA in eversttb-ehcnntract hereunder." The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713.0 1, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the work, have been paid in full. ,Erotcction of Public 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 some, 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. 2. The CONTRACTOR will not be permitted to interfere with public travel and convenience by grading or tearing up streets indiscriminately, but the work of conducting the various items of this Contract shall proceed in an orderly, systematic: and progressive maturer. Work under this contract will be paid on a lump sum or unit price basis as outlined on the Sid Form for the quantity of work installed. SUPPLEMENTARY CONDITIONS sc - 3 C> 40 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 omittcd 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 all labor, materials, tools, equipment required to complete the work. S. 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. K. Fngit,.srrmg apd Layaut 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 famish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. 3. 'Che 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. SUPPLEMENTARY CONDITIONS SC - 4 TECHNICAL SPECIFICATION'S 40 40 40 40 TECHNICAL SPECIFICATIONS 111LE SEMON SCOPE OF WORK 01020 MEASUREMENT AND PAYMENT 01030 CLEANING LIP 01710 EARTHWORK 02200 EXCAVATING, BACKFILLING„ ANIS COMPACTION FOR UTILITIES 02221 SOIL TREATMENT 02280 SANITARY SEWER SYSTEM 02530 SEPTIC TANK AND DRAINFIELD 42540 WATER SYSTEMS 02660 SIDEWALKS 02775 CHAIN LINK FENCES AND GATES 02831 FARM FENCING 02834 LANDSCAPING 07900 CONCRETE 03010 CONCRETE FORMWORK 03100 CONCRETE REINFORCEMENT 03200 FIBROUS CONCRETE REINFORCING 03240 CAST IN PLACE CONCRETE 03300 CARPENTRY {16100 WOOD TREATMENT 06300 ARCHITECTURAL WOODWORK 06400 VAPORIRADON BARRIER 07190 JOINT SEALERS 07900 WOOD DOORS 08210 FINISH HARDWARE 08700 FINISH HARDWARE SCHEDULE 08710 PAINTING OF UNPAINTED SURFACES 09900 IDENTIFYING DEVICES 10400 FIRE EXTINGUISHERS 10520 FLAGPOLES 10650 BULLET CONTAINMENT SYSTEM 11480 SHOTGUN RANGE EQUIPMENT 11482 AIRGUN RANGE EQUIPMENT 11485 PREFABRICATED MODULAR BUILDING 13120 ELECTRIC WATER COOLER 15410 WIRING METHODS 16100 WIRING DEVICES 16140 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 16410 PANEL BOARDS 16442 LIGHTING 16500 40 40 e SECTION 01020 SCOPE OF WORK PARTI-SCOPE 1.01 The work under this Contract consists of the construction of the Indian River County Shooting Range. A 35 point pistol range, a 30 point rifle range, a 5 stand sporting clays shotgun range, a 10 point airgon range, and a single point archery range. 1.02 It is the intent of the Board to award all or parts of the project in order to result in completed and usable portions of project. 1.03 The Board will obtain the County site plan approval and permits from the 'Water Management District for stormwater prior to commencement of construction. 1.04 The Contractor shall secure all other permits required for the work. PART 2 - ORDER OF WORK 2.01 The work is intended to be prosecuted in an orderly manner, such that the project is completed as early as possible to allow the Board to expedite the opening of the range. 2.02 It is expected that the project will not proceed until all permits by the permitting agencies have been issued. PART 3 - TIMES OF COMPLETION 3.01 Board will issue a Notice -to -Proceed to the CONTRACTOR when the project may begin. 3.02 The entire project shall be completed within 120 clays from date of Notice -to -Proceed. The project construction will not begin until all permits are in hand. END OF SECTION 01020- 1 40 SECTION 01030 MEASUREMENT AND PAYMENT PART 1 -+GENERAL 1.01 All measurements and payments shall be based on completed work performed in strict accordance with the drawings and specifications and in accordance with the Bid Schedule of the PROPOSAL. 1.42 The price for those items which involve excavation shall include compensation for disposal of surplus excavated materials and furnishing any requir4d supplemental fill; trench shoring as may be required; and handling water sewage flows as necessary, and pavement removal and replacement where applicable. 1.03 Each unit, or lump sum price, stated in the PROPOSAL shall constitute full compensation for the complete item of work. PART 2 - PAYMENT 2.01 The successful Bidder shall submit a Schedule of Payments for the work awarded, ten (10) days alter the date specified in the Notice to Proceed. 2.02 No request for payment shall be made on equipment and materials stored but not installed. 2.03 The Contractor shall make current estimates, one each month, as the work progresses of the amount of work performed under the Contract. Four (4) original, notarized copies of the estimate shall be submitted to the Engineer and upon approval by the Engineer and the Owner, the Contractor will be paid ninety percent (90%) of the estimated value of such work, if proper progress is being made on the project. The remaining ten (10%) will be retained by the Owner until final payment is made as specified under "Final Payment." 2.04 The Contractor shall submit to the Engineer request for payments on the 29' day of each month. After approval of the request, the Owner shall issue payment within thirty (30) days of payment request approval. 2.05 Upon completion of the Contract, the Engineer shall make a final inspection and report to the Owner. If this report shows that the work has been done in a satisfactory manner in accordance with the Contract, Plans and Specifications, and has been accepted by the Utility, the Owner shall accept the same and final payment of all retained percentages and all other monies due the Contractor shall be made. END OF SECTION 01030-1 i 4D 1 SECTION 01710 CLEANING OF PARTI-GENERAL 1.01 During its progress, the work and the adjacent areas affected thereby shall be kept cleaned up and all rubbish, surplus materials and unneeded construction equipment shall be removed and all damage repaired so that the public and property owners will be inconvenienced as little as possible. 1.02 Where material or debris has washed or flowed into oe been placed in watercourses, ditches, gutters, drains, catch basins, or elsewhere as a result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the work, and ditches, channels, drains, etc., kept in a clean and neat condition. 1.03 On or before the completion of the work, the Contractor shall, unless otherwise especially directed or pennitted in writing, tear down and remove all temporary works, tools, and machinery or other construction equipment furnished by him; shall remove, acceptably disinfect, and cover all organic matter and materials containing organic matter in, under and around privies, and other buildings used by him, shall remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. 0 1.04 The Contractor shall thoroughly clean all materials and equipment installed by him and his subcontractors and on completion of the work shall deliver it undamaged and in fresh and new -appearing condition. The Contractor shall remove or dispose of all rubbish and other unsightly material caused by his operations and will ]cave the premises in good condition. END OF SECTION 01710- 1 i 4W 40 SECTION 02200 EARTHWORK PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Earthwork for buildings, physical education fields, and other grassed or landscaped areas as indicated on Drawings and specified in this section. B. Related Section: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 02280 - Soil Treatment. 3. 02511 - Asphaltic Concrete Paving. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C136 -84a - Sieve Analysis of Fine and Coarse Aggregates. 2. D698-91 - Moisture -Density Relationship of Soils. 3. D1556-90 - Standard Methods of Test for Density of Soil in Place by Sand Cone Methods. 4. D1557-91 - Methods of Test for Moisture -Density Relations of Soils Using a 10 Pound Rammer and 18" Drop. 5. D2487-90 - Classification of Soils for Engineering Purposes. 6. D2922-91 - Density of Soil and Soil -Aggregate in Place by Nuclear Methods. 1.03 {QUALITY ASSURANCE A. Trench Safety Act: 1. Comply with the Trench Safety Act, sections 553.64 through 553.64 Florida Statutes. 2. Where projects include trenching which exceeds a depth of five (5) feet comply with the trench safety standard as required by Section 553.63 and 553.64 Florida Statute. 1.04 DEFINITIONS A. "Satisfactory Fill Materials" include materials classified in ASTM D2487-90 as GW, GP, SW and SP properly worked by Contractor to obtain optimum moisture and compaction. 02200-1 C-1 • 40 1. For Physical Education Fields, and Other Grassed or Landscaped Areas: a. Within 2 feet of the surface of the indicated grade,. limit rock size to 3 inches. b. Below 2 feet of the surface of indicated grade, limit rock size to 12 inches. C. Deeper than 6 feet limit rock size to 24 inches. 2. For Buildings: a. Within 2 feet of the surface of indicated grade, limit rock size to 2 inches. b. Below 2 feet of the surface of indicated grade limit rock size to 6 inches. B. "Unsatisfactory Materials" include materials other than "Satisfactory Fill Materials." Materials of any classification determined by testing laboratory as too wet or too soft for providing a stable foundation for structure, paving, and walks will be classified as "unsatisfactory". C. Degree of Compaction: Required compaction is expressed as a maximum density obtained by test procedures of ASTM D1557-91. D. Building Area: The area bounded by lines not less than 4 feet beyond the outside line of the building perimeter footings. Increase the 4 foot dimension by 1 foot for each foot of excavation depth required exceeding 4 feet. 1.05 SUBMITTALS A. Submit the following before starting work: 1. Compaction Machinery Specifications. 2. Compaction Tests (by the Owner). 3. Soil Classification Tests. 4. Stabilized Subgrade Composition and Density. 5. Testing Laboratory (by the Owner). 1,06 SITE CONDITIONS A. Determine location and nature of work, character of equipment, and facilities needed for performance of work, general, and local conditions prevailing at site, and other matters affecting work under this contract according to Instructions to Bidders and General Conditions. 0XIDN ,.A i i i B. Subsurface data, including soil borings, ground water elevations, or conditions, if shown on the drawings or attached to these specifications, are presented only as information available indicating conditions found and limited to exact locations and shall not be interpreted as an indication of conditions that may actually develop during construction. 1. Make deductions of subsurface conditions that may affect methods or cost of construction and agree that no claim for damages or other compensation shall be made, except as are provided for in the agreement, should conditions be found during construction different from those as calculated or anticipated by the Contractor. 2. The Owner will not be held responsible for variations found to exist between the subsurface data referred to above and actual field conditions that may develop during construction. C. Where existing grades, utility lines, or substructures are shown, the Owner assumes no responsibility for correctness of existing conditions indicated. Contractor shall locate indicated existing utility lines or substructures that may be affected by this Project, and shall be responsible for any damage or injury they may sustain as a result from working on or near these existing utilities or substructures not specified to be removed or demolished. D. Bench Marks and Monuments: Maintain existing bench marks, monuments, and other reference points, and if disturbed or destroyed, replace as directed by Owner. 1.07 JOB CONDITIONS A. Condition of Premises: Accept site as found and excavate, fill, compact, and backfill site as indicated on drawings and specified in this section. B. Protection: 1. Adjacent Structures and Property: Take precautions to guard against movement, settlement, injury, or loss to existing structures or to equipment and furnishings housed therein arising directly or indirectly in connection with this contract F-1 40 M according to Instructions to Bidders and General Conditions. b. Provide and place bracing or shoring as necessary or proper according to Instructions to Bidders and General Conditions. C. Be responsible for the safety and support of such structures and facilities and be liable for any movement or settlement, damage, or injury caused by or resulting therefrom. 1) lf, at any time, the safety of any adjacent structures or facilities appears to be in doubt, cease operations and take immediate precautions to support such structures and facilities and notify Owner at once. 2) Resume operations only after permission has been granted by Owner. 2. Adjacent Sidewalks and Streets: a. Take precautions to guard against movement, settlement, or collapse of any sidewalks, curbs, or street passages on adjoining sites and be Mable for any such movement, settlement, or collapse according to Instructions to Bidders and General Conditions. 1) repair such damage promptly when so ordered at no cost to the Owner. 2) Install necessary shoring, including sheet piling as may be required, to protect banks, adjacent paving, structures, and utilities during excavations. 3) Be responsible for any damage to existing structures, equipment, and furnishings due directly or indirectly to construction operations. Except where removal is needed by site grading or location of new buildings, use every possible precaution to prevent injuries to landscaping, drives, curbs, and walks on or next to site of the work and replace, at no expense to the Owner, any of the above destroyed. 3. Existing Landscaping, Drives, Curbs, and Walks: Except when: removal is required by site grading or location of new 02200-4 s 40 i buildings, take every possible precaution to prevent injuries or loss to individual trees, groups of trees, and other existing landscaping, drives, curbs and walks on or next to the site of the work according to Instructions to Bidders and General Conditions, and replace any such damaged or destroyed at no cost to the Owner. PART 2 - PRODUCTS A. Topsoil Mixture: 1. 80 percent (medium grade) fresh water sand, 20 percent muck thoroughly mixed before installation.. a. Site mixing is not allowed. b. Mixture shall be free of rocks, limbs, roots, and other deleterious matter.. PART 3 EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 GENERAL A. Public Safety: Accomplish work in a manner providing for the safety of the public and workers and the protection of property. B. Construction: Do not close, obstruct, or store material or equipment in streets, sidewalks, alleys, or passageways without a permit according to local ordinances, regulations, codes, and the Owner's approval. C. Interference: Conduct operations with minimum interference with roads and other facilities. D, Removal: 1. Unless otherwise noted or specified to be relocated or stored, materials removed become property of Contractor and shall be removed completely away from site. 2. Do not store or allow debris to accumulate on site.. 3. If Contractor fails to remove excess debris promptly, the Owner reserves the right to remove the debris at Contractor's expense. 02200-5 40 40 40 E. Temporary Structures: Remove temporary structures when no Longer required. F. Repair: 1. Clean up, repair, or replace, at no cost to the Owner, property damage arising in connection with this Contract. 2. Patch and repair work shall match existing and be performed in a neat and professional manner by workers skilled in the trade involved. 3. This applies to damage to the newly graded areas within the building area limits and damage to adjacent properties by eroded materials_ G. Erosion Repair: Take every precaution and temporary measure to prevent damage from erosion of freshly graded areas. a. Repair and reestablish grades to required elevations and slopes where settlement or washing occurs before acceptance of work at no cost to the Owner. b. This applies to damage to the newly graded areas within the building area limits and damage to adjacent properties by eroded materials 3.03 LOCATIONS AND ELEVATIONS A. Be responsible for surveys, measurements, and layouts required for proper execution of the work. 1. Lay out lines and grades from existing survey control system and as shown on drawings. 2. Locate by stake and mark locations and elevations of following: a. Elevations of existing earth cut and fill. b. Final grades for landscape contours. C. Other items as required to execute work as specified. 3.04 CLEARING AND GRUBBING A. Within limits of areas designated for building area, grading and site construction work, remove trees, brush, stumps, wood debris, and other deleterious materials not required to remain as part of finished work. 02200-6 Or 40 40 tD B. Remove grass, plants, vegetation, and organic material from same area. C. Remove accumulated material daily or as necessary to prevent fire hazard condition. 3.05 STRIPPING A. Strip turf, organic material, surface litter, rubble, and overburden for entire depth of root system of grass or other vegetation within areas indicated on Site Plan. B. Stockpile topsoil on site where directed. C. For building area, remove muck or organic material above the limestone layer. Clean potholes, larger than 6 inches in any horizontal direction, in rock filled with muck or organic material. 3.06 EXCAVATION A. Begin excavation after stripping, clearing, and grubbing has been completed. B. Excavate to grades required to accommodate the proposed construction. C. Dewater as specified. D. Excavations for structures shall conform to dimensions and elevations indicated for each building. 1. Extend excavations a sufficient distance from walls and footings to allow for placing and removal of forms and installation of services, except where the concrete for walls and footing is authorized to be deposited directly against excavation surfaces. 2. Excavation below general machine excavation for footings and foundations shall be hand worked. 3. Bottoms of footings shall be on level planes. E. Excavate in such a manner that quick and efficient drainage of storm water will occur. F. Remove "unsatisfactory materials" encountered from the building areas. G. Classify excavated materials and stockpile separately suitable soils for use as backfill materials. If sufficient quantities of excavated materials meeting requirements for backfill are not available on site, provide materials meeting these requirements. H. Stockpile excavated material suitable for use as fill and backfill where directed by Owner. 3.07 FILLING. BACKFILLING, AND COMPACTION 02200-7 • • C�] A. Compaction: 1. Compact existing earth surfaces (exclude rock) after excavation, backfilling, and compaction of said areas to levels required with "Suitable Backfill Materials". a. Compact with equipment suited for soil compaction. b. Moisten or aerate material, as necessary, to provide moisture content to facilitate obtaining specified compaction with equipment being used. C. Compact each layer to not less than percentage of maximum density specified below, determined according to ASTM x1557-91, Method D: d. Insure compaction of previously prepared fill areas has been maintained before placing new layers. Location Percentage. Under structures and building 95 slabs, except footings, each layer. Under footings, top 1 foot in 95 cut each layer of fill. Under pavements and sidewalk 95 areas, top 12 inches, each layer. Under pavements and sidewalk 90 areas, below 12 inches, each layer.. Under landscaped areas, each 85+2.0 layer including play fields. B. Filling and Backfilling: 1. Materials: "Satisfactory Fill Materials" shall be used in fills and backfills. 2. Place "Satisfactory Fill Material' in horizontal layers not exceeding 12 inches in loose depth. a. Compact as specified in this section. b. Do not place materials on muddy ,,urfaces. 02200-8 40 40 LI 3. Reconditioning of Subgrade: a. Where approved compacted subgrades are disturbed by the Contractor's subsequent operations or adverse weather, scarify and cornpact the subgrade as specified to required density before further construction occurs. i). Use power driven hand tampers for recompaction over underground utilities Backfilling: a. Do not begin backfilling until construction below finished grade has been accepted, underground utilities systems have been inspected, tested and accepted, forms have been removed, and excavation cleaned of trash and debris. b. Bring backfill to indicated finished grades. C. Backfitl materials and compaction shall be as specified. d. Do not place backfill in wet areas. e. Do not operate heavy equipment for spreading and compacting backfill closer to foundation or retaining walls than a distance equal to height of backfill above top of footing. f. Compact the area remaining by power -driven band tampers suitable for material being compacted. g. Place backfill carefully around pipes to avoid damage to the pipes. 3, Protection: Settlement or washing occuring in backfilled areas before acceptance of work shall be repaired and grades reestablished to required elevation and slope. 3.08 DISPOSAL OF EXCESS EXCAVATED MATERIALS A, Excess "Satisfactory Fill Materials" and "Unsatisfactory Materials" shall become the property of the Contractor. i. Remove from site. 3.09 FILL AND GRADING FOR INLAY FIELDS, AND OTHER GLASSED AREAS: 02200-r9 i M A. 'Play Fields and Other Grassed Areas: Clean, satisfactory fill, free from rock and debris and of such quality to not interfere with future installation of grass. B. Play Fields: 1. Rough grade: 8 inches minimum below finish topsoil grade in preparation for fill consisting of: a. Base: 4 inches of fine, compacted satisfactory fill material with no rocks larger than 2 inches. Crown and contour according to Construction Documents. b. 'lopping: 4 inches minimum of compacted 80-20 top soil mix as specified in Section 02900. 2. Grass: Sod as specified in Section 02900. 3. Gradient: 12 crown at center with 1.0 to 1.5 percent to sides. C. Other Grassed Areas: 1. Rough grade: 6 inches minimum below finish topsoil grade in preparation for topping consisting of 6 inches minimum of compacted 80-20 top soil mix as specified in. Section 02900. 2. Grass: As specified in Section 02900. 3. Gradient: According to grading plan. D. Landscaped Areas other than Grass: Fill and grade according to "Other Grassed Areas" as specified with variations per specific plant material, as specified in Section 02900. Gradient according to grading plan. 3.10 DEWATERING A. Dewater excavations for inspection and for construction. Concrete or fill shall not be placed in water and concrete less than 8 hours of age shall not be subjected to ground water pressure. 1. Keep excavations free of water while backfilling or construction takes place. 2. Dispose of water resulting from dewatering operations according to city, county, state, and federal regulations. 3. Conduct operations to insure storm water runoff sediment is not discharged to the adjacent lakes, waterways, sewers, streets, and adjacent properties. 02200-10 U-1 MMt o]&*10]1A1L1ORIIICIO A. Place 80 percent sand 20 percent muck topsoil mixture in all grass areas. 1. Depth of Topsoil Mixture: Not less than 4 inches, except as otherwise shown. B. Grade topsoil mixture two ways (at right angles) as required to meet finished grades shown on plan. C. Spread the topsoil mixture in open accessible areas with motor graders. 1. Hand finish areas not accessible to motor graders, D. Disking, if used, shall consist of not less than 4 passes over area with each pass at right angles to preceding one. 3.12 TESTING A. The Owner will provide services of a Testing Laboratory to perform specified tests, inspections, instrumentation and inspection of work. 1. Notify the Owner's contracted Testing Laboratory to perform specified tests at the Owner's expense. B. Tests of Materials: 1. Soil Classification: a. One test from each type of material encountered or proposed to be used. 2. Laboratory Tests for Moisture -Content and Density According to ASTM D1557-91: a. One test for each material encountered or proposed to be used, 3. Field Tests for Moisture -Content and Density: According to ASTM D1556-90 or ASTM D2922-91, one test per layer of fill per 10,000 square feet of area, plus one test per 10,000 square feet of subgrade in cut. 02200-11 C. Inspection will be made after site preparation excavation to insure organic material has been stripped from underlying stratas. D. Fill and topsoil mixture may be inspected at any stage of operation to determine compaction characteristics, densities and freedom from organic and plastic materials. E. Notification: 1. Give sufficient notification of placing of orders for fill and topsoil with supplier to allow full Inspection including testing for compaction characteristics at source of supply. 2. Obtain approval from Owner before placing topsoil mixture at project site, without exception. END OF SECTION 42200-12 40 40 i SECTION 02221 EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES PART 1 —GENERAL 1,01 SUMMARY A. Related Sections: 1. 02200 - Earthwork. 2. 02660 - Water Systems. 3. 02720 - Storm Drainage System. 4. 02731 - Sanitary Sewer System. 5. 15047 - Identification. 6. Division 15 - Mechanical Work. 7. Division 16 - Electrical Work. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D1556-90 Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method. 2. D1557-91 Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort. 3. D2487-90 Classification of Soils for Engineering Purposes. B. Occupational Safety and Health Administration (OSHA): Trench Safety Act. 1.03 DEFINITIONS A. "Satisfactory Fill Materials" include materials classified in ASTM D2487 as GW, GP, SW, and SP properly worked by Contractor to obtain optimum moisture and compaction. Maximum size of rock limited to 6 inches. Use 2 inch maximum size for the top 2 feet below the finish indicated grade. 1.04 SUBMITTALS A. Submit copies of tests and records performed as specified to AIE for review before starting work. 1.05 QUALITY ASSURANCE Shooting Range (96296) 02221-1 ti 40 4D A. Regulatory Requirements: Comply with OSHA, Trench Safety Act, Standard 29 C.F.R.s., Chapter XVII, Subpart P (para. 1926.650 thru 1926.653). 1.06 PROJECT CONDITIONS A. Excavation, filling, and backfilling for utilities complete for underground utility lines and structures as specified and as shown on the drawings. B. Sidewalks and Streets: 1. Take precautions to guard against movements, settlement, or collapse of sidewalks or street passages on site or on adjoining property. 2. Be liable for any such movement, settlement, or collapse. 3. Repair promptly such damage. 4. Install shoring, including sheet piling, as may be required during excavation to protect trench banks, adjacent paving, structure, and utilities. C. Existing Utilities: 1, Protect existing utilities from movement, settlement, or other damages according to Instructions to Bidders and General Conditions. D. Trench Safety Act: Provide trench safety systems at all trench excavations where workers may be exposed to moving ground or cave-ins regardless of depth of trench. All trenches more than 5 feet in depth shall comply with OSHA "Trench Safety Act". PART 2 -PRODUCTS 2.01 MATERIALS A. French Backfill Materials: Either satisfactory excavated material or fill materials as specified. B. Pipe Bedding Material: Bedding material shall be selected or satisfactory backfill material and free of any rocks or stones larger than 2 inches in diameter for cast iron, vitrified clay, and PVC pipe. Limerock screenings or sand shall be used for copper tubing. (Underground copper lines are 3" diameter or less.) Shooting Range (96298) 02221-2 40 4D i PART 3 EXECUTION' 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.42 EXCAVATION A. General: 1. Perform excavating of every description and of whatever substance encountered to depths indicated or specified. 2. Pile materials suitable for backfilling a sufficient distance from banks of trenches to prevent slides or cave-ins. 3. Keep surface drainage of adjoining areas unobstructed. 4. Remove excavated materials not required nor suitable for backfill from site. 5. Remove water by pumping or other acceptable method and discharge at a safe distance from excavation. Continue dewatering until deemed proper or desirable for the installation of utility lines.. 6. Comply with all the applicable standards and regulations of the county and the city where building is located, 7. Sheeting and shoring shall be done as is necessary for protection of work and for safety of personnel. Excavating shall be by open cut. B. Trench Excavations: 1. Make trench of necessary width and depth for proper laying of pipe, with bank as vertical as practical. 2. Coordinate trench excavation to avoid open trenches for prolonged periods. 3. Grade bottom of trenches accurately to provide uniform bearing and support for each section of pipe an undisturbed soil at every point along their entire length, except portions of pipe sections where it is necessary to excavate for couplings and for proper making of pipe joints or where unsatisfactory materials incapable of properly supporting pipe and utility structures are encountered at bottom of trench. Shooting Range (9629B) 02221.3 i 4D M 4. Dig holes and depressions for joints after trench bottom has been graded of length, depth, and width required for properly making the particular type of joint. 5. When unsatisfactory soil, incapable of properly supporting pipe, is encountered at the bottom of the trench, remove such soil to a minimum depth of 12 inches, or 1f4 of the pipe diameter, whichever is greater, below the bottom of pipe and backfill material specified. 6. Over -depths in unstable soil excavation and unauthorized over -depths shall be at the expense of Contractor.. C. Special requirements relating to specific utilities are as follows: Storm Drains and Sanitary Sewers:. a. Where shown on drawings, make width of trench at and below top of pipe adequate to allow space for workers to place and properly joint pipe. b. Clear space between the barrel of the pipe and trench wall shall not exceed 8 inches on either side of the pipe. C. Width of the trench above the level may be as wide as necessary for sheeting and bracing and proper performance of the work. d. For plastic pipe, where shown on drawings, make depth of trench to allow a minimum of 24 inches of cover over the top of 2-112" or less pipe and a minimum of 36 inches of cover over the top of 3" or larger pipe from finished grade unless otherwise indicated or required by local utility. Install metallic dectection tape 4" - 6" below finish grade. See Section 15047 - Identification. e. Round the bottom of the trench so at least the bottorn quadrant of the pipe shall rest firmly on undisturbed soil or select bedding for as nearly the full length of the barrel as proper joining operations will allow. f. Trenches for plastic pipe shall be cut to an over -depth of not less than 6 inches and a cushion of rock free soil or coarse sand used for not less than 6 inches bedding and 12 inches backfill over the plastic pipe. g. Perform this part of the excavation manually a few feet ahead of the pipe laying operation by workers skilled in this type of work. 2. Water Lines, Force Mains, and Gas Lines: Shooting Range (90298) 02221-4 • i a. Where shown on drawings, make depth of trench to allow a minimum of 24 inches of cover over the top of the pipe from finished grade unless otherwise indicated or required by local utility. b. For plastic pipe, install metallic dectection tape 4" - 6" below finish grade. See Section 15047 - Identification. C. Avoid interference of water lines with other utilities, grade water lines to avoid air pockets.. d. Trenches for plastic pipe shall be cut to an over -depth of not less than 6 inches and a cushion of rock free soil or coarse sand used for not less than 6 inches bedding and 12 inches backfill over the plastic pipe. 3. Electrical Conduit or Gables: a. Trenches for plastic conduits shall be a depth providing not less than 24 inches of cover from 'finished grade or 12 inches or greater of cover from underside of slabs to accomodate bending radii, unless otherwise indicated. Install warning tape 8" below finish grade or underside of slab. See Section 15047 - Identification. b. Trenches for plastic conduit and cables shall be cut to an over -depth of not less than 3 inches and a cushion of rock free soil or coarse sand used for not less than 3 inches bedding and 3 inches backfill over the plastic conduit and cable. 4. Excavating for Appurtenances: a. Excavations for structures shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or shoring used. b. Whenever unstable soil is incapable of properly supporting the structure is encountered in the bottom of the excavation, such soil shall be removed and excavation backfilled as specified herein in paragraph "Trench Excavation". G. Unauthorized over -depths or under -depths in wet or otherwise unstable soil shall be filled with selected backfill material or concrete, as directed, at the expense of the Contractor. 3.03 EXCAVATION OF UNCLASSIFIED MATERIAL Shooting Range (96290) 02221-5 • • 4W A. Materials encountered during the excavating to the depth and extent specified and indicated on drawings may include rock, concrete, masonry, or other similar materials. No adjustment will be made in the Contract Price because of the presence (or absence) of rock, concrete, masonry, or other similar materials. 3.04 PROTECTION OR REMOVAL OF UTILITY LINES A. Protection: 1. Protect existing utility lines indicated on drawings (or the locations of which are made known to Contractor before excavating and trenching) specified to remain, including utility lines constructed during trenching operations, from damage during trenching, backfilling, and compacting operations. a. If such new or existing utility lines are damaged during trenching, backfilling, and compacting operations, repair or replace at no cost to Owner. 2. When utility lines specified to be removed or replaced are encountered within the area of operations, issue notices in ample time for measures to be taken to coordinate necessary interruption of servicess. B. Repair of Damage to Unknown Existing Utility Lines: Existing utility lines not shown on drawings (or the location of which is not known to Contractor in time to avoid damage) damaged during trenching operations shall be repaired by Contractor and an adjustment to the Contract Price will be made according to Instructions to Bidders and General Conditions. 3.05 BACKFILLING A. General: 1. Coordinate backfilling with testing of utilities. Leave sheeting in place where damage is likely to result from withdrawal. 2. Carefully backfill trenches with satisfactory specified materials. Shooting Range (9629B) 02221-6 C-1 4W 40 3. Bring backfill up evenly in 9 inch maximum layers, loose depth, and thoroughly and carefully compact with mechanical or hand tampers until pipe has a minimum cover of one foot. Take care not to damage the pipe. 4. Deposit remainder on the satisfactory backfill material in the trench in one foot layers and compact by mechanical means. a. Trenches and excavation pits improperly backfilled or where settlement occurs shall be reopened to the depth required For proper compaction, refilled and compacted, with the surface restored to the specified grade and compaction. 5. Keep excavations free of ground and surface water until backfilling operation is complete. B. Appurtenances: At structures, remove forms and trash before backfilling. a. Place satisfactory backfill materials symmetrically on all sides in 9 inch maximum loose depth layers. b. Moisten each layer, if necessary, and compact with mechanical or hand tamper, taking care not to injure the structure by excessive tamping. 2. Materials and density shall be as previously specified for trenches depending upon location of the structure. C. Compaction: Material may be compacted by a hand tamper, a powered hand tamper, a vibrating tamper, or mechanized power tamper provided such compaction meets the required density as specified below. Backfilling and compacting by means of hydraulic methods will not be allowed except as may be approved by AIF. a. Compact each layer to not less than the percentage of maximum density specified below, determined according to ASTM D1557, Method D: FILLS AND BACKFILL COHESIONLESS SOIL Linder slabs and pavement 95% Shooting Range (9629B) 02221-7 17-1 40 +0 Under walk areas, top 12 inches 95% Under walk areas, below top 12 inches 90% Under landscape areas 85% Under other areas noted on the Site Flan 85% 3.06 TESTING A. Notify, through AIE, the Board contracted Testing Laboratory to perform specified tests at the Board's expense. B. Tests of Materials shall be as follows: 1. Laboratory Tests for Moisture Content and Density: a. According to ASTM D1557-91, one test for each material encountered or proposed to be used. 2. Field Tests for Moisture Content and density: a. According to ASTM D1556-90, one test per layer per 100 linear feet of ditch. Shooting Range (9629B) END OF SECTION 02221-8 Irl 4D 40 SECTION 02280 SOIL TREATMENT PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Termiticide application to soil under new buildings as indicated on drawings and specified in this section. B. Use of chlordane, heptachlor, aldrin, or dieldrin is not allowed. C. Related Sections: 1. 02200 - Earthwork. 2. 03300 - Cast -In -Place Concrete, 3. 07100 - Vapor/Radon Barrier. 1.02 SUBMITTALS A. Submit the following for review before starting work: 1. Product data, including manufacturers specifications,chemical analysis, with recommended dilution, application directions, and safety precautions. B. Sample copy of applicator's warranty for review. C. Applicator's experience evidence with copies of current local and state licenses and current Certified Operator -in -Charge certificate. 1.03 QUALITY ASSURANCE A. Work shall be done by a bonded Contractor whose principal business is pest control and termite treatment and can show evidence of at least 5 years of successful operation in this field. B. Field Samples: 1. Test samples of the mixture of the concentrate and water will be taken by the Owner contracted Testing 'Laboratory. 2. If sample solution indicates noncompliance with the manufacturer's application requirements, the Contractor shall pay for the initial test performed by the Owner, any subsequent retesting required by the Owner, and reapplication of soil treatment solution. 02280-1 0 0 0 1.04 PROTECTION A. To avoid surface flow or overspray of toxicant from application site, do not apply soil poisons when soil or fill is excessively wet or after heavy rains. B. Unless treated areas are to be immediately covered, take precautions to prevent disturbance of treatment by human or animal contact. C. Comply with applicable laws, codes, ordinances of Federal, State, and local regulatory agencies having jurisdiction over use of soil poisons. D. Provide warning signs and instruct workers to use protective measures for their safety. 1.05 WARRANTY A. Upon completion of soil treatment and as a condition of substantial completion, furnish the Owner with a written warranty, from the applicator, which shall provide that; 1. Application was made at concentration, rates, and methods complying with these specifications. 2. Effectiveness of treatment is warranted for not less than one (1). B. Upon evidence of subterranean termite activity, retreat area at no additional charge to the Owner. Additional treatment shall be sufficient to prevent termites from attacking building or its contents. C. Upon occurrence of damage to building or to its contents within warranty period, retreat soil and replace damage at no cost to the Owner. PART 2 - PRODUCTS 2.01 MATERIALS A. Soil Treatment: 1, Roussel Bio, Gold Crest Tribute, EPA Registration No. 352-530-432. 2. FMC Corporation, Dragnet FT. EPA Registration No. 279-3062. 3. ICI Americas Inc., Demon TC. EPA Registration No. 10182-107. 4. Mobay Corporation, Pryfon. EPA Registration No. 3125-335. 5, Dow Chemical Co., Dursban TC. EPA Registration No. 62719-47. 02280»2 iw • C> PART 3 - EXECUTION 3.01 EXAMINATION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 APPLICATION A. Before mixing concentrate and water as recommended by the manufacturer for specific application and conditions, contact the Owner 48 hours in advance. B. Apply termiticide mixture to the following: 1. Soil and earth that will be covered by or lie next to buildings. 2. Masonry foundations. 3. Areas around pipes and conduits penetrating stabs on fill to provide a lethal barrier to subterranean termites. C. Apply termiticide mixture after subgrade has been made ready for placement of any floor slab vapor barrier, and as soon as practical before placement of concrete slabs and caps on masonry piers. Piling, pile caps, grade beams, foundation walls, and below grade waterproofing shall have been completed. D. Apply at least 12 hours before placement of concrete slabs and during normal working hours to be subject to inspection. Notify applicator at least 24 hours before application of termiticide mixtures will be completed. E. Soil Conditions: Apply termiticide mixtures when moisture content soil is sufficiently low to allow uniform distribution of chemical throughout specified areas. F. Application Under Slabs on Fill: 1. Apply termiticide mixtures uniformly to all areas beneath concrete slabs -on -grade, including beneath walkways and entrance platforms and beneath sidewalks within 5 feet of buildings. 2. A minimum of 1 gallon of termiticide mixtures shall be uniformly applied to each 10 square feet of area to be treated. 3. Ground areas beneath concrete slabs -on -grade and paving abutting building slabs shall be similarly treated for a distance not less than 3 feet from building. G. Application Along Foundation Walls, Pipes, and Conduits: 1. Treat critical areas along both sides of exterior and interior foundation 02280-3 40 4& ft walls, columns, and around utility pipes, conduits, ducts and other similar items extending through soil beneath and next to new construction, to a depth of i foot in a strip 6 inches wide, at a rate of 4 gallons of termiticide mixture to each 10 square feet. 2. Mix chemical with soil as it is placed against walls and utility lines. 3. Apply at least 1 gallon of termiticide mixture around each pipe. H. Application to Masonry Foundation Walls: Treat voids of unit masonry foundation walls, top of course occurring at or just above grade level, with additional treatment of not less than 2 gallons of chemical for each 5 lir fear feet. I. Retreatment of Disturbed Soil: Retreat soil surfaces disturbed after treatment and. before placement of slabs and covering structures. 3.03 CLEAN UP A. Improper disposal of pesticide, spray mixture, or rinsate is a violation of federal law. Comply with manufacturer's instructions for disposal of these materials and empty containers. Do not allow supplies of chemicals to remain on site unattended. END OF SECTION 02280-4 C-1 i SECTION 02520 MONITORING WELLS PART 1 — GENERAL 1.01 Section Includes A. Wells for monitoring and sampling ground water. 1.02 Related Sections A. Section 03300 — Concrete 1.03 References A, Florida Administrative Code, Chapter 62-531 B. API RP 1615 C. FAC Rule 62-562.500 1.04 5ys;e Ugd lion A. The monitoring wells are to be provided for the purpose of sampling the ground water for testing in order to monitor the level of lead content. These wells are to be installed by a licensed and knowledgeable well contractor in accordance with these specifications and all other applicable codes and guidelines. 1.05 Submittals A. Submit five (5) shop drawings detailing well construction. PART 2 -- PRODUCTS 2.01 Materials A. Schedule 40 PVC pipe, minimum 2" diameter, solid and factory slotted (0.020" slots), B. Select sand backfill, C. Concrete, 3,000 psi, pump mix. PART 3 — EXECUTION 3.01 Lpstallatio A. Monitoring wells shall be constructed and installed by a licensed water well contractor when required by Chapter 62-531, F.A.C.. Monitoring wells shall: 1. Be a minimum of two inches in interior diameter; 2. Be slotted from the bottom to two feet below ground surface; 3. Have a minimum slot size of 0.010 inch; Be backliilcd with clean sand or a gravel filter pack to ,prevent blockage of the slots; 4. Be constructed of a least schedule 40 PVC without any joints, or of 02520- 1 i C> i another corrasion protected material; 5. Be grouted into the borehole from the surface to the top of the filter pack plug with neat cement grout or other equivalent materials. Grouting shall not extend below the top of the well slotting. Bentonite slurry grouts shall not be used; 6. Unless the monitoring well has an extended exterior casing, be equipped with a minimum six-inch diameter manhole designed to prevent water intrusion with a one -inch minimum grade increase above the surrounding surface. The well opening shall extend at least one inch above the bottom of the manhole; 7. Be equipped with a watertight cap. The wall shall be kept locked or secured to prevent tampering at all times except when the monitoring well is being sampled or maintained. Monitoring wells shall be marked in accordance with API RP 1615; S. Extend no deeper than 20 feet below ;ground surface. If such a depth penetrates a confining layer below the excavation, the monitoring well shall extend no deeper than to within six inches of the confining layer. Any well that penetrates a confining layer shall immediately be properly abandoned in accordance with Mule 62-532.500, FAC; Li. Groundwater monitoring wells shall: 1. Extend at least five feet below the normal ground water surface level; and 2. Be properly developed by the licensed water well contractor before the initial sampling. C. See sketch on page 0252.0-3 1p121061'&11101[$0 02520-2 01 4b • 20 API flt:commeNotb PKA01ic, 1015 8.6 Monitoring Wells ,—Mantiol0 cover Monitoring wells are used to monitor the water table in the area of a USTS. They provide leak detection capabilities equivalent to these of observation wells but should only be used when soil permeability is high and %ben the normal water table is below the tank excava- lion but within 40 feel of the ground surface, Monitor- ing µells should be installed so that the bottom of flit "ell is at least 5 feet below the lowest anticipated water table. Well casings should be at least 2 inches in diameter with 0.020 -inch slots (see Figure 8). Monitor. ing %gilts are used to detect the presence of petroleum products on the groundwaler surface and can be monitored using electronic or manual devices, as described in 8.5.5 and 13.5:6, respectively. The place- merit of monitoring wells depends on sile-specific condi- I ions. 8.7 Interstitial Monitoring The interstice of double-wall tanks and piping can be monitored for product releases either manually or with an automated device. This monitoring can be periodic or continuous. depending on the device used. The manufacturer should be consulted regarding the specific installation requirements of interstitial monitoring devices. I. 9.1 General Vent hale 5' below water tattle but not n than 40' Nora: PVC - polyvinyl chloride. Manhole Ing cat) cat,r,rele )ter rt dole ae oioa Or graver er tabiv ry slotled $leis) orad hole Figure B—Typlcat Monitoring Well SECTION 9 ---PIPING Proper installation and testing of the piping system is one of the most important aspects of any U5TS installa- tion, hinny of rite most severe product releases. eipccial- ly in pressurized pumping systems, have occurred because of improperly installed Piping and pipe joints or because of damage to piping during construction. This; applies to both FRP and steel pipe. The authority NY— ing jurisdiction sliould be consulted regarding specirwil. lions for inslallalioii. resting, and viscralion of pipinj systems. 02520-3 40 40 40 SECTION 02530 SANITARY SEWER SYSTEM PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Sanitary sewer system including necessary accessories indicated on drawings and specified in this section. Contractor shall include in his bid price any amount imposed by the utility company having jurisdiction to connect into the existing sanitary system. B. Related Sections: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 02723 - Waste Disposal System 2. 03340 - Cast -in -Place Concrete. 3. Division 15 - Mechanical Work. 1.02 REFERENCES A. American Society for testing and Materials (ASTM) Publications: 1. A74-87 - Cast Iran Soil Pipe and Fittings 2. 0425-91 - Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 3. 0564-88 - Specifications for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 4. 0700-91 - Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. 5. D2321-89 - Standard Recommendation for Underground Installation of Flexible Thermoplastic Sewer Pipe. 6. D3034-89 - Polyvinyl Chloride (PVC) Plastic Pipe. 7. D3139-89 - Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 8. F477-90 - Elastomeric Seals (Gasket) for Joining Plastic Pipe, B. Cast Iron Soil Pipe Institute. C. Standard Plumbing Code. 1.03 SUBMITTALS 42530-1 i • CA A. Submit properly identified manufacturers literature including data on pipe before starting work. B. Submit test reports and certificates for approval. 1. Certificate: Submit manufacturer's certificate of compliance or certified analysis according to applicable standards for each shipment of materials, 1.04 PRODUCT STORAGE A. Store materials on site, and keep clean and free of foreign materials. Any damaged items shall be replaced at no additional cost to the Owner.. PART 2 - PRODUCTS 2.01 MATERIALS A. Pipe and Fittings: 1. Vitrified Clay Pipe and f=ittings: Conform to ASTM C700 and except where indicated otherwise on the drawings, use extra strength bell and spigot type. 2. Polyvinyl Chloride (PVC) Sewer Pipe and Fittings: a. Conform to ASTM D3034-89 for SDR35 and except where indicated otherwise on the drawings, use bell and spigot type pipe. b. The pipe shall be colored with a different color from water pressure pipe and force main for inground identification as sewer pipe. 3. Cast Iron Soil Pipe and Fittings: Conform to the provisions of ASTM A74-87 for cast iron soil pipe and fittings. B. Pipe Joints: 1. Vitrified clay pipe for vitrified clay pipe joints made with precast factory applied plastic joints conform to ASTM C425- 9 1, Type I or Type III. 2. PVC Sewer Pipe: Elastomeric gasket joints providing a watertight seal. 02534-2 U-1 40 40 3. Cast Iron Soil Pipe and Fittings: Furnish with roll-on joints conforming to ASTM 0564-88 and Cast Iron Pipe Institute Recommendations for Compression Joints. C. Manholes: Cast in place concrete or precast concrete with cast iron frames and covers as indicated on drawings and as specified in Section 03300 -"Cast-in-Place Concrete". D. Cleanouts: Commercially manufactured wye branches and as indicated on drawings. PART 3 - EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.+02 LOCATION A. Where location of sewer is not clearly defined, do not locate sewer closer horizontally than 10 feet to a water supply main or service line, except that where bottom of water pipe will be at least 18 inches above top of sewer pipe, horizontal spacing may be a minimum of 6 feet. 1. Where gravity -flow sewers cross above waterlines, fully encase sewer pipe for a distance of 10 feet on each side of crossing in concrete or provide acceptable pressure pipe with no joint closer horizontally than 3 feet to crossing. 2. The thickness of the concrete encasement including that at the pipe joints shall be not less than 4 inches. B. Excavation and backfilling for trenches and manholes shall be as specified in Section 02221 - Excavating, Backfilling, and Compacting for Utilities. 3.03 INSTALLATION A. Placing Pipe: 1. Shape bottom of trench by hand to give uniform circumferential support to the lower fourth of each pipe. 2. "Where applicable, pipe laying shall proceed jpgrade with tongue or spigot ends pointing in direction of flow. 02530-3 40 3. Lay each pipe true to line and grade indicated on drawings and in such manner to form a close concentric joint with adjoining pipe and to prevent sudden offsets of flow line. 4. As work progresses, clean interior of sewer of dirt and superfluous materials, a. Where cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe and pulled forward past each joint immediately after joint has ween completed. b. If maximum width of trench at top of pipe as specified is exceeded, install either concrete cradling, pipe encasement or other bedding as may be required to support added load of backfill. 5. Keep trenches for all sections of sewer free from water until the pipe -jointing has set and trench backfilled. a. Do not lay pipe when condition of trench or weather is unsuitable for such work. 6. At times that work is not in progress, keep open end of pipes and fittings securely closed. a. When other conditions are such that the pipe cannot be adequately supported on undisturbed earth or tamped backfill, encase the ,pipe in concrete or support it on a concrete cradle. b. Also pipe and fittings shall be installed according to ASTM ©2321-89 recommendations. B. Pipe Joints: 1. Vitrified Clay Pipe: Install joints according to ASTM C425 recommendations for compression joints. 2. Polyvinylchloride (PVC) Pipe: Install joints according to ASTM C3212-89 recommendations and approved manufacturers installation recommendations. 3. Cast Iron Soil Pipe: Install roll-on joints according to Cast Iron Soil Pipe Institute Recommendations for compression joints. C. Manholes: 02530-4 I_, • • C,� 1, Construction: As indicated on drawings and as specified in Section 02221 - Excavating, Backfilling and Compacting for Utilities, a. Frames and Covers: Set the cast iron frames and covers in a bed of mortar and carefully adjust to elevations shown on drawings. D. Cleanout; Install commercially manufactured wye branches where indicated on the drawings. Cutting into pipe for connection will not be allowed except in special cases when accepted by the AIE. E. Pipe Connections to Existing Structures: Make finished work to conform as nearly as practicable to essential applicable requirements for new structures, including all necessary concrete work, cutting, and shaping. Coordinate work with utility company having jurisdiction. 3.04 TESTING AND INSPECTION A. Inspect sewer lines by checking each section for alignment. 1. A full circle of light shall be seen by looking through the pipe at a light held at opposite end of the section of sewer line being inspected. 2. Make any corrections required in line or grade. B. Leakage Tests: 1. Test lines for leakage by either infiltration tests or exfiltration tests, as appropriate. 2. Backfill trench before testing for leakage, up to at least the lower half of pipe. 3. If required, place sufficient additional backfill to prevent pipe movement during testing, leaving joints uncovered to allow inspection. 4. Correct visible leaks encountered regardless of leakage test results. 5. Measure infiltration when water table is two feet or more above top of pipe at upper end of pipe line section to be tested, using a suitable weir or other acceptable device. 6. When infiltration cannot be properly tested, an exf€ltration test shall be made by filling the line to be tested with water so that a head of at least 2 feet is provided above both water table and top of pipe at the upper end of pipe to be tested. 02530-b E. I 7. Allow filled line to stand until pipe has reached its maximum absorption, but not less than 4 hours. a. After absorption, reestablish the head. B. The amount of water required to maintain this water level during a 2 -hour test or exMtration test shall not exceed 0.4 gallons/inch diameter per 100 feet of pipe line per hour, 9. When leakage exceeds maximum amount specified, satisfactory correction shall be made and retesting accomplished. 10. Testing, correction and retesting shall be made at no additional cost to the Owner. END OF SECTION 02530-6 • SECTION 02540 SEPTIC TANK AND DRAINFIELD PART 1 - GENERAL 1.01 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. 1.02 All of the mechanical and piping components needed to complete the system as shown on the plans shall be new, unused, and in first class condition. 1.03 Shop drawings shall be submitted to the engineer for review and approval of all system components prior to being; ordered by contractor. 1.04 Before covering the septic system with earth, the contractor shall notify Indian River County Department of Health - Environmental Health and the engineer for an inspection, and approval of system installation. 1.45 Upon completion of installation, the contractor shall notify the engineer for a final inspection and final setting of all adjustments.. 1.06 All components shall, at a minimum, meet the requirements of the Florida Administrative Code, Section 64E-6, latest edition. PART2-STRUCTURES 2.01 A single compartmented tank of 1900 gallons shall be upstream of the absorption trenches to meet the requirements of F.A.C. 64E-6013 (3)(a), 2.02 Tank shall be of precast concrete construction, consisting of a monolithic bottom and sidewal 1. The top shall be a single slab with cutouts for construction of brick manhole risers. The concrete for tank shall have a mininntm compressive strength of 3000 psi after 28 days, and shall utilize Type 1I cement. Reinforcing steel shall be minimum grade 60, The tanks shall be reinforced with minimum #3 rebar at 6 inches each way in the top and bottom, and minimum 43 rebar at 12 inches each way in the walls. 2.03 Alljoints in the structures shall be made watertight using a mastic scaler such as "RAM- NEK" or equal. 2.04 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 of anti -hydro grout. 02540- 1 r _ _ 2.05 All appurtenances inside the tank shall be as shown in the plans, or as called for by F.A.C. Chapter 64E-6 which shall take precedence over the plans and specifications. PART 3 - PIPE AND FITTINGS 3.01 Header pipe shall be N.S.F. approved, Type PSM, P.V.C., meeting the requirements of ASTM D3034-89, "Standard Specifications for Type PSM, P.V.C. Sewer Pipe and Fittings", 3.02 Drainfield 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 64E-6.014 (4)(g), PART 4 - DRAINFIELD TRENCH BED MATERIALS 4.01 The absorption bed shall be constructed of limestone, quartz rock, granite, river gravel or other approved material conforming to ASTM C33-86 or ASTM 0330-89 meeting Florida Department of Transportation Specification 901 as required by F.A.C. Chapter 64E-6:014 (4)(c) for drainfseld use. 4.02 A barrier of polyester bonded filament such as Miraft 140 NS or Terrafix 210R shall be installed on top of the aggregate prior to back Filling. END OF SECTION 02540-2 M 40 SECTION 02660 WATER SYSTEMS PART 1 - GENERAL 1911MINU►r►r_"VA A. Section Includes: Water systems including necessary accessories indicated on drawings and specified in this section for a complete water supply system from existing main to the building services approximately 5 feet outside the building, or as indicated on drawings. 1. The Contractor shall include in his bid price the cost imposed by the utility having jurisdiction for: a. Furnishing and installing the water meters. b. Tapping to the existing lines where shown on the drawings. c. Installation and permit fee. 2. The Contractor shall provide piping, valves, meter box or vault, and other accessories. 3. The Owner will pay the meter deposits and the service connection charge. B. Related Sections: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 03300 - Cast -In -Place Concrete. 3. Division 15 - Mechanical Work. 1.02 REFERENCES A. Federal Specification (FS): 1. WW -V -54D and Int. Am -1. 2. GSA -FSS Valve, Gate, Bronze (125, 150, and 200 found, Threaded Ends, Flanged Ends, Solder Ends, and Brazed Ends, for land Use). B. American National Standards Institute (ANSI): I. A21.4 -Cement -Mortar Lining for Cast -Iron and Ductile Iron Pipe and Fittings for Water. 2660-1 i 4D C> 2. A21.6 -Cast -Iron Pipe Centrifugally Cast in Metal Molds, for Water or Other Liquids. 3. A21.8 -Cast -Iron Pipe Centrifugally Cast in Sand -Lined Molds, for Water or Other Liquids. 4. A21.11 -Rubber Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and f=ittings. 5. A2151 -Ductile -lion Pipe, Centrifugally cast in metal molds or sand -lined molds, for water or other liquids. 6. 816.22 -Wrought Copper & Bronze Solder Joint Pressure Fittings for Piping Under 3" In Diameter. 7. B16.3 -Malleable Iron Threaded Fittings, 150 and 300 lbs. C. American Society for Testing and Materials (ASTM): 1. A120 -Black and loot Dipped zinc -coated (Galvanized) Welded and Seamless Steel Pipe for ordinary uses. 2. 1388 -Seamless Copper Water Tube for Piping Under 3" in Diameter. E. American Water Works Association (AWWA): 1. B300 -Hypochlorites. 2. B301 -Liquid Chlorine. 3. 0203.66 -Coal Tar Enamel Protective Coating for Steel Water Pipe. 4. 0500 -Gate Valves - 3" through 48" for Water and Other Liquids. 5. C600 -Installation of Cast Iron Water Mains. 6. C601 -Disinfecting Water Mains. T. 0800 -Threads for Underground Service Line Fittings. 1.03 SUBMITTALS A. Submit manufacturer's literature on the following items before starting work. 1. Pipe and Fittings. 2. Valves. 3. l=ire Hydrant. 4. Test Reports and Certificates. 5. Detector Check Valve. B. Certification: Submit certification that solder used for capper tubing joints complies with specifications. 1.04 QUALITY ASSURANCE 2660-2 i 40 A. Provide manufacturer's certificate of compliance or certified analysis with each shipment of materials used. PART2-PRODUCTS 2.01 MATERIALS A. Cast Iran Pipe: 1. ANSI Standard 521.6 or A21.8, working pressure minimum 150 lbs. psi. 2. Pipe shall have standard thickness cement mortar lining conforming to ANSI Standard A21.4. B. Ductile Iron Pipe: 1. ANSI Standard A21.51, cement .mortar lined, working pressure minimum 150 Iles. psi. 2. Cement Mortar Lining: ANSI Standard A21.4, standard thickness. C. Copper Tubing: ASTM B88, Type K or L. D. PVC Pipe: according to Standard Plumbing Code Tables 303, 603, and 703 E. Joints: 1. Cast Iron and Ductile Iron Pipe: a. Push -On Joints: Conform to ANSI Standard A21.11. b. Rubber Gaskets and Lubricant: Conform to the applicable requirements of ANSI Standard A21.11. 2, Copper Water Tubing Joints: Sweat solder joints using wrought copper or cast brass fittings per manufacturer's recommendations. 3. Galvanized Steel Pipe: Joints shall be threaded and shall conform to AWWA 0800. 4. Insulating Joints: Consist of a sandwich -type flange insulating gasket of the dielectric type, insulating washers, and insulating sleeves for flange bolts (for installation between non -threaded ferrous and nonferrous metallic pipe). 2660-3 • C-13 C-1 a. Make gaskets full faced with outside diameter equal to the flange outside diameter. b. Provide full length bolt insulating sleeves. c. Make units of a shape to prevent metal -to -metal contact between dissimilar metallic piping elements. F. Fittings and Special Items: 1. For Cast Iron and Ductile Iron Pipe: a. Suitable for 150 psi pressure rating, b. Fittings and Special Items shall have standard thickness cement mortar lining conforming to ANSI Standard A21.4. 1) Fittings and special items for Use with Push -On Joint Pipe: Conform to ANSIJAW'WA C110 and A21.11 2. For Copper Tubing: Sweat solder type red bronze or wrought copper conforming to ANSI B16.22. a. Solder: 95-5 tin -antimony solder. Solder containing lead is not allowed. 3. For Galvanized Steel Pipe less than 3 inches: Steel fittings shall be galvanized malleable iron. Screwed fittings shall conform to ANSI 'Standard 816.3. Dresser -type fittings shall be suitable for use with type of pipe furnished. G. Gate Valves: Design gate valves for a working pressure of minimum 150 psi. a. Connect valves as required for the piping in which they are installed. b. Provide a clear waterway equal to the full nominal diameter of the valve. Valve shall open by turning counter clockwise. 2. Valves Smaller Than 3 Inches: All bronze conforming to FS WW -V-54, Type I, Class B. 3, Valves 3 Inches and Larger: Iran body, bronze mounted, conforming to AWWA Standard 0500. tib 4D 411111111 H. Cast Iron Valve Poxes: Extension type with slide -type adjustment and flared base. Minimum metal thickness 3116" 1. Cover shall have the word "WATER". 2. Poxes shall be of such length to adapt, without full extension, to the depth of cover required over pipe at valve location. I. Post Indicator Valves: Iran body bronze mounted flanged non -rising Stern, solid wedge disc with vertical indicator post, Kennedy Fig. 701 with valve with Fig. 541 indicator or Mueller valve A2052-6 with A20800 indicator. The post indicator shall be approved by the fire department having jurisdiction in the area. J. Fire Hydrant: Conform to AWWA 0502 and to Fire Department Standards. K. Meters and Vaults: Water meters, detector check valve, and vaults shall conform to the standard of the utility company having jurisdiction in the area. L. Thrust Blocks: Provide concrete for thrust blocks according to Section 03300 Cast -in-place Concrete. M. Miscellaneous Items: 1. Pipe and Joint Coating: Coal tar enamel conforming to AWWA 0203. 2. Disinfection: a. Chlorinating materials conforming to the following: 1) Chlorine, Liquid: AWWA Standard B301. 2) Hypochlorite, Calcium, and Sodium: AWWA Standard 8300. N. Water Service Line Piping 3" or Less in Diameter: Copper (Type K). C. Water Distribution Line Piping 4" or Larger in Diameter: Cement lined cast iron. PART 3 - EXECUTION 3.01 INSPECTION 2660-5 Cil 40 +D A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Install main according to the requirements of authorities having jurisdiction and AWWA Standard 0600. 3.03 HANDLING A. Handle pipe and accessories to insure delivery to the trench in sound, undamaged condition. 1. Take care not to injure pipe coating. 2. Repair damaged coating or lining, if any, of any pipe or fitting in a satisfactory manner at no cost to the Owner. 3. ❑o not place pipe or materials of any kind inside a pipe or fitting after coating has been applied. 4. Carry pipe into position; do not drag it. 5. Pinch bars or tongs for aligning or turning pipe may be used only on bare ends of pipe. 6. Clean interior of pipe and accessories of foreign matter before lowering into trench. 7. Keep pipe clean during laying operations by plugging or other accepted method. 8. Inspect pipe for defects before installation. 9. Replace material found defective before or after laying with sound material without cost to the Owner. 10. Store rubber gaskets not immediately installed in a cool, dark place. 3.04 PIPE CUTTING A. Cut pipe in a neat and professional manner without damage to the pipe. 1. Cut with an accepted type of mechanical cutter unless otherwise recommended by manufacturer and authorized by OWNER. 3.05 LOCATING a. Use a wheel cutter when practical. 2660-6 • 40 40 A. When water pipe location is not dimensioned on drawings, do not lay pipe closer horizontally than 14 feet from a sewer except where bottom of water pipe will be a least 18 inches above top of sewer pipe. Where water lines pass under gravity -flow sewer lines, encase sewer line in concrete for a distance of at least 14 feet each side of the crossing, or sewer lines shall be made of cast iron pipe with no joint located within 14 feet horizontally of crossing. Water lines shall cross above sewage force mains a minimum of 2 feet above force main. B. Do not lay water lines in same trench with sewer, gas or fuel lines or electrical conduit. C. Maintain a minimum vertical separation of 12 inches between pipes where nonferrous metallic pipe (copper) crosses any ferrous piping material. 3.46 PLACING AND LAYING A. Carefully lower pipe and accessories into trench by means of derrick, ropes, belt slings, or other authorized equipment. 1. Do not drop or dump any water line materials into trench. 2. Avoid abrasion to pipe coating. 3. Lay pipe, except where necessary to make connections with other lines, with bells facing direction of laying. 4. Rest full length of each section of pipe solidly upon pipe bed, with recesses excavated to accommodate bells, coupling and joints. 5. Take up pipe that has had grade or joint disturbed after laying. 6. Do not lay pipe in water or when trench conditions are unsuitable for the work. 7. Securely close open end of pipe, fittings and valves when work is not in progress. 8. Keep water out of trench until jointing work is complete. 9. Repair damaged coating or lining in a satisfactory manner without cost to the Owner. 14. Valve, plug, or cap and anchor pipe ends left for future connections. 3.47 JOINTING 2560-7 s 40 • A. Gast Iron Pipe: Install push -can type joints according to AWWA Standard 0600. B. Galvanized Steel Pipe: Screw joints shall be made tight with a stiff mixture of graphite and oil, inert filler and oil, or with an acceptable graphite compound, applied with a brush to the male threads only. Compounds shall not contain lead. C. Copper Tubing: Sweat solder fittings using solder and flux. Connections made with solder containing lead are not allowed.. Joints with lead shall be disassembled, solder remaining removed, and reconnected using the specified solder, at no additional cost to the Owner. D. Insulating Joints: Install according to Para. 2-05D, Page 02713-3. E. Connections between different type of pipe and accessories shall be made with transition fittings accepted by OWNER. 3.08 SETTING OF VALVES AND BOXES A. Install where shown or specified, and set plumb at finished grade. Valve boxes shall be centered on the valves. Boxes shall be installed over each outside gate valve unless otherwise shown. Where feasible, valves shall be located outside the area of roads and parking. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face if less than 4 feet. 3.09 METER, DETECTOR CHECK VALVE, AND VAULTS A. Shall be installed according to local utility company standards and as indicated on drawings. 3.10 FIFE HYDRANTS A. Hydrants shall be installed according to the fare department having jurisdiction in the area. 3.11 THRUST BLOCKS A. Plugs, caps, tees, and bends deflecting 22-1f2 degrees or more, either vertically or horizontally, on water lines 6 lines in diameter or larger, shall be provided with thrust blocking, or metal tie rods and clamps, or lugs. 2660-8 46 i 40 i 11 B. Thrust blocking shall be concrete of a mix not leaner than 1 cement: 2-1/2 sand: 5 gravel, and having a compressive strength of not less than 2,500 psi after 2B days. C. 'Blacking shall be placed between solid ground and the hydrant or fitting to be anchored. D. Unless otherwise indicated the base and thrust bearing sides of thrust blocks shall be poured directly against undisturbed earth. E. The sides of thrust blocks not subject to thrust may be poured against forms. F. The area of bearing shall be as shown. G. Blocking shall be placed so that the fitting joints will be accessible for repair. H. Steel rods and clamps shall be protected by galvanizing or by coating with coal tar enamel coating. 3.12 HYDROSTATIC PRESSURE TEST A. Test: 1. After pipe is laid, joints completed, and trench partially backfilled, leaving joints exposed for examination, subject newly laid water piping or any valved section of water piping to a one hour, 150 psi hydrostatic pressure test, unless otherwise specified by the utility company. 2. Open and close each valve several times during test. 3. Carefully examine exposed pipe, joints, fittings and valves during the partially open trench test. 4. Replace or remake joints showing visible leakage as necessary. 5. Remove and replace cracked or defective pipe, joints, fittings, or valves discovered after this pressure test with sound material. 6. Repeat test until results are satisfactory. 7. Replace, repair and retest as required at no cost to the Owner. 8. Test shall be according to and accepted by the local utility company. 9. Test shrill be also accepted by the OWNER. B. Time for Making Test: 2660-9 40 • 1, Except joint material setting or where concrete reaction backing requires a 5 -day delay. pipelines or couplings may be subjected to hydrostatic pressure, inspected and tested for leakage any time after partial completion of backfill. 2. Cement mortar lined pipe may be filled with water as recommended by manufacturer before being subjected to pressure test. C. Concurrent Hydrostatic Test and Di::infection: Despite sequence of tests employed, results of pressure tests and disinfection shall be satisfactory as specified. a. Replace, repair, or retest as required at no cost to the Owner. 2. Pressure test and disinfection may be conducted separately or hydrostatic tests and disinfection may be conducted concurrently, using water tested for disinfection to accomplish hydrostatic test. 3. if water is lost when treated for disinfection and air is admitted to piping unit being tested, or if any repair procedure results in contamination of piping unit, repeat disinfection procedures until satisfactory results are obtained. 3.13 DISINFECTION A. Before acceptance of potable water operation, disinfect each unit of completed water piping as prescribed by AWWA Standard C601. 3.14 CLEANUP A. Upon completion of installation of water lines and appurtenances, remove debris and surplus materials resulting from work. 3.15 TESTS Cost of tests by Contractor. END OF SECTION 2660-10 40 • SECTION 02775 SIDEWALKS AND SLABS PART 1 GENERAL 1.01 &. m A. The Contractor shall furnish all materials, labor, equipment and supervision required for the construction of new concrete sidewalks and slabs, complete as shown and as described herein. B. The work specified in this section consists of construction of complete sidewalk and slab in accordance with these specification, and in conformity with the lines, grades, dimensions and notes shown on the plans. PART 2 - PRODUCTS 2.01 Concrete ' All work under this section shall be of 3,000 psi concrete, in accordance with the requirements of Section 03300. 2.02 Rzinfbzx ncn-t A. Fibrous reinforcing shall be used in all sidewalks and slabs. B. Where the plans call for steel reinforcement to be placed in the sidewalk, such reinforcement shall conform to the requirements specified in Florida Department of Transportation, Standard Specification for Road and Bridge Construction, latest edition. 2.03 Etis Forms for this work shall be made of either wood or metal and sliall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. Forms shall be cleaned each time they are used and shall he oiled or saturated with water prior to placing the concrete. lJl:4001 i001Y11M M.11i MIT- hili? Excavation shall be made to the required depth, and the foundation material upon which the slab is to be set shall be moist at the time that the concrete is placed. 3.02 Jbints A. The pavement shall be cut into sections by expansion and contraction ,joints as specified herein, or as shown on the plans. 02775 - 1 & Expansion joints shall be preformed joint fillers meeting the requirements of AASHTO M153 or AASHTO 213 and cut to the true shape of the cross section, set to line and grade and held true while the concrete is being placed. The joint shall be edged and finished in a workmanlike manner as required by the Engineer. These strips shall be left in place and shall appear every 16 to 24 feet, depending upon the width of the slab, unless otherwise shown on plans or specified by the Engineer. On driveways these strips shall be placed adjacent to the paving, curb and driveway aprons or as specified by the Engineer. These strips shall also be placed between truck loads of concrete that exceed the time limits specified. C. Contraction joints shall be saw cut a minimum of one inch (I") depth, within 24 hours of concrete placement. Unless otherwise shown on the plans or designated by the Engineer, these joints shall appear at intervals equal to the width of the slab, between expansion jointe. 3.11:3 Plaein The concrete shall be placed in the forms to the required depth, and shall be tamped and spaded until mortar entirely covers its surface. 3.014 Finishing A. 5creeding: The concrete shall be struck -off by means of a wood or metal screed, used perpendicular to the forms, in order to obtain the required grade and remove surplus water and laitance. B. Surface Requirements: The concrete shall be given a floated finish, then broomed transversely with a broom or burlap belt. The surface variations shall not be more than one-quarter inch under a ten foot straightedge, nor more than one-eighth inch on a five foot transverse section. The edge of the slab shall be carefully finished with an edging tool having a radius of one-half inch. 3.05 Thickness Concrete sidewalks and slabs shall not be less than four inches (4") thick. 3.06 Ma wgc=nLaud Payment No additional payment shall be made for the work hereinbefore specified. The Contractor's unit price bid as set forth in the PROPOSAL shall constitute full compensation for the work involved for each item.. END OF SECTION 02775 - 2 • +i C] SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 M GENERAL 1.01 SUMMARY A. Alternate Material for Fence Post and Framing Material; Where schedule 40 galvanized steel is specified, the following will be accepted: 1. Cold -rolled steel conforming to ASTM A-569, hot -dipped galvanized with a minimum of 1.0 ozlsq.ft. of ASTM B-6 high grade and special grade zinc, a chromate conversion coating weighing a minimum of 30 microgramslsq.in. and a clear organic coating 0.5 mills thick. 1.02 REFERENCES A. Florida Department of Transportation v Standard Specifications for Road and Bridge Construction 1996. 1.03 QUALITY ASSURANCE A. Products made of aluminum, aluminized, or otherwise treated with aluminum to any significant extent shall not be used. 1.04 SUBMITTALS A. Submit complete shop drawings for each rolling gate for approval before fabrication. 1.05 SITE CONDITIONS A. Security: 1. At the beginning and before the end of the work day, project site shall have all safety hazards removed or isolated by mesh type barricades creating a continuous fence perimeter. 2. At the Owner's discretion, when a continuous perimeter fence cannot be maintained, Contractor shall provide a properly licensed security guard until a continuous fence perimeter is restored. 02831-1 i 40 40 1.06 WARRANTY A. Warrant for 1 year after substantial completion. Apply warranty to materials, quality of work, and hardware. Work, material, and hardware shall be free from defects and structurally sound during the warranty period. Defective material, improper work, and other substandard conditions documented by the Owner within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A, Chain Link Fences and Gates: 1. Allied Tube & Conduit, Fence Division. 2. Cyclone Fence Div. of USX Corp. 3. Reeves Southeastern Corp. B. Gate Hardware: 1. Hinges: a, Semmerling Manufacturing, No.'s 1746, 1747, 1748. b. Southeastern Wire, No.'s 422405, 422406, 422407. 2.02 MATERIALS A. Fence Posts: Type 1 ASTM F-1083 steel, schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per sq, ft, minimum. Size posts according to the following line, corner, end, and pull post table: POSTS LIFE CORNER END FULL Height 4' 6',8',10',12' 4' 6',8',10',12' Pipe Size 2" O.D. 2.5" 0,13. 3" O.D. 4" O.D. Wall thickness 0.145" 0.1'54" 0.203" 0.22.6" Spacing O.C. 10' 10' na na Footing Depth 2'-0" 2'.6" 3'-0" 3'-0" 02831-2 V D B. Tops: Provide posts with tops to exclude moisture. 1. Loop Top: Provide on line posts. 2. Borne Top: Provide on comer, end, pull, and gate posts. C. Bracing: Install horizontal bracing at every end, corner, gate, and pull post. Bracing shall be 1-5l8" outside diameter, approximately 2.27 Ib. per font, hot dipped galvanized steel pipe complete with hot dip galvanized truss rods, turnbuckles, bolts, washers, and nuts. Braces shall be Type 1, ASTM F-10183 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per sq, ft. minimum. D. Top Rail: Install to run continuously between line, comer, gate, pull, and end pasts. Railing shall be 1-518" outside diameter 2.27 Ib. per foot (minimum wt.) hot dip galvanized steel pipe on all fences. Top rail shall be Type 1 ASTM F-10183 steel schedule 40 pipe, is hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per sq, ft. minimum. F. Mid Rail: 1. Install to run continuously between line, corner, gate, pull, and end pasts. Railing shall be 1-518" outside diameter 2.27 Ib. per foot (approx.wt.) hot dip galvanized steel pipe. Mid rail shall be Type 1 ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per. sq. ft. minimum. 2. Install mid -rail an all fences 8 feet high or greater. Install raid -rail at the 1/2 way point on the fence and be level and consistent the entire length of the fence. F. Bottom Tension Wire: Install to run continuously between line, corner, gate, pull, and end posts. Wire shall be 9 gauge, steel alloy wire, hot dip galvanized. Tie at centers not to exceed 24 inches at bottom edges of fence fabric. Pull with sufficient tension to remove all slack and attach with bands at all end, corner, pull, and gate posts. F. Fabric and Fastenings: Fabric: Chain linked, No. 9 gage, steel wire, hot dip galvanized after weaving, conforming to ASTM A392, Class 2, woven in 2 inch mesh with top and bottom selvage knuckled for 4 feet and 8 feet fabric. 8 feet, 10 feet, and 12 02831-3 40 40 40 G. H feet fabric shall have the bottom selvages knuckled and barbed top selvages. 2. Fabric Tie Wire: No. 9 gage, steel alloy wire ties, galvanized, for attachment to line posts. a. Tie at centers not exceeding 14 inches on line posts, and 24 inches on horizontal rails. 3. Stretcher Bars: a. 3/16" x 3/4" minimum O.D. hot dip galvanized steel, two inches shorter than full height of fabric. b. Provide one stretcher bar for each gate post and end post and two bars for each corner and/or pull post. 4. Bands, Ties, and Clips: a. At Line Posts: 17 No. 9 gage, steel alloy, galvanized, tie wire. 2) Tie fabric to line posts at top, bottom, and intermediately at 14 inch centers. b. At Enol, Corner, Pull, and Gate Posts: 1 j Galvanized steel bands attaching fabric and stretcher bars to posts. 2) Locate bands at top, bottom, and intermediately at 14 inch centers. C. At Top Rails: 1 j No. 9 gage, steel alloy, galvanized, tie wire. 2) Tie fabric to top rails at 24 inch centers. Barbed Wire Extension Arms: Pressed steel hot dip galvanized after fabrication and holding 3 runs of barbed wire at a 45 -degree angle to 12 inches above and outside of the top of the fence. Barbed Wire: ASTM A-121 double strand No. 12.5 gage twisted line wire with No. 14 gage, four point barbs at 5 inches O.C. hot dip galvanized after weaving class 3. Gates, All Heights: SINGLE GATE 02831-4 I" W 40 C1 4D J. Width 0' to 6' 6' to 12' 13' to 18' Pipe Size 3" O.D. 4" OR 6"O.D. Hinges 2 N.D. 3 H.D. 4 H.Q. Industrial Industrial Industrial Sch 40 0.203" 0.226" 6-518" O.D. DOUBLE GATES Width 6' to 12' 12' to 26' 26' to 36' Pipe Size 4" O.D. 4" O.D. 6"O.D. Hinges 2 H.D. 3 H.Q. 4H.Q. Industrial Industrial Industrial Sch 40 0.203" 0.226" 6-518" O.Q. GATE FRAMEWORK 4' 6' 8' 10' a_ d 12' HIGH FENCE Pipe Size 2"0.D. Wall Thickness 0.145" 1. Gate frames shall be 2" Q.Q. type 1, ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123, with galvanized coating weighing 1.8 oz. per. sq. ft, minimum. 2. Assemble by welding. 3. Coat all welds with a suitable cold galvanizing compound. 4. Gate heights shall match adjacent fencing, unless specified otherwise. 5. Provide hinges, latches, steps, and keepers. 6. Gates over 4' wide must be sufficiently trussed and braced to prevent sagging. Gate Hardware: 1, Hinges: Malleable iron and hotdip galvanized according to ASTM A-123. Hinges shall be ball and socket, offset type to allow gates to swing back parallel with the fence line. 2. Latches, all heights: a. Malleable iron, hot dip galvanized, readily lockable with padlock(s). b. Latches for single gates, up to 15 feet wide, shall be single gate latch assembly. 3. Latches for double gates In openings 18' to 30' wide shall be heavy duty, galvanized, malleable iron gate stops with steel pipe sleeves anchored in concrete and arranged to engage plunger of latch at the center(s) of the opening(s). Latch and plunger shall not be removable without tools. 02831-5 0 • 40 4. Keepers: Construct keeper of rust proof material and which automatically engage the gate leaf and hold it in the open position until manually released. 5. Stops: Hot dip galvanized, set in concrete. 6. Handicapped Accessibility: Provide heavy-duty lever type gate hardware or weatherproof push bar in place of latches. 7. Miscellaneous Fittings:. Malleable iron or pressed steel. Ferrous materials shall be hot dipped galvanized. K. Bollards: Type 1 ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123, with galvanized coating weighing 1.8 oz.. per sq. ft. minimum. Construct bollards of galvanized steel, fill with concrete, and place on the traffic side of the fabric unless otherwise specified. Post dimensions for bollards shall be twice the diameter of the end post on the adjacent fence. Likewise, the footer dimensions shall be double the dimensions specified for end posts. PART 3 - EXECUTION 3.01 PREPARATION A. Underground Clearances: Before starting, obtain underground clearances from utility companies, and Owner, to minimize damage to underground piping, cables, or structures. 3.02 INSTALLATION A. Alignment: 1. Install fencing and gates plumb, level, and aligned with all abutting fencing according to the manufacturers instructions and approved shop drawings. 2. Top of fabric line shall be straight and level, with the bottom 2" above grade ± 3". When tolerances of ± 3„ cannot be maintained, the top of the fence line shall contour to the ground with all variances spread over the greatest possible fence length. If these tolerances cannot be maintained, Contractor shall contact the Owner immediately by before proceeding. B. Footings: Provide a stable base for the post, mechanically fixed to the post, and stabilized in the surrounding earth to adequately support the post, fence fabric, and gates. C. Bracing: 02831.6 i 40 4D 1. Pull post bracing is to be provided every 200 lineal feet of straight fencing to construct the pull post array for proper fabric stretching. 2. Install bracing in both directions from corner and pull posts. D. Fabric and Fasteners. Hog rings are allowed only as specified by the Owner and be No. 12 gage galvanized steel. Attach all stretcher bars by bands and be 2" shorter than the fabric and spaced so that there are no protruding ends that can be bent. If these tolerances can not be maintained, Contractor shall contact the Owner immediately by before proceeding. E. Pointed Surfaces: 1. Barbed or purposely sharpened edges are not allowed from the highest grade level up to 6'-0" (minimum) of fence height. Complete minimum height from the highest grade elevation next to the fence line. All fabric and tie wire terminal ends shall be knuckled and turned away from the traffic side of fences. Assemble all galvanized drip points, bolts, truss rods, posts, and hardware so that they have their sharp edges directed away from the traffic sine of the fence. 2. All hardware including, but not limited to, brace bands, tension bands, and stretcher turnbuckles shall have rounded edges. Remove hardware with sharp or pointed surfaces or edges and replace at no cost to the Owner. F. Gates: All gates next to the building shall open in the direction of building egress and be able to be secured in their open and closed positions. No gate may reduce or restrict a building egress dimension in its open position. Gates shall be installed complete with hinges, latches, keepers, and stops. They shall be level and plumb in their closed position. Perimeter fence gates opening on a public sidewalk shall open inward to avoid disrupting the public right of way. G. Fence Posts: Install initially above the finished fence height and then cut level throughout the fence line between the corner posts. Install post caps when the footings have been set to prevent the accumulation of moisture in the post. All posts shall be installed level and plumb. Fl. Footings; 02831-7 a. End posts and line pests shall match those specified for the fence line. 3.03 ADJUSTING AND CLEANING A. Clean Up: At the completion of each day's work, remove from the site and premises, all debris, surplus materials, and salvaged fencing not wanted by the Owner. END OF SECTION 02831-9 4W 40 4M SECTION 02834 FARM FENCING IVAIMEM1111 D1201.7:'111 1.01 ScYne The work under this contract consists of providing the materials and services required to fiance a parcel of land as described in the range plans. The materials and erection of this fence shall confirm to Department of Transportation Specification for Type A farm fencing. PART 2 - PRODUCTS 2.01 Material Specifications A. Fence Fabric The fence fabric shall be galvanized steel woven wire meeting the requirements of ASTM A 116 for farm fence, federal design number 1047-6-9, 12 Y2 gauge with Class 2 zinc coating. The vertical stays shall be joined to each horizontal wire by the hinged joint method with the joint having at least 1 Y: twists tightly wrapped. An equivalent or better fabric may be used. B. Barbed Wire Four -point, galvanized, two strands of wire twisted around each other. The barbs shall be four -points spaced at approximately five inch intervals twisted around and through both wires. This wire shall meet the requirements of ASTM A 121 for 121 12%: gauge wire No. 12Yz for Class 2 zinc coating; (minimum 0.5 oz./sq. ft.). The individual barbs shall be 14 gauge. C. Smooth Wire Nine gauge, galvanized, fedcral specification RF 1191. D. Fence Posts All posts shall be pressure treated with creosote oil, pentachlorophenol solution or CCA salt preservative and meet the standards of the American Wood Preserver's Association for retention Nos. AASHTOM 133.. AWPA P-9, A-2. E. Gates The two (2) drive gates shall be manufactured from hot dipped galvanized steel grade 90, 24 gauge, rigid four -point rivet construction with rolled safety edge panels, 12 feet long and 48 inches high. 02834. 1 i • F. Staples Staples shall be hot dipped galvanized and a minimum of 1'/2 inches long. PART 3 - EXECUTION 3.41 installation The fence shall be installed in accordance with the following installation instructions and Tans and in a manner reflecting W quality workauattshi . The area to be fenced will be P 5 � g t3'' P staked. A. Walkway and drive gate locations will be staked and established per plans. B. The line posts shall be installed on a maximum of eight foot centers. C. Horizontal posts in comer assemblies shall be set on notched vertical posts and secured by 3/a inch steel pins as shown in the gate opening and brace drawing. 3.01 Installation pros duzc A. Pull braces shall be installed at 330 foot centers. B. Pull braces are to be installed at all horizontal and vertical breaks in the fence of 15 degrees or more.. C. The line posts will have a minimum depth of 24 inches. The corner posts' minimum depth is to be 42 inches. D. Wire spacing for barbed wire strand will be four inches from top of woven wire. E. Staples are to be driven snug, but not tight. F. On pull and corner assemblies, staple every line wire. G. On line posts, staple every line wire in the lop half and alternate line wires in the bottom half. H. Fence will be erected straight with as uniform a post height as possible. 1. The wire in the pull brace assembly is two 9 gauge wires twisted to singing tightness. J. Posts wii] be set by driving or digging; if by digging, posts area to set at the center of the hole and soil tamped securely at all sides. K. Comer assemblies consist of two full brace assemblies set is right angles. 02834-2 +D 4D L Horizontal posts, pull braces and corner assemblies shall be set in notched vertical posts and secured by a/a inch steel pins. M. Gates shall be installed as level as possible and capable ofbeing opened in either direction with a six inch minimum ground clearance. N. Fence shall not be attached to any tree, snag, stump, etc. END OF SECTION 02834-3 40 SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnishing, planting, watering, fertilizing, mulching, pruning, and transplanting plants of the species, size and quality in the locations indicated on Drawings and the installation of soil, fine grading, fertilizer, top soil, seeding, sprigging, sodding, and top dressing in areas indicated on Drawings.. B. Related Sections: 1.02200 - Earthwork. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 2487-85 Standard Test Method for Classification of Soil for Engineering Purposes. B. "Grades and Standards for Nursery Plants", Part I and 11 by the Florida State Department of Agriculture, latest edition. C. "Approved Planting Practices" by the American Association of Nurserymen. D. "Hortus", by L.H. Bailey, Second Edition. E. "Manual of Cultivated Plants" by L.M. Bailey. F. "Standard Plant Names" by the American ,Joint Committee on Horticultural Nomenclature. 1.03 DEFINITIONS A. Satisfactory Fill Materials: Materials classified in ASTM D2487 as GW, GP, SW and SP properly worked by Contractor to obtain optimum moisture and compaction. B. Unsatisfactory Materials: Materials of any classi ication determined by testing laboratory as too wet or too soft for providing a stable 02900-1 s 40 40 foundation for pavement and walks will be classified as "unsatisfactory" C. The words "plant materials" or "plants" refer to and include trees, hedge, ground cover, grass, or herbaceous materials.. D. Specimen: An exceptional, heavy, symmetrical, tightly knit plant, so trained or favored in its development that its appearance is unquestionably and outstandingly superior in form, number of branches, compactness, and symmetry. Specimen shall conform to the standard for "Florida Fancy" according to the State of Florida, Department of Agriculture. E. Ground Cover: Anything other than grass. 1.04 SUBMITTALS A. Samples: 1. Topsoil Mixture: A sample of the sand and a sample of the 80120 sand and muck mixture shall be submitted to the Owner for approval before installation. B. Contract Closeout Submittals: 1. Record Drawings: Provide blueprint with red line markings indicating changes made to the planting system layout during installation. 2. Manual: Deliver 1 copy giving complete instructions regarding maintenance of materials, complete nomenclature of items used, and a copy of the guarantee issued to Owner upon final completion of installation. C. Certificates: 1. Submit certificates from supplier stating the delivered topsoil mix, sod, and other landscaping materials comply with requirements specified. 2. Deliver certificates upon final completion of the installation. 3. Certificates of Inspections: Shipments or orders of plant material shall be properly inspected at nursery or growing site by authorized federal and state authorities; include certificates with shipment. 1.05 QUALITY ASSURANCE 02900-2 >• +0 M A. Qualifications of Workers: Provide at least 1 person who shall be present at all times during execution of this portion of work thoroughly familiar with type of materials being installed and best methods for their installation and who shall direct the work performed under this section. B. Obtain written acceptance from Owner for any variation from specified requirements before proceeding with work. C. Planting Materials: Meet or exceed specifications of federal, state, and county laws requiring inspection for plant disease and insect control. D. Sod Procurement: Comply with quarantine requirements relative to white fringed beetle and fire ants. E. In the event that Owner suspects deficiencies in materials used on this project, such materials will be tested by the Owner contracted testing laboratory. 1. Cost of Testing: a. Initial Testing: By the Owner. b. Retesting: By Contractor. 2. Evidence of non-compliance will result in rejection of all work. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery and Storage: 1. Deliver items to the site in original containers with labels intact and legible at time of Owner inspection. 2. Immediately remove from the site materials not complying with these specifications. 3. Use all means necessary to protect materials before, during, and after installation and to protect installed work and materials of all other trades. a. Replacements: upon damage or rejection, immediately make repairs and replacements necessary for the acceptance of Owner at no additional cost. C. Plant material shall be protected from weather, adequately packed to prevent breakage and drying out during trans:'.. The use of anti - 02900 -3 40 4b transparent, according to the manufacturer's specification, is encouraged. Q. Plants shall not be planted on job until they have been inspected at receiving site and accepted by Owner. E. Legible identification tags shall be attached to at least one plant of each species, Packages, boxes, or bunches of plants shall also be identified with a similar tag. Plants showing improper handling, bruised trunks, broken branches, or root balls, or arrive on site in an unsatisfactory condition will be rejected. F. Shipment and Delivery: Acceptance of plant material will be given by the Owner only after the material is planted and after meeting all of the incidental requirements specified and on the plans. 1.07 SEQUENCING A. Before grassing work begins the Owner is to be notified not less than 2 work days in advance. B. Notify the Owner a minimum of 2 working days in advance of when plant material is to be delivered. C. Construction Review: In addition to other progress construction reviews, the Contractor shall schedule and facilitate the following subtrade related reviews, giving notice to the Owner at least 2 working days in advance. 1. Review of proposed tree pit locations, as represented by staking. 2. Review, upon delivery, of plant materials at the site to verify species, vigor, size, condition, shape, quantity, according to specification and drawings. 3. Review of tree pit excavation and fine subgrade. 4. Review of backfilling for palm and tree pits and the placement of the soil blanket. 5. Review of work and materials after completion of planting. This review shall be scheduled sufficiently in advance and in cooperation with the Owner so that it may be conducted within 48 hours after completion of planting. 6. Review after a 30 -day period of maintenance, upon written request by the Contractor. Request shall be received at least 5 days before anticipated date of review. 7. Review for final completion at the end of the warranty period. i41Mi►1_l.T.7_1L19 02900-4 W 40 A. Contractor is to replace, at no additional cost to the Owner, grass areas in unsightly or damaged condition, for 90 days after final completion. Replace, at no additional cast to the Owner, dead trees, palms, shrubs and ground cover for one year. 1. Irrigate the newly planted grass, trees, palms, shrubs, and ground cover until final completion. Irrigation shall occur in sufficient quantity to insure the orderly establishment of the grass and planting. B. Relocated Trees: Take every reasonable precaution to insure the survival of relocated trees. Replace non -surviving individual trees with equal canopy. 1. Any loss of plant materials due to the negligence of the Contractor shall result in the replacement of the material at no cost to the Owner. Said plant material shall be replaced with the same species of equal size. 2. Contractor shall not be responsible for the replacement of lost materials due to "acts of Providence", theft, vandalism, or for reasons out of the control of the Contractor. C. Warrant trees, shrubs, and groundcovers for 1 year and sod for 90 days after final completion and the satisfactory conclusion of the maintenance period. Any planting that fails or dies within that period shall be replaced and replanted immediately without expense to the Owner, The Contractor shall not be held responsible for losses beyond his control arising from "acts of Providence"; acts of vandalism, or loss arising from documented neglect by the Owner to properly care for planting after final completion. D. Make periodic reviews of the planting, at no extra cost to the Owner, during the warranty period to determine what changes, if any, should be made in the Owner's maintenance program. Proposed changes shall be submitted, in writing, to the Owner and, jointly by copy, to the Engineer. E. At conclusion of the 1 year and 90 -day warranty periosts, the Owner will make a construction review to determine the condition of planting and sodding. plants or sort that have died or, in the opinion of the Owner, are in an unhealthy or badly impaired condition for reasons other than vandalism, "'Acts of Providence", or documented neglect by the Owner, shall be replaced by the Contractor as soon as possible, except that replacement will not be required in any season definitely unfavorable for the kinds of plants involved.. 02900-5 40 4W 4D K. At the conclusion of the work, the Contractor shall thoroughly clean all of the pipe by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If, after this outlet cleaning, obstructions remain, they shall be removed. After the pipe is cleaned and if the groundwater level is above the pipe, or following a heavy rain, the County will examine the pipe for leaks. If defective pipes or joints are discovered at this time they shall be repaired by the Contractor. L. Upon completion of the work, the sewer system or selected sections therein shall be subjected to a final test and inspection. All work in the system or sections therein being tested shall be complete, cleaned, and ready for use. Tests shall be as specified herein and shall meet all requirements as to line, grade, cleanliness, infiltration, exfiltration, and workmanship. M. Inspection of mains shall be by use of a self-contained television system and tamping. These facilities shall be provided and operated by the Contractor as specified below: The Contractor shall provide the County with videotape recordings, on VHS forrnat, of the interior of all main line gravity sewers 8 inches in diameter and larger. The tapes shall be contained in an approved. cartridge -type container. The tapes shall be recorded by pulling a television camera through the line along the axis of the pipe. The television equipment shall consist of a self-contained camera and a monitoring unit connected by a coaxial able. These recordings shall be done during the inspection of the mains. Monitors shall be available to the Engineer and Owner during these inspections. Monitors shall also be provided with a "Polaroid" type camera so that, as may be requested by the County, photographs will be made of a particular portion of the main being viewed. The tapes shall be properly exposed and the camera shall be in proper focus so that good, clear recordings showing detail are produced. Tapes shall be identified by audio recordings noting the manhole numbers, distances to service lateral connections, direction of lateral connection, and any leaks, cracks or pipe detects. Each cartridge shall be clearly marked as to the contents and number, with an index of all cartridges. Videotapes of the completed mains shall be delivered to IRCDUS. The Contractor shall provide any assistance required by the County to assist the Engineer with visual inspections. END OF SECTION 02660-S CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY, FLORIDA SHOOTING RANGE - BUILDINGS IRC BID NO.. 2050 COUNTY PROJECT NO. #9629B PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA FRAN B. ADAMS, CHAIRMAN CAROLINE D. GINN, VICE CHAIRMAN COMMISSIONER KENNETH R. MACHT COMMISSIONER RUTH STANBRIDGE COMMISSIONER JOHN W. TIPPIN JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY K. BARTON, COUNTY CLERK TERRENCE P. O'BRIEN, ACTING COUNTY ATTORNEY JAMES W. DAVIS, P.E., DIRECTOR OF PUBLIC WORKS G. SEAN MCGUIRE, P.E., PROJECT ENGINEER Public Works Department Capital Project Division 1840 251 h Street Vero Beach, Florida 32960-3365 (561)562-8000 40 M rte- INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 9629B PROJECT: Shooting Mange - Buildings CONTRACTOR: William Glover, Inc. 286 N. Babcock Street Melbourne, FL 32935 DATE OF ISSUANCE: August 1. 2000 ITEM DESCRIPTION OF CHANGE OTY, UNIT UNIT PRICE PRICE Kin PRICE INCREASE DECREASE c,ftmydocuments1Shoot ng Rangelchangeorderl Page 1 of 2 E1 ri INDIAN RIVER COUNTY, FLORIDA 0 CHANGE ORDER NO. 1 PROJECT NO: 9629B ORIGINAL CONTRACT PRICEITIME CURRENT CONTRACT PRICEITIME AS ADJUSTED BY PREVIOUS CHANGE ORDERS PROJECT: Shooting Range - Buildings NET CHANGE IN CONTRACT PRICEITIME THIS DUE TO THIS CHANGE ORDER NEIN CONTRACT PRICEITIME INCLUDING THIS CHANGE ORDER NEW CONTRACT COMPLETION DATE ENGINEER'S RECOMMENDATION $609,24$.71 120 DAYS $609,246.71 120 DAYS ($102.256.14) -U- DAYS $506,993.57 120 DAYS To 'Be Specified with N -T -P I have examined the above changes. They are necessary to satisfactorily complete the Contract. The price ch n s are easonable and I recommend that the changes be mane. 7 ENGINEER DAVE CONTRACTOR'S APPROVAL I agree that the above changes in said Contract, in accordance with Specifications for the price changes shown, are satisfactory.. r� CONTRACTOR—' DATE ACCEPTED BY: INDIAN RIVER COUNTY, FLORIDA Ina71flive Cn Approved A_"IZI CHAIRMAN 'Fran D. Adams Legal 7L" } u0gcrl W�FCL Ayiust t , 2QO ,.DATE BCC Approved c:Imydocuments\Shooting Rangelchangeorder1 Pane 2 of 2. 40 • CA INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 9629E CONTRACTOR: DATE OF ISSUANCE: August 1, 2000 ITEM DESCRIPTION OF CHANGE NO. PROJECT: Shooting Range - Buildings William Glover, Inc, 236 N. Babcock Street Melbourne, FL 32935 QTY. UNIT UNIT PRICE PRICE PRICF INCRFARP nFnRFAgF 2 Delete storage room at Shotgun Range; 1 LS $15,854.56 ($2,000.00) change specification for roof decking to be regular Tj -11 and CDX plywood 3 Delete 1 target throwing machine, and 1 LS $34,130.92 ($4,235.00) make all machines battery powered 5 Delete storage room at Pistol Range; 1 LS $42,132.72 ($3.210.00) change specification for roof decking to be reaular-11 andDPlywood 6 Delete P.A. System at Pistol Range 0 LS $0.00 {$2,283.12} 7 Delete storage room at Rine Range, and 1 LS $57,481.96 ($3,200.00) change specification for roof decking to be regular T1-11 and CDX Plywood, 8 Delete P.A. System on Rifle Range 0 LS $0.00 ($2,283.12) 9 Delete Video System on Rifle Range 0 LS $0.00 ($5,108.40) 10 Reduce specifications for Pre -Fabricated 1 LS $65,126.36 ($18,538.00) Modular Building components_- 12 Delete Water Service 0 LS $0.00 ($48,361.32) 13 Delete storage room at Airgun Range; 1 LS $18,354.72 ($1,824.00) change specification for roof decking to be rgaular Tj- 1 and CDX plywood 27 Delete Barbed Wire Fencing 0 LF $0.00 ($5,990.67) 29 Delete Electrical Service Connections at 1 LS $25,430.24 ($18,070.00) Shotgun and Air un Ranges 38 Save sales tax by purchasing materials 1 LS ($4,400.00) ($4,400.00) directly from suppliers 39 Add potable well system to serve the 1 I -S $17,248.49 $17,248.49 office/bathroom buildikq_-_— -_- _ i I I - - - -$17,248.49 ($119,503.63) NET CHANGE IN CONTRACT AMOUNT ($102,255.14) c: mydocumentslShooting Rangelchangeorderl Page 1 of 2 INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT NO: 96298 PROJECT: Shooting Range - Buildings ORIGINAL CONTRACT PRICE/TIME CURRENT CONTRACT PRICEr IME AS ADJUSTED BY PREVIOUS CHANGE ORDERS NET CHANGE IN CONTRACT PRICE/TIME THIS DUE TO THIS CHANGE ORDER NEIN CONTRACT PRICEITIME INCLUDING THIS CHANGE ORDER NEW CONTRACT COMPLETION DATE ENGINEER'S RECOMMENDATION $609,248.71 120 DAYS $609,248.71 120 DAYS [$102,255.14] -0- DAYS $506.993.57 120 DAYS To Be Specified with N -T -P I have examined the above changes. They are necessary to satisfactorily complete the Contract. The price changes ar reasonable and I recommend that the changes be made. t� e ENGINEER DAT CONTRACTOR'S APPROVAL I agree that the above changes in said Contract, in accordance with Specifications for the price changes shown, are satisfactory. CONTRACTOR DATE 1dl ty prayed >7ale NDIAN RIVER COUNTY, FLORIDA �rlminl�trallnn tisk NMI anageme Pu6lk Works appal rrojeds CHAIRMAN DATE Page 2 of 2 C-) 40 E-1 TUN -26-2000 04.47 -64--4 IM - 6a2y- 7y?i�e ADDENDUM No.1 TO T14E CONTRACT DOCUMENTS AND SPECIFICATIONS'F INDIAN RIVER COUNTY'S OR SHOOTING, RANGE -BUILDINGS PROJECT NO. 962913 BID NO. 2050 ; TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM sets forth changes and/or information as refere is hereby made a part of and should be attached to nced and ntracthe Subject C'refere Documents. Receipt of this ADDENDUM should be acknowledgdd on the fast Page of the Bid Proposal: 1.01 AdV�Rrw In line 1 of paragraph 1, strike -out the bid date of "Wednesday, June 28" and replace with "Thursday, July 60". Strike -out Item No. 15 for Airgun Range Equipment. This Item is not included in the Laid. Revise the Section Number provided for -FLAGPOLES' in t�a Fable of Contents to be 10350. Strike -out "AIRGUN RANGE EQUIPMENT SECTION 114$" from the Table of Contents and Cemove that section completely from "the hook. This item Is not included In the bid. June 26, 200o Addendum No, 1 r Page 1 of 4 P.01/05 C-1 JUN -26-2999 94:47 1.05 TECHNICAL SP i .FSIFI+��.S,_,'S�ECIK1NM_1.2_Eage 08 10 In paragraph 1.05 WARRANTY, A.1. strike -out "the life of i0stallation' and replace with " 1 year after installation". 1 -06 -TE .9 b00a_ In paragraph 1.09 WARRANTY, strike -out "6 year" in line 51and replace with "1 year'. 1.07 Sheet Cy5,_Qetait A Add "or P.T.° to the notation for the 6" DIA. post. Ina Sheet (' , F N1 DATI� JP AN° Add tyre notation'NEW 4" HIGH STENCILED NUMBER (TY'P.), 4" behind the firing line and centered on the firing paint." 1.09 Sbael G-8- STORAC ; Change all notations for riga' cement fiber board siding to be.5/160. -8 STOR tions - Change all notations for wood doors to be 36" woad door. "L11 -Sheet CIA - Delete detail reference to Detail 5, for Handicapped Parking. This item is not included in the bid. ; 1-12 Sheet .-10. Cross -out the 200 YARD CULVERT DETAIL, Detail 7, and write 'NOT 1N CONTRACT over it. This Item is not included in the bird. F 4 Cross -out the TYPICAL. BACKSTOP SECTION, Section D, and TYPICAL June 25, 2000 Addcendurn No. 7 I Pa0e 2 014 P.02/05 LI 1<�1 JUN --26-2000 04:4? SIDS; BERM SECTION, Section E, dthem. These items are not included in the write !N CONTRACT" over 1.14 Sheet C--1�.�Ct311 1Q� Replace this detail with the attached, revised detail, showin '/a" P.T. B/C plywaad, over %" steel plate or X" P.T. plywood over 6/®" P.T. T1.11 Plywood, attached by ate" x 3%" lag screws at 4' O.C.. Add the notation "NEW 4" HIGH STENCILED NUMBER P. the shooting bench, 4" forward of the firing line and centered on the firing painted n paint." 1J-6-MQ0LC-1a- RIFT �' :SI -P Add the notation "2' x 8' (Typ.)" and add an arrow to the horizontal member shown running from the front edge to the back edge of the tench. tMF FS?1tt�!_ ear"n a F. Add the notation `NEW 4- HIGH STENCILED NUMBER (TYP.), painted on the shooting bench, 4" forward of the tiring line and centered on the firing Point.* Change all notations for sle cement fiber board siding to be 116". a �. R.�G�ontTRn� i Rnnnnd��,� Change all notations for wood doors to be 36" wood door. ' 1-2 QhL2L6�L Add the notation 'NEW 4" HIGH STENCILED NUMUER (TYP.), painted on the shooting bench, 4" forward of the firing line and centered on the firing point.' June 26, 2aRa Addendum rhe. 1 Pogo 3 6f 4 P. 03/05 40 C-1 C] JUN -26-2000 64.46 Changs all notations for I/V cement fiber board siding to be'6116" )M FleMjUQ=- Change all notations for wood doors to be 36" wood door. P. 04/e5 Correct the misspelling of "Tounge" and write "Tongue", also add *(Typ.)' to all references for "Pea Gravel". 1 4 Sh S .��.�F�`Tt .fit IN and DETAII �'�- Correct the misspelling of "?ounge" and write "Tongue", als6 add "(Typ.)" to all references for "Pea Gravel". ; -11.25 Sheet.-? D- l T Cross -out the notation for "1 x 12 P.T," where it "Covers Steel" and replace with h(4) 2 x 12 P.T.". i 1 j AddendUm No. 1 Pque 4 of # _ a I JUN -26-2000 04:48 (A �20 Lij 41 I P.05/05 TDTP[- P.05 if CL (A �20 Lij 41 I P.05/05 TDTP[- P.05 TABLE OF CONTENTS Bio PACKAGE Advertisement for Bids Instructions to Bidders Bid Proposal Bid Bond Statement on Public Entity Crimes Sworn Statement on Disclosure Of Relationships Sworn Statement Linder Florida Trench Safety Law Information Required of Bidders CCSNTRACT FORM Agreement Performance Bond Payment Bond Sample Certificate of Insurance Final Payment Application for Payment Shap Drawings/Catalog Cut Submittal GENERAL CONDITION SUPPLEMENTARY CONN 1ON5 TECHN1CAL3MC1 tQAT1OIV5 APPENDIX Geotechnical Deport Permits - IRC Land Clearing 98090044`003 IRC Tree Removal 98090444"004 IRC Wetland Resource ##98090044'005 SJRWMD ##4 -061 -0174G -ERP ACOP= #199804088 (IP -IS) AB 1-2 IB 1-7 BP 1-7 BB 1-2 S 1-3 SS 1-2 T 1-2 O 1-2 A 1-3 PB 1-4 PB 1-4 Cl 1 FP 1 AP 1 SI] 1 GC 1-36 SC 1-4 TS 1A 16A { 'I ;i C�] 40 C-1 lefmpfione: 15611567-8000 BOARD OF COUNTY COMMISSIONERS 1840 25th Street, Vero Beach, Florida 32964 ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2:00 PM on Wednesday, June 28, 2000. 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 "SHOOTING RANGE • BUILDINGS". All bids, either mailed or walked in, will be received by the Purchasing Division, 2625 l9th Avenue, Vero Beach, Florida, where they will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 P.M., of"the day specified above, will be returned unopened, IRC BID #2050 SHOOTING RANGE - BUILDINGS INDIAN RIVER COUNTY PROJECT 119629B All material and equipment filrnished 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 -Works mens 18. AO ?5.th Street_ Vcrn ,Baa — Elorida 32960 (561)567-8000 ext. 510 ar 381 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 CQLINIY_. in the amount of FORTY DOLLARS ($40.00) for each set, which represents cost of printing, handling, and mailing and which is non refundable. All bids shall be submitted in d plicate on the Bid Proposal forms provided within the specifications. A BID R( hQ 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%u) of the total amount bid, made payable to Indian River County Board of County Commissioners. In the event t11e 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 Perfonnance Bond and Payment Bond. If the Bidder fails to do so, he shall forfeit the said Bid Bond as liquidated damages. 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 cause/or to accept the laid that, in its judgement, will serve the best interest of Indian River County, Florida. A D V ERTISF,M FNT FOR BIDS AB -5 A Pre -Bid Conference meeting will be held on Tuesday, June 20, 2000 at 2:00 PM, in the first floor Conference Room "B" of the Indian River County Administration Building located at 1840 25th Street, Vero Beach, Florida 32960. INDIAN RIVER COUNTY By: Fran Boynton -Powell Purchasing Manager For Publication in the Vero Beach Press Journal Date(s): Monday, June 5, 2000 June 12, 2000 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 2625 19th Street Vero Beach, FL 32940 i AJVERTISEMt NT FUR BIDS AS -2 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 terns "Successful Bidder" means the lowest, qualified, responsible Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. 2. Copies of Aid inq Documents 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 Advertiscment 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. Qualifications a(Bidde 3.1 To demonstrate qualifications to perform the Work, each Bidder roust 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 three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. d. The Bidder's superintendent and assistants must he qualified and experienced in similar projects in all categories. C. Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located. 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. INSTRUC IONS To BIDDERS 18-1 a 11 NXII I I 411'1 O, Vw- 4.1, Before submitting a Sid, ach Bidder trust (a) examine the Contract Documents thoroughly; (b) visit the site to familiarize himselfwitb local conditions that may in any manner affect cost, progress or performance of the Work; (c)familiarize himself with federal, state and local Jaws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work; and (d) study and carefully correlate Bidder's 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 his own expense, make such additional investigations and tests as the Bidder may deem necessary to determine his 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 perforined, rights-of-way for access thereto and other lands designated for use by Contractor in perforining 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 tenns and conditions for peri'orrnance of the Work. All questions about the meaning or intent of the Contract Documents shall he 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. G. )fid Se� 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, treasurer's check or bank draft of any national or state bank or a Bid Bond(on the form 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 has executed the Agreement and furnished the required Contract Security, whereupon it will be retu,`ned; if the successful Bidder fails to execute and deliver the Agreement INSTRUCTIONS TO BIDDERS 16.2 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 fumished or the sixty-first day ager the Bid opening. Bid Security of other Bidders will be returned within sixty days of the Bid opening. 7. C 11 rlet Time The number of days within which, or the date by which, the Work is to be completed (the Contract Time) is set forth in the Bid Form and will be included in the Agreement. S. Liquidated Dines It is understood and agreed that if the project is not completed within the contract time, the County will apply liquidated damages. The amount of damages is set forth in the Bid Form and will be included in the Agrccmcnt. The damages will be deducted from monies due the Contractor, not to exceed the total contract price. 4. Substitute Material and Fnt1irmcnt 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 -equal" 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 not 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. 10. Su ontraciors,=. 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 Clay of the Rid 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 tNSTRUCt'TONS TO BIDDERS IB -3 or organization so listed 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. 10.2. In contracts where the Contract Price is on the basis of Cost -of -the -Work plus a fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing, to Owner those portions of the Work that such Bidder proposes to subcontract and atter the Notice of Award may only subcontract other portions of the Work with Owner's written consent. 10.3. No Contractor shall be required to employ any Subcontractor, other person or organization against whom he has reasonable objection,. 11.1. The Bid Form is attached hereto; additional copies maybe 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 Ora 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, 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, 11.5. All names must be typed or printed below the signature. I L& The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be Filled in on the Bid Forrn). 11.7. The address to which communications regarding the Bid are to be directed must be shown. 11.8. All supporting information requested in the Bid Form must he furnished. Do not leave any questions or requests unanswered. �ilfT �r S1 1 IMPF 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 rail or other delivery system, the scaled envelope shall tN4'rRucr1ONS M BIDDERS It3-4 41111110 be enclosed in a separate envelope with the natation "Bid Enclosed" on the face thereof. 12.2. The successful Bidder will be responsible for compliance with all applicable safety- related Federal and Slate statutes and regulations, including, but not limited to, the OSHA excavation safety standards, 20 C.F.R., Part 1926, Subpart P -Excavations, Trenching and Shoring, which are adopted by reference of the newly -enacted Florida "Trench Safety Act", Section 553.60 et. Seq., Elorida Statutes, 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). 13.1. Bids maybe 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. 13.2. if, within twenty-four hours after Bids are opened, any Bidder tiles 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. Bids will be opened publicly. When Bids are opened publicly they will be read aloud, and an abstract of the amounts of the baso. Bids and major alternates (if any) will be made available after the opening of Bids. 15. Bids to Remain i)17eu 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 returrt the Bid Security prior to that date. 16.1. Owner reserves the right to reject any and all Bids, to waive any and all informalities and to negotiate contract terns with (lie 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. INSTRUCTIONS TO BIDDERS 18-5 _.c LI16.2. In evaluating Bids, owner shall 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. 1t 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(inciuding 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. 16.1. 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 other persons and organizations to do the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. 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, responsible Bidder on the basis of the Total Base Bid. 16,7. If th6 contract is to be awarded, Owner will give the Successful Bidder a Notice of Award within sixty days after (lie day of the Sid opening. 17. Perfnrniance and Other Bond,, Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to performance and payment Bonds. When the successful 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. i ;;- i„fer�reRatign oLih�,ppro imx_atc C3�latltiiies The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on time 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 P quantities, nor shall time 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. EX=Uti an of chnhraa 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: INSTRUMONS TO BIDDERS RS M-6 99 a. Agreement b. Performance Bond(If required) c. Payment Bond(If required) d. Certificate of Insurance 20. EAit U F TO l=XEiJTFCONTRACT Should bidder to whom the contract has been awarded refuse or fail to complete the requirements of Article 19 above within ten (1 U) 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. INSTRUCTIONS TO BIDDERS IB -7 40 G7 i B® PROPOSAL INDIAN RIVER COUNTY SHOOTING RANGE - BUILDINGS IRC BID #24542026 COUNTY PROJECT #9629H Proposal 'William Glover, Inc. (Bidder's Name) 286 North Babcock ST„ Melbourne, Florida. (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 called for by said plans and IN specifications, in the manner prescribed therein, in accordance with the Contract Documents and to the standards of quality and performance established by the County, for the unit prices stated in the spaces herein provided, for each of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decr=c and for the purpose of bid comparisons for determination of low Bidder. It is further understood that payment will be in accordance with quantities placed in the construction as more specifically provided in the Instruction to Bidders and Technical Specifications included as part of the Contract Documents. 1. 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 execute the Contrset and to f rni[4h[rtdi.2n River CnunJy a Perftraance Band n sn 2mnuntCqMa 1 5% of the contract price and a PayMentEkMd In an 2mounteg�al to IINI°f. tsf th ontrae+ ' mice 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 $50,004. 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 witltin one hundred and twenty (124) calendar days as BID PROPOSAL BP -9 O i 40Mspecified hi the Agreement between the owner and the Contractor. 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 (5100.00) 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 this 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 only 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 SP -2 40 i r Indian River County Shooting Range - Buildings Project No. 962913 Itemized Bid Schedule (Exhibit "A" to Agreement) Item No Descri tion Quanti Unit Unit Price Extension 1 Mobilization and General Conditions I LS $33,026-40 $33,026.40 2 Shotgun RanLe Firing Line Cower 1 LS '$17,854,56 $17,854.56 3 Shotgun Range Target Thro%Ning Machines l LS $38,365.92 '$38,365.92 4 Ground Water Monitoring Well 2 EA 5432.00 $864.00 5 Pistol Range Firing Line Cover l LS 545,342.72 $45,342.72 6 Pistol Ran a P.A. System 1 LS $2,283.12 $2,283.12 7 Rifle Range FiringLine Coyer i LS 560,681.96 $60,68L96 8 Rifle Ranee P.A. Svstern l L5 I S2,283.12 52,283.12 9 Rifle RanLe Video System 1 LS 55,108.40 $5,108.10 10 Prefabricated Modular Building i LS $83,664.36 $83,664.36 11 Septic Tanks stem 1 LS $14,283.00 $14,283.00 13 Water Senvice, 3" to V lines 1 LS 548.361.32 $48,361.32 13 Airgun Range Firing Line Cover i LS $20,178.72 $20,178.72 14 Fencing, Wooden, 10' hi h 121 LF 1 $57.24 57,097.76 15 Airgun RanLe ui m_ent 1 LS NIA 50.00 16 Archery Range Firing Line Cover 1 LS 53,633.12 S3,631 1'_ 17 Concrete Walk_ wav 1614 SY $26.44 $42,674.16 18 Target Holder 65 EA 'S3 L23 $2;029.95 19 overhead Baffle 1222 LF 552.53 564,191.66 20 Ground Baffle ?0.5 LF S131.60 $2,697.813 21 Combination Baffle 255 1 LF 1 $69.69 $17,770.95 22 Sip, Wooden2 EA 52,991.60 55,983.20 23 Fencing:, Chain Link, G hi rh _ 557 1_F Si 1.28 56.282.96 24 Gate, Double Leaf, Chain Link, 8' Wide 2 EA $270.00 $540.00 25 Fencing,Farm 3194 LF $4.64 $14,820.16 26 Gate, Double Leaf, Farm, 24' Wide 2 EA $313.20 '$626.40 27 Fencing, Barbed Wire - 2313 LF $2.59 $5,990.67 28 Siun, Metal I EA $756.00 5756.00 29 Electric Service Connections 3 EA $14,500.08 $43,500.24 30 Live Oak, 2.5" cal., 10'-12' tall 40 EA 5248.40 59,936.00 31 Cabbage Palm, 14'-16', hurricane cut 18 EA 5159.84 $2,877.1' 32 Ma *Hoffa, 2.5" cal., 10'-12' tall 3 1 EA I 5588.60 $1,765.80 33 Red Maple, 2.5" cal., 10' -IT tall 5 EA '$237.60 $1,188.00 34 East Palatka Holly, 2.5" cal., 10'-iT tall 3 EA 5286.20 $858.60 135 Sod, Bahia 224 SY $1.94 $434.56 36 Seed, Bahia 1 LS $1,296.00 $1,296.00 notal Base Bid =1 $609,248.71 BID PROPOSAL BP -3 4D 4M !tem t.t_ riiranrrtv i Tnif i inif Prirn Fxtrncinn Al rovide Super Trap Bullet Containment 150 LF $998.77 $149,814.90 I l rsystern on Pistol Range 25 -yd. Backstop 14 nclude cost for sheet metal facing. 22 Dedication and Range Rules signs. A2 Provide SuperTrap Bullet Containment 225 LF $1,000.38 $225,085.50 3 System on Rifle Range 100 -yd. and 200- d.. Backsto s A3 Substitute EME concrete modular building 1 EA $157,725.00 S 157,725.00 for orefabricated modular buildin A-1 Provide 25 -font Flay le 3 EA $970.18 $2,910.53 1 otal Auematesl aos�,�sa_ys "Iota! Combined Bid 51,144,784.64 Pay Item footnotes 2,5,7, 13,16 Include costs for lights, fans, benches, fire extinguishers, water coolers, dry ►yells, acid all other otherwise not individually itemized items to provide a complete building with the features sho%4ii on the drawing;. 3 Concrete pads are included in the quantityfior concrete walkways 9 Include cost of concrete poles. I l include cost oFsewer pipe from building to tank. 14 nclude cost for sheet metal facing. 22 Dedication and Range Rules signs. 23, 2527 Include cost of 4% 5% and 6" single leaf Bates in the unit price of the fencing. 28 ,COLD RANGE._" si m on back of Dedication sign _ 35 Include cost of fertilizer and t►atedru, in the unit price of the Vassing. 3 linclude cost of fertilizer and watering in the unit price of the assin _ BID PROPOSAL 8P-4 40 40 40 '+ ACCONVANYP-'IG T IUS PROPOSAL 1S "bidders bon+cr' (Insert the ward(s) "cash", 'bidder's bond", or "cenified check", as the. case may be, payable to WDIAN RJ VEIL COUNTY.) The undersigned deposits the above-natned 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 with 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 proposals as principals are as follows: (NOTICE - If bidder or ot)w interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager lhereof, if a co -partnership, state true name of firm, also names of all individual co-pamm composing firm; if bidder or their interested person is an individual, slate first and cast names in full,) 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: CGC-008546 Bidder hereby acknowledges receipt of the following addenda: No. 1 (one) date 6-26-00 No. date No. date No. date No. date No. date No. date No. date NOTE: If bidder is a corporation, Ute 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 trate 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 partnership, the names of the general partners and special partners. Signature of Bidder: ' William Glover President H)PROPOSAL na.�; C-1 40 L-1 BID BOND KNOW ,ALL MEN BY THESE PRESENTS, that we WILLIAM GLpVER TNC . _ as Principal, and RLI INSURANCE COMPANY as Surety, a Corporation duly organized under the Laws of the State of IOjgh its principal offices in the City of PEORIA and authorized to do business rn the State of Florida are held and firmly bound unto IN)i N RIVER COUNTY hereinafter called the OWNER in the penal sum of FTVE PERCENT QF THE AtR�IItIT Dollars ($ 5% );lawful money of the United States, amounting to 5% of the total bid price, for the payment of which sum well and trulybe made, we bind ourselves, our tars, and successors, jointly and severally, firmly by these presents. ''Phe condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated JUNE 2$ , 2000 , for the construction of SHOOTING RANGE - BUILDINGS IRC BID 0 2050 IRC Project 99624E NOW, THEREFORE, if the Principal shall not withdraw said bid within th6 period of time set forth in the contract documents, and shall within ten (10) calendar days after the prescribed forms arc presented to hire for signature enter into a written contract with the OWNER in accordance with the bid as accepted, and if the Principal shall give the required bonds with good and sufficient sureties for the faithful performance and propel fulfillment of such contract and for the protection of laborers and material men, or in the event of the withdrawal of said bid within -he ;e ods specified, or the failure to enter into said contract, and give such bonds within the time specified, if the Principal shall within sixty (60) days after request by the OWNER pay to the OWNER the difference between the amount specified in said bid and the amount for which the OWNER may procure the required work if the latter amountbe in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. It is further agreed that if the M',,'ER is required to initiate legal proceedings to recover on this bond, it may also recover its costs relating thereto i,-..: _`_-.:g a r.wscriable amount for attorneys' fees. IN WITNESS WHEREOF, the above -bounden parties have executed this instrument under their several seals this day of JUNE 27 , 2000, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. BID 130ND BB -1 40 O i WITNESSES (if individual) WILLIAM GLOVER, INC. PRINCIP,AJ, BY By 7� Title ' ATTEST (if corporation) Title, Corporate Sea, Any claims under this bond may be addressed to: Name and address of Surety 1810© IEFFERSON PARK ROAll�STE lOG Dame and address of agent or representative in Florida if different from above Telephone number of Surety and agent or representative in Florida AtIPa EBURG xPS OH 44130 BROWN & BR0", , INC. P.O. BOX 2412 DAYTONA B£ACtt, FL 32115-2412_ (904) 252-9601 440-816-0994 (SURETY) n ATI F.5T Corporate Seat BID DONS BS -2 [-> 40 +�ouzdy alai" i s :=Q 9025 W Lindb&gh Dr, • Peoria, IL 61615 POWER OF ATTORNEY Know All Men by These Presents. BOND NO. SSB- 279754 That this Power of Attorney is not valid or in effect unless attached to the bond which It authorizes executed, but may be detached by the approving officer if desired. That RLI INSURANCE COMPANY, an Illinois corporation, does hereby make, constitute and appoint Don Brarnlage, Jimmy W. Henderson• James R. Hall, Jointly or Severally in the City of Daytona Beach State of Florida its true and lawful Agent and Attorney•in-Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the fotlowing described bond. Any Performance or Payment or Labor and Material or Maintenance or Supply or Did Bond providing the bond penalty does not exceed Five Million Dollars [55,000,000). The acknowledgement and execution of such bond by the said Attorney -m -Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI INSURANCE COMPANY further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Instance C-Dmpany, and now in force to -wit: "Ail bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the company by the President. Secretary, any Assistant Secretary, Treasurer, Vice President, or by such other officers as the Board of Directors may authorize. The President. any Vice President. Secretary and Assistant Secretary, or the Treasurer, may appoint Attorneys -in -Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity or any bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." JBlae shaded area above indicates authanticily) IN WITNESS WHEREOF, the RLI Insurance company has caused these presents to be executed by its President with its corporate seal affixed this Ist day of January . 1999. puuiirk+'Air .. +01 ��.i�i rid-• e Rt11NSCk.I}CF;CO!tf'ANT a qP OR4�. .� `•G ••d3v ~ SEAT, A L President State of nhnois County of Peoria` Z CERTIFICATE On this 1st day of January , 1999 before me, a Notary Public, personally appeared 1r i h n i who being by me duly sworn, acknowledged that he signed the above Power ufAttorney as the aforesaid officer oftheR[A INSURANCE COMPANY and acknowl- edged said instrument to be the votuntay act and deed of said corporation. p, » aa7'�J'h! ' ► Notary Public 'OFFICIAL SEAT" CYt3 HIA 5. DORM NOTARY PUIIUC. STATE OF ILLINOIS MY CGNvlfwtt WN EXPIRES U2124102 1, the undersigned officer ofRLI Insurance Company. a stockcorpora. lion of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable[ and further- more, that the Resolution of theCompany as set forth in the Power of Attorney, is nowinforce. In testimony whereof, [have hereuntosel my hand and the seal of the RLI Insurance Company this 27TH day of _JUNE , 2000 . RLI INSURANCE COMPANY fly: President SPAD IS 1IJ991 4D C-1 4D STATEMENT OF PUBLIC ENTITY CRIMES This .form is a sworn statement under Section 287.133(3)(a), Flarida S arae S, on public entity crimes and most be signed in the presence of a notary public or other officer authorized to administer oaths.. 2. This sworn statement is submitted with Bid No. 2050 for Shooting Range -Buildings This sworn statement is submitted by William Glover, Inc. (name of entity subm tang sworn iwement) 286 North Babcock St., Melbourne, Florida 32835 whose business address is applicable) its Federal Employer Identification Number (FEIN) is 58-2300274 , (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn 3 My name is William Glover (please print name of individual signing) and my relationship to the entity named above is President 4. 1 understand that a "Public Entity Crime" as defined in Paragraph 287.133(1)(g), Plod Statutes, means a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity or with 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 "comicted" or "conviction" as defined in Paragraph 286.133(l)(b), Florida Slatutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any Federal or State trial court of record relating to charges brought by indictment or information a[icr July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(i')(a),F1ari a Stattrt, 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 public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The 6 ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. STATEMENT OF PUBUC ENTITY CRIMES r� s -t O A person who knowingly enters into a joint venture with a person who has been. convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e),F1orid ,SLa etec, 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 bid 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 these 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, executives, 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 list. [Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Bearings. 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 vendor list.. (Please attach a copy of the final order.) 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.) (signature) (date) STATE OF Ror tctci COUNTY OF _ &Q -,v r.; STATEMENT of PUBLIC ENTITY CRIMES S•2 dw 4w VERNALLY APPEARED BEFORE ME, the undersigned authority, who, [ ILL— A)i1k%rAM t L2 . Cr la j e f after first being (name of individual signing)sworn by me, affixed hi0mr-signature in the space provided above on this '+- � day of ,2004. NOTARY PUBLIC ew amu, c KAAr" a k *MY cprmtisum cc73M51 9wN__J'ExOwAM21.29o2 commission expires- f42 z. 0 9 f, GV00 A- ST ATEMENT OF PUBLIC ENTITY CFUMES S-3 C_j 40 C> •:l a ►� 1► i'; M •► I 97 ali : ► L/ f t_0M • i 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._2S?5IL for 2. This sworn statement is submitted by: William Glover, Inc. business address is: 288 N. Babcock St. Melbourne Identification Number (FEIN) is 59-2300274 and (if applicable)its Federal Employer (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement .) 3. My name is William Glover and my relationship to the entity named above is President 4. 1 understand that an "affiliate" as defined in Section 105.08, Indian River County Code, means: The term "affiliate' includes those officers, directors, executives, partners, shareholdtrs, employees, rtxmbcrs, and agents who are active in the management or she entity. 5. i understand that the relationship with a County Commissioner or County employee that must be disclosed is as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in•lax, daughter-in-law, son-in-law, brother-in-law, sister•in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent or gtastdchild. 5. 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, have any relationships as defined in Section 105.08, Indian River County Code, 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 arc active in management of the entity have the following relationships with a County Commissioner or County employee: STATEMENT ON DISCLOSURE SS -1 4D CI 4W Nem of„�s Ff�liaty Blame of County CCMMiesinner LIr l nr CMD10Y[E None A.f� , (Signature) (date) STATE OF Florida COUNTY OFneva The foregoing instrument was acknowledged before me this _ _ Ch- day of ,2000, by tfj-,L ti— ` l o r � f , who is personally known to me as identification. NOTARY PUBLIC Sill: pri [e4M N'c7 ^fy.u. ri Stats of Florida at large My Commissioner Expires: A,,% - I V ,.Jc (Seat) ,-P"- t�. Jtx%c Kaltman * ** p7pn CCi3b8S1 STATEMENT ON DISCLOSURE SS -2 A 11 SWORN STATEMENT UNDER THE FLORIDA TRENCH SAFETY ACT THIS FORM 1141JIST HE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ("BIDDER"), OR ITS AUTHORIZED REPRESENTATIVE, IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS. 1. This Sworn Statement is submitted with the Bid No. for Shooting Range - Buildings (Nu or i'tuject, and Concnct No. or Designaiion, etc.) 2. This Swom Statement is submitted by William Glover, Inc. (legal r=x of entity suhmining swom statement) hereinafter "BIDDER",business address is 286 North Babcock St•, Melbourne. Florida 32935 BIDDER'S Federal Employer Identification Number (FEIN) is %2300274 3. My name is William GLover and my relationship (pnnt narrx of tnd+vidual signing) to the BIDDER is President of/for the BIDDER William Glover, Inc. (Position or We) I certify, through my signature at the end of this Sworn Statement, that I am an authorized representative of the BIDDER. 4. The Trench Safety Standards that will be in effect during the construction of this Project are contained within NIA (refer to the applicable Florida Statutes) and/or OSHA Regulations) and include the "effective date" in the citation(s). Reference to and compliance with the applicable Florida Statute(s) and/or OSHA Rcgulation(s) is the complete 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 to review or check the BIDDER'S compliance with the trench safety standards_ 5. The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards and agrees to indertmify, defend and hold harmless the OWNER and ENGNTEER, 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 (525.00), which the OWNER agrees is paid on behalf of all parties indemnified herein above. d. The BIDDER has allocated and included in its bid the total amount of $ —0— , 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: The determination of the appropriate methods) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER and TRENCH TrATEMEN''T r -i C-] i C-1 ENGINEER shall have no responsibility to review or check the BIDDER'S compliance with the Trench Safety Standards. ' 7. The BIDDER has allocated and included in its bid the total amount of $—_ basad on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method(s) of compliance on this Project: The determination of the appropriate method(s) of compliance is the complete and sole responsibility of the Excavation. Contractor. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose. The OWNER - and ENGINEER shall have not responsibility to review or check the BIDDER'S compliance with the Trench. Safety Standards. 8. The BIDDER, in submitting this bid, represents that it has obtained and considered all available geotechnical information, has utilized said geotechnical information and that, based on such information and the BIRDER'S own information, the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER'S compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the project. BIDDER By (Si re) osition or Ti4e] (Date) SWOP,N TO AND SUBSCRIBED before me this day of ig2000. My Commission Expires. ' py—k I sal c , a ' ut�sz NF ry Public f Judith C Kawkn& q *_,*MY Conrribudn CCr2363t r„ �ePinBi AM 21.2002 TRENCH STATEMENT T-2 i 40 • * . 10 GENERAL INFORMATION REQUIRED OF BIDDERS THE UNDERSIGNED BIRDER GUARANTEES THE TRUTH AND ACCURACY OF ALL STATEMENTS AND ANSWERS HEREIN CONTAINIM. FAILURE TO COMPLY WITH THIS REQUIREMENT MAY BE CONSIDERED SUFFICIENT JUSTIFICATION TO DISQUALIFY A BIDDER. ADDMONAL SHEETS SHALL BE ATTACHED AS REQUIRED. Submitted with the Bid No. , 2D50 for, Shooting Range - Hnilrlin$s. - --- - I. Contractor's NamelAddress William Glover, Inc. 288 Babcock SL ■� Melbourm, Florida 32935 I 2. Contractor's Telephone & FAX Numbers: Phone: 3211253-2517 1 Contractor's License _--_CGC-_0 x W 3452 I0 4. Number of years as a Contractor in construction work of the type involved in this contract: 1 30 Years IN S. What is the last projed of this nature that you have completed? We have compefed similar woad framing projoM Id6. Have you ever sailed to complete work awarded to you; if so, where and why? No III 7. List the names and titles of all officers of Contractor's fvm: Is William Glover - Preskkknt William Ward - Senior Efffirnador Patricia Glovw- Vice President Jesse V Msloff- Superintendent Id 8. Name of person who inspected site or proposed work for your firm: Name: Wiliam CloverDate of Inspection: June 15, 2000 William Ward Jude 24, 2000 NOTE: If requested by the County, the Bidder shall Furnish a notarized fuunciW statemrmt, refm=es and OCT information, taift`ucientiy comprehensive to permit an appraisal of his cu rent fimacw coaditim By Wiliam Gt O%*Mewerit {Pomwide) (Due) I r QUE$l't(}NNAME LIST OF SMCON7RACI'ORS The Bidder WILL list below the name and address of each Sub -Contractor who will perform work vender this Contract in excess of one-half percent of the total bid pricer 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. Submitted with the Bid No. 2050 for Cheating Range -_Site Work l 2 3. E! 5 i'►'UMY1�wlYi f- �liYrt�CSiYltr QUESTIONNAIRE Q-2 1 M:Eoigtojganm 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 Drawing/Catalog Cut Submittal SD 1 40 1,. AGREEMENT INDIAN RIVER COUNTY, FLORIDA SEIOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9623B THIS AGREEMENT made and entered into on the ftrfFa,14day of 2000, by and between William Glover. Inc. 2$6 N. $abc� Street Melbourne Florida 32935 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. 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: SHOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9629E 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 twenty (1.20) 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. 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: :1 Numerical Amount $609.248.71 Written Amount Six Hundred Nine Thou and Two Hundred Fogty Eight Dollars and Seventy-QDs Cent 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 acceptance and approval for final payment. Article 5 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the 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. 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 40 F] 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 Band in an amount equal to 125% of the Contract price 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 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 2000 16«' 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, cashier's check, irrevocable letter of credit or a security as listed in Part 11 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 otherwise required. Performance and Payment Bonds 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. (Contractor) Signed and sealed by the Contractor in the presence of: '" JuddhCKaurmarrn Q*Mr cGrnrn 3aioo ccn5a51 M ExPftSApOl21, 2002 Attes _ Y �'.rn ►�.., (Seal) INDIAN RIVER COM �J� Attest Fran B. Adams, Chairman fret' K. a3.ton, C erk Dated:ir8 d I. L J r i L� DEPARTM ME APPRO AL Adrninisv4w �7DATE Budgcl � r %fir Legal ;c � Risk Wrragewfll ICG rD PUW Wo" De"' D vabn Bead DerStan CHANGE RIDER To be attached to and farm a part of Bond NoS M-15 executed by MMM-01wAln,sa as Principal, RLI insurance Company as Surety, in favor as Oblige. In consideration of the mutual agreements herein contained tho Principal find the Surety hereby consent to cn c >!n and u t; From: $609,248.01 To., S761,560.01 Nothing herein contained shall vary, alter or extend any provision or condition of this bond except as herein expressly stated. Signed, sealed and dated this 2M day of A suet. 000. Dan Bramlege AttomcyIn-Fact w & Resident Agent Fd WdO.e+;170 OM? Os '6nci C3 M • W G 0% Fd WdO.e+;170 OM? Os '6nci i 40 A o) �, r THE AMERICAN INSTITU-1j: OF ARCHITECTS rv I THE REconnS OF w JEFFREY K BARTON i CLEnK CInCUIT COURT k�o INDIAN nlVEn CO., FL & r BOtID 140: SSB -279775 +ILA UnCUmcn: rA3 ! 2 Performance Bond CD 0 Any sin GWlar r(:ference to Contract(i, Surcl}; Owner brother I)arly 511, 11 be considerer! Mural v.r.�re aRt!fic�t)Is. -'a CONTRACTOR (Nome and Address). SURETY (Norse and Principal Place Ousiatcss): of WILLIAM CLOVER, INC. _W RLI INSURANCE COMPANY 286 NORTH BABCOCK ST. rn 9025 H. LINDBERGH DRIVE MELBOURNE, FL 32935 PEORIA, IL 61615 (321)253-•2517 (440)816-0999 OWNER (Mame and Address).- ddress):INDIAN INDIANRIVER COUNTY BOARD OF COUNTY COMNISSIONERS ��R� �Q 2625 19TH AVENUE I•:�� c�..� x.r..,.,� VERO BEACH, FL 32960-3335 CONTSTRUCTION CONTRACT Date: AUGUST 2, 2000 Amount: $609,248.01 'r Ocscriplion(NameandLocotion): IRC BID 2050/SHOOTING RANGE, BUILDINGS W � DEPARTIEJT OF PUBLIC WORKS BOND CID Date (Not earlier Ilion Construction Contract U-ite): AUGUST 14, 2000 Amount: 609, 248.01 Modifications to this 0011d: None 6D Sce &p 3 cn CONTRACTOR AS PRINCIPAL Company: SURETY (Corporate seat) Co WILLIAM GLOVER, INC. mpos}°: RLI INS TRANCE FSPAHY _,;`'+ r� SigltatRr[e, .... Sir,! , tur Name and tdlc 1471sre grid Title: DON B ILAGE� •-� � 4�'4'PT-0� C R (Ilrfy additional signatures appear on page 3) '�" :• .. �. Q�yN��AGE �• ffO,RFNFORMATIONONLY —No me,JlddrCss arrdTefcllllvnC) AGENT'or()ROKER: OWNER'S REPRESENTATIVE (Architect; Eifgineer or. q;lter BROWN 6 BROWN, INC, party): PO BOX 2412 A TRUE Copy DAYTONA ,BEACH, FL 32115-2412 CEPMACA'CBNONLASTFMgj (906) 252•-9601 J K$AFITQN,C{ UVLIUMtr+r A]II • PcAr(7R&LANCC ftOnl3 -10 V-0,I(r,r i rr,r� • t r ., I t [ r Tru t•rr rn ,.uti r: �------r• 40 4D INDIAN RIVER COUNTY, FLORIDA SHOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9629B PERFORMANCE BOND 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 bind ourselves, our heirs, executors, administrators and assigns, jointly and severally, for the faithful performance of a certain written contract, dated the of '2000, 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 indemnify 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, if 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 frcm the performance of the said work, repair or maintenance thereof, or the manner of doing the same, or his agents or his servants, or the infringements of any patent rights by reason of the use of any material furnished or work done, as aforesaid or otherwise. PERFORMANCE 13C)ND PS - 1 40 C> +� AND, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the ten -ns of the Contract or to the work to be performed thereunder or the Specifications and Drawings accompanying the same, shall in any way affect its obligations on this Bond, and It does 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 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. WHEN THE aR11` CIPAL tS AN t al ID l,A : Signed, sealed and delivered in the presence of. Witness Signature of Individual Address Printed Name of Individual Witness Address WHEN IHE PRI1C]PAL_1. UNDES_A IBAIDE NAME: Signed, sealed and delivered in the presence of.- Witness f:Witness Mame of Firm Address Signature of Individual Witness Address PERFORMANCE BONT.� PB - 2 111 4D ik***k**A*ffA*fffkf**fk#*kARARR****f}ikk**#R****#**fff**MR**k#ff WHEN TH.B PRI , Signed, sealed and delivered In the presence of: Witness Name of Partnership — 13Y: (SEAL) -- Address Partner Printed name of Partner Witness Address WHEN-THE PRINCIPAL IS A C-ORPORATIOIV: Attest; Secretary Name of Corporation BY (Affix Corporate Seal) Printed Name Official Title GER UELGAIE AS TO CQREQRATE eel CIP L Icertify 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 f 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. Secretary PERFORMANCE BOND PB - 3 TO BE EXECUTED BY COR,P0RA_ =1 RM: Attest: Secretary Corporate Surety Business Address BY: (Affix Corporate Seal) Attorney -In -Fact Name of Local Agency Business Address Telephone 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 attomey-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of theCONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to be for me this day of , 2000, My Commission Expires: Notary public, State of Florida PERFORMANCE BOND PB - 4 F-1 40 THE AMERICAN IN511TUTE OF ARC1-IITECTS ATRIJ CQP`f JCERT.. BIA{TON�CRN ON KTAST RAGS i Z BOND NO. SSB -279775 AIA (?acumen( A312 Payment Bond Any Si)1gu13r rC(Crence to Conlractu, Surely. Owner or ulhcr party 5hall be Considered plural wltCre applicable. CONTRACTOR (Name and Address): SURETY (Nance and Principal Place of Business): WILLIAM GLOVER, INC. RLI INSURANCE COMPANY 286 NORTH BABCOCK ST. 902.5 N. LINDBERGH DRIVE MELBOURNE, FL 32935 PEORIA, IL 61615 (321}253-2517 (440)1316-0999 OWNER (Name and Address): INDIAN RIVER COUNTY BOARD OF COUNTY C010IISS1ONCRS 19TH AVENUE yy2625 gip C© TS RUCTION CON WILT' 3 335 Dale: AUGUST 2, 2000 Amount: $609,248.01 -- Description (Name and Location): IRC BID 2050/SIIOOTING RANGE BUILDINGS W DEPARTMENT OF PUBLIC WORKS --r- BOND CID Dale (Not earlier than Constfvclion Cunlract Dale): AUGUST 14, 2000 Amount: $609,248.01 Modifications to th!5 Band: ❑ None (21 5ce Page 6 CJ7 CONTRACTOR AS PRINCIPAL SURETY � Company: (Corporate Seal) Company: orporale Seal WILLIAM GLOVER, INC. ' Signalurc:.�, RLI INSIRANCE PAN _ Name and Title: S)goTEn4 r . Namc and I isle: DON RWILAGE; AT7 f4.,. ^j[j-VA,1 ' (Any additional signatures appear on page 6) K. • '=� �' Yi`! '' i•'I}J�: •=..' '"- 9 •.. ,.�f {S� Oso '-; (FOR INFORMATION ONLY-- Nante, Address and Tefepfrone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Archilecl, Engfr cef $r 6thr BROWN 6 BROWN, INC. party)' PO BOX 2412 '- DAYTONA ?EACH, FL 32115-2412 (904)252-960L M AIA 00CUMENT A)12 • 1'iRFOtr,I NC[ GOND ANE) PAYMENT ITOND - U[C1MI6ER I$IId (D. • AIA r1 THE AMERICAN INSTITUTE OF ARLMI(CTS. IY)S NEW YORK AVE.. N.W. WA519NGTCNI, Vt. ?(W9 A312-1701 4 40 C-3 40 INDIAN RIVER COUNTY SHOOTING RANGE - BUILDINGS COUNTY PROJECT NO. 9629B PAYMENT BOND 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 100% 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 , 2000, 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 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 with labor, material and supplies, used directly or indirectly by the said Principal or any subcontractor in the prasecution 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, who 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: 7 1. Unless claimant, other than one having a direct contract with the Principal, shall within I ' 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 ii look to this bond for protection. i.i 2. Unless claimant, or other than one having a direct contract with the Principal, 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. �6 PAYMENT BOND PFS - 1 0 4D 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 Ina 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 sum 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 value 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 Poliicyholder's rating of "A" and Financial Size Category of Class "X". 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 , 2000, 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. WHEN -THE PRING1P-6L IS AN INDIVIDUAL Signed, sealed and delivered in the presence of: r" Witness Address r� Witness Address 4 N' Signature of Individual Printed Name of Individual PA 1 MEN 1 BOND Pe - 2 • f,. r WHEN -THE PRINCIPALIS A SALE PROP-RIETORSHI'E UNDER A TEAR NAME QR OPERATES Signed, seated and delivered in the presence of: Witness BY- Dame of Partnership Address (SEAL) Partner Witness Printed Name of Partner Address ##*#kR##k###k!#R#R**RR#f*f***RR***RRf#*#####!##RR***Rff#####*k** Signed, sealed and delivered in the presence of: Witness Dame of Partnership BY: SFAI Address Partner Witness Printed Name of Partner Address ###k#*RRRf*kf#*k###kR##RRffff#*RRRR*#!!##RR*ff*###!!##f!####R#*# WHEN THE PRINCIPAL IS A GC3 EogAZJON: Attest: Secretary Name of Corporation BY (Affix Corporate Seal) Printed Name Official Title aa�•_ PAYMENT BOND PB - �L• 3 40 4W L-1 CERTIFICATE AS TO C013P€ BATE PRINCIPAL 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. Secretary ecretary Corporate Surety Business Address By: (Affix Corporate Seai) Attorney -In -Fact Name of oval 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 atfomey-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 Diver, Florida. Subscribed and Sworn to before me this day of , 2000, Notary Public, State of Florida My Commission Expires: PAYMENT BOND PB - 4 C-] 40 4D CERTIFICATE OF INSURANCE This certifies that 0 STATE FARM FIRE AND CASUALTY COME"ARMY, 131cotninglon, Illinois D STATE FARM GENERAL INSURANCE COMPANY, Oloominglon, Illinois ,res the following policyholder for the coverages Indicated below: Name orpollcyholder WILLIAM GLOVER, INC. Address or policyholder 286 N BABCOCK ST MELBOURNE, FL 32935-6717 Location of operations Description of operations policies fisted below have been Issued to the policyliolder for tire policy periods shown. The insurance described in these policies is sbbieCt to all the terns exclusions. and conditions of llinSe nnllcii:.S T lie fimils of nahilily Shnwn nrnv Iinvo- hoon rnrri irnri by nnu nniel ninlrne POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD Effective Date Explrallon Date - LIi'i6ITs OF LinE3iLiTY at beginning of poifcLEE!Rd Comprehensive BODILY INJURY ArtD 98 -CF -2507-4 BusfnessLiabilit 05/17/00 05/17/01 PROPERTY DAMAGE I Insurance fnctudes: Products -Completed Operations Contractual Uabilily [] Underground Hazard Coverage Each Occurrence $ 7 , C7� nitn ❑ Personal Injury Advertising Injury General Aggregate S 4-000. QDQ Q Explosion Hazard Coverage Products - Completed ® Collapse Hazard Coverage Operatfons Aggregate b 2,. 0DD _ M General Aggregate Limit applles to each project EXCESS LIABILITY POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE Effective Date Ex Iratlon Date (Combined single Limit) d Umbrella Each Occurrence $ _ IC] Other A gregate $ _ Part f STATUTORY Part 2 BODILY INJURY Workers' Compensation and Employers Llability Each Accident $ Disease Each Employee $ Disease - Policy LfrnB $ rOUCY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY _ Effective Date Expiration Vale at beginning or eolley period) ,B and of County Commissioners Norris and Address of Cerdlleete Holder T")IAN RIVER COUNTY KIN POWELL PURCHASING DIRECTOR 2b25 19TH AVE .VERO BRACH FL 32960 tU A4 s 2-90 Pdriled In U.SA it any or tree described poIJC1e5 are canceled before its expiration dale, State Farm will try to mail a "Hen notice to the certificate holder 30 days before cancellatford If, however, we fail to mall such notice, no obligation or liability MI be Imposed on State Farm or its agents or representatives. 1IIF. POLY_-IES4F RJSUnAIXE LVStrm f1CLLIW IIAVF- PE1,11 ISS91.T' FU 110. ItISURF-1) Ilms111 AIt+JtE IJQ(WIfll^,IARRrI;, AIIY REOUTIEMLNT, lEftld On COI#11111117 CH AIIY CV411mC1 Ott ntiifIt WCUIJI NI Y11Rf rIESI'EC:I 16 V011KII RIPS r_f 111111CAIF P.IAY HE ISS?JF-11 ^II MAY PFRIAIAI, TIFF 1115Uf1ATfCE AFFOI If"" TTY "IE POI FC I('*a III-;r_IUtlFl1 IIf-RElli IS ,IJkJf Cf 1`0 All 1111 1f f1I,T: fY,!°l U�f!'+II;All{l rrq.RI11.JI.S F`+IJCtES AGGREGAIE LI -ITIS SI IGVJII MAY IIAVF 11'FLI! RI- IItICI (I I I e VAID CI,A II,IS Ns_n POLIS:T If FCI YIVE rO• c:r EYf"^1HUP( LTR TYI'F OF INSURANCE POLICY NUr,IOER ;pa1L IMMIDU1rT), "DAfE IMPetDOtrY)_ _ _ _ UMIiS -" --••- ^ -- - GENERAL LIABILITY ,-�--- EArIIUY,Cllllrl!•el*'F.— s CWfAERCIALf3EN 111, A'8R.ITY I . . . . . . . . ----- .... . MILD EXP IAn.Yvmepefea.,) IS -.- ���.` —• - PERSONAL A ADV INJURY 11 �GENERALAOOnEGAVE �I II GENA° AODREO AIE L IMIT APR.IES PEM FR O D UC t S • CO MP V (PI A CI O 1 -- AC:_UI CERTIFICATE OF LIABILITY INSURANCE •� ,Y _-- - _-_ - - - - _I __ -411 (Eammonl) 11115 CERI1FIGh1E IS ISSUED A5 A MJ1AilER OF IHFORMATIUN ALL OWNEDAUIOS ImGDUGER 'j?ruoVI1 & Brown, IIiC . - McILi3-,L)1'I1T' ONLY AND (OHFERS NO TIMMS UPUR TIIE CERTIFICATE 1 §767 N. Wickham Rte $L111 1(}C1 IIGLUEn. TMS CERIIFIC:AIE DOES NOT AMEND, EXTEND UR (Pe person) Q ALTER 111E COVERAGE AFFORDED BY INE POLICIES BELOW. Melbourne, FL 32940-2024 --- �407 757-8686 ret accident) INSURERS AFiOl101NGCOVERAGE Ll "VU FD INSUnEnA-Employers„ Advocate s arL Glover Inc (Per accldenl) 286 N Babcock Street NSUnER O Melbourne, FL 32935 INSUREn C, g 1 OW6q PHA" EA ACC Nl4UPIEnn INSUREn E: S EXCE68LIABILITY MVF AAnFS 1IIF. POLY_-IES4F RJSUnAIXE LVStrm f1CLLIW IIAVF- PE1,11 ISS91.T' FU 110. ItISURF-1) Ilms111 AIt+JtE IJQ(WIfll^,IARRrI;, AIIY REOUTIEMLNT, lEftld On COI#11111117 CH AIIY CV411mC1 Ott ntiifIt WCUIJI NI Y11Rf rIESI'EC:I 16 V011KII RIPS r_f 111111CAIF P.IAY HE ISS?JF-11 ^II MAY PFRIAIAI, TIFF 1115Uf1ATfCE AFFOI If"" TTY "IE POI FC I('*a III-;r_IUtlFl1 IIf-RElli IS ,IJkJf Cf 1`0 All 1111 1f f1I,T: fY,!°l U�f!'+II;All{l rrq.RI11.JI.S F`+IJCtES AGGREGAIE LI -ITIS SI IGVJII MAY IIAVF 11'FLI! RI- IItICI (I I I e VAID CI,A II,IS Ns_n POLIS:T If FCI YIVE rO• c:r EYf"^1HUP( LTR TYI'F OF INSURANCE POLICY NUr,IOER ;pa1L IMMIDU1rT), "DAfE IMPetDOtrY)_ _ _ _ UMIiS -" --••- ^ -- - GENERAL LIABILITY ,-�--- EArIIUY,Cllllrl!•el*'F.— s CWfAERCIALf3EN 111, A'8R.ITY I F IRE DAMAGE lAny pne Ire] S _ CLAIMS MAOE9-' OCCUR I MILD EXP IAn.Yvmepefea.,) IS -.- ���.` —• - PERSONAL A ADV INJURY 11 �GENERALAOOnEGAVE �I II GENA° AODREO AIE L IMIT APR.IES PEM FR O D UC t S • CO MP V (PI A CI O 1 i PO'LICYI I, I. � LOC AUTOMOBILE LIABILITY �COM$INEU $THOLE LIP ANY AUTO -411 (Eammonl) - ALL OWNEDAUIOS BODILY INJURY 1 SCHEOULEOAUICS I (Pe person) I HIREOAUTOS BODILYINJUAY 1 NON•OWNEOAUTOS ret accident) Ll PmarEnIY DAMAGE s (Per accldenl) OMIIIAGE LIABILITY T ALK Of1LY- EAACCICEN fI I 1 ANY AUTO g 1 OW6q PHA" EA ACC 1 AUTO DIN.Y APR S EXCE68LIABILITY EACII OCCURRENCE I _ i OCCUR :CLAIMS MAOF AOO REOATE J. OEOUCTIBLE RETENTION S I f A WORKERS COMPENSATION AND '07WCrL9204913 01/01/00 01/01/01 x 11Wcln:tti++is l2A EMPLOYERS"LIAWLITY I �E.L.EM1CIIACCI(lEN1 .. 1100, 000 I !!! I E.L.UI5EASE-EAEKAPLOYEE 100,000 11 E. L. DISEASE -POLICY LIQ IPJ 00 000 E OTI4ER I ',fESCRIPT(ONOFOPERATIONSILOCATIONSIYEHICLES)EXCLUSIONSAI)OEU UYFNUORSFMENffSpECIALI'ROWSIONS Board of County Commissioners SIIOULOANYOPT(EABOVEOESMREOPOLPCIESRECANCELLEOBEFOFETHEE76•lVL" j Indiati River County DAIETIIEnEOP,T(IEISSVINGINSUnERWILLENDEAVORXOMAILI 0 DAys WRTtEN (Fran Powell Purchasing Director NO11c:ETO lie CEnTFICATEFIgLOERNAMtO10Tf£LEFT. BUT FAILURETODQSOSIt{LL 2625 19th Ave. IMPOSE NOODLIOA11ON OR LIABILITY OF ANYISIND UPON THE INSURERITSAGENISOR Jeno Beach, FL 32960 f1EPAESENTATIVES. I AUTO IOR12E D ALPRE SE N IQz' 1COAD26•S17r91)1 of 2 084097 MM2 - 0 1988 FINAL PAYMENT CONTRACTOR STATE OF FLORIDA COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths, comes , who on oath says: That he is the Contractor with whom Indian River County, Florida, a political subdivision of said state, did on the day of , 2000, enter into a contract for the performance of certain work, more particularly described as follows: SHOOTING RANGE - BUILDINGS County Project #f 9629E 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 directly employed by such contractor have been paid in full EXCEPT: i'+iam DescriptiQn Amount who have not been paid and who are due the amount set forth. WITNESS: (Corporate Seal) (Contractor) I By: Subscribed and sworn to before me this _ day of 2000. Attest: 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 I have no claims against the owner of said property. Contractor FINAL PAYME*J'r FP- 1 0 0 INDIAN RIVET{ COUNTY, FLORIDA APPLICATION FOR PAYMENT NO.— PROTECT NO: 9629E ACCOUNT NO: PROJEC'T:, SHOOTING RANGE - BUILDINGS CONTRACTOR NAME/ADDRESS: APPLICATION DATE: FOR PERIOD ENDING k31T.VOR91riCol 01 110)7Ni Original Contract Price $ Materials Stored $ Net Change Orders $ (Attach dclailed schedule and paid invoices) Current Contract Price $ Total Word/Materials to Date $ Work to Date: Less 16% Retainage $ Under Original Contract $ Sub Total $ Under Change Order $ Less Prior Payments $ Percent of Work Completed to Date-----% BALANCE DUE THIS PAYMENT $ �, Cnntra .tore Gertifica�{tp The undersigned CONTRACTOR hereby certifies that all items and amounts on the face of this application for payment are correct; that all work has been performed and/or materials supplied in full accordance with the terms and conditions of the contract. The underaibmed CONTRACTOR hereby swears under penalty of perjury that (l) ail previous progress payments received from the OWNER on account of work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with work covered by prior Applications for Payment under said contract, being Applications for Payment numbered I through inclusive; and (2) all materials and equipment incorporated 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 12000 (Contractor) BY: (Name/Titic) COUNTY OF INDIAN RIV1R STATE OF FLORIDA Before me this — day of , 2000, personally appeared known to me, who being duly sworn, deposes and says that (s)he is the of the CONTRACTOR above mentions; that (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: APPLICATION FOR PAYMENT AP - I SHOP DRAWINGICATALOO CUT SUBMITTAL 1BANSWITAL NO, DAM PROjF=jITI.Fp SHOMNORANGE -BUTI-DIN GS PRQJECI NO- 96291R ITEM DFSCRIPTIOM ERTME, CMTRACrORP SURCOMMAMR- MANIJFACTIJEF.R- CBPP LIER7 MANUFACTURER'S CATALOG NO DRAWING NO, - - If biuubmittal is a gubmilulaon pr a deviaion from the contract sperificamB& sublWilaLshall inClUdc infg=aWD-LequjECd by the General Cnndifipns� Altach stiffir'cnt mcs to thi., form to fidly comp . — (RESERVE THE SPACE BELOW FOR SHOP DRAWING REVIEW STAMPS) TACHTHIS PAGE TO EACH COPY OF THE SHOP DRAWINGS OR CATALOG CUTS SHOP DRAWINGS SD - 1 +1r im 40 GENERAL CONDITIONS -+ T T�+ l�OSD1 1 IOST �.7 !I - TABLE OF CONTENTS OF GENERAL CONDITIONS Article Number Title rap 1- DEFINITIONS ................ ........... ............. ...... ........ GC - I 2 - PRELIMINARY MATTERS .......................................................... GC -3 3 - CONTRACT DOCUMENTS .......................................................... GC -5 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS .............. GC -6 5 - BONDS AND INSURANCE .......................................................... GC -8 6 - CONTRACTOR'S RESPONSIBILITIES .......................... GC - 10 7- OTHER WORK ............................................................ . - - — 1. GC 18 8 - OWNER'S. RESPONSIBILITIES ..................................................... GC- 19 9 - ENGINEER'S STATUS DURING CONSTRUCTION .................................... GC -20 10 - CHANGES IN THE WORK ...................................................... I . GC -22 I I - CHANGE OF CONTRACT PRICE ................................................... GC - 23 12 - CHANGE OF CONTRACT TIME ................................................... GC - 26 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DErECHVE WORK ............................. GC -27 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ................................. GC - 29 15 - SUSPENSION OF WORK AND TERMINATION ...................................... GC - 34 16- ARBITRATION ..................... ............................................ GC -36 17 - MISCELLANEOUS ............................................................... GC -37 E-1 f GENERAL CONDITIONSARTICLE 1 - DFFi1VITi0N Wherever used in these General Conditions or in the other Contract Documents the following terms 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 CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment - The form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments 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, first, or corporation submitting a Bid Proposal for the Project. Change Order - A document recommended by ENGINEER, which is signed by CONTRACTOR and OWNER and authori7xs an addition, deletion or revision in the Work or art adjustment in the Contract Price or the Contract Time, issued on or after the Effective bate of the Agreement. Contract - The agreement executed by the OWNER and Bidder given the Award for the Project, including all Contract Documents. Contract Documents - Advertisement for Bids, Instructions to Bidders, Bid Bond, Bid Proposal, Statement on Public Entity Crimcs, Sworn Statement under the Florida Trench Safety Act, Information Required of Bidders, Agreement, Certificate of Insurance, Payment Bond, Performance Bond, General Conditions, Supplementary Conditions, Tecimical 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 Chit Price Work.) Contract Time - The number of days (computed as provided in paragraphs 17.2 and 17.3) or the date stated in the Agreement for the completion of the Work. Contractor - The person, firm or corporation with whom OWNER has entered into the 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 recommendation 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). Drawings - The drawings which show the character and scope of the Work to be performed and which have GENERAL CONDITIONS cc -1 0 0 been prepared or approved by ENGINEER and are referred to in the Contract Documents. Effective Date t#'the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. ENGINEER - Public Works Director dor his designee) Department of Public Works Indian River County, Florida 1840 25'" Street Vero Beach, Fl. 32960 Field Girder - A written order issued by ENGINEER which orders minor changes in the work in accordance with paragraph 9.5 but which does not involve a change in the Contract Price or the Contract Time. General Requirements - Sections of Division I of the Specifications. Laws and Regulations; Laws or Regulations - Laws, rules, regulations, ordinances, codes and/or orders. Notice 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 the 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. OWNER - 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 -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents, Resident Project Representative - The authorized representative of ENGINEER who is assigned to the site or any part thereof. Shop Drawing; - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for COM'RAC'T'OR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information 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, construetion systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto. Subcontractor - An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Subcontractor for the pr-rformance of a part of the Work at the site. GENERAL CONDITIONS GC - 2 Substantial Completion - The 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 accordancewith the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended, or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. Supplementary Conditions - The part of the Contract Documents which amends or supplements these General Conditions. Supplier - A manufacturer, fabricator, supplier, distributor, materialman or vendor Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, 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 petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. Unit Price Work - Work to be paid for on the basis of unit prices. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. Mark Directive Change - A written directive to CONTRACTOR, issucd on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER, ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.3 or to emergencies under 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 Carder following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided in parag=raph 10.2. Written Amendment - A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non - engineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. Aa�rirf.F z - p F_.I.?tvrilyARY Ms�'�'T'F;ItS 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. ies of Documents: OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. trnencement of Contract Time: Notice to Proceed: GENERAL CONDITIONS GC - 3 C-3 40 ! 23 The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed maybe given at anytime after the effective date of the Agreement. In no event will the Contract Time commence to run later than the seventy-fifth (75) day alter the day of Bid opening. Starting the Project: 24 CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run, but no Work shall be dote 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 and 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 the Contract Documents, unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. 2.6 Within ten (10) days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to ENGINEER for review; 2.6.1 an estimated progress schedule indicating the starting and completion dates of the 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 the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail 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 the time of submission. 2.7 Ten (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. Preconstruction Conference: 2.8 Within twenty (20) days after the Effective Date of the Agreement, but hefore CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, ENGINEER and others as appropriate will be held to discuss the schedules 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. Finalizing Schedules: 2.9 At least ten (10) days before submission of the first Application for Payment a conference attended by CONIRACTOR, ENGINEER and others as appropriate will be held to finali7c the schedules submitted in accordance with paragraph 2.6. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance will neither impose on ENGINEER responsibility for the progress or GENERAL CONDITIONS GC - 4 40 4D 40 scheduling of the Work nor relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for processing the submissions. The finalized schedule of values will be acceptable to ENGINEER as to form and substance, ARTICLE 3 - CONTRACT DOCUMEN'T'S: INTENT, AMENDING, REUSE Intent: 3.1 The Contract Documents comprise the 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 construed in accordance with the law of the place of the Project. 3.2 It is the intent of the 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 he 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 mean the latest standard specification, manual, code or Laws or Regulations in effect at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees from those set forth 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 9.15 or 9.16. Clarifications and interpretations of the Contract Documents shall be issued by ENGINEER as provided in paragraph 9.4. 3.3 If, during the performance 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 ciariEication from ENGINEER; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrepancy in the Contract Documents unless CONTRAC'T`OR, had actual knowledge thereof or should reasonably have know thereof. Amending and Supplementing Contract Documents: 3.4 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following; ways: 3.4.1 a formal Written Amendment, 3.4.2 a Change Order (pursuant to paragraph 141.4), or 3.4.3 a Work Directive Change (pursuant to paragraph 10.1). As indicated in paragraphs 1 1.2 and 12. 1, Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. GENERAL CONDITIONS cc - 5 3.5 In addition, the requirements of the Contract Documents tnay 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 interprctation or clarification (pursuant to paragraph 9.4). Reuse of Documents: 3.6 Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or burnishing 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 documents (or copies of any thereof) prepared by or bearing the sea] of ENGINEER; and they shall 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 fumish, 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 lands 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 Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands, right-of-way or casements entitles CONTRACTOR to an extension of the Contract Time, CONTRACTOR may make a claim therefor as provided in article 12. CON'T'RACTOR shall provide for all additional lands and access thereto that may be 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 in writing of any subsurface or latent physical conditions at the site or in an existing structure differing materially 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 the Contract Documents, and which could not reasonably have been anticipated by CONTRACTOR, a Change Order shall be issued incorporating the necessary revisions. GENERAI. CONDITIONS GC - 6 4D C1 !' Physical Conditions - Underground Facilities: 4.4 Shown or Indicated., The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site are based on information and data famished 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 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 tite 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 it) the Contract Price. Utilities: 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 of the 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 of the work from the records of the utilities with known facilities in the vicinity of the work. The position of these 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 pant 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 indicated or referred to in the Contract Documents. If such discovery is made, the CONTRACTOR shall promptly notify 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 GENERAL CONDITIONS GC 7 4W 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 (raffle 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 Points: 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 out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points and shall 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. ARTICLE - SURANER 5,1 Within ten (10) days ofreceipt 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 furnish 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 the surety writing the Performance and Payment Bonds becomes disqualified, then this shall automatically constitute a failure an the 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. In lieu of the Performance and Payment Bonds, the CONTRACTOR may furnish an alternative forth of security in the form of cash, money order, certified check, cashier's check, irrevocable letter of credit or a security as fisted in Part 11 of F.S. Chapter 625. Any such alternative form of security shall 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 completion and acceptance of the work. CONTRACTOR's Liability Insurance: 5.3 insurance - General: CONTRACTOR shall not commence work under this contract until he has GENERAL CONDITIONS ac - 8 obtained all insurance required 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 in effect until final payment and at all time thereafter when CONTRACTOR may be correcting, removing or replacing defective Work in accordance with paragraph 13.12. 5.3.1 Insurance Requirements: 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 ofinjury sustained by an employee(s) of the CONTRACTOR. 5.3.1.2 Commercial General Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: ■ PremiseslOperations • ProducWCompleted Operations * Contractual Liability * Independent Contractors 5.3.1.3 Business Auto Liability: Coverage shall provide minimum limits of liability of $1,000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: ■ 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 the 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 Subcontractors 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 and malicious mischief, collapse and water damage, and such other perils as may be provided in the Supplementary Conditions, and 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 professionals). If not covered under the "all 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 the 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 the 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 "Ail Risk" Insurance: CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed "Certificates of Insurance and insurance Endorsement" forms in the exact GENERAL CONDITIONS GC 9 4W format and working presented in these Contract D©r mrenis 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. "Board of County Commissioners, Indian River County Florida" will be named as "Additional Insured" an both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance. 5.3.2,1.2. The OWNER will be given thirty (34) 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 operation. 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 a least Class XI in accordance with the most current Best's Rating. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 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 perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of specific means, methods, techniques, 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 the Contract Documents. 6.2 CONTRACTOR shall keep on the 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 CONFRACTOR's representative at the site and shall have authority to act on behalf of CONTRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Materials and Equipment: GENERAL CONmi'I7ONS GC - 10 r 4D tl� 6.3 CONTRACTOR shall provide competent, suitable qualified personnel to survey and lay out the Work and perform 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 properly at the site or adjacent thereto, and except as otherwise indicted in the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's written consent ,given after prior written notice to ENGINEER. 6.4 Uniess 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 incidentals necessary for the furnishing, performance, 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 and equipment. All material and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents, but no provision of any such instructions will 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 9.15 or 9.16. Adjusting Progress Schedule: 6.6 CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) adjustments in the progress schedule to reflect the impact thercon 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" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required and to establish a basis for bidding. Unless the name is followed by words indicating that no substitution is permitted, substitute materials or equipment may be reviewed by Engineer if sufficient information is supplied by CONTRACTOR to allow Engineer 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 Worst 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 with 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 teplacement service will be indicated. The application will also contain an GENERAL CONDITIONS cc - 11 40 V 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 non -nal strop 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. C. 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 allow 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.I as applied by Engineer (and as may be supplemented in the General Requirements), 6.7.5. Engineer will be allowed a reasonable time within which to evaluate each proposed substitution. -Engineer will be the sole judge of acceptability and shal I have the right to deny use of any proposed substitution. The CONTRACTOR shall not order, install or utilize any substitution without either an executed Change Order or Engineer's notation on the reviewed shop drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR'S expense a special manufaeturcr's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR. Engineer will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is used, CONTRACTOR shall reimburse OWNER for the charges of Engineer and Engineer's consultants for evaluating each proposed substitute. 6.7.6. Substitute materials or equipment may be proposed for acceptance in accordance with these paragraphs (F.l through F.6). In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the OWNER and CONTRACTOR in equal proportions. This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. 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 not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable 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 other persons and GENERAL CONDITIONS GC - 12. LI or organizations, including those who are to famish the principal items of material and equipment, with a value in excess of $5,000.04. The list shall include the name and address of the Subcontractor, person or organization and a description of the services, materials or equipment to be supplied. 6.10 OWNER's or ENGTNEER'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 other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, to Which case CONTRACTOR shall submit an acceptable substitute; the Contract Price will be adjusted by the difference in the cost occasioned by such substitution and an 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 waiver of any right of OWNER or ENGINEER to reject defective Work. 6.11 CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the 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 CONTRACTOR'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 specifically 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 under policies issued pursuant to paragraphs 5.3. Patent pees and Royalties: 6.14 CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of OWNER or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by OWNER. in the Contract Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and anyone directly or indirectly employed by either of them from and against all claims, damages, losses 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 the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents, and shall defend all such claims in connections with any alleged infringement of such rights. k _ Permits: 6.15 Unless otherwise provided in the Supplementary Conditions, CON'TRACT'OR shall obtain and pay for all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, GENERAL CONDITIONS r GC - 13 40 in obtainidig such permits and licenses, CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of utility owners for connections to the Work, and OWNER shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. Laws and Regulations: 6.16 CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither OWNER nor ENGINEER shall be responsible for monitoring CONTRACTOR's 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, CONTRACTOR 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 accordance with the laws and Regulations of the place of the Project which are applicable during the performance of the Work. Use of Premises: 6.19 CONTRACTOR shall confine construction equipment, the storage of materials and equipment and J the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and casements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall take all precautions to minimize inconvenience to residents living adjacent to the construction site by maintaining 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 contiguous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work, CONTRACTOR shall 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 all 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. 6.2U During the progress of the Werk, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to _—w original condition all property not designed for alteration by the Contract Documents. GENERAL CONDITIONS CC - 14 MW 4W 6.21 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall CON'T'RACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger 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 4.4) in good order and annotated to show all changes made during construction. These record documents together with all reviewed samples and counterpart of all reviewed Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, samples and Shop Drawings will be delivered to ENGINEER for OWNER. 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 changes in the original Contract Documents made during construction of the project. 6.23 These requirements also supplement those of Article 14. Record documents shall be up-to-date and available for review by the resident project representative prior to each application for progress payment. Payment will not be made for construction of items not shown on the record documents. 6.24 Not less than two percent (2%) of the contract price shall be retained until 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 connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 6.25.1 all employees on 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 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 ofconstruction. 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 Subcontractor, Supplier or any other 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 lass attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone k employed by either of them or anyone for whose acts either of them 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 GENERAL CONDITIONS V GC - 15 Q 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 affecting 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 CONTRACTOR shall give ENGINEER prompt written notice that any significant changes in the Work or variations from the Contract Documents 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. Shop 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. All 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 CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the t submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 6.30 Before submission of each Shop 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. 6.31 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 made on each Shop Drawing submitted to ENGINEER for review of each such variation. 6.32 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 the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (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 GENERAL CONDMONS GC - 16 Cil 40 S 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 called for by ENGINEER on previous submittals. 6.33 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 time of submission as required by paragraph 6.31 and ENGINEER has 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. Continuing the Work: 6.35 CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.36 The CONTRACTOR shall hold harmless, 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 costs, losses, expenses, damages, attorneys' fees, and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of CONTRACTOR to faithfully perform the work and all of the CONTRACTOR's obligations under the contract. 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, slop notices, or lawsuits based thereon in which any of them is made a party. 6.38 In any and all claims against 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 furnish 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: 6.40.1 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 GENERAL CONDITIONS W - 17 dimensioned shall be as clarified by the ENGINEER. Work not particularly shown or specified shall be the same 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. file 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 arc not guaranteed to be complete. Related Work at Site: 7.1 OWNER may perform 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 CON'T'RACTOR 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 t 1 and 12. 7.2 CONTRACTOR shall 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 be required to make its several parts come together property and integrate with such other work. CONTRACTOR shall not 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 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 bctween OWNER and such utility owners and other contractors. 7.3 If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any suck other contractor or utility owner (or OWNER), CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure to report will constitute an acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or nonapparcnt defects and deficiencies in the other work. Coordination: 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 the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions, Unless GENERAL CONDITIONS GC - 18 C-1 f otherwise provided in the Supplementary Conditions, ncithet OWNER nor ENGINEER shall have any authority or responsibility in respect of such coordination. ARTICLE 8 - Q &NF.R'S RUMNSIBILiTiES 8,1 OWNER shall issue all communications to CONTRACTOR through ENGINEER. 8.2 In case of termination 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. 8.3 OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. 8.4 OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.10. 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 structures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8.5 OWNER's responsibilities in respect of purchasing and maintaining liability and property insurance are set forth in paragraphs 5.5 and 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. 8.8 In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13. 10, and 15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain circumstances. AII'I'jC1 - EN[:INEF,$'S-,'PTA'�'US DURING CONS 'RUCI'IM OWNER's Representative: 4.1 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 construction are set forth in the Contract Documents and 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 make exhaustive or continuous onsite inspections to check the quality or quantity of the Work. ENGINEER's efforts will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform 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 GENERAL CONDITIONS GC - 19 r 40 40 = and deficiencies in the 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 "Duties, 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: 9.4 ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the 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 unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article I I or Article 12. Authorized 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 involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTACTOR may make a claim therefor as provided in Article t 1 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 authority to require special inspection or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed. Shop Drawings, Change Orders and Payments: 9.7 In connection with ENGINEER's responsibility for Shop Drawings and samples, see paragraph 6.28 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 GENERAL CONDITIONS GC - 20 41� CA 40 a binding upon OWNER and CONTRACTOR, unless, within ten (10) 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: 4.11 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 11 and 12 in respect of changes in the Contract Price or Contract Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph which 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) days after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim.. 9.12 When functioning as interpreter and judge under 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 such 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 may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter. Limitations on. ENGINEER's Responsibilities: 9.13 Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGINEER in 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 Iike effect or import 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 furnishing 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 perforin 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 famishing any of the Work. GENERAL CONDITIONS CIC - 21 4D 40 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 Directive Change. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). 10.2 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. 10A OWNER and CONTRACTOR shall execute appropriate Change Carders (or Written Amendments) covering: 10.4.1 changes in the Work which are ordered by OWNER pursuant to paragraph 10. 1, are required because of acceptance of defective Work under paragraph 13.13 or correcting defective Work under paragraph 13.14, or are agreed to by the 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 lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in paragraph 6.35.. 10.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 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 expertise without change in the Contract Price. 11.2 The Contract Price 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 delivered by the party making the claim to the other party and to ENGINEER promptly (hut in no event later than thirty (30) clays) after the occurrence of the event giving rise to the claim and stating the general GENERAL CONDITIONS CC - 22 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 the claimant is entitled 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 CONTRAC'T'OR cannot otherwise 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 11.2. 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 lump sum or other unit priee(which may include an allowance for overhead and profit not necessarily in accordance with paragraph 11.6.2.1). l 1.3.3 On the basis of the Cost of the Work (determined as provided in paragraphs 11.4 and 11.5). 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 11.5: 1 t.4.1 For all labor and foremen (CONTRACTORS and subcontractors) in direct charge of the authorize operations, the CONTRACTOR shall receive the current local rate of wages, to be agreed upon in writing before starting such work, for each hour that said labor and foremen are actually engaged thereon, to which shall be added an amount equal to 15 percent (l S%) of the sum thereof which shall be considered and accepted as full compensation for general supervision and the furnishing of small tools and miscellaneous equipment used, such as picks, shovels, hand pumps, and similar items. 11.4.2 For all materials used (by CONTRACTOR or subcontractor), the CONTRACTOR shall receive the actual cost of such materials delivered at the site or previously approved delivery point as established by original reccipted bills. No percentage shall be added to this cost. 11.4.3 For special equipment and machinery (used by CONTRACTOR or subcontractor) such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment required for the economical performance of the authorized work, the {CONTRACTOR shall receive payment based on the agreed rental price for each 1 item of equipment and the actual time of its use on the work. No percentage shall be added to this cost. GENERAL CONDITIONS GC - 23 4D f l I AA ne CONT'RACTOR'S profit shall be computed by taking ten (10%) percent of the sum of items 11.4.1 (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 sum of items 11.4.1, 11.4.2, 11,4.3, and 11.4.4. 11 A.6 Records of extra work done, if any, shall be reviewed at the end of each day by the CONTRACTOR or his representative and at the discretion of the Engineer, duplicate copies 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 following: 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 other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 11.4.1 all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. 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 CON'T'RACTOR for delinquent payments. 11.5.4 Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the 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 supplied 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 CTOR'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 the 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 GENERAL CONDITIONS GC - 24 1.6.2.2 be the amount of the actual net decrease plus a deduction in CONTRACTOR's Fee by an amount equal to ten percent (10%) of the net decrease. When both additions and credits are involved in any one charge, the adjustment in CONTRACTOR's Fee shall be computed on the basis of the net change, 1 6.1 Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5, CONTRACTOR will submit in farm 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 Suppliers and for such sums within the limit of the allowances as may be acceptable to ENGINEER, 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 delivered at the site, and all applicable taxes; and 11.8.2 CONTRACTOR's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances. 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 CONTRACTOR on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Unit Price Work: 11.9 Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for ail Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times 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 11 if the parties are unable to agree as to the amount of any such increase. GENERAL CONDMON5 GC - 25 L'I 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 other party and to ENGINEER promptly (but in no event later than thirty (30) days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent 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 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 for 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 will be extended in an amount equal to time lost due to delays beyond the control of CONTRAC'T'OR 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 fres, floods, labor disputes, epidemics, abnormal weather conditions 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. 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 recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) for delay by either party. I1to0 - V 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 dcyecrive. Prompt notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article 13. 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 OWNER will retain and pay for an independent materials testing laboratory to accomplish certain tests. 'Tile only tests to be provided by the OWNER shall be the initial tests for density and thickness of backfill, stabilized subgrade, base course and asphaltic concrete surfaces, bearing value of stabilized subgrade; and Portland cement concrete cylinder tests. Subsequent tests required after the initial tests to verify compliance with the 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 the CONTRACTOR. The CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith and furnish ENGINEER the required certificates of inspection, testing or approval. CONTRACTOR shall also be responsible for and shall pay all casts in connection with any inspection or testing required in connection with 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 submitted for approval prior to CONI'RACTOR's purchase thereof for incorporation in the Work. GENERAL CONDITIONS CIC - 26 ao 13.5 All inspections, tests or approvals other 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) that 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 unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. 13.7 Neither observations by ENGINEER nor inspections, tests or approvals by others shall relieve CONTRACTOR form CONTRACTOR's obligations to perform the Work in accordance with the 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. 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 make 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 1 and 12. OWNER May Stop the Work: 1.3.16 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 Work: 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: GENERAL CONDITIONS GC - 27 13.12 If within one (1) year after the date of Substantial Completion er 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 nondefective 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 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 under this Contract shall be guaranteed by him against mechanical and physical defects, breakage, and other damages and failure, under normal operation, for a period of one (1) year from the date of final acceptance. All work or materials found to be defective from routine, normal operation within the specified guarantee period shall be replaced by the. CONTRACTOR at his expense. The period of guarantee of each such replacement shall be one year from and after the date of installation thereof. Acceptance of Defective Work: 13.13 If, instead of requiring correction or removal and replacement of defective Work, OWNER (and, prior to ENGINEER'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 evaluation of and determination to accept 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, architects, 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 I I. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER, OWNER May Correct Defective Work: 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 ENGINET,R in accordance with paragraph 13.11 or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven (7) days written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the 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 CONTRAC'TOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, access to the site as may be necessary to enable OWNER to exercise the rights and GENERAL CONDITIONS GC - 28 40 remedies under this paragraph. All direct, indirect and consequential costs of OWPIER in exercising such tights 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 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. 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 damaged by correction, removal or replacement of CONTRACTOR's defective 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. ARTI .. T4 - PAYMF '�,cj 't'(}S'['�Tti'TR�S�TLIR AND C'_'f,,��XLFI.FTfflM1i Schedule of Values: 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 on 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 oflen than once a month), CONTRACTOR shall submit to ENGINEER for review an Application for Payment filled out and signed by CONTRACTOR covering tate 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 shal l 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 tune of payment, free and clear of all Liens. Review of Applications for Progress Payment: 14.4 ENGINEER will, within ten (10) days after receipt of each application for Payment, either indicate in writing a recommendation of payment and present the Application to OWNER, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. Ten (10) days after presentation of the Application for Payment with ENGINEER's recommendation, the amount recommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. GENERAL CONDITIONS ac - 29 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 tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under paragraph 9, 10, and to any other quali fications 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 on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to ENGINEER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. 14.6 ENGINEER's recommendation of final payment will constitute an additional representation 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 15.2.1 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 a -c other items entitling OWNER to a set-off against the amount recommended, but OWNER must 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 date of Substantial Completion. There shall be attached GENERAL CONDITIONS GC — 30 ,.e i A M to the certificate a tentative last of items to be completed or corrected before finai payment. OWNER shall have seven (7) days after 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 concludes that the Work is not substantially complete, ENGINEER will within fourteen (1.4) 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 (14) days execute and deliver to OWNER and CON'T'RACTOR 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, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGMER's issuing the definitive certificatc of Substantial Completion, ENGINEER's aforesaid recommendations will be binding on OWNER and CONTRACTOR until final payment. 14.9 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utilization: 14.10 Use by OWNER of any 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 interference with CONTRACTOR"s performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 14, 10.1 OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONIRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially 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 any time request CONTRACTOR in waiting 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 the Work to determine its status of completion and will prepare a list of the items remaining to GENERAL CONDITIONS ac -ai be completed or corrected thereon before final payment. If CONTRACTOR 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 finalize the list of items to be completed or corrected and will deliver such list to OWNER, and CONTRACTOR together, with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, 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 and prior to Substantial Completion of such part of the Work, OIVNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3 No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of paragraph 5.21 in respect of property insurance. Final Inspection - 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 incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. Final Application for Payment: 14,12 After CONTRACTOR has completed all such corrections 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 acceptable (subject to the provisions of paragraph 14.16), CONTRACTOR may make application for final ,payment following the procedure for progress payments. 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) oral] Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER, CONTRACTOR may famish receipts or releases in full; an affidavit of CONTRACTOR that the releases and receipts include all labor, services, material and equipment for which a hien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER or OWNER's property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, CONTRAC'T'OR may furnish a .Bond or other collateral satisfactory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13 If, on the basis of ENGINEER's observation of the Work during construction and final inspection, and ENGINEER's review of the final Application for Payment and accompanying documentation -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 ten (14) days after receipt of the final Application for Payment, indicate in writing ENGINEER's recommendation 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 the ,provisions of paragraph 14.16. Otherwise, ENGINEER will return the Application to CONTRACTOR, indicating in writing the reasons for refusing to recommend GENERAL CONDITIONS GC - 32 final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty (34) days after presentation to OWNER of the Application and accompanying documentation, in appropriate form and substance, 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 recommendation of ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in paragraph 5.1, the written consent of the surety to the payment of the balance due for that portion of the Work fully 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 the 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 acceptability by ENGINEER pursuant to paragraph 14.13, nor any correction of defective 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 14.15). Waiver of Claims: 1 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 defective Work appearing after final inspection pursuant to paragraph 14.11 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 under 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. ART1 L 15 - SUSPENSION OWNER 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) days by notice in writing to CONTRACTOR and ENGINEER which will rix 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, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles I I and 12. GENERAL CONDITIONS r GC - 3.3 OWNER May Terminate: 15.2 Upon the occurrence of any one or more of the following events: 15.2.1 if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy 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 bankniptcy or insolvency; 15.2.2 if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of fling, 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 makes a general assignment for the benefit of creditors; 15.2.4 if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under 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 equipment or failure to adhere to the progress schedule established under paragraph 2,9 as revised from time to time); 15.2.7 if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 15.2.6 if CONTRACTOR disregards the authority of ENGINEER; or 15.2.9 if CONTRACTOR otherwise violates in any substantial way any provisions Dr the Contract Documents. OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven (7) days written notice and to the extent permitted by Taws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deern expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished, If the unpaid balance of the Contract Price exceeds 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 and arbitration costs) such excess will be paid to 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 ENGINEER and incorporated in a Change Order, but when exercising any rights or remedies under this paragraph OWNER shall not be required to obtain the 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 GENERAL CONDITIONS GG - 34 the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect and consequential costs {including, but not limited (o, fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs). Contractor May Stop Weak 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 submiticd, or OWNER fails for thirty (30) days to pay CONTRACTOR any sum finally determined to he 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 of the 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. ARTICLE 'LE - ARttii'Re r TCEN 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 for claims which have been waived by the making and acceptance of final payment as provided by Article 14, the claimant/objector (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 lie shall so advise Party A in writing within ten (10) days after receipt of Party A's notice. Notice by Party B that he 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 13 agrees to arbitrate, the arbitration shall be in accordance with the Construction Industry Arbitration Rules 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 time 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 Party 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 ifboth Party A GENERAL CONDITIONS GC - 35 40 LI 4b' and Fatty B agree to arbitrate. 16,6 The CONTRACTOR shall carry on the 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 of the Contract Documents or any breach thereof shall include by consolidation, joinder, or joint filing any additional person or entity not a party to this Agreement to the extent necessary for lite final resolution of the matter in controversy. 16.8 At least one of the members of the arbitration panel must be an attorney licensed to practice law in the State of Florida. 16.9 The surety shall be bound by the arbitration award to the same extent as the CONTRACTOR is bound. 16.10 The arbitration pancl shall submit a written opinion with findings 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. A,Ex Giving Notice: 17.1 Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of tite notice. Computation of Time: 17.2 When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period, If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.3 A calendar day of twenty-four (24) hours measured from midnight to the next midnight shall constitute a day. General: 17.4 Should OWNER or CONTI?AC"TOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other patty is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 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 General Conditions and the tights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, GENERAL CONDITIONS GC - 36 MI C-1 guarantees and obligations imposed upon COMRACTOR 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 construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. All representations, warranties and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. GENERAL CONDITIONS GC - 37 40 SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS A. Introdurj= 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. B. D.t;lay No forfeiture due to delay shall be made because of any delays in the completions of the work due to unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR (including but not restricted to Acts of God or of the public enemy, acts of the government, acts of the OWNER, or acts of another CONTRACTOR in 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 cxisting utility facilities). Any such delays 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 this section. Z. 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 the facts and extent of the delay and extend the time for completing the work if, in his judgment, the findings of fact justify such an extension, and his findings of facts thereon shall be final and conclusive, C. L'exttlits 1. As set forth in paragraph 6.15 of the GC, the OWNER has obtained the following permits: a. IRC - Land Clearing, Tree Removal and Wetland Resource Permit b. SJRWMD - Stormwater Permit C, ALOE - Wetland Pilling Permit 2. The CONTRACTOR shall obtain and pay for all other required permits and licenses. The CONTRACTOR shall provide copies of these permits to the OWNER and Engineer and shall comply with all conditions contained in the permits at no extra cost to the OWNER. 3. The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements. The cost of this effort shall be included in the pay item which the work is most closely associated with. 4. The CONTRACTOR shall comply with the requirements of the "Indigo Snake Protection Program" by posting the approved notices and instructing all personnel on proper procedures to report a snake siting. 5. If dewatering is required, the CONTRACTOR shall coordinate with the 5t. Johns River Water Management District regarding the applicable rules and regulations. If a dewatering permit is required, the contractor shall prepare an application to the District and pay any fee. SUPPLEMENTAPY CONDITIONS SC - 1 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. Lei �•� •.-- 1. Work shall be performed during regular working 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 due 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. F.Changes i<'xtra 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 shall, in all cases of dispute, determine the amount or quantity of the several kinds of work which are to be paid for under this Contract, and shall decide all questions relative to the execution of the some, and such estimates and decisions shall be final and binding. 3. Any work not herein specified, which maybe fairly implied as included in the Contract, of which the ENGINEER shall adjudge, shall be done by the CONTRACTOR without extra charge. 4. The Contract price may only be changed by a Change Order as authorized by the Board of County Commissioners. This includes extra work. Authorization of extension of time shall SUPPLEMENTARY CONDITIONS SC - 2 L" 4W not constitute a waiver of liquidated damages. G. Inspcetion and Aecep=ce of the Work The CONTRACTOR shall assist the COUNTY in performing all tests required to determine the acceptability of the work. The CONTRACTOR shall provide all samples and facilities and work necessary for the testings and inspection. "Select Fill" will be tested for compliance by an independent testing 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 prior to backfilling with "Select hill". Upon notification by the CONTRACTOR, the ENGINEER will perform final tests and inspections, Should this reveal defective work those defects must be immediately corrected, ager 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. L= This project is a "Public Work" under Chapter 255, Florida Statutes. No merchant"s liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract, The claimant shall have a right of action against the CONTRACTOR for the amount due him. Such action shall not involve the OWNER in any expense. Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255.05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder "Notice. !Claims for labor,materials and supplies areupi asscsiable ag;tinst n ian f iver County, -and = i s cet to prnpprior notice to (CONTRA TOWS Na-- and to (CQNTRAC'TOR Si=t Company Name) -pursuant to, Chapter 255 of the Florida Statutes. This pL,gap sha E h - in= in every sub-subcontrac_ ligrau der_" 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 713.0 1, Florida Statutes, who have furnished labor or materials, employed directly or indirectly in the work, have been paid in full. Where there are telephone, telegraph, light, or pcwcr poles, water main, conduits, pipe, or drains; or other construction either public or private, in or on the streets or alleys; the work. shall be so conducted that no interruption or delay will be caused in the operation or use of the same. Proper written notice shall be given and all the facilities afforded the owners of such construction encountered or likely to be encountered, as will enable them to preserve the same from injury, The CONTRACTOR will nut be permitted to interfere with public travel and convenience by grading or tearing up streets indiscriminately, but the work of conducting the various items of this Contract shall proceed in an orderly, systematic and progressive maturer. Measurement ..and-pz=nt 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. SUPPLEMENTARY CONDITIONS SC - 3 40 11 Z. 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 famished and installed by the CONTRACTOR at no additional cost to the OWNER, 4. The prices shall include all labor, materials, tools, equipment required to complete the work. 5. No additional payment will be made for well pointing or other methods of dewatering "cavations. 6. Payment for repair and replacement of existing utilities will be included in the unit price or Jump sum bid amount for the related new construction bid item, K. IIgineerin&*.r7 d .avUSlt 1. 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 furnish all constriction staking for the project. All staking from control will be under the supervision of 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. SUPPLEMENTARY CONDITIONS SC - 4 TECHNICAL SPECIFICATIONS 40 TECHNICAL SPECIFICATIONS TITLE SCOPE OF WORK SECTTOPII 01020 MEASUREMENT AND PAYMENT 01030 CLEANING UP 01710 EARTHWORK 02200 EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES 02221 SOIL TREATMENT 02280 SANITARY SEWER SYSTEM 02530 SEPTIC TANK AND DRAINFIELD 02540 WATER SYSTEMS 02660 SIDEWALKS 02775 CHAIN LINK FENCES AND GATES 02831 FARM FENCING 02834 LANDSCAPING 02900 CONCRETE 03010 CONCRETE FORMWORK 03100 CONCRETE REINFORCEMENT 03200 FIBROUS CONCRETE REINFORCING 03240 CAST IN PLACE CONCRETE 03300 CARPENTRY 06100 WOOD TREATMENT 06300 ARCHITECTURAL WOODWORK 06400 VAPORIRADON BARRIER 07190 JOINT SEALERS 07900 WOOD DOORS 08210 FINISH HARDWARE 08700 FINISH HARDWARE SCHEDULE 08710 PAINTING G OF UNPAINTED SURFACES 09900 IDENTIFYING DEVICES 10400 FIRE EXTINGUISHERS 10520 FLAGPOLES 10650 13ULLET CONTAINMENT SYSTEM 11480 SHOTGUN RANGE EQUIPMENT 11482 AIRGUN RANGE EQUIPMENT 11485 PREFABRICATED MODULAR BUILDING 13120 ELECTRIC WATER COOLER 15410 WIRING METHODS 16100 WIRING DEVICES 16140 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 16410 PANEL BOARDS 16442 LIGHTING 16500 40 C-3 SECTION 01020 SCUTE OF WORK PART I - SCOPE 1.011 The work under this Contract consists of the construction of the Indian River County Shooting Range. A 35 point pistol range, a 30 point rifle range, a 5 stand sporting clays shotgun range, a 10 point airgun range, and a single point archery range. 1.42 It is the intent of the Board to award all or parts of the project in order to result in completed and usable portions of project. 1.03 T'he Board will obtain the County site plan approval and permits from the Water Management District for stormwater prior to commencement of construction. 1.04 The Contractor shall secure all other permits required for the work. PART 2 - CORDER OF WORK 2.01 The work is intended to be prosecuted in an orderly manner, such that the project is completed as early as possible to allow the Board to expedite the opening of the range, 2.02 It is expected that the project will not proceed until all permits by the permitting agencies have been issued. PART 3 - TIMES OF COMPLETION 3.01 Board will issue a Notice -to -Proceed to the CONTRACTOR when the project may begin. 3.02 The entire project shall be completed within 120 days from date of Notice -to -Proceed. The project construction will not belirz until all permits are in hand. END OF SECTION 01024D - ) CI SECTION 01030 MEASUREMENT AND PAYMENT PANT I - GENERAL 1.01 All measurements and payments shall be based on completed work performed in strict accordance with the drawings and specifications and in accordance with the Bid Schedule of the PROPOSAL,. 1.02 The price for those items which involve excavation shall include compensation for disposal Of surplus excavated materials and furnishing any required supplemental fill; trench shoring as may be required; and handling water sewage flows as necessary, and pavement removal and replacement where applicable. 1.03 Each unit, or lump sum price, stated in the PROPOSAL shall constitute full compensation for the complete item of work. PART 2 - PAYMENT 2.01 The successful Bidder shall submit a Schedule of Payments for the work awarded, ten (10) days after the date specified in the Notice to Proceed. 2.112 No request for payment shall be made on equipment and materials stored but not installed. 2.03 The Contractor shall make current estimates, one each month, as the work progresses of the amount of work performed under the Contract. Four (4) original, notarized copies of the estimate shall be submitted to the Engineer and upon approval by the Engineer and the Owner, the Contractor will be paid ninety percent (90°1x) of the estimated value of such work, i f l)roper progress is being made on the project. The remaining ten (10%) will be retained by the Owner until final payment is made as specified under "Final Payment." 2.04 Tile Contractor shall submit to the Engineer request for payments on the 29" day of each month, Atter approval of the request, the Owner shall issue payment within thirty (30) days of payment request approval. 2.05 Upon completion of the Contract, the Engineer shall make a final inspection and report to the Owner. If this report shows that the work has been done in a satisfactory manner in accordance with the Contract, Plans and Specifications, and has been accepted by the Utility, the Owner shall accept the same and final payment of all retained percentages and all other monies due the Contractor shall be made. END OF SECTION 01030-1 I .T 4D SECTION 01710 CLEANING UP PART I - GENERAL 1.01 During its progress, the work and the adjacent areas affected thereby shall be kept cleaned up and all rubbish, surplus materials and unneeded construction equipment shall be removed and all damage repaired so that the public and property owners will be inconvenienced as little as possible. 1.02 Where material or debris has washed or flowed into or been placed in watercourses, ditches, gutters, drains, catch basins, or elsewhere as a result of the Contractor's operations, such material or debris shall be entirely removed and satisfactorily disposed of during progress of the work, and ditches, channels, drains, etc., kept in a clean and meat condition. 1.03 On or before the completion of the work, the Contractor shall, unless otherwise especially directed or permitted in writing, tear down and remove all temporary works, tools, and machinery or other construction equipment furnished by him; shall remove, acceptably disinfect, and cover all organic matter and materials containing organic matter in, under and around privies, and other buildings used by him; shall remove all rubbish from any grounds which he has occupied; and shall leave the roads and all parts of the premises and adjacent property affected by his operations, in a neat and satisfactory condition. 1.04 The Contractor shall thoroughly clean all materials and equipment installed by him and his l subcontractors and on completion of the work shall deliver it undamaged and in fresh and ii new -appearing condition. The Contractor shall remove or dispose of all rubbish and other unsightly material caused by his operations and will leave the premises in good condition. END OF SECTION 01710- 1 C�] 40 C-1 SECTION 02200 EARTHWORK PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Earthwork for buildings, physical education fields, and other grassed or landscaped areas as indicated on drawings and specified in this section. B. Related Section: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 02280 - Soil Treatment. 3. 02511 - Asphaltic Concrete Paving. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C136 -84a - Sieve Analysis of Fine and Coarse Aggregates. 2. D698-91 - Moisture -Density Relationship of Soils. 3. D1556-90 - Standard Methods of Test for Density of Soil in Place by Sand Cone Methods. 4. D1557-91 - Methods of Test for Moisture -Density Relations of Soils Using a 10 Pound Rammer and 18" Drop. 5. D2487-90 - Classification of Soils for Engineering Purposes, 6. D2922-91 - Density of Soil and Soil -Aggregate in Place by Nuclear Methods. 1.03 QUALITY ASSURANCE A. Trench Safety Act: 1. Comply with the Trench Safety Act, sections 553.60 through 553,64 Florida Statutes. 2. Where projects include trenching which exceeds a depth of five (5) feet comply with the trench safety standard as required by Section 553.63 and 553.64 Florida Statute. 1.04 DEFINITIONS A. "Satisfactory Fill Materials" include materials classified in ASTM 02487-90 as GW, GP, SW and SP properly worked by Contractor to obtain optimum moisture and compaction. +02200-1 40 E-�] 40 For Physical Education Fields, and Other Grassed or Landscaped Areas: a. Within 2 feet of the surface of the indicated grade, limit rock size to 3 inches. b. Below 2 feet of the surface of indicated grade, limit rock size to 12 inches. C. Deeper than 6 feet limit rock size to 24 inches. 2. For Buildings: a. Within 2 feet of the surface of indicated grade, limit rock size to 2 inches. b. Below 2 feet of the surface of indicated grade limit rock size to 6 inches. B. "Unsatisfactory Materials" include materials other than "Satisfactory Fill Materials." Materials of any classification determined by testing laboratory as too wet or too soft for providing a stable foundation for structure, paving, and walks will be classified as "unsatisfactory". C. Degree of Compaction: Required compaction is expressed as a maximum density obtained by test procedures of ASTM D1557-91. D. Building Area: The area bounded by lines not less than 4 feet beyond the outside line of the building perimeters footings. Increase the 4 foot dimension by 1 foot for each foot of excavation depth required exceeding 4 feet. 1.05 SUBMITTALS A. Submit the following before starting work: 1. Compaction Machinery Specifications. 2. Compaction Tests (by the Owner). 3. Soil Classification Tests. 4, Stabilized Subgrade Composition and Density. 5. Testing Laboratory (by the Owner). 1.176 SITE CONDITIONS A. Determine location and nature of work, character of equipment, and facilities needed for performance of work, general, and local conditions prevailing at site, and other matters affecting work under this contract according to Instructions to Bidders and General Conditions, 02200-2 1-0 O 4D 40 B. Subsurface data, including soil borings, ground water elevations, or conditions, if shown on the drawings or attached to these specifications, are presented only as information available indicating conditions found and limited to exact locations and shall not be interpreted as an indication of conditions that may actually develop during construction. 1. Make deductions of subsurface conditions that may affect methods or cost of construction and agree that no claim for damages or other compensation shall be made, except as are provided for in the agreement, should conditions be found during construction different from those as calculated or anticipated by the Contractor. 2. The Owner will not be held responsible for variations found to exist between the subsurface data referred to above and actual field conditions that may develop during construction. C. Where existing grades, utility lines, or substructures are shown, the Owner assumes no responsibility for correctness of existing conditions indicated. 1. Contractor shall locate indicated existing utility lines or substructures that may be affected by this Project, and shall be responsible for any damage or injury they may sustain as a result from working on or near these existing utilities or substructures not specified to be removed or demolished. D. Bench Marks and Monuments: 1. Maintain existing bench marks, monuments, and other reference points, and if disturbed or destroyed, replace as directed by Owner. 1.07 JOB CONDITIONS A. Condition of Premises: Accept site as found and excavate, fill, compact, and backfill site as indicated on drawings and specified in this section. B. Protection: Adjacent Structures and Property: a. Take precautions to guard against movement, settlement, injury, or loss to existing structures or to equipment and furnishings housed therein arising directly or indirectly in connection with this contract 02200-3 according to Instructions to Bidders and General Conditions. b, Provide and place bracing or shoring as necessary or proper according to Instructions to Bidders and General Conditions, C. Be responsible for the safety and support of such structures and facilities and be liable for any movement or settlement, damage, or injury caused by or resulting therefrom. 1) If, at any time, the safety of any adjacent structures or facilities appears to be in doubt, cease operations and take immediate precautions to support such structures and facilities and notify Owner at once. 2) Resume operations only after permission has been granted by Owner.. 2. Adjacent Sidewalks and Streets: a, Take precautions to guard against movement, settlement, or collapse of any sidewalks, curbs, or street passages on adjoining sites and be liable for any such movement, settlement, or collapse according to Instructions to Bidders and General Conditions. 1 j Repair such damage promptly when so ordered at no cost to the Owner. 2) Install necessary shoring, including sheet piling as may be required, to protect banks, adjacent paving, structures, and utilities during excavations. 3) Be responsible for any damage to existing structures, equipment, and furnishings due directly or indirectly to construction operations. Except where removal is needed by site grading or location of new buildings, use every possible ,precaution to prevent injuries to landscaping, drives, curbs, and walks on or next to site of the work and replace, at no expense to the Owner, any of the above destroyed. Existing Landscaping, Drives, Curbs, and Walks: Except where removal is required by site grading or location of new L-] 4D 4W buildings, take every possible precaution to prevent injuries or loss to individual trees, groups of trees, and other existing landscaping, drives, curbs and walks on or next to the site of the work according to Instructions to Bidders and General Conditions, and replace any such damaged or destroyed at no cost to the Owner. PART 2 PRODUCTS A. Topsoil Mixture: SO percent (medium grade) fresh water sand, 20 percent muck thoroughly mixed before installation. a. Site mixing is not allowed. b. Mixture shall be free of rocks, limbs, roots, and other deleterious matter. PART 3 - EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 GENERAL A. Public Safety; Accomplish work in a manner providing for the safety of the public and workers and the protection of property. B. Construction: Do not close, obstruct, or store material or equipment in streets, sidewalks, alleys, or passageways without a permit according to local ordinances, regulations, codes, and the Owner's approval. C. Interference: Conduct operations with minimum interference with roads and other facilities. D. Removal: 1. Unless otherwise noted or specified to be relocated or stored, materials removed become property of Contractor and shall be removed completely away from site. 2. Do not store or allow debris to accumulate on site. 3. If Contractor fails to remove excess debris promptly, the Owner reserves the right to remove the debris at Contractor's expense. 02200-5 E. Temporary Structures: Remove temporary structures when no longer required. F. Repair: 1. Clean up, repair, or replace, at no cost to the Owner, property damage arising in connection with this Contract. 2. Latch and repair work shall match existing and be performed in a neat and professional manner by workers skilled in the trade involved. 3. This applies to damage to the newly graded areas within the building area limits and damage to adjacent properties by eroded materials. G. Erosion Repair: `Fake every precaution and temporary measure to prevent damage from erosion of freshly graded areas.. a. Repair and reestablish grades to required elevations and slopes where settlement or washing occurs before acceptance of work at no cost to the Owner. b. This applies to damage to the newly graded areas within the building area limits and damage to adjacent properties by eroded materials 3.03 LOCATIONS AND ELEVATIONS A. Be responsible for surveys, measurements, and layouts required for proper execution of the work. 1. Lay out lines and grades from existing survey control system and as shown on drawings. 2. Locate by stake and mark locations and elevations of following: a. Elevations of existing earth cut and fill. b. Final grades for landscape contours. C. Other items as required to execute work as specified. 3.04 CLEARING AND GRUBBING A. 'Within limits of areas designated for building area, grading and site construction work, remove trees, brush, stumps, wood debris, and other deleterious materials not required to remain as part of finished work. 02200-6 B. Remove grass, plants, vegetation, and organic material from same area. C. Remove accumulated material daily or as necessary to prevent fire hazard condition. 3.015 STRIPPING A. Strip turf, organic material, surface litter, rubble, and overburden for entire depth of root system of grass or other vegetation within areas indicated on Site Pian. B. Stockpile topsoil on site where directed. C. For building area, remove muck or organic material above the limestone layer. Clean potholes, larger than 6 inches in any horizontal direction, in rock filled with muck or organic material. 3.06 EXCAVATION A. Begin excavation after stripping, clearing, and grubbing has been completed. B. Excavate to grades required to accommodate the proposed construction. C. Dewater as specified. D. Excavations for structures shall conform to dimensions and elevations indicated for each building. 1. Extend excavations a sufficient distance from walls and footings to allow for placing and removal of forms and installation of services, except where the concrete for walls and footing is authorized to be deposited directly against excavation surfaces. 2. Excavation below general machine excavation for footings and foundations shall be hand worked, 3. Bottoms of footings shall be on level planes. E. Excavate in such a manner that quick and efficient drainage of storm water will occur. F. Remove "unsatisfactory materials" encountered from the building areas. G. Classify excavated materials and stockpile separately suitable soils for use as backfill materials. If sufficient quantities of excavated materials meeting requirements for backfill are not available on site, provide materials meeting these requirements. N. Stockpile excavated material suitable for use as fill and backfill where directed by Owner. 3.07 FILLING, BACKF'.LLING, AND COMPACTION 02200-7 CI 40 C1 A. Compaction: 1. Compact existing earth surfaces (exclude rock) after excavation, backfilling, and compaction of said areas to levels required with "Suitable Backfill Materials". a. Compact with equipment suited for soil compaction. b. Moisten or aerate material, as necessary, to provide moisture content to facilitate obtaining specified compaction with equipment being used. C. Compact each layer to not less than percentage of maximum density specified below, determined according to ASTM Q1557-91, Method D: d. Insure compaction of previously prepared till areas has been maintained before placing new layers. Location Percentage Under structures and building 95 slabs, except footings, each layer. Under footings, top 1 foot in 95 cut each layer of fill. Under pavements and sidewalk 95 areas, top 12 inches, each layer.. Under pavements and sidewalk 90 areas, below 12 inches, each layer. Under landscaped areas, each 85+2.0 layer including play fields. B. Filling and Backfilling: 1. Materials: "Satisfactory Fill Materials" shall be used in fills and backfills. 2, Place "Satisfactory Fill Material" in horizontal layers not exceeding 12 inches in Idose depth. a. Compact as specified in this section. b. Do not place materials on muddy surfaces. 02200-8 F -i 3. Reconditioning of Subgrade: a. Where approved compacted subgrades are disturbed by the Contractor's subsequent operations or adverse weather, scarify and compact the subgrade as specified to required density before further construction occurs. b. Use power driven hand tampers for recompaction over underground utilities 4. Backfilling: a. Do not begin backfilling until construction below finished grade has been accepted, underground utilities systems have been inspected, tested and accepted, forms have been removed, and excavation cleaned of trash and debris. b. Bring backfill to indicated finished grades. C. Backfill materials and compaction shall be as specified, d. Do not place backfill in wet areas. e. Do not operate heavy equipment for spreading and compacting backfill closer to foundation or retaining walls than a distance equal to height of backfill above top of footing. f. Compact the area remaining by power -driven hand tampers suitable for material being compacted. g. Place backfill carefully around pipes to avoid damage to the pipes. 5. Protection: Settlement or washing occuring in backfilled areas before acceptance of work shall be repaired and grades reestablished to required elevation and slope. 3.08 DISPOSAL OF EXCESS EXCAVATED MATERIALS A. Excess "Satisfactory Fill Materials" and "Unsatisfactory Materials" shall become the property of the Contractor. 9. Remove from site. 3.09 FILL AND GRADING FOR PLAY FIELDS, AND OTHER GRASSED AREAS: 02200-9 A. May Fields and Other Grassed Areas: Clean, satisfactory fill, free from rock and debris and of such quality to not interfere with future Installation of grass. R. Play Fields: Rough grade: 8 inches minimum below finish topsoil grade in preparation for fill consisting of: a. Base: 4 inches of fine, compacted satisfactory fill material with no rocks larger than 2 inches. Crown and contour according to Construction Documents. b. Topping: 4 inches minimum of compacted 80-20 top soil mix as specified in Section 02900. 2. Grass: Sod as specified in Section 02900. 3. Gradient: 12" crown at center with 1.0 to 1.5 percent to sides. C. Other Grassed Areas: 1. Rough grade: 6 inches minimum below finish topsoil grade in preparation for topping consisting of 6 inches minimum of compacted 80-20 top soil mix as specified in Section 02900. 2. Grass: As specified in Section 02900. 3. Gradient: According to grading plan. D. Landscaped Areas other than Grass: 1. Fill and grade according to "Other Grassed Areas" as specified with variations per specific plant material, as specified in Section 02900. 2. Gradient according to grading plan. 3.10 DEWATERING A. Dewater excavations for inspection and for construction. Concrete or fill shall not be placed in water and concrete less than 8 hours of age shall not be subjected to ground water pressure. 1. Keep excavations free of water while backfilling or construction takes place. 2. Dispose of water resulting from dewatering operations according to city, county, state, and federal regulations.. 3. Conduct operations to insure storm water runoff sediment is not discharged to the adjacent lakes, waterways, sewers, streets, and adjacent properties. 02200-10 3.11 TOPSOIL MIXTURE A. Place 80 percent sand 20 percent muck topsoil mixture in all grass areas. 1. Depth of Topsoil Mixture: Not less than 4 inches, except as otherwise shown. B. Grade topsoil mixture two ways (at right angles) as required to meet finished grades shown on pian. C. Spread the topsoil mixture in open accessible areas with motor graders. I. Hand finish areas not accessible to motor graders. D. Disking, if used, shall consist of not less than 4 passes over area with each pass at right angles to preceding one. 3.12 TESTING A. The Owner will provide services of a Testing laboratory to perform specified tests, inspections, instrumentation and inspection of work. 1. Notify the Owners contractedTesting laboratory to perform specified tests at the Owner's expense. B. Tests of Materials: 1. Soil Classification: a. One test from each type of material encountered or proposed to be used. 2. laboratory Tests for Moisture -Content and Density According to ASTM D1557-91: a. One test for each material encountered or proposed to be used. 3. Field Tests for Moisture -Content and Density: According to As,rM D1556-90 or ASTM D2922-91, one test per layer of fill per 10,000 square feet of area, plus one test per 10,000 square feet of subgrade in cut. 02200-11 C. Inspection will be made after site preparation excavation to insure organic material has been stripped from underlying stratas. D. Fill and topsoil mixture may be inspected at any stage of operation to determine compaction characteristics, densities and freedom from organic and plastic materials. E. Notification: 1. Give sufficient notification of placing of orders for fill and topsoil with supplier to allow full inspection including testing for compaction characteristics at source of supply. 2. Obtain approval from Owner before placing topsoil mixture at project site, without exception. END OF SECTION 02200-12 ,- SECTION 02221 EXCAVATING, BACKFILLING, AND COMPACTION FOR UTILITIES PART 1 — GENERAL 1.01 SUMMARY A. Related Sections: 1. 02200 - Earthwork. 2. 02660 - Water Systems. 3. 02720 - Storm Drainage System. 4. 02731 - Sanitary Sewer System. 5. 15047 - Identification. 6. Division 15 - Mechanical Work. 7. Division 16 - Electrical Work. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D1556-90 Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method. 2. D1557-91 Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort. 3. D2487-90 Classification of Sails for Engineering Purposes. B, Occupational Safety and Health Administration (OSHA): Trench Safety Act. 1.03 DEFINITIONS A. "Satisfactory Fill Materials" include materials classified in ASTM D2487 as GW, GP, SW, and SP properly worked by Contractor to obtain optimum moisture and compaction. Maximum size of rock limited to 6 inches. Use 2 inch maximum size for the top 2 feet below the finish indicated grade. 1.04 SUBMITTALS A. Submit copies of tests and records performed as specified to AIE for review before starting work. u.05 QUALITY ASSURANCE Shooting Range 49629Bj 02221-1 A. Regulatory Requirements: Comply with OSHA, Trench Safety Act, Standard 29 C,F,R.s., Chapter XVII, Subpart P (para. 1926.650 thru 1926.653), 1.06 PROJECT CONDITIONS A. Excavation, filling, and backfilling for utilities complete for underground utility lines and structures as specified and as shown on the drawings. 13. Sidewalks and Streets: 1. Take precautions to guard against movements, settlement, or collapse of sidewalks or street passages on site or on adjoining property. 2. Be liable for any such movement, settlement, or collapse. 3. Repair promptly such damage. 4. Install shoring, including sheet piling, as may be required during excavation to protect trench banks, adjacent paving, structure, and utilities. C. Existing Utilities: Protect existing utilities from movement, settlement, or other damages according to Instructions to Bidders and General Conditions. D. Trench Safety Act: Provide trench safety systems at all trench excavations where workers may be exposed to moving ground or cave-ins regardless of depth of trench. All trenches more than 5 feet in depth shall comply with OSHA "Trench Safety Act",, PART 2 - PRODUCTS 2.01 MATERIALS A. Trench Backfill Materials: Either satisfactory excavated material or fill materials as specified. B. Pipe Beading Material: Bedding material shall be selected or satisfactory backfill material and free of any rocks or stones larger than 2 inches in diameter for cast iron, vitrified clay, and PVC pipe. Limerock screenings or sand shall be used for copper tubing. (Underground copper lines are 3" diameter or less.) Shooting Range (9629B) 02221.2 DART 3 - EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 EXCAVATION A. General: 1. Perform excavating of every description and of whatever substance encountered to depths indicated or specified. 2. Pile materials suitable for backfiliing a sufficient distance from banks of trenches to prevent slides or cave-ins, 3. Keep surface drainage of adjoining areas unobstructed. 4. Remove excavated materials not required nor suitable for backfill from site. 5. Remove water by pumping or other acceptable method and discharge at a safe distance from excavation. Continue dewatering until deemed proper or desirable for the installation of utility lines. 6. Comply with all the applicable standards and regulations of the county and the city where building is located. 7. Sheeting and shoring shall be done as is necessary for protection of work and for safety of personnel. Excavating shall be by open cut. B. Trench Excavations: 1. Make trench of necessary width and depth for proper laying of pipe, with bank as vertical as practical, 2. Coordinate trench excavation to avoid open trenches for prolonged periods. 3. Grade bottom of trenches accurately to provide uniform bearing and support for each section of pipe on undisturbed soil at every point along their entire length, except portions of pipe sections where it is necessary to excavate for couplings and for proper making of pipe joints or where unsatisfactory materials incapable of properly supporting pipe and utility structures are encountered at bottom of trench. Shooting Range (96296) 02221-3 M 4D 4111111111 4. Dig holes and depressions for joints after trench bottom has been graded of length, depth, and width required for properly making the particular type of joint. 5. When unsatisfactory soil, incapable of properly supporting pipe, is encountered at the bottom of the trench, remove such soil to a minimum depth of 12 inches, or 114 of the pipe diameter, whichever is greater, below the bottom of pipe and backfill material specified. 6. Over -depths in unstable soil excavation and unauthorized over -depths shall be at the expense of Contractor. C. Special requirements relating to specific utilities are as follows: 1. Storm Drains and Sanitary Sewers: a. Where shown on drawings, make width of trench at and below top of pipe adequate to allow space for workers to place and properly joint pipe. b. Clear space between the barrel of the pipe and trench wall shall not exceed 8 inches on either side of the pipe- t. Width of the trench above the level may be as wide as necessary for sheeting and bracing and proper performance of the work. d. For plastic pipe, where shown on drawings, make depth of trench to allow a minimum of 24 inches of cover over the top of 2-1112" or less pipe and a minimum of 36 inches of cover over the top of 3" or larger pipe from finished grade unless otherwise indicated or required by local utility. Install metallic dectection tape 4" - 6" below finish grade. See Section 15047 Identification. e. Round the bottom of the trench so at least the bottom quadrant of the pipe shall rest firmly on undisturbed soil or select bedding for as nearly the full length of the barrel as proper joining operations will allow, f. Trenches for plastic pipe shall be cut to an over -depth of not less than 6 inches and a cushion of rock free soil or coarse sand used for not less than 6 inches bedding and 12 inches backfill over the plastic pipe. 9. Perform this part of the excavation manually a few feet ahead of the pipe laying operation by workers :killed in this type of work.. 2. Water Lines, Force Mains, and Gas Lines: Shooting Range (96298) 02221-4 a. Where shown on drawings, make depth of trench to allow a minimum of 24 inches of cover over the top of the pipe from finished grade unless otherwise indicated or required by focal utility. b. For plastic pipe, install metallic dectection tape 4" - 6" below finish grade. See Section 15047 - Identification. C. Avoid interference of water lines with other utilities, grade water lines to avoid air pockets. d. Trenches for plastic pipe shall be cut to an over -depth of not less than 6 inches and a cushion of rock free soil or coarse sand used for not less than 6 inches bedding and 12 inches backfill over the plastic pipe. 3. Electrical Conduit or Cables: a. Trenches for plastic conduits shall be a depth providing not less than 24 inches of cover from finished grade or 12 inches or greater of cover from underside of slabs to accomodate bending radii, unless otherwise indicated. Install warning tape 8" below finish grade or underside of slab. See Section 15047 - Identification. b. Trenches for plastic conduit and cables shall be cut to an over -depth of not less than 3 inches and a cushion of rock free soil or coarse sand used for not less than 3 inches bedding and 3 inches backfill over the plastic conduit and cable. 4. Excavating for Appurtenances; a. Excavations for structures shall be sufficient to leave at least 12 inches in the clear between their outer surfaces and the embankment or shoring used. b. Whenever unstable soil is incapable of property supporting the structure is encountered in the bottom of the excavation, such soil shall be removed and excavation backfilled as specified herein in paragraph "Trench Excavation". C. Unauthorized over -depths or under -depths in wet or otherwise unstable soil shall be filled with selected backfill material or concrete, as directed, at the expense of the Contractor. 3.03 EXCAVATION OF UNCLASSIFIED MATERIAL Shooting Range (9629B) 02221-5 +! 40 40 A. Materials encountered during the excavating to the depth and extent specified and indicated on drawings may include rock, concrete, masonry, or other similar materials. No adjustment will be made in the Contract Price because of the presence (or absence) of rock, concrete, masonry, or other similar materials. 3.04 PROTECTION OR REMOVAL OF UTILITY LINES A. Protection: 1. Protect existing utility lines indicated on drawings (or the locations of which are made known to Contractor before excavating and trenching) specified to remain, including utility lines constructed during trenching operations, from damage during trenching, backfilling, and compacting operations. a. If such new or existing utility lines are damaged during trenching, backfilling, and compacting operations, repair or replace at no cost to Owner. When utility lines specified to be removed or replaced are encountered within the area of operations, issue notices in ample time for measures to be taken to coordinate necessary interruption of servicess. B. Repair of Damage to Unknown Existing Utility Lines: Existing utility lines not shown on drawings (or the location of which is not known to Contractor in time to avoid damage) damaged during trenching operations shall be repaired by Contractor and an adjustment to the Contract Price will be made according to Instructions to Bidders and General Conditions. 3.05 BACKFILLING A. General: 1. Coordinate backfilling with testing of utilities. Leave: sheeting in place where damage is likely to result from withdrawal. 2. Carefully backfill trenches with satisfactory specified materials. Shooting Range (96296) 02221-6 L] 4D 40 3. Bring backfill up evenly in 9 inch maximum layers, loose depth, and thoroughly and carefully compact with mechanical or hand tampers until pipe has a minimum cover of one foot. Take care not to damage the pipe. 4. Deposit remainder on the satisfactory backfill material in the trench in one foot layers and compact by mechanical means. a. Trenches and excavation pits improperly backfilled or where settlement occurs shall be reopened to the depth required for proper compaction, refilled and compacted, with the surface restored to the specified grade and compaction. 5. Keep excavations free of ground and surface water until backfilling operation is complete. B. Appurtenances: At structures, remove forms and trash before backfilling. a. Place satisfactory backfill materials symmetrically on all sides in 9 inch maximum loose depth layers. b. Moisten each layer, if necessary, and compact with mechanical or hand tamper, taking care not to injure the structure by excessive tamping.. 2. Materials and density shall be as previously specified for trenches depending upon location of the structure. C. Compaction: 1. Material may be compacted by a hand tamper, a powered hand tamper, a vibrating tamper, or mechanized power tamper provided such compaction meets the required density as specified below. 2. Backfilling and compacting by means of hydraulic methods will not be allowed except as may be approved by AIE. a. Compact each layer to not less than the percentage of maximum density specified below, determined according to ASTM D1557, Method D: FILLS AND BACKFILL CQHESIONLBSS SOIL Under slabs and pavement 95% Shooting Range (96298) 02221-7 I Under walk areas, top 12 inches 95% Under walk areas, below top 12 inches 90% Under landscape areas 85% Under other areas noted on the Site Plan 85% 3.06 -1 .'STING A. Notify, through NE, the Board contracted Testing laboratory to perform specified tests at the Board's expense. B. Tests of Materials shall be as follows: 1. Laboratory Tests for Moisture Content and Density: a. According to ASTM D1557-91, one test for each material encountered or proposed to be used. 2. Field Tests for Moisture Content and density: a. According to ASTM D1556-90, one test per layer per 100 linear feet of ditch. END OF SECTION Shooting Range (9629B) 02221-8 FI C-1 C] SECTION 02280 SOIL TREATMENT PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Termiticide application to soil under new buildings as indicated on drawings and specified in this section. B. Use of chlordane, heptachlor, aldrin, or dieldrin is not allowed. C. Related Sections: 1. 02200 - Earthwork. 2. 03300 - Cast -In -Place Concrete. 3. 07190 - Vapor/Radon Barrier. 1.02 SUBMITTALS A. Submit the following for review before starting work: Product data, including manufacturers specifications,chemical analysis, with recommended dilution, application directions, and safety precautions. B. Sample copy of applicator's warranty for review. C. Applicators experience evidence with copies of current local and state licenses and current Certified Operator -in -Charge certificate. 1.03 QUALITY ASSURANCE A. Work shall be done by a branded Contractor whose principal business is pest control and termite treatment and can show evidence of at least 5 years of successful operation in this field. B. Field Samples: 1. Test samples of the mixture of the concentrate and water will be taken by the Owner contracted Testing Laboratory. 2. If sample solution indicates noncompliance with the manufacturer's application requirements, the Contractor shall pay for the initial test performed by the Owner, any subsequent retesting required by the Owner, and reapplication of soil treatment solution. 02280-1 1.04 PROTECTION A. To avoid surface flow or overspray of toxicant from application site, do not apply soil poisons when soil or fill is excessively wet or after heavy rains. B. Unless treated areas are to be immediately covered, take precautions to prevent disturbance of treatment by human or animal contact. C. Comply with applicable laws, codes, ordinances of Federal, State, and local regulatory agencies having jurisdiction over use of soil poisons. D. Provide warning signs and instruct workers to use protective measures for their safety. 1.05 WARRANTY A. Upon completion of soil treatment and as a condition of substantial completion, fumish the Owner with a written warranty, from the applicator, which shall provide that: 1. Application was made at concentration, rates, and methods complying with these specifications. 2. Effectiveness of treatment is warranted for not less than one (1). B. Upon evidence of subterranean termite activity, retreat area at no additional charge to the Owner. Additional treatment shall be sufficient to prevent termites from attacking building or its contents. C. Upon occurrence of damage to building or to its contents within warranty period, retreat soil and replace damage at no cost to the Owner. PART 2 - PRODUCTS 2.01 MATERIALS A. Soil Treatment: 1. Roussel Bio, Gold Crest Tribute. EPA Registration No. 352-530432. 2. FMC Corporation, Dragnet FT. EPA Registration No. 279-3062. 3. ICI Americas Inc., Demon TC. EPA Registration No. 10182-107. 4, Mobay Corporation, Pryfon. EPA Registration No. 3125-339. 5. Dow Chemical Co., Dursban TC. EPA Registration No. 62719-47. 022€f0-2 6W 40 173 • PART 3 - EXECUTION 3.01 EXAMINATION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 APPLICATION A. Before mixing concentrate and water as recommended by the manufacturer for specific application and conditions, contact the Owner 48 hours in advance. B. Apply termiticide mixture to the following: 1. Soil and earth that will be covered by or lie next to buildings. 2. Masonry foundations. 3. Areas around pipes and conduits penetrating slabs on fill to provide a lethal barrier to subterranean termites. C. Apply termiticide mixture after subgrade has been made ready for placement of any floor slab vapor barrier, and as soon as practical before placement of concrete slabs and caps on masonry piers. Piling, pile caps, grade beams, foundation walls, and below grade waterproofing shall have been completed. D. Apply at least 12 hours before placement of concrete slabs and during normal working fours to be subject to inspection. Notify applicator at least 24 hours before application of termiticide mixtures will be completed. E. Soil Conditions: Apply termiticide mixtures when moisture content soil is sufficiently low to allow uniform distribution of chemical throughout specified areas. F. Application Under Slabs on Jill: 1. Apply termiticide mixtures uniformly to all areas beneath concrete slabs -on -grade, including beneath walkways and entrance platforms and beneath sidewalks within 5 feet of buildings.. 2. A minimum of 1 gallon of termiticide mixtures shall be uniformly applied to each 10 square feet of area to be treated. 3. Ground areas beneath concrete slabs -on -grade and paving abutting building slabs shall be similarly treated for a distance not less than 3 feet from building. G. Application Along Foundation Walls, pipes, and Conduits: Treat critical areas along both sides of exterior and interior foundation 40 LI 1-1 walls, columns, and around utility pipes, conduits, ducts and other similar items extending through soil beneath and next to new construction, to a depth of 1 foot in a strip 6 inches wide, at a rate of 4 gallons of termiticide mixture to each 10 square feet. 2. Mix chemical with soil as it is placed against walls and utility lines. 3. Apply at least 1 gallon of termiticide mixture around each pipe. H. Application to Masonry f=oundation Walls: Treat voids of unit masonry foundation walls, top of course occurring at or just above grade level, with additional treatment of not less than 2 gallons of chemical for each 5 linear feet. I. Retreatment of Disturbed Soil: Retreat soil surfaces disturbed after treatment and before placement of slabs and covering structures.. 3.03 CLEANUP A. Improper disposal of pesticide, spray mixture, or rinsate is a violation of federal law. Comply with manufacturer's instructions for disposal of these materials and empty containers. Do not allow supplies of chemicals to remain on site unattended. END OF SECTION 02250-4 SECTION 02520 MONITORING WELLS PART 1 — GENERAL 1.01 Section j0cludes A. Wells for monitoring and sampling ground water. 1.02 Related Sections A. Section 03300 — Concrete 1.03 rene A, Florida Administrative Code, Chapter 62-531 B. APT RP 1615 C. FAC Rule 62-562.500 1.04 S stem Descril2fion A. The monitoring wells are to be provided for the purpose of sampling the ground water for testing in order to monitor the level of lead content. These wells are to be installed by a licensed and knowledgeable well contractor in accordance with these specifications and all other applicable codes and guidelines. 1.05 Submittals A. Submit five (5) shop drawings detailing well construction. PART 2 -- PRODUCTS 2.01 Materials A. Schedule 40 PVC pipe, minimum 2" diameter, solid and factory slotted (0.020" slots). B. Select sand backfill. C. Concrete, 3,000 psi, pump mix. PART 3 — EXECUTION 3.01 1 istalla A. Monitoring wells shall be constructed and installed by a licensed water well contractor when required by Chapter 62-531, F.A.C.. Monitoring wells shall: 1. Be a minimum of two inches in interior diameter; 2. Be slotted from the bottom to two feet below ground surface; 3. Have a minimum slot size of 0.010 inch; Be backf lled with clean sand or a gravel filter pack to prevent blockage of the slots; 4. Be constructed of a least schedule 40 PVC without any ,joints, or of 02520-1 another corrosion protected material; 5. Be grouted into the borehole from the surface to the top of the filter pack plug with neat cement grout or other equivalent materials. Grouting shall not extend below the top of the well slotting. Bentonite slurry grouts shall not be used; 6. Unless the monitoring well has an extended exterior casing, be equipped with a minimum six-inch diameter manhole designed to prevent water intrusion with a one -inch minimum grade increase above the surrounding surface. The well opening shall extend at least one inch above the bottom of the manhole; 7. Be equipped with a watertight cap. The well shall be kept locked or secured to prevent tampering at all times except when the monitoring well is being sampled or maintained. Monitoring wells shall be marked in accordance with API RP 1615; 8. Extend no deeper than 20 feet below ground surface. If such a depth penetrates a confining layer below the excavation, the monitoring well shall extend no deeper than to within six inches of the confining layer. Any well that penetrates a confining layer shall immediately be properly abandoned in accordance with Rule 62-532.500, FAC; B. Groundwater monitoring wells shall: 1, Extend at least five feet below the normal ground water surface level; and 2. Be properly developed by the licensed water well contractor' before the initial sampling. 0 C. See sketch on page 02520-3 END OF SECTION L. 02520-2 1. 173 40 C1 70 API RECOMMENDED PIIACTIC., 1875 8.6 Monitoring Wells Monitoring wells are used to monitor the water table in the area of a LISTS. They provide leak detection capabilities equivalent to those of observation wells but should only be used when soil permeability is high and when the normal water table is below the tank excava- tion hilt within 40 feet of the ground surface, h1cmitor- ine wells should be installed so that the bottom of the well is at least 5 feet below the lowest antici paled water table. Well casings should be at least 2 inches in diameter with 0.020 -inch slots (see Figure 8). Monitor- ing wells are used to detect the presence of petroleum products on the groundwater surface and can be monitored using electronic or mantle] devices, as described in g.5.5 and 8.5:5, respectively, The place - mens of monitoring wells depends on site-specific condi- lions. 8.7 Interstitial Monitoring The interstice of double-wall tanks and piping can be monitored for product releases either manually or with an automated device. This monitoring can be periodic or continuous, depending on the device used. The manufacturer should be consulted regarding the specific installation requirements of interstitial monitoring devices. I 9.1 General 114^_318" _ rent hole r� Manhoin rower Manhole Locking cap Now concrete Ad✓tptet Grant Seal Schadule a0 PVC nine Sand or gravel pack LValet labic Factory slotted 5' below water _ [0020" slots) table bul not more ' then 40' 8" bored hole = A cap Nots: PVC polyvinyl chk7ride, Figure 8—Typical Monitoring Well SECTION 9 --PIPING Proper installation and testing of the piping system is one of the most important aspects of any LISTS installa- tion, Many of the most severe product releases, especial- ly in pressurized pumping systems, have occurred because of improperly installed Piping and pipe joints or because of damage to piping during conslruction. This,; applies to both FRP and steel pipe. "The authority hay.4 ing jurisdiction should be consulted regarding specirica tions for installation, testing, and operation of piping syslemS. 02520-3 "� C-1 40 SECTION 02630 SANITARY SEWER SYSTEM PART 1 - GENERAL 1.01 SUMMARY A, Section Includes: Sanitary sewer system including necessary accessories indicated on drawings and specified in this section. Contractor shall include in his bid price any amount imposed by the utility company having jurisdiction to connect into the existing sanitary system. B. Related Sections:. 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 02723 - Waste Disposal System 2. 03300 Cast -in -Place Concrete. 3. Division 15 - Mechanical Work. 1.02 REFERENCES A. American Society for testing and Materials (ASTM) Publications: 1. A74-87 - Cast Iron Soil Pipe and Fittings 2. C425-91 - Specification for Compression Joints for Vitrified Clay Pipe and Fittings. 3. C564-88 - Specifications for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 4. 0700-91 - Specification for Vitrified Clay Pipe, Extra Strength, Standard Strength, and Perforated. 5. 02321-89 - Standard Recommendation for Underground Installation of Flexible Thermoplastic Sewer Pipe. 6. D3034-89 - Polyvinyl Chloride (PVC) Plastic Pipe. 7. D3139-89 - Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 8. F477-90 - Elastomeric Seals (Gasket) for Joining Plastic Pipe, B. Cast Iron Soil Pipe Institute. C. Standard Plumbing Code. h_ 1.03 SUBMITTALS 012530-1 C1 40 A A. Submit properly identified manufacturer's literature including data on pipe before starting work. S. Submit test reports and certificates for approval. 1. Certificate: Submit manufacturer's certificate of compliance or certified analysis according to applicable standards for each shipment of materials. 1.04 PRODUCT STORAGE A. Store materials on site, and keep clean and free of foreign materials. Any damaged items shall be replaced at no additional cost to the Owner. PART 2 - PRODUCTS �MATi-11-aINI �I�+� A. Pipe and Fittings: 1. Vitrified Clay Pipe and Fittings: Conform to ASTM C700 and except where indicated otherwise on the drawings, use extra strength bell and spigot type. 2. Polyvinyl Chloride (PVC) Sewer Pipe and Fittings: a. Conform to ASTM D3034-89 for SDR35 and except where indicated otherwise on the drawings, use bell and spigot type pipe. b. The pipe shall be colored with a different color from water pressure pipe and force main for inground identification as sewer pipe. 3. Cast Iron Soil Pipe and Fittings: Conform to the provisions of ASTM A74-87 for cast iron soil pipe and fittings. B. Pipe Joints: 1. Vitrified clay pipe for vitrified clay pipe joints made with precast factory applied plastic joints conform to ASTM C425- 91, Type I or Type III. 2. PVC Sewer Pipe: Elastomeric gasket joints providing a watertight seal. 02530-2 3. Cast Iron Soil Pipe and Fittings: Furnish with roll-on joints conforming to ASTM C564-88 and Cast Iron Pipe Institute Recommendations for Compression Joints. C. Manholes: Cast in place concrete or precast concrete with cast iron frames and covers as indicated on drawings and as specified in Section 03300 - "Cast -in -Place Concrete". Q. Cleanouts: Commercially manufactured wye branches and as indicated on drawings. PART 3 - EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 LOCATION A. Where location of sewer is not clearly do -fined, do not locate sewer closer horizontally than 10 feet to a water supply main or service line, except that where bottom of water pipe will be at least 18 inches above top of sewer pipe, horizontal spacing may be a minimum of 6 feet. 1. Where gravity -flow sewers cross above waterlines, fully encase sewer pipe for a distance of 10 feet on each side of crossing in concrete or provide acceptable pressure pipe with no joint closer horizontally than 3 feet to crossing. 2. The thickness of the concrete encasement including_ that at the pipe joints shall be not less than 4 inches. B. Excavation and backfilling for trenches and manholes shall be as specified in Section 02221 - Excavating, Backfilling, and Compacting for Utilities. 3.03 INSTALLATION A. Placing Pipe: 1. Shape bottom of trench by hand to give uniform circumferential support to the lower fourth of each pipe. 2. Where applicable, pipe laying shall proceed upgrade with tongue or spigot ends pointing in direction of flow. 02530-3 3. Lay each pipe true to line and grade indicated on drawings and in such manner to form a close concentric joint with adjoining pipe and to prevent sudden offsets of flow line. 4. As work progresses, clean interior of sewer of dirt and superfluous materials. a. Where cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe and pulled forward past each joint immediately after joint has been completed. b. If maximum width of trench at top of pipe as specified is exceeded, install either concrete cradling, pipe encasement or other bedding as may be required to support added load of backfill. 5. Keep trenches for all sections of sewer free from water until the pipe jointing has set and trench backfilled. a. Do not lay pipe when condition of trench or weather is unsuitable for such work. 6. At times that work is not in progress, keep open end of pipes and fittings securely closed. a. When other conditions are such that the pipe cannot be adequately supported on undisturbed earth or tamped backfill, encase the pipe in concrete or support it on a concrete cradle. b. Also pipe and fittings shall be installed according to ASTM D2321-89 recommendations. B. Pipe Joints: 1. Vitrified Clay Pipe: Install joints according to ASTM 0425 recommendations for compression joints. 2. Polyvinylchloride (PVC) Pipe: Install joints according to ASTM D3212-89 recommendations and approved manufacturer's installation recommendations. 3. Cast Iron Soil Pipe: Install roll-on joints according to Cast Iron Sail Pipe Institute Recommendations for compression joints. C. Manholes: 02530-4 40 40 Construction: As indicated on drawings and as specified in Section 02221 - Excavating, Backfilling and Compacting for Utilities. a. Frames and Covers: Set the cast iron frames and covers in a bed of mortar and carefully adjust to elevations shown on drawings. D. Cleanout: Install commercially manufactured wye branches where indicated on the drawings. Cutting into pipe for connection will not be allowed except in special cases when accepted by the AfE. E. Pipe Connections to Existing Structures: Make finished work to conform as nearly as practicable to essential applicable requirements for new structures, including all necessary concrete work, cutting, and shaping. Coordinate work with utility company having jurisdiction. 3.04 TESTING AND INSPECTION A. Inspect sewer lines by checking each section for alignment. 1. A full circle of light shall be seen by looking through the pipe at a light held at opposite end of the section of sewer line being inspected. 2. Make any corrections required in line or grade. B. Leakage Tests: 1. Test lines for leakage by either infiltration tests or exfiltration tests, as appropriate. 2. Backfill trench before testing for leakage, up to at least the lower half of pipe. 3. If required, place sufficient additional backfill to prevent pipe movement during testing, leaving joints uncovered to allow inspection, 4. Correct visible leaks encountered regardless of leakage test results. 5. Measure infiltration when water table is two feet or more above top of pipe at upper end of pipe line section to be tested, using a suitable weir or other acceptable device. 6. When infiltration cannot be properly tested, an exfiltration test shall be made by filling the line to be tested with water so that a head of at least 2 feet is provided above both water table and top of pipe at the upper end of pipe to be tested. 02530-5 i 7. Allow filled fine to stand until pipe has reached its maximum absorption, but not less than 4 hours. a. After absorption, reestablish the head. 8. The amount of water required to maintain this water level during a 2 -hour test or exfiltration test shall not exceed 0.4 gallons/inch diameter per 100 feet of pipe line per hour. 9. When leakage exceeds maximum amount specified, satisfactory correction shall be made and retesting accomplished. 10. Testing, correction and retesting shall be made at no additional cost to the Owner. END OF SECTION 02530-6 6 V SECTION 02540 SEPTIC TANK AND DRAINFIELD PART I - GENERAL 1.01 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. 1.02 All of the mechanical and piping components needed to complete the system as shown on the plans shall be new, unused, and in first class condition. 1.03 Shop drawings shall be submitted to the engineer for review and approval of all system components prior to being ordered by contractor. 1.04 Before covering the septic system with earth, the contractor shall notify Indian River County Department of Health - Environmental Health and the engineer for an inspection, and approval of system installation. 1.O5 Upon completion of installation, the contractor shall notify the engineer for a final inspection and final setting of all adjustments. 1.06 All components shall, at a minimum, meet the requirements of the Florida Administrative Code, Section 64E-6, latest edition, PART2-STRUCTURES 2.01 A single compartmented tank of 1900 gallons shall be upstream of the absorption trenches to meet the requirements of F.A.C. 64E-6013 (3)(a). 102 Tank shall be of precast concrete construction, consisting of a monolithic bottom and sidewal 1. The top shall be a single slab with cutouts for construction of brick manhole risers. The concrete for tank shall have a minimum compressive strength of 3000 psi after 28 days, and shall utilize Type II cement. Reinforcing; steel shall be minimum grade 60. The tanks shall be reinforced with minimum 43 rebar at 6 inches cacti way in the top and bottom, and minimum #3 rebar at 12 inches each way in the walls. 2.03 All joints in the structures shall be made watertight using a mastic sealer such as "RAM- NEK" or equal. 2.04 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 of anti -hydro grout. 02540-1 2.05 All appurtenances inside the tank shall be as shown in the plans, or as called for by F.A.C. Chapter 64E-6 which shall take precedence over the plans and specifications. PART 3 - PIPE AND FITTINGS 3.01 Header pipe shall be N.S.F. approved, Type PSM, P.V.C., meeting the requirements of ASTM D3034-89, "Standard Specifications for Type PSM, P.V.C. Sewer Pipe and Fittings". 3.02 Drainfreld 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). PART 4 - DRAINFIELD TRENCH BED MATERIALS 4.01 The absorption bed shall be constructed of limestone, quartz rock, granite, river gravel or other approved material conforming to ASTM C33-86 or ASTM C330-89 meeting Florida Department of Transportation Specification 901 as required by F.A.C. Chapter 6413-6.014 (4)(c) for drainfield use. 4.02 A barrier of polyester bonded filament such as Mirafi 140 NS or Terrafix 270R shall be installed on top of the aggregate prior to backfilling. END OF SECTION 02540-2 4! 42b SECTION 02560 WATER SYSTEMS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Water systems including necessary accessories indicated on drawings and specified in this section for a complete water supply system from existing main to the building services approximately 5 feet outside the building, or as indicated on drawings. 1. The Contractor shall include in his bid price the cost imposed by the utility having jurisdiction for: a. Furnishing and installing the water meters. b. Tapping to the existing lines where shown on the drawings. c. Installation and permit fee. 2. The Contractor shall provide piping, valves, meter box or vault, and other accessories. 3. The Owner will pay the meter deposits and the service connection charge. B. Related Sections: 1. 02221 - Excavating, Backfilling, and Compaction for Utilities. 2. 03300 - Cast -In -Place Concrete. 3. Division 15 - Mechanical Work. 1.02 REFERENCES A. Federal Specification (FS): 1. WW -V -54D and Int. Am -1. 2. GSA -FSS Valve, Gate, Bronze (125, 150, and 200 Pound, Threaded Ends, Flanged Ends, Solder Ends, and Brazed Ends, for Land Use). B. American National Standards Institute (ANSI): 1. A21.4 -Cement -Mortar Lining for Cast -Iron and Ductile Iran Pipe and Fittings for Water. 2660-1 a 2. A21.6 -Cast -Iron Pipe Centrifugally Cast in Metal Molds, for Water or Other Liquids. 3. A21.8 -Cast -Iron Pipe Centrifugally Cast in Sand -Lined Molds, for Water or Other Liquids. 4. A21.11 -Rubber Gasket Joints for Cast Iron and Ductile Iron Pressure Pipe and Fittings. 5. A2151 -Ductile -Iron Pipe, Centrifugally cast in metal molds or sand -lined molds, for water or other liquids. 6. 816.22 -Wrought Copper & Bronze Solder Joint Pressure Fittings for Piping Under 3" In Diameter. 7. 816.3 -Malleable Iron Threaded Fittings, 150 and 300 lbs. C. American Society for Testing and Materials (ASTM): 1. A120 -Black and Hot Dipped zinc -coated (Galvanized) Welded and Seamless Steel Pipe for ordinary uses. 2. B88 -Seamless Copper Water Tube for Piping Under 3" in Diameter. E. American Water Warks Association (AWWA).. 1. 8300 -Hypochlorites. 2. 5301 -Liquid Chlorine. 3. C203.66 -Coal Tar Enamel Protective Coating for Steel Water Pipe. 4. C500 -Gate Valves - 3" through 48" for Water and Other Liquids. 5. C600 -Installation of Cast. Iron Water Mains. 6. C601 -Disinfecting Water Mains. 7. C800 -Threads for Underground Service Line Fittings. 1.03 SUBMITTALS A. Submit manufacturer's literature on the following items before starting work. 1. Pipe and Fittings. 2. Valves. 3. Fire Hydrant. 4. Test Reports and Certificates. 5. Detector Check Valve. B. Certification: Submit certification that solder used for copper tubing joints complies with specifications. 1.04 QUALITY ASSURANCE 2660-2 A. Provide manufacturer's certificate of compliance or certified analysis with each shipment of materials used. PART2-PRODUCTS 2.01 MATERIALS A. Cast Iron Pipe: 1. ANSI Standard S21.6 or A21.8, working pressure minimum 150 Ibs. psi. 2. Pipe shall have standard thickness cement mortar lining conforming to ANSI Standard A21.4. B. Ductile Iron Pipe: 1. ANSI Standard A21.51, cement mortar lined, working pressure minimum 150 lbs. psi. 2. Cement Mortar Lining: ANSI Standard A21.4, standard thickness. C. Copper Tubing: ASTM 888, Type K or L. D. PVC Pipe: according to Standard Plumbing Code Tables 303, 603, and 703 E. Joints: 1. Cast Iron and Ductile Iron Pipe: a. Push -On Joints: Conform to ANSI Standard A21.11. b. Rubber Gaskets and Lubricant: Conform to the applicable requirements of ANSI Standard A21.11. 2. Copper Water Tubing Joints: Sweat solder joints using wrought copper or cast brass fittings per manufacturer's recommendations. 3. Galvanized Steel Pipe: Joints shall be threaded and shall conform to AWWA 0800. 4. Insulating Joints: Consist of a sandwich -type flange insulating gasket of the dielectric type, insulating washers, and insulating sleeves for flange bolts (for installation between non -threaded ferrous and nonferrous metallic pipe). 2660-3 a. Make gaskets full faced with outside diameter equal to the flange outside diameter. b. Provide full length bolt insulating sleeves. c. Make units of a shape to prevent metal -to -metal contact between dissimilar metallic piping elements. F. Fittings and Special Items: 1. For Cast Iron and Ductile Iron Pipe: a. Suitable for 150 psi pressure rating. b. Fittings and Special Items shall have standard thickness cement mortar lining conforming to ANSI Standard A21.4. 1) Fittings and special items for Use with Push -an Joint Pipe: Conform to ANSUAWWA 0110 and A21.11. 2. For Copper Tubing: Sweat solder type red bronze or wrought copper conforming to ANSI B'16.22. a. Solder: 95-5 tin -antimony solder. Solder containing lead is not allowed. 3. For Galvanized Steel Pipe less than 3 inches: Steel fittings shall be galvanized malleable iron. Screwed fittings shall conform to ANSI Standard 816.3. Dresser -type fittings shall be suitable for use with type of pipe furnished. r7. Gate Valves: 1. Design gate valves for a working pressure of minimum 150 psi. a. Connect valves as required for the piping in which they are installed. b. Provide a clear waterway equal to the full nominal diameter of the valve. Valve shall open by turning counter clockwise. 2. Valves Smaller Than 3 Inches: All bronze conforming to FS WW -V-54, Type 1, Class B. 3. Valves 3 Inches and larger: Iron body, bronze mounted, conforming to AWWA Standard 0500. 2660-4 H. Cast Iron Valve Boxes: Extension type with slide -type adjustment and flared base. Minimum metal thickness 3/16". 1. Cover shall have the word '"WATER". 2. Boxes shall be of such length to adapt, without full extension, to the depth of cover required over pipe at valve location. I. Post Indicator Valves: Iron body bronze mounted flanged non -rising Stern, solid wedge disc with vertical indicator post, Kennedy Fig. 701 with valve with Fig. 549 indicator or Mueller valve A2052-6 with A20800 indicator. The post indicator shall be approved by the fire department having jurisdiction in the area. J. Fire Hydrant: Conform to AWWA C502 and to Fire Department Standards. K. Metors and Vaults: Water meters, detector check valve, and vaults shall conform to the standard of the utility company having jurisdiction in the area. L. Thrust Blocks: Provide concrete for thrust blocks according to Section 03300 Cast -in-place Concrete. M. Miscellaneous Items: 1. Pipe and Joint Coating: Coal tar enamel conforming to AWWA 0203, 2. Disinfection: a. Chlorinating materials conforming to the following: 1 j Chlorine, Liquid: AW;NA Standard B301. 2) Hypochlorite, Calcium, and Sodium: AWWA Standard 8300. N. Water Service Line Piping 3" or Less in Diameter: Copper (Type K). O. Water Distribution Line Piping 4" or Larger in Diameter: Cement lined cast iron. PART 3 - EXECUTION 3.01 INSPECTION 2660-5 • 4D 40 A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Install main according to the requirements of authorities having jurisdiction and AWWA Standard 0600. 3.03 HANDLING A. Handle pipe and accessories to insure delivery to the trench in sound, undamaged condition. 1. Take care not to injure pipe coating. 2. Repair damaged coating or lining, if any, of any pipe or fitting in a satisfactory manner at no cost to the Owner. 3. Do not place pipe or materials of any kind inside a pipe or fitting after coating has been applied. 4. Carry pipe into position; do not drag it. 5. Pinch bars or tongs for aligning or turning pipe may be used only on bare ends of pipe. 6. Clean interior of pipe and accessories of foreign matter before lowering into trench. 7. Keep pipe clean during laying operations by plugging or other accepted method. B.. Inspect pipe for defects before installation. 9. Replace material found defective before or after laying with sound material without cost to the Owner. 10. Store rubber gaskets not immediately installed in a cool, dark place. 3.014 PIPE CUTTING A. Cut pipe in a neat and professional manner without damage to the pipe. 1, Cut with an accepted type of mechanical cutter unless otherwise recommended by manufacturer and authorized by OWNER. 3,05 LOCATING a. Use a wheel cutter when practical. 2660-6 40 f♦ A. When water pipe location is not dimensioned on drawings, do not lay pipe closer horizontally than 10 feet from a sewer except where bottom of water pipe wi!I be a least 18 inches above top of sewer pipe. Where water lines pass under gravity -flow sewer lines, encase sewer line in concrete for a distance of at least 10 feet each side of the crossing, or sewer lines shall be made of cast iron pipe with no joint located within 10 feet horizontally of crossing. Water lines shall cross above sewage force mains a minimum of 2 feet above force main. B. Do not lay water lines in same trench with sewer, gas or fuel fines or electrical conduit. C. Maintain a minimum vertical separation of 12 inches between pipes where nonferrous metallic pipe (copper) crosses any ferrous piping material. 3.06 PLACING AND LAYING A, Carefully lower pipe and accessories into trench by means of derrick, ropes, belt slings, or other authorized equipment. 1. Do not drop or dump any water line materials into trench. 2. Avoid abrasion to pipe coating. 3. Lay pipe, except where necessary to make connections with other lines, with bells facing direction of laying. 4. Rest full length of each section of pipe solidly upon pipe bed, with recesses excavated to accommodate bells, coupling and joints. 5. Take up pipe that has had grade or joint disturbed after laying. 6. Do not lay pipe in water or when trench conditions are unsuitable for the work. 7. Securely close open end of pipe, fittings and valves when work is not in progress. 8. Keep water out of trench until jointing work is complete. 9. Repair damaged coating or lining in a satisfactory manner without cost to the Owner. 10. Valve, plug, or cap and anchor pipe ends left for future connections. 3.07 JOINTING 2660-7 40 40 4D A. Cast Iron Pipe: Install push -on type joints according to AWWA Standard 0600. B. Galvanized Steel Pipe: Screw joints shall be made tight with a stiff mixture of graphite and oil, inert filler and oil, or with an acceptable graphite compound, applied with a brush to the male threads only. Compounds shall not contain lead. C. Copper Tubing: Sweat solder fittings using solder and flux. Connections made with solder containing lead are not allowed. Joints with lead shall be disassembled, solder remaining removed, and reconnected using the specified solder, at no additional cost to the Owner. D. Insulating Joints: Install according to Para. 2-051), Page 02713-3. E. Connections between different type of pipe and accessories shall be made with transition fittings accepted by OWNER. 3.08 SETTING OF VALVES AND BOXES A. Install where shown or specified, and set plumb at finished grade. Valve boxes shall be centered on the valves. Boxes shall be installed over each outside gate valve unless otherwise shown. Where feasible, valves shall be located outside the area of roads and parking. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face if less than 4 feet. 3.09 METER, DETECTOR CHECK VALVE, AND VAULTS A. Shall be installed according to local utility company standards and as indicated on drawings. 3.10 FIRE HYDRANTS A. Hydrants shall be installed according to the fire department having jurisdiction in the area. 3.11 THRUST BLOCKS A. Plugs, caps, tees, and bends deflecting 22-112 degrees or more, either vertically or horizontally, on water lines 6 lines in diameter or larger, shall be provided with thrust blocking, or metal tie rods and clamps, or lugs. 2660-8 40 B. Thrust blocking shall be concrete of a mix not leaner than 1 cement: 2-1f2 sand: 5 gravel, and having a compressive strength of not less than 2,500 psi after 28 days. C. Blocking shall be placed between solid ground and the hydrant or fatting to be anchored. D, Unless otherwise indicated the base and thrust bearing sides of thrust blocks shall be poured directly against undisturbed earth. E. The sides of thrust blocks not subject to thrust may be poured against forms. F. The area of bearing shall be as shown. G. Blocking shall be placed so that the fitting joints will be accessible for repair. H. Steel rods and clamps shall be protected by galvanizing or by coating with coal tar enamel coating. 3.12 HYDROSTATIC PRESSURE TEST A. Test: 1. After pipe is laid, joints completed, and trench partially backfilled, leaving joints exposed for examination, subject newly laid water piping or any valved section of water piping to a one hour, 150 psi hydrostatic pressure test, unless otherwise specified by the utility company. 2. Open and close each valve several times during test. 3. Carefully examine exposed pipe, joints, fittings and valves during the partially open trench test. 4. Replace or remake joints showing visible leakage as necessary. 5. Remove and replace cracked or defective pipe, joints, fittings, or valves discovered after this pressure test with sound material. 6. Repeat test until results are satisfactory. 7. Replace, repair and retest as required at no cost to the Owner. 8. Test shall be according to and accepted by the local utility company. 9. Test shall be also accepted by the OWNER. r._ B. Time for Making Test: LL K61161I!>1-47 1. Except joint material setting or where concrete reaction backing requires a 5 -day delay, pipelines or couplings may be subjected to hydrostatic pressure, inspected and tested for leakage any time after partial completion of backfill. 2. Cement mortar lined pipe may be filled with water as recommended by manufacturer before being subjected to pressure test. C. Concurrent Hydrostatic Test and Disinfection; 1. Despite sequence of tests employed, results of pressure tests and disinfection shall be satisfactory as specified. a. Replace, repair, or retest as required at no cost to the Owner. 2. Pressure test and disinfection may be conducted separately or hydrostatic tests and disinfection may be conducted concurrently, using water tested for disinfection to accomplish hydrostatic test. 3. If water is lost when treated for disinfection and air is admitted to piping unit being tested, or if any repair procedure results in contamination of piping unit, repeat disinfection procedures until satisfactory results are obtained. 3.13 DISINFECTION A. Before acceptance of potable water operation, disinfect each unit of completed water piping as prescribed by AWWA Standard C601. 3.14 CLEANUP A. Upon completion of installation of water lines and appurtenances, remove debris and surplus materials resulting from work. i 3.15 TESTS 1. Cost of tests by Contractor. END OF SECTION K11,1111115111 SECTION 02775 SIDEWALKS AND SLABS PART 1 -GENERAL 1.01 , came A. The Contractor shall furnish all materials, labor, equipment and supervision required for the construction of new concrete sidewalks and slabs, complete as shown and as described herein. B. The work specified in this section consists of construction of complete sidewalk and slab in accordance with these specification, and in conformity with the lines, grades, dimensions and notes shown on the plans. PART a - PRODUCTS so 2.01 C.4]1GIef.@ All work under this section shall be of 3,000 psi concrete, in accordance with the requirements of Section 03300. 2.02 Reinforcement A. Fibrous reinforcing shall be used in all sidewalks and slabs. B. Where the plans call for steel reinforcement to be placed in the sidewalk, such reinforcement shall conform to the requirements specified in Florida Department of Transportation, Standard Specification for Road and Bridge Construction, latest edition, ?.03 Form Forms for this work shall be made of either wood or metal and shall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. Forms shall be cleaned each time they are used and shall be oiled or saturated with water prior to placing the concrete. PART 3 - EXECUTION 3.01 Foundation Excavation shall be made to the required depth, and the foundation material upon which the slab is to be set shall be moist at the time that the concrete is placed. 3.02 Joints A. The pavement shall be cut into sections by expansion and contraction joints as specified herein, or as shown on the plans. 02775 - 1 B. Expansion joints shall be preformed joint fillers meeting the requirements of AASHTO M153 or AASHTO 213 and cut to the true shape of the cross section, set to line and grade and held true while the concrete is being placed. The joint shall he edged and finished in a workmanlike manner as required by the Engineer. These strips shall be left in place and shall appear every 16 to 24 feet, depending upon the width of the slab, unless otherwise shown on plans or specified by the Engineer. On driveways these strips shall be placed adjacent to the paving, curb and driveway aprons or as specified by the Engineer. These strips shall also be placed between truck loads of concrete that exceed the time limits specified. C. Contraction joints shall be saw cut a minimum of one inch (1") depth, within 24 hours of concrete placement. Unless otherwise shown on the plans or designated by the Engineer, these joints shall appear at intervals equal to the width of the slab, between expansion joints. 3.43 P acine The concrete shall be placed in the forms to the required depth, and shall be tamped and spaded until mortar entirely covers its surface. 3.04 FinW is A. Screeding: The concrete shall be struck -off by means of a wood or metal screed, used perpendicular to the forms, in order to obtain the required grade and remove surplus water and laitance. B. Surface Requirements: The concrete shall be given a floated finish, then broomed transversely with a broom or burlap belt. The surface variations shall not be more than one-quarter inch under a ten foot straightedge, nor more than onc-eighth inch on a five foot transverse section. The edge of the slab shall be carefully finished with an edging tool having a radius of one-half "inch. 3.05 Thi_ kn ss Concrete sidewalks and stabs shall not be less than four inches (4") thick. 3.O6 No additional payment shall be made for the work hereinbefore specified. The Contractor's unit price bid as set forth in the PROPOSAL shall constitute full compensation for the work r involved for each item. END OF SECTION 0 , SECTION 02831 CHAIN LINK FENCES AND GATES PART GENERAL 1.01 SUMMARY A. Alternate Material for Fence Post and Framing Material: Where schedule 40 galvanized steel is specified, the following will be accepted: 1. Cold -rolled steel conforming to ASTM A-569, hot -dipped galvanized with a minimum of 1.0 ortsq.ft. of ASTM B-6 high grade and special grade zinc, a chromate conversion coating weighing a minimum of 30 micrograms/sq.in, and a clear organic coating 0.5 mills thick. 1.02 REFERENCES A. Florida Department of Transportation — Standard Specifications for Road and Bridge Construction - 1996- 1.03 QUALITY ASSURANCE. A. Products made of aluminum, aluminized, or otherwise treated with aluminum to any significant extent shall not be used. 1.04 SUBMITTALS A. Submit complete shop drawings for each rolling gate for approval before fabrication. 1.05 SITE CONDITIONS A. Security: 1. At the beginning and before the end of the work day, project site shall have all safety hazards removed or isolated by mesh type barricades creating a continuous fence perimeter. 2, At the Owner's discretion, when a continuous perimeter fence cannot be maintained, Contractor shall provide a properly licensed security guard until a continuous fence perimeter is restored. 02831-1 I-1 40 C] 1.06 WARRANTY A. Warrant for 1 year after substantial completion. Apply warranty to materials, quality of work, and hardware. Work, material, and hardware shall be free from defects and structurally sound during the warranty period. Defective material, improper work, and other substandard conditions documented by the Owner within the warranty period shall be corrected at no cost to the Owner. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Chain Link Fences and Gates: 1. Allied Tube & Conduit, Fence Division. 2. Cyclone Fence Div. of USX Corp. 3. Reeves Southeastern Corp. B. Gate Hardware: 1. Hinges: a. Semmerling Manufacturing, No.'s 1746, 1747, 1748. b. Southeastern Wire, No.'s 422405, 422406, 422407. 2.42 MATERIALS A. France Posts: Type 1 ASTM F-1083 steel, schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per sq. ft, minimum. Size posts according to the following line, corner, end, and pull post table: POSTS LINE CORNEA END PULL Height 4' 6',8",10",12' 4' 6',8',10`,12' Pipe Size 2" 0. D. 2.5" O.D. 3" O.D. 4" Q.D. Wall thickness 4.145" 0.154" 0.203" 0.226" Spacing O.C. 10' 10' na na Footing depth 2'-0" 2'-6" 3'-0" 3'-01' 02831-2 V D B. Tops: Provide posts with tops to exclude moisture. Loop Top: Provide on line posts. Dame Top: Provide on corner, end, pull, and gate posts. C. Bracing: Install horizontal bracing at every end, corner, gate, and pull post. Bracing shall be 1-5f8" outside diameter, approximately 2.27 Ib. per foot, hot dipped galvanized steel pipe complete with hot dip galvanized truss rods, turnbuckles, bolts, washers, and nuts. Braces shall be Type 1, ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1,8 oz. per sq. ft. minimum. D. Top Rail: Install to run continuously between line, comer, gate, pull, and end posts. Railing shall be 1-5/8" outside diameter 2.27 Ib. per foot (minimum wt.) hot dip galvanized steel pipe on all fences. Top rail shall be Type 1 ASTM F-1083 steel schedule 40 pipe, is hot dipped galvanized after farming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per sq. ft. minimum. B. Mid Rail: 1. Install to run continuously between line, corner, gate, pull, and end posts. Railing shall be 1-518" outside diameter 2.27 Ib. per foot (approx.wt.) hot dip galvanized steel pipe. Mid rail shall be Type 1 ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123 with galvanized coating weighing 1.8 oz. per. sq. ft. minimum. 2. install mid -rail on all fences 8 feet high or greater. Install mid -rail at the 112 way point on the fence and be level and consistent the entire length of the fence. F. Bottom Tension Wire: Install to run continuously between line. corner, gate, pull, and end posts. Wire shall be 9 gauge, steel alloy wire, hot dip galvanized. Tie at centers not to exceed 24 inches at bottom edges of fence fabric. Pull with sufficient tension to remove all slack and attach with bands at all end, comer, pull, and gate posts. F. Fabric and Fastenings: Fabric: Chain linked, No. 9 gage, steel wire, hot dip galvanized after weaving, conforming to ASTM A392, Class 2, woven in 2 inch mesh with top and bottom selvage knuckled for 4 feet and 6 feet fabric. 8 feet, 10 feet, and 12 02831-3 40 0 C-1 feet fabric shall have the bottom selvages knuckled and barbed top selvages. 2. Fabric Tie Wire: No. 9 gage, steel alloy wire ties, galvanized, for attachment to line posts. a. Tie at centers not exceeding 14 inches on line posts, and 24 inches on horizontal rails. 3. Stretcher Bars: a. 3/16" x 314" minimum 0. D. hot dip galvanized steel, two inches shorter than full height of fabric. b. Provide one stretcher bar for each gate post and end post and two bars for each corner and/or pull post. 4. Bands, Ties, and Clips: a. At Line Posts: 1) No. 9 gage, steel alloy, galvanized, tie wire. 2) Tie fabric to line posts at top, bottom, and intermediately at 14 inch centers. b. At End, Corner, Pull, and Gate Posts: 1) Galvanized steel bands attaching fabric and stretcher bars to posts. 2) Locate bands at top, bottom, and intermediately at 14 inch centers. c. At Top Rails: 1) No. 9 gage, steel alloy, galvanized, tie wire. 2) Tie fabric to top rails at 24 inch centers. G. Barbed Wire Extension Arms: Pressed steel hot dip galvanized after fabrication and holding 3 runs of barbed wire at a 45 -degree angle to 12 inches above and outside of the top of the fence. H. Barbed Wire: ASTM A-121 double strand No. 12.5 gage twisted line wire with No. 14 gage, four point barbs at 5 inches O.C. hot dip galvanized after weaving class 3. I. Gates, All Heights: SINGLE GATE 02831-4 .W C-] 40 LA Width 0' to 6' 6' to 12' 13' to 18' Pipe Size 3" O.D. 4" O.D. 6"O.D. Hinges 2 H.D. 3 H.D. 4 H.D. Industrial Industrial Industrial Sch 40 0.203" 0.226" 6-518" O.D. DOUBLE GATES Width 6' to 12' 12' to 26' 26' to 36' Pipe Size 4" O.D. 4" O.D. 6"O.D. Hinges 2 H.D. 3 H.D. 4H.D. Industrial Industrial Industrial Sch 40 0.2.03" 0.228" 6-518" O.D. G TE FRAM WORK 4' 10' nd 12' HIGH FENCE Pipe Size 2"O.D. Wall Thickness 0.145" 1. Gate frames shall be 2" O.D. type 1, ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123, with galvanized coating weighing 1.8 oz, per. sq. ft. minimum. 2. Assemble by welding. 3. Coat all welds with a suitable cold galvanizing compound. 4. Gate heights shall match adjacent fencing, unless specified otherwise. 5. Provide hinges, latches, stops, and keepers. 6. Gates over 4' wide must be sufficiently trussed and braced to prevent sagging. J. Gate Hardware: 1. Hinges: Malleable iron and hot dip galvanized according to ASTM A-123. Hinges shall be ball and socket, offset type to allow gates to swing back parallel with the fence line. 2. Latches, all heights: a. Malleable iron, hot dip galvanized, readily lockable with padlock(s). b. Latches for single gates, up to 15 feet wide, shall be single gate latch assembly. 3. Latches for double gates in openings 18' to 30' wide shall be heavy duty, galvanized, malleable iron gate stops with steel pipe sleeves anchored in concrete and arranged to engage plunger of latch at the center(s) of the opening(s). Latch and plunger shall not be removable without tools. 02831-5 40 tw t• 4. Keepers: Construct keeper of rust proof material and which automatically engage the gate leaf and hold it in the open position until manually released. 5. Stops: Mot dip galvanized, set in concrete. 6. Handicapped Accessibility: Provide heavy-duty lever type gate hardware or weatherproof push bar in place of latches. 7. Miscellaneous Fittings: Malleable iron or pressed steel. Ferrous materials shall be hot dipped galvanized. K. Bollards: Type 1 ASTM F-1083 steel schedule 40 pipe, hot dipped galvanized after forming according to ASTM A-123, with galvanized coating weighing 1.8 oz. per sq. ft. minimum. Construct bollards of galvanized steel, fill with concrete, and place on the traffic side of the fabric unless otherwise specified. Post dimensions for bollards shall be twice the diameter of the end post or the adjacent fence. Likewise, the footer dimensions shall be double the dimensions specified for end posts. FART 3 EXECUTION 3.01 PREPARATION A. Underground Clearances: Before starting, obtain underground clearances from utility companies, and Owner, to minimize damage to underground piping, cables, or structures. 3.02 INSTALLATION A. Alignment: 1. Install fencing and gates plumb, level, and aligned with all abutting fencing according to the manufacturer's instructions and approved shop drawings. 2. Top of fabric line shall be straight and level, with the bottom 2" above grade ± 3". When tolerances of ± 3" cannot be maintained, the top of the fence line shall contour to the ground with all variances spread over the greatest possible fence length. If these tolerances cannot be maintained, Contractor shall contact the Owner immediately by before proceeding. B. Footings: Provide a stable base for the post, mechanically fixed to the post, and stabilized in the surrounding earth to adequately support the post, fence fabric, and gates. C. Bracing: 02831-6 40 4D t• 1. Pull post bracing is to be provided every 200 lineal feet of straight fencing to construct the pull post array for proper fabric stretching. 2. Install bracing in both directions from comer and pull posts. D. Fabric and Fasteners: Flog rings are allowed only as specified by the Owner and be No. 12 gage galvanized steel. Attach all stretcher bars by bands and be 2" shorter than the fabric and spaced so that there are no protruding ends that can be bent. If these tolerances can not be maintained, Contractor shall contact the Owner immediately by before proceeding. E. Pointed Surfaces: 1. Barbed or purposely sharpened edges are not allowed from the highest grade level up to 6'-0" (minimum) of fence height. Complete minimum height from the highest grade elevation next to the fence lune. All fabric and tie wire terminal ends shall be knuckled and turned away from the traffic side of fences. Assemble all galvanized drip points, bolts, truss rods, posts, and hardware so that they have their sharp edges directed away from the traffic side of the fence. 2. All hardware including, but not limited to, brace bands, tension bands, and stretcher turnbuckles shall have rounded edges. Remove hardware with sharp or pointed surfaces or edges and replace at no cost to the Owner. F. Gates: All gates next to the building shall open in the direction of building egress and be able to be secured in their open and closed positions. No gate may reduce or restrict a building egress dimension in its open position. Gates shall be installed complete with hinges, latches, keepers, and stops. They shall be level and plumb in their closed position. Perimeter fence gates opening on a public sidewalk shall open inward to avoid disrupting the public right of way. G. Fence Posts: Install initially above the finished fence height and then cut level throughout the fence line between the corner posts. Install post caps when the footings have been set to prevent the accumulation of moisture in the past. All posts shall be installed level and plumb. H. Footings: 02831-7 e C1 4D Set posts in 3,000 psi concrete consisting of not less than six bags of cement per cubic yard of sand. Rod or vibrate concrete in earth compacted or water saturated and allowed to settle. a. Footing diameters shall be not fess than four times the diameter of the post. Slope the top of the footing a minimum of 1 inch to the surrounding grade to sited water. b. When posts are installed in asphalt, pour concrete to 2" below grade, slope, and back fill with well -tamped Type I asphaltic concrete to match existing surface. C. Posts should be set in concrete in its entire underground length from grade level to the recommended depth then raised 6" until the concrete has fully cured. 2. Install footings on all posts except for temporary fencing. Fence Removal: Includes the unearthing, disassembly, collection, and disposal of all existing fence posts, fabric, hardware, footers, keepers, stops, and debris accumulated along the fence line. All holes and surface irregularities created by the fence removal must be filled to prevent tripping hazards. Temporary Fencing: 6'-0" No. 11 gage or greater fabric tied to 2" or greater driven in posts with No. 11 gage steel alloy ties. Gates and gateposts shall be constructed and installed according to the specifications for permanent fencing. K. Baffles: Double baffles shall be constructed of 2 end posts, 3 fine posts, and a fabric panel. Set end posts in the fence line 6 feet apart. One line past shall be set at the mid point between those end posts as a divider. The 2 remaining line posts hold the baffle fabric. They are set 2 feet inside the fence line 10 feet apart and are connected by top rail. a. End posts and line posts shall match those specified for the fence line. Construct single baffles of 2 and posts, 2 line posts, and a fabric panel. Set end posts in the fence line 3 feet apart. The 2 line posts hold the baffle fabric. They are set 2 feet inside thefence line 7 feet apart and connected by top rail. 02831-8 a. End posts and line posts shall match those specified for the fence line. 3.03 ADJUSTING AND CLEANING A. Clean Up: At the completion of each day's work, remove from the site and premises, all debris, surplus materials, and salvaged fencing not wanted by the Owner. END OF SECTION 02839-9 40 SECTION 02.834 FARM FENCING PART 1 - GENERAL 1.01 5tvs�� The work under this contract consists of providing the materials and services required to fence a parcel of land as described in the range plans, The materials and erection of this fence shall confirm to Department of Transportation Specification for Type A fart fencing. PART 2 - PRODUCTS 2.01 Material Specifications A. Fence Fabric The fence fabric shall be galvanized steel woven wire meeting the requirements of ASTM A 116 for farm fence, federal design number 1047-6-9, 12%2 gauge with Class 2 zinc coating. The vertical stays shall be joined to each horizontal wire by the hinged joint method with the joint having at least 1 %2 twists tightly wrapped. An equivalent or better fabric may be used. B. Barbed Wire Four -point, galvanized, two strands of wire twisted around each other. The barbs shall be four -points spaced at approximately five inch intervals twisted around and through both wires. This wire shall meet the requirements of ASTM A 121 for 121 12% gauge wire No. 12%2 for Class 2 zinc coating (minimum 0.5 oz./sq. ft.). Tito individual barbs shall be 14 gauge. C. Smooth Wire i Nide gauge, galvanized, federal specification RF 1191. Fence Posts All posts shall be pressure treated with creosote oil, pentachlorophenol solution or CCA salt preservative and meet the standards of the American Wood Preserver's Association for retention Nos. AASHTOM 133. AWPA P-9, A-2. E. Gates The two (2) drive gates shall be manufactured front hot dipped galvanized steel grade 90, 24 gauge, rigid four -point rivet construction with rolled safety edge panels, 12 feet long and 48 inches high. 02834- 1 tm 40 4 F. Staples Staples shall be het dipped galvanized and a minimum of 1'/r inches long. PART 3 - EXECUTION 3.01 Installation The fence shall be installed in accordance with the following installation instructions and plans and in a manner reflecting high quality workmanship. The area to be fenced will be staked. A. Walkway and drive gate locations will be staked and established per plans. B. The line posts shall be installed on a maximum of eight foot centers. C. Horizontal posts in corner assemblies shall be set on notched vertical posts and secured by 3/e inch steel pins as shown in the gate opening and brace drawing. 3.01 Installation Procedu A. Pull braces shall be installed at 330 foot centers. B. Pull braces are to be installed at all horizontal and vertical breaks in the fence of 15 degrees or more. C. The line posts will have a minimum depth of 24 inches. The corner posts' minimum depth is to be 42 inches. D. Wire spacing for barbed wire strand will he four inches from top of woven wire. E. Staples are to be driven snug, but not tight. F. On pull and corner assemblics, staple every line wire. G. On line posts, staple every line wire in the top half and alternate line wires in the bottom half. H. Fence will be erected straight with as uniform a post height as possible. 1. The wire in the pull brace assembly is two 9 gauge wires twisted to singing tightness. 1. Posts will be set by driving or digging.; if by digging, posts area to set at the center of the hole and soil tamped securely at all sides. K. Comer assemblies consist of two full brace assemblies set is right angles. 02834-2 L, Horizontal posts, pull braces and comer assemblies shall be set in notched vertical posts and secured by % inch steel pins. A Gates shall be installed as level as possible and capable of being opened in either direction with a six inch minimum ground clearance. N. Fence shall not be attached to any tree, snag, stump, etc, END OF SECTION 02834-3 i 40 40 SECTION 02900 LANDSCAPING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnishing, planting, watering, fertilizing, mulching, pruning, and transplanting plants of the species, size and quality in the locations indicated on Drawings and the installation of soil, fine grading, fertilizer, top soil, seeding, sprigging, sodding, and top dressing in areas indicated on Drawings. B. Related Sections: 1. 02200 - Earthwork. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 2487-85 Standard Test Method for Classification of Soil for Engineering Purposes. B, "Grades and Standards for Nursery Plants", Part I and II by the Florida State Department of Agriculture, latest edition. C. "Approved Planting Practices" by the American Association of Nurserymen. D. "Hortus", by L.H. Bailey, Second Edition. E. "Manual of Cultivated Plants" by L.H. Bailey. F. "'Standard Plant Names" by the American Joint Committee on Horticultural Nomenclature. 1.03 DEFINITIONS A. Satisfactory Fill Materials: Materials classified in ASTM D2487 as GW, GP, SW and SP properly worked by Contractor to obtain optimum moisture and compaction. B. Unsatisfactory Materials: Materials of any classification determined by testing laboratory as too wet or too soft for providing a stable 11W6*115 40 L1 C-1 foundation for pavement and walks will be classified as "unsatisfactory". C. The words "plant materials" or "plants" refer to and include trees, hedge, ground cover, grass, or herbaceous materials. D. Specimen: An exceptional, heavy, symmetrical, tightly knit plant, so trained or favored in its development that its appearance is unquestionably and outstandingly superior in form, number of branches, compactness, and symmetry. Specimen shall conform to the standard for "Florida Fancy" according to the State of Florida, Department of Agriculture. E. Ground Cover: Anything other than grass. 1.04 SUBMITTALS A. Samples: 1. Topsoil Mixture: A sample of the sand and a sample of the 80120 sand and muck mixture shall be submitted to the Owner for approval before installation. B. Contract Closeout Submittals: 1. Record Drawings: Provide blueprint with red line markings indicating changes made to the planting system layout during installation. 2. Manual: Deliver 1 copy giving complete instructions regarding maintenance of materials, complete nomenclature of items used, and a copy of the guarantee issued to Owner upon final completion of installation. C. Certificates: 1. Submit certificates from supplier stating the delivered topsoil mix, sod, and other landscaping materials comply with requirements specified. 2. Deliver certificates upon final completion of the installation. 3. Certificates of Inspections: Shipments or orders of plant material shall be properly inspected at nursery or growing site by authorized federal and state authorities; include certificates with shipment. 1.05 QUALITY ASSURANCE 02900-2 e1 40 LA LM A. Qualifications of Workers: Provide at least 1 person who shall be present at all times during execution of this portion of work thoroughly familiar with type of materials being installed and best methods for their installation and who shall direct the work performed under this section. B. Obtain written acceptance from Owner for any variation from specified requirements before proceeding with work. C. Planting Materials: Meet or exceed specifications of federal, state, and county laws requiring inspection for plant disease and insect control. D. Sod Procurement: Comply with quarantine requirements relative to white fringed beetle and fire ants. L. In the event that Owner suspects deficiencies in materials used on this project, such materials will be tested by the Owner contracted testing laboratory. 1. Cost of Testing: a. Initial Testing: By the Owner. b. Retesting: By Contractor. 2. Evidence of non-compliance will result in rejection of all work. 1.06 DELIVERY, STORAGE AND HANDLING A. Delivery and Storage: 1. Deliver items to the site in original containers with labels intact and legible at time of Owner inspection. 2. Immediately remove from the site materials not complying with these specifications. 3. Use all means necessary to protect materials before, during, and after installation and to protect installed work and materials of all other trades. B. Replacements: Upon damage or rejection, immediately make repairs and replacements necessary for the acceptance of Owner at no additional cost. C. Plant material shall be protected from weather, adequately packed to prevent breakage and drying out during transit. The use of anti - 02900-3 transparent, according to the manufacturer's specification, is encouraged. D. Plants shall not be planted on jab until they have been inspected at receiving site and accepted by Owner. E. Legible identification tags shall be attached to at least one plant of each species. Packages, boxes, or bunches of plants shall also be identified with a similar tag. Plants showing improper handling, bruised trunks, broken branches, or root balls, or arrive on site in an unsatisfactory condition will be rejected. F. Shipment and Delivery: Acceptance of plant material will be given by the Owner only after the material is planted and after meeting all of the incidental requirements specified and on the plans. 1.07 SEQUENCING A. Before grassing work begins the Owner is to be notified not less than 2 work days in advance. B. Notify the Owner a minimum of 2 working days in advance of when plant material is to be delivered. C. Construction Review: In addition to other progress construction reviews, the Contractor shall schedule and facilitate the following subtrade related reviews, giving notice to the Owner at least 2 working days in advance. 1. Review of proposed tree pit locations, as represented by staking. 2. Review, upon delivery, of plant materials at the site to verify species, vigor, size, condition, shape, quantity, according to specification and drawings. 3. Review of tree pit excavation and fine subgrade. 4. Review of backfilling for palm and tree pits and the placement of the soil blanket 5. Review of work and materials after completion of planting. This review shall be scheduled sufficiently in advance and in cooperation with the Owner so that it may be conducted within 48 hours after completion of planting. 6. Review after a 30 -day period of maintenance, upon written request by the Contractor. Request shall be received at least 5 days before anticipated date of review. 7. Review for final completion at the end of the warranty period. 1.08 WARRANTY 40 171 • A. Contractor is to replace, at no additional cost to the Owner, grass areas in unsightly or damaged condition, for 90 days after final completion. replace, at no additional cost to the Owner, dead trees, palms, shrubs and ground cover for one year. 1. Irrigate the newly planted grass, trees, palms, shrubs, and ground cover until final completion. Irrigation shall occur in sufficient quantity to insure the orderly establishment of the grass and planting. B. relocated Trees: Take every reasonable precaution to insure the survival of relocated trees. Replace non -surviving individual trees with equal canopy. 1. Any loss of plant materials due to the negligence of the Contractor shall result in the replacement of the material at no cost to the Owner. Said plant material shall be replaced with the same species of equal size. 2. Contractor shall not be responsible for the replacement of lost materials due to "acts of Providence", theft, vandalism, or for reasons out of the control of the Contractor. C. Warrant trees, shrubs, and groundcovers for 1 year and sod for 90 days after final completion and the satisfactory conclusion of the maintenance period. Any planting that fails or dies within that period shall be replaced and replanted immediately without expense to the Owner, The Contractor shall not be held responsible for losses beyond his control arising from "acts of Providence acts of vandalism, or loss arising from documented neglect by the Owner to properly care for planting after final completion. D. Make periodic reviews of the planting, at no extra cost to the Owner, during the warranty period to determine what changes, if any, should be made in the Owner's maintenance program. Proposed changes shall be submitted, in writing, to the Owner and, jointly by copy, to the Engineer. E. At conclusion of the 1 year and 90 -day warranty periods, the Owner will make a construction review to determine the condition of planting and sodding. Plants or sod that have died or, in the opinion of the Owner, are in an unhealthy or badly impaired condition for reasons other than vandalism, "Acts of Providence", or documented neglect by the Owner, shall be replaced by the Contractor as soon as possible, except that replacement will not be required in any season definitely i rnfavorable for the kinds of plants involved. 1iY�i+11)67 E71 0 C-1 F. At the end of the warranty period, remove saucers. Mulch and place sod around tress formerly saucered and mulched. Guying and bracing of trees shall remain in place until windfirrn. 1.09 MAINTENANCE. A. Maintain planting, starting at the time of planting and continuing for 90 calendar days after final completion. B. Maintain and protect seeding, sodding, and planting including incidental materials until end of maintenance period. C. Tree Maintenance: 1. Maintenance shall begin immediately after each plant is planted and shall continue until final completion. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected during time stated above. 2. Settled plants shall be reset to proper grade position, planting saucer rested and dead material removed. Guys shall be tightened and repaired. 3. Defective work shall be corrected as soon as possible after it becomes apparent and weather and season allows. Upon completion of planting, the Contractor shall remove from the site excess soil and debris, and repair damage to structures, etc., resulting from planting operations. D. Sodding Maintenance: 1. Provide a complete maintenance cultural program until final completion. 2. Cultural program shall consist of watering, fertilizing, mowing insect and disease control, and weed control. a. Begin mowing program as soon as sod is firmly rooted. Mow sod with a rotary type mower a minimum of twice per month at a 3" mowing height. Mowing program shall include weed -eating and edging of beds, and along walks, curbs, and buildings. 3. Final completion is contingent upon full coverage of the sodded area resulting in healthy, vigorous turf, free of insects, disease, and weeds. 4. Contractor shall submit a written schedule for proposed maintenance of sodded areas. 02900-6 C-7 B. Seeding Maintenance: 1. Provide a complete maintenance cultural program until final completion. 2. Cultural program shall consist of watering, fertilizing, mowing, insect and disease control, and weed control. a. Begin mowing program as soon as seedlings are at a height of 4" and firmly rooted. Mow seeded areas with a rotary type mower at a height of 3" twice per month. b. Final completion is contingent upon full coverage of the seeded area resulting in healthy, vigorous turf, free of insects, disease, and weeds. c. Contractor shall submit a written schedule for proposed maintenance of fse!d. F. Sprigging Maintenance: 1. Provide a complete maintenance cultural program until final completion. 2. Cultural program shall consist of watering, fertilizing, mowing, insect and disease control, and weed control. a. Begin mowing program as soon as the sprigs are firmly rooted. Mow sprigged areas with a reel type or rotary type mower at a 1 inch mowing height. Sprigged areas shall be mowed 4 times per month. 3. Final completion is contingent upon full coverage of the sprig area resulting in healthy, vigorous turf, free of insects, disease, and weeds. 4. Contractor shall submit a written schedule for proposed maintenance of field. G. General Maintenance: 1. Maintenance shall include watering, weeding, fertilizing, cultivating, spraying, adjustment of guying, staking, and pruning necessary to keep plant materials in a healthy vigorous growing condition and to keep planted areas neat and attractive. 2. Provide equipment and means for proper application of water to those planted areas not provided with an irrigation system. H. Replacements: 42900-7 4P 40 CJ 1. At the end of maintenance period, plant material shall be in a healthy growing condition. 2. During maintenance period immediately replace any plants showing weakness and probability of failure with a new healthy plant of the same type and size, without additional cost to the Owner. 1. Extension of Maintenance Period: Continue maintenance period, at no additional cost to the Owner, for additional 30 days after previously noted deficiencies have been corrected. Warranty extension period shall start upon acceptance of planting and at the end of the maintenance period. J. The Contractor shall conclude maintenance (exclusive of replacement within warranty period) upon written acceptance of the Owner at the end of the maintenance period or, as provided for above, at the end of the extended maintenance period. K. Protection: 1. Irrigate the newly planted grass until final completion. 2. Irrigation will occur in sufficient quantity to insure the orderly establishment of the seeding. 3. Planting area shall be kept weed free with a herbicide program until final completion. PART 2 - PRODUCTS 2.01 MATERIALS A. Planting Soil: An evenly blended mixture of 50 percent organic "muck", 25 percent coarse sand, 15 percent Sphagnum peat moss and 10 percent sheep manure. Add 2 pounds of fertilizer, as specified, to each cubic yard of soil and thoroughly mix. Planting soil shall have pH of between 6,0 and 7.0 after mixing and fertilizer amendment. B. Topsoil Mixture: 80 percent fresh water sand (medium to coarse grade) and 20 percent inland glades muck thoroughly mixed with a commercial shredder/blender or equivalent. 1. Material shall be proportioned by volume rather than weight. 2. Site mixing will not be acceptable. 3. Sand shall be free of silt and sludge. 041*IIt)S:1 40 40 C-1 4. Mixture shall be free of rocks greater than 1l2" in size, limbs, roots, and other deleterious matter. 5. The Owner reserves the right to reject topsoil, at any time, used during the execution of work not meeting specifications. C. Sludge: Fine residual from oolite rock crushing operation from rock processing plant. D. Clay: Florida red clay, free from rocks, or accepted equivalent. E. Top Dressing for Sodded Areas: Clean sand, mined from fresh water. Sand mined from salt water is unacceptable. F. Commercial Fertilizers: Commercial grade fertilizer, uniform in composition, dry, free flowing, and delivered to site in fully labeled, unopened containers, bearing name, trade name or trademark and warranty of producer. Fertilizers shall conform to applicable State and Federal law. At least 50 percent of the nitrogen content shall be derived from natural organic sources and potash derived from sulphate of potash. Each container of fertilizer shall bear manufacturer's statement of analysis or a manufacturer's certificate of compliance shall be submitted to the Owner upon delivery to the site. The following minimum percentages of available plant food by weight are required. 1. Fertilizer: Milorganite 6-2-0 is to be applied to sod beds before installation of sod. 30 days after the installation of sod or as directed by the Owner, apply a 12-4-8 granular blend. 2. 12-4-8 Fertilizer: a. Total Nitrogen, not less than 12.00 percent. b. Nitrate Nitrogen, not less than 1.5 percent. c. Ammoniacal Nitrogen, not less than 5.7 percent. d. Granular Blend Requirements: 1) Water soluble organic nitrogen, not less than 1.3 percent. 2) Water insoluble organic nitrogen, not less than 3.5 percent. 3) Available Phosphoric Acid, not less than 4.0 percent. 4) Water Soluble Potash, not less than 8.0 percent. 5) Total primary plant fond, not less than 24.0 percent. 6) Chlorine, not more than 6.0 percent. 02900-9 4! LA 7) Secondary (Plant Foods: OXIDE ELEMEN`IA Magnesium 2 or Mg 1.20% Manganese 1 or Mn .70%e 8) From F.T.E. 504 - 30 lbs. per ton to be composed of the fallowing elements: ELEMENTAL Boron B203 0.1845% B 0.05% Copper CuO 0.1312% Cu 0.10% Iron Fe203 0.3360% Fe 0.26% Manganese MnO 0.1372% Mn 0.10% Molybdenum Mo03 0.0015% Mo Zinc ZnO 0.1312% Zn 0.10% 9) Derived from this source materials: L Ammonium Titrate ii. Sulfate of Ammonia iii. Ureaform or I.B.D.U. iv. Triple Superphosphate v. Muriate of Potash vi. Sulfa -Mag vii. Manganese Sulfate 10) All materials to be grilled or granular except Manganese Sulfate. G. Argentine Bahia Sod: 1. Sod strongly rooted and free of pernicious weeds. 2. Mow sod to a height not to exceed 1-112" before lifting. 3. Lifts shall have uniform thickness with not over 1-1f2" nor less than 1 inch of sail. 4. Sod containing nutgrass, lippia, water sedge, and dollar weed is not acceptable. H. Seed: Scarified Argentine Bahia. Grass: 1. Free and clear of foreign matter. 2. Packaging sha'I be specified and clearly labeled as to contents. 02900-10 tD 40 LJ a. Seed labels shall include test dates, purity, germination, crop, weeds, and inert content. b. Labels shall be current and dated within 6 months of delivery to the project site. c. Labels shall be submitted to the Owner before execution of said work. 3. Seeds shall be not less than 80 percent pure and 80 percent germination. Argentine Bahia Sprigs: Sprigs shall be free of weeds and foreign material. Grass sprigs shall be produced from mowed turf with 1 bushel of sprigs equal to the harvest yield of 1 square yard of mature sod. Sprigs shall be delivered in a viable condition free from heat and excessive soil. J. 'Trees: 1. Trees and shrubs shall be as noted on plans and shall be Florida No. 1 or better quality, graded according to Grades and Standards for NurseryPlants, and as approved by the Owner. 2. Caliper measurement, height measurement, height relation to caliper, spread, bare root, ball dimensions, and ground covers, etc, shall conform to the applicable standards above and the requirements for this project. 3. Substitutions in plant species or sizes shall be made only after written authorization by the Owner. 4. Materials or Work may be rejected if, in the opinion of the Owner, such work does not meet the requirements of the Specifications. Rejected materials shall be promptly removed from the site by the Contractor at no expense to the Owner. K. Pruning: 1. Plants shall not be pruned before delivery except as authorized by the Owner. 2. Plants shall have been transplanted or root pruned at least once in the 3 years before delivery date. 3. Immediately upon selection by the Contractor and acceptance by the Owner, major trees shall be completely root pruned at the nursery site and held in that condition for 45 to 64 days. Plants shall not be further dug or transported without acceptance of the Owner. L. Free Guying: 02900-11 f II • i, Double strand, 12 gage galvanized steel wire, minimum 314", fiber bearing 2 ply, rubber garden hose. 2. Pressure treated 2 inch x 4 inch x 3 feet (deadman) Southern Yellow Pine free of knots, rot or other weakening characteristics. 3. 3 inch galvanized steel turnbuckles. 4. Yellow plastic flagging. M, Peat: Sphagnum peat moss for horticultural use. N. Mulch: Shredded eucalyptus bark free of weed retardant. O] Anti -Transparent: "Dowax" or "Wilt-Pruf". P. Sand Screen: To consist of 4 inches of clean, salt and weed free, sharp sand over 2 inches of pearock. 0. Sand Screen Edging: Similar to Ryerson steel edging. R. Water: Potable water shall be provided by the Contractor. upon emergency or other loss of water supply, the Contractor shall be responsible for water supply. S. Plant Material: 1. Plant species shall conform to those indicated on Drawings. 2. Plant Quality: a. Plants shall be freshly dug, balled and burlapped nursery grown stock or container grown nursery stock. Plants shall be free of broken, damaged root balls or root bound conditions. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests or their eggs, and shall have healthy normal root systems. b. Collected plants shall not be used unless authorized in writing by the Owner. c. Existing trees indicated on the plans to be relocated shall be accepted for this purpose by the Contractor and any substantial defects in these trees shall be reported in writing to the towner for verification before any digging of this material, d. Plant material, not specified as "Specimen", shall be Florida No. 1 or better quality, graded according to Grades and Standards for Nursery Plants, published by the State of Florida, Department of Agriculture. Plants judged to be not according to said standards will be rejected. MIIiIII01 CI 0 40 T. Tree Grates: Cast iron square gratings, expandable type. 1. Manufacturers: a. Neenah Foundry Co. Model R-8708 1800 square with 114" slot openings.. b. Josam Mfg. Co. c. U.S. Foundry. PART 3 - EXECUTION 3.01 INSPECTION A. Inspect work of other trades and verify work is complete to the point landscape work may start. Verify planting may be completed according to Construction Documents. B. Discrepancies: 1. In event of discrepancy, immediately notify Owner. 2. Do not proceed with installation of materials or plants in areas of discrepancy until such discrepancies have been fully resolved to the satisfaction of the Owner. C. It shall be the Contractor's responsibility to thoroughly test the irrigation system before planting and report any malfunctions to the Owner. No planting shall be done until the irrigation system is operating properly. 3.02 PREPARATION A. Stake the proposed location of trees to be planted. B. Excavate planting pits and beds, prepare fine subgrade, place soil blanket. C. Provide plants, fertilizer, sod, planting soil, and incidental materials as specified. D. Place plants, backfill, and guy or brace plants as required. E. Fine grade, sod lawn areas, and complete incidental work as specified. 3.03 APPLICATION Ob C-1 4D A. Finish Subgrade: Upon acceptance of rough grading elevations, establish fine subgrade with smooth and even finish. Remove rocks more than 1 inch diameter, sticks, debris, and vegetation to a depth of 6 inches. Final subgrade shall be established as specified. Depths are relative to the elevation of the walkway, paving, the top of curb, or, in the absence of curbing, the top of roadway paving or the proposed finished contour: Area Topsoil Ground Cover & Vines Shrub Bed Hedge Clay Baseball Field B. Planting Trees: 1. Excavation: Subgrade Depth 6 In. min.. 1 Ft. 2 In. 1 Ft. 8 In. 1 Ft. 8 In. 4 In. min. a. Excavations identified as having potential utility or service line conflicts shall be excavated by hand tools to determine the location of any utilities. b. Excavate tree and palm pits as necessary to accommodate root balls of material when plant is set to finished grade, with a minimum of 6 inches of specified planting soil under the spread of bottom most roots. Diameter of pits for trees shall be at least 1 foot greater than diameter or spread of roots. c. Barricade or mark excavations to prevent hazards to mechanical vehicles and pedestrians. 2. Planting: a. Set trees in vertical position with the grade elevation of the previous container or field growth equal to finish grade. b. Set plant in upright position in center of hole and place specified planting soil around rootball. c. Thoroughly water each plant when hole is 213 twigs and branches. Cuts more than 314" diameter shall be painted with an accepted horticultural tree wound paint. Plant materials shall meet specifications after pruning.. d. Earth shall be banked at edge of pit to form broad saucer not less than 4 inches in depth. Flush planting soil into place r 40 4D with slow hose stream until air pockets are eliminated and pit is filled with soil to saucer grade. e. Frees shall be guyed or staked in an upright position immediately after planting in one of the following ways: 1) Guying shall be done with hose pieces placed around trunk immediately above the lowest branch, Each guy wire shall be put through the hose collar and secured back to turnbuckles placed at midspan. Guy wires shall also be attached to "deadmen", placed at a two -foot depth, equidistant around tree, outside planting pit and shall be extended back to the lower end of the turnbuckles. Tumbuckles shall be placed at midspan. The guy wires shall be tightened and plastic tape warning flags shall be placed midspan of guy wires. 2) Guying shall be as noted above, except that guy wires shall be attached to stainless steel eye bolts placed in a horizontal position in the concrete slab at the edge of the {caving, rather than to "deadmen". 3) Guying shall be as noted above, except that guy wires shall be extended horizontally and attached to wood stakes (2 x 4 pressure treated Southern Yellow Pine) driven into the bottom of the tree pit a minimum of 12 inches and extending above finished grade approximately 6 feet. f. Pruning shall be limited to remove injured twigs and branches. Cuts more than 3f4" diameter shall be painted with an accepted horticultural tree wound point. Plant materials shall meet specifications after pruning. g. If planting is performed after sod placement, proper protection shall be provided and damage resulting from planting operations shall be repaired promptly. h. Install and brace palms in a vertical position. Place a minimum of 5 layers of burlap around the trunk and, in turn, have a minimum of five wood battens placed vertically over it. The battens shall be retained in place by two 314" high carbon steel bands. Three wood braces, placed at a 60 - degree angle equidistant around the plant, shall be nailed to the battens. No nails shall be placed into the palm trunk. Three bracing pads shall be placed below grade at the bottom of each brace. I. Pits within which palms are planted shall be backfilled with clean, sharp coarse, salt -free sand. 02940-15 40 40 M 3. Transplanting: a. Transplanting shall consist of on-site transplanting of existing plant materials from proposed construction areas to permanent positions as noted on Drawings. b. Materials to be transplanted shall be root pruned a minimum of six weeks before relocation. Contractor shall maintain transplanted materials during construction period by watering, weeding, mowing, spraying, fertilizing, pruning and other horticultural practices. c. The Owner shall regularly inspect the relocated materials to ensure compliance with horticultural practices as noted, The Owner will submit a written report to Contractor of any deficiencies found during the maintenance period. 4. Transplanting Operations: Take precautions to minimize shock of root pruning and transplanting according to nursery trade procedures including the following: a. Boot prune 113 of hall at a time. b, Thin out the interior crown of dicots, in a similar sequence, to compensate for root loss, leaving the entire canopy intact. c. Leave monocot leaves alone, allowing plant to balance itself. Protect growing point as required. d. After root pruning, backfill with good organic rooting medium. Fertilize with organic fertilizer to promote root g rowth.. e. Mulch to reduce weeds, discourage foot traffic and its compacting effect, conserve moisture and minimize temperature fluctuation. f. Brace trunk and leave in place until trees are windfirm for a maximum of 1 year. g. Wrap trunks and structural branches of thin -barked trees to protect against sunscald and dehydration. Retain for at least 1 growing season, and through cold season. h, Feed with a diluted solution of N -P -K in solution form with a soil needle, providing water, air, nutrients and a breaking up action of marl. i. Where foliage is retarded, spray it with one of the soluble area types of foliage feeders. j. At time of planting to fill air pockets and to keep roots, and feeder roots moist, live and healthy. Use soil needle for watering new transplant. Direct fine spray at foliage to help harden new leaves. 02900-16 40 40 40 5. fest Control: Set up spray program to guard against scales, borers, foliage feeders, aphids, mites, leaf -spot and dieback, nematodes and canker -producing fungi. 6. Provisional Inspection: a. On completion of the work and upon receipt of the written request of the Contractor, the Owner shall inspect planting work for substantial completion. The request shall be received from the Contractor at least three work days before the anticipated date of provisional inspection. b. The Contractor shall repair or replace defective work before substantial completion of the work. 7. Final Inspection: At the end of the warranty period, inspection of plants will be made by the Owner upon written notice requesting such inspection, submitted by the Contractor at least 3 days before the anticipated inspection. Defects discovered shall be repaired or replaced by the Contractor. C. Planting of Lawn Areas: 1. Preparation: a. Spread topsoil mixture as specified. b. After topsoil is spread, mix soil amendment materials thoroughly into the soil to a depth of 4 inches by use of rototiller and conduct specified soil testing and analysis. c. Contractor shall request a preliminary inspection by the Owner of field grades and irrigation before planting. 2. Sodding Procedures: a. Sodding shall be done as soon as practical following finish grading. Five pounds of commercial fertilizer shall be spread per 100 sq. ft. of finished subgrade and lightly raked in. Ground shall be leveled with the back of a rake and sod laid with joints closely butted so no voids are visible, keeping surface of sod flush with the adjoining seeded areas or pavements. b. After sod is in place it shall be top dressed with sufficient sharp, clean sand, free of weeds or weed seeds, to fill voids remaining and thoroughly watered to wash the top dressing into the sodded surface. The completed sodded surface shall be true to finish grade indicated on the plans, even and firm at all points. Contractor shall keep new sod properly watered until final completion. 02900-17 E71 40 i c. Protect sodded areas against trespassing and damage of any kind for the duration of maintenance period. 3. Seeding Procedures: a. Before seeding apply 12-4-8 fertilizer at a rate of 500 pounds per acre, and lightly disked in within 2 inches of top of topsoil. b. Planting rate for Argentine Bahia Grass shall be ten pounds per 1,000 square feet. Planting rate for Hulled Bermuda Grass shall be six pounds per 1,000 square feet. The Argentine Bahia and Hulled Bermuda seed shall be mixed thoroughly at the proper rates before sowing. c. Seed shall be sowed with a broadcast or rotary type spreader. Seeds shall then be lightly disked in and covered with no more than 3f4" of top soil. d. A drag may be used to cover seed and level seeded area. A light roller shall be used to firm seed area. e. TheContractor shall verify that the field is smooth and meets grade according to specifications upon completion. f. Eight weeks after completion of seeding apply 12-4-8 fertilizer at a rate of 500 pounds per acre. 4. Sprigging Procedures: a. Before sprigging apply fertilizer to the field using 1000 pounds of 4-12-12 per acre. b. Float the field to the desired smoothness using a drag or drag harrow and mix fertilizer into the upper two inch layer of the soil. The field compaction level shall allow a sprig planter to penetrate soil surface. c. Plant 800 bushels of certified Tifway II per acre. d. Sprigs shall be broadcast over the prepared area and pressed into the top 2 inches of soil with a sprig planter, cultipacker, or disc and Tightly rolled to firm the planting bed. e. Water sprigs no later than 10 minutes after planting for maximum survival rate. f. Irrigation shall occur in sufficient quantity to assure the orderly establishment of the sprigs. g. Final completion of project shall be based on a 90 to 95 percent survival rate of sprigs. 3.04 ADJUSTMENT AND CLEANING 02900-18 A. Cleaning Up the Site: Upon completion of any landscape project, the Contractor must thoroughly clean up the project site. In addition to removing equipment, unused materials, deleterious material, and surplus excavated material, the Contractor shall fine grade disturbed areas and the areas adjacent to the new plantings to provide a neat and uniform site. Damaged or altered existing structures, because of the landscape work, shall be corrected. END OF SECTION 02;00-19 A. Materials Concrete: Cement: Aggregates: Water: Reinforcing: SECTION 03010 CONCRETE Transit Mix ASTM C -94-74a, 3000 psi Portland ASTM C-150-76, Type I ASTM C -33-71a Potable Intermediate Grade Billet ASTM A 615072 and A 305-60 Deformation ASTM A 305 Wire Mesh: ASTM A 186-72 Reinforcing Accessories: Hot -Dipped Galvanized with ASTM D-544 B. ,Standards for Work A.C.I. 318-89 Building Code Requirements for Reinforced Concrete A.C.I. 318-89 Detailing Standards A.C.I. 315-92 Specifications for Structural Concrete for Buildings A.C.I. 301-96 Recommended Practice for Concrete Form Work C.R.S.I. 347R-94 Recommended Practice for Placing Reinforcing Bars C. ocral Requirements 1. No concrete shall be placedlpourcd without prior notice to the Owner and the Architect. All concrete is to be poured in a continuous operation. 2. All form work shall conform to the shape and dimensions as shown on the drawings. The Contractor is to properly brace and tie water -tight the formwork so as to insure dimensional stability and safety. The Contractor shall wet down the forms or use an approved "release" material. Do not strip the forms until permitted to do so by the Architect. Any defective concrete or concrete surfaces that are out of alignment, shall be removed and replaced. All such repair work shall be accomplished by approved concrete repair methods. 3. Unless specified elsewhere on the drawings, all concrete shall be of a design -mix to achieve a comprehensive strength of 3,000 psi at 28 days. No retempercd or contaminated concrete will be allowed. All concrete shall be placed with in 90 minutes of dispatch time. 4. Reinforcement shall be cleaned of all scale and excessive rust. All reinforcement shall be set with the standard accessories per A.C.I. 315-74. Minimum concrete coverage of reinforcement steel shall be as follows, a. Footings - 3" minimum b. Slabs -'/4" minimum C. Beams and Columns - 1'/Y" minimum 5. The Contractcr shall properly set all anchors and bolts required for blacking, equipment, etc.. 03010 - 1 09U Im +*41 6. The Contractor shall utilize mechanical means for consolidation of concrete as well 1 as ensure no segregation of materials. 7. All concrete driveways shall be cured a minimum of seven (7) days at a minimum temperature of 50° Fahrenheit before any vehicular traffic is allowed on drives. 8. Finishing tolerance for floor slabs shall be in accordance with defined tolerances stipulated in Section 03300. g. The Contractor shall provide all expansion material, cold joints, control joints (mechanical or saw -cut) and expansion joints as indicated and specified on the drawings. 10. Concrete testing is to be performed by an independent testing lab and shall consist of, but is not limited to, the following: I . Slump Test: One test for each load of concrete at the pint of discharge taken out of a wheelbarrow and not out of the chute; slump not to exceed 4", plus or minus V. 2. Compressive Strength Test: Randomly test cylinders taken at each major pour; footings, floor slabs, columns and tie -beams. Two (2) specimens are to be tested at 7 days and 2 specimens tested at 28 days. Hold one cylinder for future use if test does not comply at 29 days. 3. All test results are to be reported, in writing, to the Owner, the Architect, the Contractor and the Concrete Producer on the day tests are performed. 4. Ssunples for testing shall be taken at '/A and % points of the load discharged from the mixer. 5. If necessary, comply with Architect or Engineer's request for additional cylinders, slump or load test. 11. Concrete walkways are to have a light broom finish. The Contractor shall provide saw -cut control joints at 5' - 0" o.c. or at walkway intersections and when abutting a building slab. The concrete shall be saw -cut within 24 hours of the pour. The walkway shall be sloped so as to insure no standing water. All slabs on grade are to be Regular 1/4 rock concrete at 3000 psi ultimate strength at 28 days. NO PUMP MIX, (pea rock), will be allowed for any slabs on prepared grade. This does not prohibit the pumping of the regular 1/4 rock mix. END OF SECTION 03010 - 2 f C-1 • LM, SECTIPH 03100 - CONCRETE FORMWORK PART 1 - GENERAL, 1.01 QUALITY ASSURANCE A. Qualifications of Workmen: 1. Provide at least one person who shall be present at all times during execution of this portion of the work and who shall be thoroughly familiar with the type of materials being installed, the referenced standards, and the requirements of this work, and who shall direct all work performed under this Section.. B. --.;des and Standards: i. Comply with applicable provisions of the latest edition of Building Code that has jurisdiction and Occupational Safety and Health Act. Z. Where prevision of pertinent codes and standards conflict with the requirements of this Section of these Specifications, the more stringent provisions shall govern. 3. Product standard PS 1-74 for softwood plywood. 4. American Concrete institute Standard recommended practice for concrete formwork, ACT 347 -latest edition. PARS` 2 - PRODUCTS 2.01 FORK. MATERIALS A. Form Lumber: i. All form lumber in contact with exposed concrete shall be new except as allowed for Under Re -use of Forms in Part 3 of this Section of the Speci- fications. All form lumber shall be one of the following, a combination thereof, or an equal approved in advance by the Engineer. a. "plyform", Class 1 5/8" PS 1-66, C -D exter- ior plywood, bearing the label of the Douglas Fir Plywood Association. b. Douglas Fir -Larch, number two grade, seasoned, surfaced four (4) sides. 2.02 OTHER MATERIALS A. A'1 other materials, not specifically described but required for proper completion of concrete formwork, shall be as selected by the contractor subject to the advance approval of the Engineer. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. inspection and. Soil Treatment: 03100-1 40 W 1. Prior to all work of this section, carefully in- spect the installed work of all other trades and verify that all such work is completed to the point where this installation may properly commence. 2. Verify that forms may be constructed in accordance with all pertinent coder and regulations, the referenced standards, and the original design. 3. Treat underlying soil to prevent vegetation growth and Insect infestation. a. Discrepancies: 1.. In the even: of discrepancy, immediately notify the Engineer. 2. Do nct prcteed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 CONSTRUCTION OF FORMa: A. General: 1. Construct all required forms to be substantial, sufficiently tight to prevent leakage of mortar, and able to withstand pressures without exces- sive deflection when filled with wet concrete. B. Embedded Items: 1. Set all req,--ired steel frames, angles, grilles, bolts, inserts, and other such items required to be anchored in the concrete before the concrete is placed. C. Bracing: 1. properly brace and tie the forms together so as to maintain position and shape and to ensure safety to personnel. 2. Construct all bracing and supporting members of ample size and atrength to safely carry, without excessive deflection, all dead and live loads to which they may be subjected. Space the forms the proper distance apart and securely tie them together, using metal spreader ties that lie positive tieing and accurate spreading. 3.C3 RE -USE OF FORMS A. General:. 1. Re -use of forms shall be subject to advance written approval of the Engineer. B. Requirements: 1. Except as specifically approved in advance by the Engineer, re -use of forms shall in no way delay or change the schedule of placement of concrete from the schedule obtainable if all forms were new. 03104-2. 2. Except as specifically approved in advance by the Engineer, re -use of forms shall in no way impart fess structural stability to the farms nor less acceptable appearance to finished exposed concrete. 3.04 REMOVAL OF FORMS A. General: 1. Minimum periods to form removal after concrete placement shall be a follows: Slabs and curbs 24 hours Vertical walls (4'-0" Ht.) 36 hours Vertical walls (over 4'-O" Ht.) 7 days 2. Removal cf formwork may be excended if deemed necessary ny the Engineer. B. Removal: I. Remove metal, spreader ties on exposed concrete by removing or snapping off inside the wall surface and point up and rubbing the resulting pockets to match the surrounding areas. 2. Flush all holes resulting from the use of spreader rods and sleeve nuts, using water, and then solidly pack throughout the wall thickness with cement grout applied under pressure by means of a grouting gun; grout shall be one (1) part portland cement to two and one-half (2-1/2) parts sand; apply grout immediately after removing forms. PART 4 - ITEM OF PAYMENT: No separate Payment shall be made for work specified in this Section; Payment for work specified in this Section shall, be included in Payment made for other Sections. ***END OF SECTION*** 03100-3 PF\S H A IV . 0 17 N G 0 i C7 Lj� z 0 Your purchase of hunting equipment supports Wildlife Restoration 104©0-5 ft 41111111 40 SECTION 10520 FIRE EXTINGUISHERS PART 1 -GENERAL 1.01 SUMMARY A. Section includes fire extinguishers and necessary accessories. B. Related Sections: 1. 14400 — Identifying Devices 1.02 SUBMITTALS: A, Product Data: Properly identified product data for mounting brackets and fire extinguishers. B. Shop Drawings: 1. Shop and erection drawings for review indicating materials, dimensions, fasteners, and installation methods. 2. Submit a sample of extinguisher and bracket for approval. 1.43 QUALITY ASSURANCE: A. Comply with applicable standards of: 1. National Fire Protection Association (NFRA). B, Equipment, accessories, materials, and quality of construction shall have a 5 -year warranty against defects. 1.44 SOURCE QUALITY CONTROL: A. Manufacturer: Provide equipment manufactured by one manufacturer except where otherwise noted, uniform throughout as to method and type of construction used. B. Nameplates: Identify the manufacturer with appropriate nameplates, UL labels, manufacturer's labels, and model numbers. 14520-1 G-1 40 C. Pack each extinguisher with a hanging bracket acceptable for wail mounting with a latching metal, retainer strap around the cylinder, ready for installation, in a sturdy cardboard box labeled to identify contents fully when delivered to the site. D. Store product in manufacturer's original protective packaging in a dry protected space until installed. E. State Fire Marshall Tag Requirements: Size 2-114" x 5 114". 1. Notice not to remove. 2. Serial number of extinguisher and type of extinguisher. 3. Name of person who serviced the extinguisher. 4. Permit number of person who serviced the extinguisher. 5. Type of service performed.. 5. Month and year the service was performed. W101111IRTlT , i4i71111VA A. Provide a 5 -year warranty against defects for equipment, accessories, materials and quality of construction. F9_-T"kAWZIIW" :1011:111109 2.01 MANUFACTURERS A. Fire Extinguishers: 1. Dry Chemical Type: a. Larsen's MP series. b. Potter Roemer 30 series. C. J -L Industries, Cosmic. B. Extinguisher Brackets: 1. General Fire Extinguisher Corp. Model - MVCP-5. 2. Accepted equivalent. 2.02 EQUIPMENT A. Fire Extinguishers: Dry chemical and ABC type multi-purpose with fog nozzle attached to a hose. IiIII-K A CA i C-1 1. The extinguisher shall be a multi-purpose, dry chemical stored pressure type with a corrosion -resistant reusable metal cylinder with a durable red finish. 2. The extinguisher shall have a squeeze type valve, handle, and operating lever of corrosion -resistant metal having no plastic parts. 3. The extinguisher shall have a valve locking pin with a pull ring at one end of stainless steel or hard aluminum and shall not be removable without breaking the metal or plastic seal. One end of a metal chain shall be fastened to the valve lock pin pull ring with the other end securely attached to the extinguisher. 4. The extinguisher shall have a screw-in type visual pressure gage and discharge hose. 5. Each extinguisher shall have a securely attached nameplate or band bearing complete operating instructions, the name or mark of Underwriters Laboratories, Inc., a control number, the words "Listed", "Dry Chemical Fire Extinguisher", and the manufacturer's name and extinguisher model number. The classification shall also be indicated on the nameplate or band and shall indicate a minimum UL classification of 4A:40B:C. 6. The extinguisher shall not exceed an overall height of 19- 1/4", a cylinder diameter of 5-314" and an overall width of 9". 7. The extinguisher shall have a min. 5 Ib. nominal capacity. B. Each extinguisher shall arrive on site, ready for use, charged with non-toxic, multi-purpose, silicon -treated ammonium phosphate type dry chemical and dry nitrogen gas. PART 3 - EXECUTION! 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Install according to manufacturer's installation instructions and with approved shop drawings. B. Install extinguishers using wall mount brackets true to line plumb and levet at a maximum of W-8" height to the top of the fire extinguisher. 10520-3 0 • CI 3.03 IDENTIFICATION A. Identify bracket -mounted extinguishers with a permanently affixed sign with a red background and white letters spelling "FIRE EXTINGUISHER" applied to wall, above bracket. 3.04 ADJUSTING AND CLEANING A. Adjust extinguisher brackets to provide tight fit at contact points and to ensure smooth operation, closure, and locking. B. Cleaning. 1. Clean surfaces promptly after installation exercising care to avoid damage to protective coatings and finishes. 2. Remove dirt and other substances. 3. Lubricate hardware and moving parts. 3.05 PROTECTION A. Initiate and maintain {protection and other precaution required to ensure that all units will be without damage or deterioration until time of acceptance. END OF SECTION 10520-4 CA • C> SECTION 11480 BULLET CONTAINMENT SYSTEM PART 1 - GENERAL 1.01 SUMMARY A. The system shall capture bullets fired from all conventional shotguns, handguns, pistols and rifles up to and including a .460 Weatherby rifle caliber (8,000 ft.lbs. energy at muzzle), using any of these ammunition types: soft point, hollow point, full metal jacket, wadcutters, slugs, buckshot, and birdshot. System shall be able to accept all of these types of ammunition without damage to any part of the backstop system, provided the system is maintained and used properly per manufacturer instructions. B. The system shall absorb all fired ammunition projectiles, including acute angle strikes while preventing splash backs and ricochets. C. The system shall provide ricochet -proof operation and complete bullet containment within the system, preventing bullets from exiting range. D. The system shall allow for shooters to safely shoat from point-blank distances into the system with no danger from ricochets or bullets bouncing, in whole or part, back toward the shooter or range personnel. E. The system shall prevent bullet fragmentation, deviation, and disintegration. Captured bullets will be contained whole and unfragmented within the system, reducing pulverized lead particles. *(Excluding high velocity lightweight jacketed bullets and rounds striking baffles, walls, or floors prior to entering the media.) E. The system shall provide for the utmost possible reduction of hazardous lead materials, thereby insuring for an environmentally clean range, one which insures the highest degree or safety possible for all range employees and shooters, providing the range is not used in a negligent or hazardous manner. G. The systems design shall provide for the recovery of whole bullets from the system, facilitating cleaner and easier lead mining capabilities, adhering to all state and federal safety guidelines. 11480-1 40 C> H. Related Section: 1. 03300 Cast -In -Place Concrete 1.02 SUBMITTALS A. Submit manufacturer's literature and material samples before starting work. B, Submit 4 sets of complete shop drawings, including templates, dimensional layouts, erection and installation details. All details will indicate thickness, type, grade, class of materials and dimensions. Drawings will show construction details, reinforcement, anchorage and installation with relation to the building construction. 1.04 DELIVERY, STORAGE, AND HANDLING A. Builder shall insure the importation of equipment, materials, etc. will be free of any duties, taxes or fees. Proper secured storage facilities will be provided by the builder for equipment and materials to protect from corrosion, deformation and other types of damages. 1.05 WARRANTY A. Provide a manufacturer's 50 -year warranty on the rubber media B. Warranty to Include services for the mining and cleaning of the backstop material for 50 years, at no additional cost. C. Mining and cleaning shall be provided whenever 250,000 rounds have been fired into the containment system, at each firing position. D. Warranty service is to occur within 30 days after receipt of written notice from the Owner of noted deficiencies. PART 2 - PRODUCTS 2.,01 MANUFACTURERS A. SuperTrap Bullet Containment Systems, Inc.; contact: Mr. Tim Rupert, 756 PJ East Road, Covington, GA 30014, phone (888) 811- 0042, fax (770) 787-1984. B. Approved equivalent. 2.02 MATERIALS 11480-2 i • A. All materials shall be new or recycled per manufacturer's standard. B. Chapped Rubber: Chopped Rubber shall be obtained from "side wall" and tread of earthmovers and trucks. Rubber shall be void of rayon, cotton, polyester threads and steel. Rubber shall be treated, at installation time, with a fire retardant that also facilitates migration of rounds to the base of the trap for easy mining and acts as a lubricant so the rubber will not clump together. C. Concrete and reinforcing: Refer to the requirements of Section 03300 — Cast -]n -Place Concrete. 2.03 COMPONENTS A The system shall consist of a backstop base compose of a three and one half inch thick reinforced concrete. Two feet of ballistic rubber media of loose resilient particles approximately'/" --1" size, made of pure butal rubber free of fibers and material and treated with a fire retardant (CC2000) solution shall cover the backstop base. The backstop base shall lie on a graded berm at the approximate angle determined by the Owner and Super Trap staff. B. The systems shall contain between one (1) and three (3) feet of recycled rubber media particles with ballistic properties, which is sufficient in size and depth, to slow and capture fired bullets in whole condition. The rubber media material shall be evenly distributed on an inclined concrete surface of the backstop in order to capture all bullets fired at any area of the backstop. (see sketch, page 11480-5). C. The ballistic rubber media shall lie loose atop the inclined concrete base and shall not have a curtain or fascia material which needs to be moved, patched, or replaced, incurring additional maintenance,. man-hours, and range down time. 2.04 FABRICATION A. The builder shall fabricate, construct and install bullet containment assemblies as specified, as indicated and recommended by the manufacturers shop drawings. 1. Meet or exceed specified ballistic resistance levels. 2. Greatly reduce noise level through improved sound abatement materials. 11480-3 4a 40 C-1 B. Builder shall employ only mechanics skilled in appropriate trades who act in accordance with the manufacturer's directions.. PART 3 e EXECUTION 3.01 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.02 INSTALLATION A. Before fabrication, verify and provide necessary field measurements. 3.04 DEMONSTRATION A. Train range personnel in systems operations, and maintenance. This training to be provided at no additional charge and within 10 calendar days after installation, B. Provide phone and FAX line communication for technical information. C. Provide on site emergency technical assistance in a. reasonable time after allowing for travel preparation and flight time. END OF SECTION MEDDLE to i 40 i SECTION 11482 SHOTGUN RANGE EQUIPMENT FART 1 - GENERAL 1.01 SUMMARY A. The work under this section includes the furnishing and installation of target throwing machines, accessories, and controls for the sporting clays shotgun range. B. Seven target throwing machines are to be provided, and placed according to the layout shown in the plans. Three machines are to be "hard wired", and the others are to be battery powered with solar panels to recharge the batteries. All machines are to be operated from a single control panel with a wireless emitter, and receivers at each machine. C. Related Section: 03300 — Cast -In -Place Concrete 16000 — Electrical 1.02 SUBMITTALS A. Submit manufacturer's literature and material samples before starting work. B. Submit shop drawings of target throwing machine layout, anchoring, wiring, and controller system. 1.03 DELIVER, STORAGE, AND HANDLING A. Builder shall insure the importation of equipment, materials, etc. will be free of any duties, taxes or fees. The builder will provide proper secured storage facilities for equipment and materials to protect from corrosion, deformation and other types of damages. 1.04 WARRANTY A. Provide manufacturer's standard warranty document executed by an authorized company official "for all parts'. The warranty period shall be for a minimum of two (2) years, commencing upon the date of Substantial Completion. 11482-1 CA 40 LA PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Laporte USA; contact: Howell Shooting Supplies, Inc., Route 3 Box 346A Lowe Dr., Enterprise. AL 36330-9655, phone (334) 393-2843, fax (334) 393-0319. B, Approved equivalent. 2.02 MATERIALS A. All items furnished under this section shall be new and unused and shall be the standard product of the specified manufacturer. Instruction booklets shall accompany all equipment items. B. Target throwing machines and accessories: Model WL185TAHLB WL185TALB W L 185RSA W L025 WL185PC6C WLRR WLWT WLRM-12065 WL01 WL02 WL03 WL004 WLBATT12V PART 3 - EXECUTION 3.01 INSPECTION Descri tp_ ian {Qty, TRAP HORZ & VERT (400) 110V 1 EA TRAP HORZ WITIMER 400 MAG 110V 2 EA AUTO SINGLE ARM RABBITT 1 EA TEAL BASE (STEEL) 1 EA 185 PC 6C SPORTING TRAP 12VOLT 3 EA RADIO RECEIVER ALL WRAPS (UR) 7 EA. WIRELESS XMITTER (12 button) 1 EA UNI -SOLAR RM -12065 4 EA PC Steel Frame Box (Locally Manuf.) 2 EA TEAL Steel Frame Box 1 EA RA$ Steel Frame Box 1 EA TAITAH BOX 3 EA 12V DEEP CYCLE 850 AMP BATTERY 4 EA A. Do not ,proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.03 INSTALLATION A. Install WL185TAHLB on tower at the center of the shotgun range farina line cover; connect wiring to 11 OV supply. 11482-2 • f CA B. Install the two WL185TALB's on the concrete pads, left and right of the shotgun range firing line, connect wiring to 110V supply. C. Assemble one of the WL185PC6C on the WL026 — TEAL base and mount on the WL02 — TEAL Steel Frame Box. D. Mount the WL185RSA — RABBIT on the WL03 — RAB Steel frame box. E. Mount the remaining two WL185PC6C's on the WL01 — PC Steel Frame Boxes. F. Assemble WLRM-12005's and WLBATTI2V's on all frame mounted machines. G. Place all of the box mounted machines in the shotgun fall zone, as indicated on the drawings. H. Provide anchorage where necessary for fastening items and frames securely in place. Include for anchorage not otherwise specified or indicated, slotted inserts and expansion anchor bolts for concrete, lag screws for wood, and tec-screws for steel. I. Assemble WLRR's on all machines. J. Program and set-up WLWT to operate all machines. 3.04 DEMONSTRATION A. Train range personnel in systems operations, and maintenance. This training to be provided at no additional charge and within 10 calendar days after installation. ENCS OF SECTION 11482-3 i 4D 40 SECTION 11485 AIRGUN RANGE EQUIPMENT PART 1 - GENERAL I![Ilt► rmm q. A. The work under this section includes the furnishing and installation, where indicted, of all airgun range equipment as shown on the drawings and as specified herein. B. It is the intern of the plans and specifications to furnish, install, and stare complete and ready for use and intended duty reactive range target equipment and carriers. Any appurtenant items or connections required by the basic equipment supplied shall also be furnished and shall be installed in accordance with the manufacturer's standards and with the best practices of the trade involved, all subject to the approval of the Owner. 1.02 Q tali y Assurance A. Acceptable Manufacnrrer's: Provide target equipment and carriers as complete units produced by a single manufacturer, including accessories, bases and anchorage devices. Manufacturer offering products to comply with the requirements are as follows:. Daisy Manufacturing Co. 1-800-643-3958 2. Crossman, Inc. Marksman, Inc. 1,03 Submittals A. Shop Drawings: Submit shop drawings of target carriers, showing general layout, jointing and complete anchoring, and supporting system. L�T4 r ■ ,r ■ � Wrap each piece of equipment with heavy Krafl paper or other suitable wrapping. Deliver reactive targets and target carriers and accessories completely identified for installation procedure. Handle and store to prevent damage or soiling. PANT 2 - PRODUCTS 2.01 Material A. All items furnished under this section shall be supplied by and installed by the prime contractor. Each supplier, in addition to the contractor shall assume responsibility for the proper functioning of equipment he supplies. B. Equipment Limitations: All items furnished under this section shall be new and 11485 - 1 C1 4W unused and shall be the standard product of a manufacturer having long successful experience in the manufacture of the item. Wherever possible, equipment items having the same or similar rated capacity, composition, or function shall be identical. Instruction booklets shall accompany all equipment items. C. As required by the GENERAL CONDITIONS, descriptive literature, manufacturer's specifications, catalog cuts, and shop drawings, where applicable, shall be furnished to the Owner for approval before items are shipped. 2.02 Product List Item Mfg_ & Model No. Q"Antiiy Target Runner daisy 871 14 each Resettable Pellet Trap Daisy 836 10 each PART 3 - EXECUTION If Contractor shall examine surfaces and structures on which the equipment is to be erected or set. Notify the Engineer in writing of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the installation until unsatisfactory conditions have been corrected and are acceptable to the Owner. 3.02 Installation A. Install target carriers on shooting bench and target stand provided. B. Reactive Target Installation: Install target in compliance with the final drawings and the manufacturer's instructions on the provided target stand. END OF SECI`[ON 11485 - 2 • • • SECTION 13120 PREFABRICATED MODULAR BUILDING PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Prefabricated modular building. B. Related Sections Section(s) related to this section include: 1. Concrete: Division 3 Concrete Sections. 2. roofing: Division 7 Roofing Sections. 3. Painting: Division 9 Painting Sections. 1,02 SYSTEM DESCRIPTION A. Performance Requirements: Provide prefabricated modular building which has been manufactured, fabricated and installed to withstand loads from 1997 Standard Building Code (type VI construction, occupancy B) and to maintain performance criteria stated by manufacturer without defects, damage, or failure. B. Codes: 1. Standard Building Code, 1997 edition 2. Florida Accessibility Code for Building Construction, cur. ed. 3. National Electric Code, current edition 1.03 SUBMITTALS A. General: Submit listed submittals in accordance with General Conditions of the Contract and Division 1 Submittal Procedures Section. B. Product Data: Submit product data, including manufacturers SPEC - DATA product sheet, for specified products. C. Shop Drawings: Submit shop drawings showing layout, profiles and. product components, including anchorage, accessories, finish colors„ patterns and textures. D. Samples: Submit selection and verification samples for finishes, colors and textures. E. Quality Assurance Submittals: Submit the following. 1. Certificates: Product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria, and physical requirements. 2. Manufacturer's Instructions: Manufacturer's installation instructions. 3. Manufacturer's Field Reports: Manufacturer's field reports. 13120-1 40 • F. Closeout Submittals: Submit the following: 1. Operation and Maintenance Data: Operation and maintenance data for installed products (Maintenance Data and Operation Data). Include methods for maintaining installed products, and precautions against cleaning materials and methods detrimental to finishes and performance. 2. Warranty: Warranty documents specified herein. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Installer experienced in performing work of this section who has specialized in installation of work similar to that required for this project. 1.05 DELIVERY, STORAGE & HANDLING A, General: Comply with Division 1 Product Requirements Sections. B. Ordering: Comply with manufacturer ordering instructions and lead time requirements to avoid construction delays. C. Delivery: Deliver materials in manufacturers original, unopened, undamaged containers with identification labels intact. 1. Ship building fully assembled, pre -wired and ready for use upon delivery. A. Project Warranty: Refer to General Conditions of the Contract for project warranty provisions. B. Manufacturers Warranty: Submit, for Owners acceptance, manufacturers standard warranty document executed by authorized company official. Manufacturers warranty is in addition to, and not a limitation of, other rights Owner may have under Contract Documents. Warranty Period: One (1 ) year commencing on Date of Substantial Completion. PART 2 - PRODUCTS 2.01 PREFABRICATED MODULAR BUILDING A. Manufacturer/Dealer: 13120-2 17> 4D M 1. Premier Modular Buildings; contact: Mr. David Daum, 387 Taft -Vineland Road, Orlando Florida 32824, phone (407) 888-2022, fax (407) 888-2711. 2. Approved equivalent. B. Alternate Bid No. A3: Provide concrete modular building by EME Modular Structures, Inc. (1603 Grove Ave., Haines City, FL 33844), in lieu of the prefabricated modular building specified herein. Contact Mr. Jim Jackson at (954) 925-2800, fax (954) 925.0800. 2.02 PRODUCT SUBSTITUTIONS A. Substitutions. Substitutions proven to be equivalent or better than the specified product(s), to the satisfaction of the Engineer, may be permitted. 2.03 FRAME BUILDINGS A. General: Pre -assembled building of steel and wood construction. 1. Dimensions: approximately 28 -feet wide x 50 -feet long. Interior floor plan and exterior elevation similar to those shown on pages 13120-6 and 13120-7, 2. Foundation: Provide an engineered, precast, reinforced concrete foundation to meet all code requirements. 3. Floor Construction: Provide a structural steel perimeter frame with D -panel bottom boards and a poured 3" lightweight concrete floor. 4. Floor Covering: Provide 118 -inch VCT in rest rooms and electrical closet, Provide 28oz. Commercial grade, low pile carpet elsewhere. Provide .080 standard vinyl wall base throughout. 5. Wall Construction: Provide 2x4 structural framing at 16 - inches on center, with single top and bottom plates. Provide 518 -inch Hard -t -Panel exterior sheathing with battens. 6. Wall Covering: Provide 5116 -inch prefinished drywall (vinyl) on interior. 7. Ceiling: Provide prefinished gypsum on interior ceiling. 8. Roof: Construct using engineered wood trusses (2.5:12 pitch min.) with 7/16 -inch OSB sheathing. Provide shingle roof covering (240 Ib.1square min.). Provide 12 -inch overhang on entire perimeter with rain diverters at doorways and vented soffits all around. 9. Insulation: Provide R-11 fiberglass bait insulation in floor,. exterior and interior walls, and R-19 above ceiling. 13120-3 i • 40 10. Windows: Provide seven (7) horizontal sliding windows, 46 - inch x 27 -inch, in aluminum frames (mill clear) with 114" tempered polycarbonate safety glass, tinted gray, with locking devices. 11. Doors: Provide one (1) 72 -inch x 80 -inch double -storefront H.D. aluminum exterior door set with full-length glass, and five (5) 36 -inch x 80 -inch pre -hung solid core interior doors. 12. Hardware: Provide commercial grade, keyed alike, dead bolt locks on exterior doors with push bars and pull handles. Provide commercial grade, keyed alike, HfC latch sets on interior office/storage/elect. doors. Provide commercial grade push plates and pull handles on bathroom doors. 13. Electrical. Electrical shall be wired according to N.E.G. Standards. toad center shall be as needed for building services, plus 150 Amp capacity for distribution to rifle and pistol range panels. Wiring shall be concealed ROMAX or conduit lines. 14. Lighting: Provide twenty-two (22) four -foot twin flourescent tube fights with diffusers and acrylic covers, one (1) lighted EXIT sign with battery back-up, and one (1) porch light with photocell. Provide one (1) wall -mounted public pay telephone. 15. HVAC: HVAC shall be two (2) wall mounted electric units (2.5 ton min.) with 10kW heat strips, and thermostats in enamel coated 20 gauge steel cabinets. 16. Plumbing: Provide one (1) six gallon water heater, one (1) HIC urinal, two (2) HIC commodes, one (1) elongated commode, four (4) wall mounted lavatories, three (3) laminated commode modesty partitions, and one (1) hi -lo HIC electric water cooler. Supply piping to be CPVC, tied -in with water service line. Waste piping to be PVC, tied -in to septic tank system. 17. Ramp: Provide a prefabricated aluminum H!C ramp and stair set with hand rails and an eight -foot by six-foot level landing at the entry door, or cast -in-place concrete walkways to satisfy the same requirements. PART 3 - EXECUTION 3.01 MANUFACTURERS INSTRUCTIONS A. Compliance: Comply with manufacturers product data, including product technical bulletins, product catalog installation instructions, and product carton instructions for installation.. 3.02 EXAMINATION 13120.4 i i L- -1 A. Site Verification of Conditions: Verify substrate conditions (which have been previously installed under other sections) are acceptable for product installation in accordance with manufacturer's instructions. 3.03 INSTALLATION A. Modular Building Installation: General: Install building structure true to line, level, plumb, rigid, and secure. Level base plates to true plane with full bearing to support structure, set in-place as recommended by building manufacturer. Building Anchoring: Install building on prefabricated concrete pads 6 -inch minimum thickness and 24 -inch by 24 -inch minimum size both length and width, at locations as prescribed by manufacturer to meet load requirements. Anchor building to pad using factory supplied anchors bolts or weld to cast -in anchor plates. B. Interface with Other Work: Tie-in with electrical service, water service, septic line, and coordinate concrete sidewalk placement. 3.04 FIELD QUALITY REQUIREMENTS A. Manufacturers Field Services: Upon Owners request, provide manufacturers field service consisting of product use recommendations and periodic site visit for inspection of product installation in accordance with manufacturers instructions. 3.05 CLEANING AND PROTECTION A. Cleaning:. Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturers instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris. B. Protection: Protect installed ,product and finish surfaces from damage during and after construction. END OF SECTION 13120-5 It Im (n CI 4W 40 SECTION 15410 ELECTRIC WATER COOLER PART I — GENERAL 1.01 -SUMMARY A. Section Includes: Electric water coolers at locations shown on the plans, and inside the Prefabricated Modular Building. B. Related Sections: 1. Water Systems; 02660 2. Prefabricated Modular Building; 13120. 3. Electrical; Division 16 Sections. 1.02 - SYSTEM DESCRIPTION A. Provide electric water cooler which has been manufactured, and installed to all applicable codes, including ADA and the FACBC. B. Codes 1. Standard Building Code, 1997 ed. 2. Florida Accessibility Code for Building Construction, cured. 1,03 - SUBMITTALS A. Submit manufacturer's "cut -sheet" and erection drawings indicating; materials, dimensions, fasteners, and installation methods. PART 2 -- PRODUCTS 2.01 - MANUFACTURERS A. Oasis B. Elkay C. Approved Equivalent 2.02 - Products A. Provide a wall mounted, handicapped accessible, electric water cooler, such as Oasis Model #PSAM with recessed knee well and front push bar. PART 3 — EXECUTION 3.01 - INSPECTION A. Do not proceed with the works of this section until conditions detrimental to the proper and timely completion of the work have been corrected. 15410- I • 3.02 - - INSTALLATION A. Install according to manufacturer's installation instructions and with approved shop drawings. B. Install on wood frame wall blocking, with plumbing connections and a dry well system as per (lie drawings C. Install as per code requirements and in compliance with the ADA. 3.03 - ADJUSTING AND CLEANING A. Clean surfaces promptly after installation exercising care to avoid damage to protective coatings and finishes. B. Lubricate hardware and moving parts. C. Adjust mechanisms, as necessary, to produce a steady stream of cooled water. 3.04 - PR©TECTI©N A. Initiate and maintain protection and other precautions required to ensure that all units will be without damage or deterioration until time of acceptance. END OF SECTION 15410-2 • 40 GARRISON, FROHLICH & ASSOCIATES INDIAN RIVER SHOOTING RANGE 5122100 SECTION 16100 - WIRING METHODS PARTI- GENERAL 1.1 SECTION REQUIREMENTS A. Summary; Building wires and cables and associated splices, connectors, and terminations for wiring systems rated 600 V and less, and twisted -pair cable; and raceways and boxes. PART 2 - PRODUCTS 2.1 WIRES AND CABLES A. Building Wires and Cables: Type THHN copper conductor, 13. Connectors and Splices: Wiring connectors of size, ampacity rating, material, and type and class for application and for service indicated. C. Single Conductor Plenum Coaxial: 75 -ohm characteristic impedance, solid bare copper central conductor, foamed Teflon dielectric, 100 percent coverage tinned -copper, double -braid shield, Teflon jacket, suitable for installation in air -handling spaces, D. Twisted Pair: No. 22 AWG tinned -copper conductors; PVC insulation; overall aluminumipolvester shield and No. 22 AWG tinted -capper drain wire; PVC jacket. F. Twisted -Pair Plenum: No. 24 AWG, 7 -strand, tinned -copper conductors; Teflon insulation; overall aluminum/polyester shield and No. 22 AWG tinned -copper drain wire; Teflon jacket; suitable for use in air -handling spaces. 2.2 RACEWAYS A. Conduit: Comply with the following: 1. Rigid Steel Conduit: ANSI C80.1. 2. Intermediate Metal Conduit: ANSI 080.6. 3. Electrical metallic Tubing: ANSI C80.3. 4. Rigid Nonmetallic Conduit: NEMA TC 2, Schedule 40. B. Wireways: 1linged type, with manufacturers standard finish. C. Surface Metal Raceway; Galvanized steel with snap -on covers. f=inish with manufacturer's standard prime coating suitable for painting,. D? Surface Nonmetallic Raceway: 2 -piece construction, manufactured of rigid, PVC compound with matte texture and manufacturer's standard color. E. Outlet and Device Boxes: UL listed and labeled sheet metal boxes. WIRING METHODS 16100-1 40 40 GARRISON, FROHLICH & ASSOCIATES INDIAN RIVER SHOOTING RANGE :M 5/22100 F. Floor Boxes: Cast metal, fully adjustable, rectangular. G. Pull and Junction Boxes: Small sheet metal boxes. 2.3 ENCLOSURES A. Binged -Cower Enclosures: NEMA 250, steel enclosure with continuous hinge cover and flush latch. Finish inside and out with manufacturer's standard enamel. 13. Cabinets: NEMA 250, Type 1, except where another Type is indicated. PART 3 - EXECUTION 3.1 INSTALLATION A. Install wires and cables according to the NECA's "Standard of Installation." B. Remove existing wire from raceway before pulling in new wire and cable. C. wiring at Outlets: Install with at least 12 inches (300 min) of slack conductor at each outlet. D. Outdoors Wiring Methods: As lbllows: I . Exposed: Rigid or intermediate metal conduit. 2. Concealed: Rigid or intermediate metal conduit. 3. Underground. Single Run: Rigid nonmetallic conduit. 4. Underground, Grouped: Rigid nonmetallic conduit. E. Connection to Vibrating 'Equipment (including Transformers and Hydraulic, Pneumatic, Electric Solenoid or Motor -Driven Equipment): Liquidtight flexible metal conduit. F. Indoors Wiring Methods. As follows: 1. Connection to Vibrating Equipment (Including Transformers and hydraulic, Pneumatic, Electric Solenoid or Motor -Driven Equipment): Flexible metal conduit, except in wet or damp locations use liquidtigltt flexible metal conduit. 2. Use armored cable and nonmetallic sheathed cable in applications allowed by NFPA 10. 3. Damp or Wet Locations: Rigid steel conduit. 4. Exposed: Electrical metallic tubing or rigid nonmetallic conduit. 5. Concealed: Electrical metallic tubing, electrical nonmetallic tubing, or rigid nonmetallic conduit. b. Boxes and Enclosures: NEMA 250, Type 1, except in damp or wet locations use NEMA 250, Type 4, stainless steel. 7. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. &. Conceal conduit and electrical metallic tubing, unless otherwise indicated, within finished walls, ceilings, and floors. G. Use raceway fittings compatible with raceway and suitable for use and location. For intermediate steel conduit, use threaded rigid steel conduit fittings, unless otherwise indicated. WIRING METHODS 16100-2 40 GARRISON, FROHWCH 8t. ASSOCIATES INDIAN RIVER SHOOTING RANGE :a 5122100 R Raceways Embedded in Slabs: Install in middle third of the slab thickness where practical, and leave at least l-irich (25 -mm) concrete cover. I. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow the surface contours as much as practical. J. Join raceways with finings designed and approved for the purpose and make joints tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. Use insulating bushings to protect conductors. K. Install pull wires in empty raceways. Use No, 14 AWG zinc -coated steel or monofilament plastic line having not less than 200 -lb (90 -kg) tensile strength. Leave not less than 12 inches (300 mm) of slack at each end of the pull wire. L. Install raceway scaling fittings and locate at suitable, approved, accessible locations and fill them with UL -listed sealing compound, For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings where required by the NEC. 1v1. Stub -up Connections: Extend conductors to equipment with rigid steel conduit; flexible metal conduit may be used 6 inches (150 mm) above the floor. N. Flexible Connections: Use maximum of 72 inches (1900 mm) of flexible conduit for recessed and semirecessed lighting fixtures; for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquidtight flexible conduit in wet or damp locations. Install separate ground conductor across flexible connections. G. Install a separate green ground conductor in surface metal raceway from the junction box supplying the raceway to receptacle or fixture ground terminals. END OF SECTION 16100 WIRING METHODS t~ 16100-3 40 40 GARRISON, FROHLICH & ASSOCIATES INDIAN RIVER SHOOTING RANGE 5122100 SECTION 1614{1- WIRING DEVICES PARTI- GENERAL l.I SECTION REQUIREMENTS A. Submit Product Data. _,: ,."A PART2-PRODUCTS 2.1 DEVICES A. General Purpose Wiring Devices: Comply with NEMA WD 1. B3 Color: Ivory. C. Receptacles: UL 498, heavy-duty grade except as indicated otherwise. D. Ground -Fault Circuit Interrupter Receptacles: UL 943, feed -through type, with integral NEMA 5.2011 duplex receptacle; for installation in a 2 -314 -inch- (10 -mm-) deep outlet box without an adapter. E. Snap Switches: Quiet -type ac switches, 1201277 V, 20 A, complying with UL 20. F. Incandescent Lamp Dimmers: Modular, 120 V, 60 Hz wilh continuously adjustable toggle, single -pole with soft tap or other quiet switch. G, Fluorescent Lamp Dimmers: Modular, compatible with dimmer ballasts and capable of consistent dimming to a maximum of 10 percent of full brightness. Include trim potentiometer. I1. Wall Plates, Finished Areas: Smooth plastic, fastened with metal screws having heads matching plate color. 1. Wall Plates, Unfinished Areas: Galvanized steel with metal screws. J. Floor Service Fittings: Modular, above -floor, dual -service units suitable for wiring method used. K. Multioutlet Assemblies: Comply with UL 5. PART 3 - EXECUTION 3.1 INS'T'ALLATION A. Install devices and assemblies plumb and secure - B. Mount devices flush, with long dimension vertical, and grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates. WIRING DEVICES 16140-1 GARRISON, FROHLICH & ASSOCIATES INDIAN RIVER SHOOTING RANGE 5122/00 C. Protect devices and assemblies during painting. D. Install wall plates when painting is complete. Mel 901all:("N[a ,24mr- t[7 WIRING DEVICES 16140 - 2 40 • GARRISON, FROHLICH& ASSOCIATES INDIAN RIVER SHOOTING RANGE 5/22/00 SECTION 16410 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART l - GENERAL (Not Applicable) PART2 - PRODUCTS 2.1 SWITCHES A. Enclosed, Nonfusible Switch: NEMA KS I, Type HD, with lockable handle. B. Enclosed, Fusible Switch, $00 A and Smaller: NEMA KS 1, Type HD, clips to accommodate specified fuses, enclosure consistent with environment where located, handle lockable with 2 padlocks, and interlocked with cover in closed position. 2.2 CIRCUIT BREAKERS A. Enclosed, Molded -Case Circuit. Breaker: NEMA AB 1, with lockable handle. 1. Characteristics: Frame size, trip rating, number of poles, and auxiliary devices as indicated and interrupting rating to meet available fault current. 2. Circuit Breakers, 200 A and Larger: Trip units interchangeable within frame size. 3. Circuit Breakers, 400 A and Larger: Field -adjustable, shoe -time and continuous -current settings. 4. Current -limiting Trips: Where indicated, let -through ratings less than NEMA FU 1, Class RK -5. 5. Enclosure: NEMA AB 1, Type I, unless otherwise specified or required to meet environmental conditions of installed location. PART 3 - EXECUTION 3.1 TESTING A. Perform visual and mechanical inspections and electrical tests stated in META ATS. END OF SECTION 16410 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 16410-1 i L. GARRISON, FROHLICH & ASSOCIATES INDIAN RIVER SHOOTING RANGE 5/2211111 SECTION 16 442 - PANELBOARDS PART1-GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. PART 2 -PRODUCTS 2.1 PANELBOARDS AND LOAD CENTERS A. Surface -mounted, NEMA PB 1, Type 1. I, Front: Secured to box with concealed trim clamps. 2. Bus: Hard drawn copper of 48 percent conductivity. 3. Feed -through Lugs: Sized to accommodate feeders indicated. B. Molded -Case Circuit Breaker: NEMA AB 1; no tandem circuit breakers; single handle for multipole circuit breakers. C. Fusible Switch: NEMA KS 1, Type IID, clips to accommodate specified fiises, handle lockable. D. Motor Controllers: NEMA ICS 2, Class A combination controller. E. Contactors; NEMA ICS 2, Class A combination contactor. 117.10402111tf 3019JI11021 3.1 INSTALLATION A, Install panelboards and accessory items according to NEMA PB I.I. Indicate installed circuit loads on a circuit directory after balancing panelboard loads. B. Future Circuits at Flush Panelboards: Stub four empty conduits from panelboard into accessible or designated ceiling space and four empty conduits into raised floor or slab space. C. Wiring in Panelboard Gutters: Arrange conductors into groups, bundle and wrap with wire ties. D. Perform visual and mechanical inspections and electrical tests stated in NFTA ATS. ENA OF SECTION 16442 t PANELBOARDS 16442- 1 rr 4W 40 GARRISON, FROHLIC:H & ASSOCIATES SECTION 16500 - LIGHTING PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data for each luminaire, including; lamps. INDIAN RIVER SHOOTING RANGE 5/22/00 B. Coordinate ceiling -mounted hnninaires with ceiling construction. PART 2 -PRODUCTS 2.1 LUMINAIRES A. See fixture schedule. END OF SECTION 16500 LIGHTING 16500-1 to iri SUBSOIL INVESTIGATION ❑f INDIAN RIVER COUNTY SHOOTING RANGE FGR INDIAN RIVER COUNTY PUBLIC WORKS INDIAN RIVER COUNTY, FLORIDA JUNE 1993 I.kf - �� -Aw KELLER, SCHLEICHER & MacWILLTAM NCINE RING AND i ES f-iNG, INC, OM KELLER, SCHLEICHER & MacWILLIAM ENGINEERING P.O. BOX 78-1377, SEBASTIAN, FL 32878-1377 June 16, 1948 George McGuire Indian River County :?4a `den Street pro Beach, Florida 32'?66 z.eterence: Indian River Ccunty Shooting Range Indian River County, Florida KSM 981277 Gear Sir: ANIS TESTING, INC. SEBAS KN (561) 589.0712 MELBCXJRNE (407) 768.6466 FAX(561)569.6469 As requested, KSM Engineering & Testing, Inc, has performed an investigation at the referenced site. Presentation of the data gathered during the investigation, together with our geotechnical related opinions, are included in this report. A. Site Description: The --18.7 acre site is located off 102nd Avenue in Indian River County. It is immediately west and adjacent to X L Vision and east of I-95. The site was covered with trees and moderate to thick underbrush. Therefore, some paths had to be cleared to access the site. B. Proaect Description: -ne rroposea project will consist of a recreation shooting range. qW S KELLER, SCHLEICHER & MacWILLIAM ENGINEERING ?Q. BOX 78-1377, SEBASTIAN, TL 32978-1377 AND TESTING, INC. SEBASTIAN (561 ) 589.6712 MELBOURNE (407) 768.8488 FAX (561) 589.5469 Shooting Range -2- June 16, 1998 C. The scope of our study consisted of the following: ?etf:r:aeei two (G) constant head permeability tests in the field along with a 7' deep test boring at each locaticn. ,also, obtained a shel'oy tube soil sample and performed a constant head horizontal permeability test in our laporatory on the samples for each boring location. Calculated the permeability coefficient W value and also estimated the normal wet -season water table and projected wet season water table at each location. 4. rerfc=ed sixteen (16) soil oor_ngs in the locations given to K.S.M. by your office, fourteen (14) to a deotn of ten i10i feet and two ;2] to a depth of twenty (20) feet to evaluate the soil suitability for on-site fill. D. Engineering 'Evaluation: Based on the information obtained from this site investigation we are ^eased to offer the followina evaluation: 1. Groundwater & soil Permeability: ".e r:<is=_-c roundwater table was meas reel in the test holey at oeptns of 2 to 40" below exist.Lng grace. This water table will rise througrnout the year, primarily due to seasonal variation in Yearly rainfall is generally from 50 to W5 inches, with almost two- thirds of this value occurring during the summer and early fall. Septemoer generally has the most rainfall followed by June, October and august. -he period of least rainfall occurs from November to April. 40 do KSM KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1371, SEBASTIAN, FL 32978-1377 SEBASf1AN(S81)589.0712 MELBOURNE (407) 7+66 -UN FAX (561) 589.6469 Shooting Range -3- June 1G, 1998 Based on this jnvesa;.ca_._-n and cur interpretaticr, of existing site conditions, we prepared the following table for the boring locations indicating !:ne measured water table and normal high seascnal water tante. The 'ovation of the boring holes are indicated on the attached 'location plan in the appendix. Water Table Below Existing Gracia Percolation Location Existing --------------------------------- P1 40" P2 38" 2. Roadways :- Wet Season ----------------------- 4 10" The material below the proposed roads is suitable to support the roads. we did no, find material (muck, silt, etc.) that would require any modification. Therefore, the roadways may support a flexible pavement. The minimum pavement design should include the following: Clear the roadway area :)< any surface debris, including vegetation, roots and organic matter. The cleared areas should be graded level and proofrolled. Any soft yieiding areas shail be excavated and replaced with clean compacted fill. Sufficient passes should be made during compaction operations to produce a density no less than 95 percent of its modified proctor value (AASHTO T180) to a depth of two feet. Additional fill shall consist of clean granular sand containing less than 8% material passing the U.S. Standard No. 200 mesh sieve and placed in loose layers of 12" and compacted to the above densities. A minimum of six inches of suitable clayed soil having a Florida bearing value (F.B.V.) of 50 should be used for the stabilized subgrade and compacted to 98 percent of its modified proctor value (AASHTC T180). We estimated that the existing material found will have a F.B.V. value of 20. Therefore, considerable marl would be required to satisfy a F.B.V. of 50. FI 4D n MI KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78.1377, SEBASTIAN, FL 32978-1977 SEBASTIAN (561) 589.07r2 MELBOURNE (447) 758-B4,08 0 FAX (551 ) 589-5459 Shooting Range -•4- June 16, 1998 six inches c• cemented coquina rocs LBR lDO) or limerock should be used for the road base and compacted to 98% percent of its modified prop -or value (AASHTO T18(}) . A minimum of 16" separation should be mai.-tained between the bottom of the base anc the high seasonal grc.:ndnater table. The asphalt wearing surface should consist of 1-1/2" minimunr of Type S-1 or S-3 in accordance to the 'Florida Department of Transportation Standard Specifications for (toad and Bridge Construction'. 3. Boring Logs: The boring logs indicate the subsurface conditions are generally wel; drained soils consist,:? mostly of gray and brown sand. No "muck" or other unsuitanle soils were encountered in the test borings except for the t}•pica:. surface Vegetation soils. Based on our site investiaat_cn, *.he existing soils are considered satisfactory as structural fill and road construction. Also, with proper site preparation, the soils should be able to support the prcposed structures on conventional shallow footings. E. Site Preparation.: ':ne nrcposed building area and areas to be paved, plus a minimum mar__n of fsve feet beyona the proposed const:uctr:.n shall be s__-pped and grubbed of any remaining surface debris, including v��etat�on, roots and organic :natter. The buiiding area should be graded level and proofrolled. Any soft yielding areas shall be excavated and replaced grit?•: clean compacted fill. Sufficient passes should he made compaction operations to produce a density no less than 95 percent of its modified dry Proctor value (ASTM D 1557) to a depth of two feet. M i - I. KELLER, SCHLEICHER & MneWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-13T7, SEBASTIAN, FL 32978-1377 SEBASTtM(561)589•0712 MEMU RNE (4[17'}768-8489 FAX (561) 589.0489 Shooting Range -5- June 16, 1998 After t:.e exposed s::rface has been aroofrolled, the builaino and paveme:,t areas may be filled to the desired grades. Additional fill mater --al shall consist of clean granular sand containing less than =3 material passing the U.S. Standard No. 200 mesh sieve. Struc*urai fill should be placed in uniform loose layers of 12 ,nches n thickness and compacted to at least 95 percent of its Modified cry proctor value (AASTO T 180). F. Foundation: Provided that our recommendations for site preparation are followed, any proposed structures may be supported on conventional concrete, steel reinforced footings designed for an allowable soil bearing pressure of 2,000 pounds per square foot, or less. With the foundation properly designed and the site properly prepared, He antrclpate total settlements less than 112 of an inch. The ma]ority of the settlement should occur during construction. G. Closure: The field data supporting the above analysis is found in the appendix. This report has been prepared in accordance with generally accepted soil and foundation engineering practices based ops t e res -,;Its of the test borings. We are pleased to be of assistance to you an this phase of your project. When we may be of further service to you or should you have any questions, please feel free to gall. Respectfully, j�T � f• Rsnald K1' E.S. MacWilliam. P esi Project Manager qA i r �7 4D j+, . r r2T, -�-- PRi,.:ErT INDIAN Cfif1N'rr .SHOOTINC RANGE:' :WrA.T 1 Of 1 i■ _ _. AE+ucl+ 70JZ77 l� LVA4111 us J.A Ul7FYAl to 1AJ-7 REELER. SC7 i W ,kijAM. � `IU -1J7 UAIL L-I:r-YG frs Aurrr. St U7377jJ A6H1! Sbl-SES-9111 UKHEFMM AAIU ILSTWC.. Bill- XUAiI1AA1, FAR 1]V lA.l Arx 'a"AII N14YA' s -0 4D C-1 K M rn KELLER, SCHLEICHER & MaCWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN, FL 32978.1377 SEBASTIAN (561) 588.0712 MELBOURNE (407) 768.8488 FAX (561)689.6469 USUAL OPEN -HOLE 'TEST DATE CF 77-S7; ..w. e 12, 98 ?RO,�ZCT NO. KSM 981277-1p CLIENT indian River County LOCATION Shcoting Range Indian River County, Florida F-1, @ Boring 10 ` STARTING VOLUME - 85 r ENDING VOLUME 81 TOTAL VOLUME USED (gals.) = 4 TOTAL ELAPSED TIME (mins.) = 10 Average Flow Rate (gpm) = .4 Diameter of Test tole = 4 inches Depth to mater Table = 40 inches Depth of 'est = 7 feet K = HYDRAULIC CONDUCTIVITY (CFS/SQ.FT. - FT. HEAD) = 1.07 E-4 M Mv KELLER, SCHLEICHER 8, MaCWILLIAM ENGINEERING AND TESTING, INC. PO. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561) 589-07s2 MELBOURNE 1407) 788.8498 FAX 1561)589.6469 Date June 12, 199E Location: Shooting Range nd:.=-n . -•:e_ ^-wnty, Florida A-1, See Attached Location Plan Depth Strata in Feet From -To Description of Soil -�- 0" - 6" Gray Sand ------------ 6" - 19" Lt. Gray Sand -1- _---------_----------;- 19" - 24" Brown Sand ---------------------------- 24" - 43" Lt. Brown Sand -3- ------------------------------- 43" - 60" -4- C 4 6v" - 84" ------------------------- Gray Clayed Sand ----------------------------- Gray Clayed Sand wlShell Fragments -7- ----------------------------- --------------------------- :a�.er Table : 40" below existing surface Job is KSM 981277-1A 4b S KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. RO. BOX 78.1377, SEBASTIAN, FL 32978-1377 SeMSTI,Afi(561)Sn-0712 MELSOUF%W (407) 789.8489 FIAx (561 ) Sag •$469 LABORATORY PERMEABILITY - CONSTANT 8[ZAD METHOD (ASTM 2434) DAT: C_ TEST: June 13, 199E PROJECT NO. KSM 981277 -Ph1 CLIENT Indian Ryer County LOCATION Shooting Range Indian River County, Florida Ph -1, @ Baring 10 SAMPLE DESCRIPTION = Brown Sand DEPTH @ SAMPLE LOCATION 22 INCHES LENGTH OF SAMPLE ALONG PATH eF FL3W = 6 INCHES DIAMETER OF SAMPLE = 3 INCHES QUANTITY OF FLOW 250 MILLITERS TIME INTERVAL OF TEST = 10 MINUTE'S DIFFERENCE IN 'HYDRAULIC HEAD ACROSS THE SAMPLE - 16 INCHES THE RESULTS OBTAINED FROM OUR HORIZONTAL LABORA."ORY PERMEABILITY TEST, WHERE K IS THE COEFFICIENT OF PERMEABILITY = 9.7 FEET/DAY m 1b 7 KSM KELLER, SCHLEICHER Si Mac'4 ILLIAM ENGINEERING AND TESTING, INC. PO. BOX 78-3377, SEBASTIAN, FL 32978-1377 SEBASTIAN(561)589.0712 MELBOURNE (407),768-8498 FAX f561j589-6469 USUAL OPEN-HOLZ TZST DATE C: �Vne _.., 1998 PROJECT NO. KSM 981277-ZP CLIENT Indian River County LOCATION Shooting Range Indian River County, Florida P-2, @ Boring 11 STARTING VOLUME - 70 ENDING VOLUME - 64 TOTAL VOLUME USED (gals.) = 6 TOTAL ELAPSED TIME (mins.) = i(} Average Flow Rate (gpm) = .6 -iaxeter of ':est Hole = 4 inches Dept to dater ':able = 38 inches Depth of TeS: = 7 feet K = HYDRAULIC CONDUCTIVITY (CFS/SQ. F"T. - FT. HEAD) = 1.62 E-4 C-1 KSM -P KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. RO. BOX 78.1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561) 680-0712 MELBOURNE (407) 768-8468 FAX 0561) 589.6469 Date June 12, 1998. Location: Shooting Range indiar. =-tier County, Florida A-2, See ;ttachea Location Paan Depth Strata n Feet .rcm-To Description of Soil -0- 0" - 13" Gray Sand -1_ ----------------------------------------------------------- 13" - 30" Lt. Gray Sand -2- ----------------------------------------------------------- 30" - 36" Brown Gray Sand -3--------------------_--------------------------------------- 36" - 70" Brown Clayed Sand -4- -s- ------------------------------------------------------------ -6- 70" - 84" Gray Clayed Sand w/Shell Fragments -7- --------. ---------------------__- --------------------_-_----- Water Table : 38" below existing surface Job 0: KSM 981277-2A 4w KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC, PO. BOX 78-1377, SEBASTIAN, FL 32978.1377 SEBASTIAN (561) 589.0712 MELBOURNE (4071768.8488 _ FAX (581)589.6489 LABORATORY PERMEABILITY - CONSTANT READ METHOD (ASTM 2434) :)?.E OF TEST: June 13, ;998 PROJECT NO. KSM 981277-Ph2 :'L:ENT Indian Ryer County 7 0CATION Shooting Stange Indian River County, Florida Ph -2, a Baring 11 SAMPLE DESCRIPTION = Gray Sand DEPTH @ SAMPLE L7CAT:ON = 24 :NCHES LENGTH OF SAMPLE ALONG PATH OF FLOW = 6 INCHES J:AMETER OF SAMPLE 3 INCHES ,'ANT:T'_' OF FLOW - 375 MILLITERS TIME INTERVAL OF TEST = 10 MINUTES _..�—.10E :;1 HY:RAUi.:C ..=AI ACROSS THE SAMPLE _ _6 iNCHES R SU;,iS OBTAINED FROM .."R HORIZONTAL LA8ORAT`)4'-' P-F,'4EABILITY .LST, WHERE K IS THE COEFFIC:ENT OF PERMEABILITY = 14.6 FEET/DAY GNP 0*11w:T*-Q1ZC4Ty. CA 4D KS KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN(661)60.0712 MELBOURNE (467) 768-8468 FAX (561 ) 589.6469 Date of Boring: June 2, 1998 Location: Shooting Range Indian River County, Florida 9-1, See Attached Location Plan Depth Blows/ SFT -N Water in Ft.Description of Soil b in.. Value Table -0- Gray Sand 2 -1- ----------------------------------- 2------,------_-----_--_ Brown Sand 3 5 -L- ----------..-----.---...-------_-,.--.---------.---------------,----- Orange Salty Clayed Sand 4 -a- -----w/Rock------------------------4--------------- Gra.. Sll-.'"tly Clayed Sand 5 9 ---�- -4- wi S:.e11 . ragments 37,0 6 -5- 6 7 13 - ----------------------------------------------------------- Lt. Gray Slightly Clayed Sand. 5 -7- w/Rock & Shell Fragments 7 8 15 -a- ------------------------a----------------------------------- Brown Slightly Clayed Sand 3 -9- ----------------------------------- 2 ---__-__-----_--------- Gray Slightly Clayed Sand 5 7 - -----WlRock ------------------------------------------------ Water ":able- 37" below existing surface Water Tale: 6" Bret season wob 0 KSM 981277-iB E_�] 4W S KELLER, SCHLEICHER & MaCWILLIAM ENGINEERING AND TESTING, INC.. P.O- BOJ( 78-1377, SEBASTIAN, FL 32578-1 377 SEBASTIAN (561) 589-0712 MELBOURNE (407) 789.6488 FAX (561) 589.U69 Date of Boring: June 2, 1998 Location: Shooting Range Indian River County, Florida B-2, See Attached Location Plan :epth Blows/ SPT -N Water Ft. Description cf Soy- 6 in. Value Table -o- Yellow Gray Sand 3 -i- ----------------------------------- 4 --'-'--------_------------ Lt. Brownish Yellow Sand 5 9 -2- ------------------------ Yellow Sand --__---____ -3- -----------------------------------4-------------------- 33" Orange Sand 2 6 -4- ------------------------------.._--------------------------- Lt. Brown Sand 3 -5-------------------------------------4------------------------ Gray Clayed Sand 5 9 - - ----------------------------------------------------------- Brown Sand 4 5 4 9 -6- ------------------------------------------------------------ Gray Clayed Sand w/Shell 5 -9- Fragments 7 7 14 -io-------------------------------------------------------- ---- Water ':able: 33" below existing surface Water Table: 12" wet season .lob 0 KSM 981277-28 V C> i f1+JM - KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. P.OBOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTUIM (561) 589-0712 MEl.BC1URN E (407) 76B-64BB FAX (561) 589.6469 Date of Boring: June 2, 1998 Location: Shooting Flange Indian River County, Florida H-3, see Attahed Location Plan Depth Blows/ SFT -N dater in Ft. Description of Soil 6 in. Value Table -0- Gray Sand 5 -1- ----------------------------------- ---------------------- Dark Gray Sand 6 11 -2- ----------------------------------------------------------- Brown Gray Sand 7 -Z- ----------------------------------- 7--------------------�- Grange Sand 9 16 ---- -4- ------------------------------------------------------ 44" Lt. Brown Sand 3 -j- ------------------------------------5----------------------- Gray Clayed Sand 8 13 7 -------------------------------------8----------------------- Brown Gray w/Traces of Clay 7 15 6 -9- -----------------------------------8----------------------- Gray Brown Sand 12 20 mater Table: 44" below existing surface "Water Table: 18" wet season Job 4 KSM 981277-3B C-] -'MO � . KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. RO. BOX 78.1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561) 509.0712 MELBMRNE (AUT) 768-8488 FAX (561) 589.6:69 Date of Boring: June 11, 1998 Location: Shooting Range Indian River County, Florida B-9, See Attached Location Flan Depth Blows/ SFT -N Water in Ft. lescript,ion of Soil 6 in. Value Table -J- 5ray Sand 1 -1- ----------------------------------- 2 ---------------------- Lt. Brown Sand 2 4 -2- V- 2 - ------------------------------------1------------------- 30.. :gray Clayed Sand 4 5 ~ Lt. Brown Sand 4 -�- 1 1 2 Gray Clayed Sand w/Shell 2 - ------ - - Fragments 1 3 4 -a- 5 -9_ 5 4 9 -_o - ------------------------------------------------------------ hate= Ta®ie: 30" below existing surface Watez Table: 6" wet season :ob 3 KSS 981277-4B ft S _ KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND 'TESTING, INC. R0. BOX 78.1377, SEBASTIAN, FL 32978.1377 SEBASTIAN (561) 589.0712 MELBOURNE (407) 768.8498 FAX (564 ) 589.6469 Date of Boring: June 11, 1998 Location: Shooting Range Indian River County, Florida B-5, See Attached Location flan Depth Blows/ SPT -N Water in Ft. Descripticn of Soil 6 in. Value Table -�- Gray Sana 2 -1------------------------------------ 2 ---_-____-_•--_____-__- Lt. Brown Sand 2 9 3 _--_ -3- ----------------------------------- 9-----------__---_--_ Brawn Sand 5 9 28" -a- -5- --------------------------- 9 --------5----------------- Brown Gray Slightly Clayed 5 10 _-____ -^- Sana 3 - - ----------------------------------- 3 6 -$- w/Same Rocks & Shell Fragments g_ 93 -.D------------------_------------------3----------------------- Water Table. 28" below existing surface Water Table: 9" wet season Job # KSM 981277-58 • 1 KSM KELLER. SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. RO. BOX 78-9377, SEBASTIAN, FL 32978.9377 SEBASTIAN (561} 589.0712 MELBOURNE (407)768.8488 FAX (561) 589.6469 Hate of Boring; June 11, 1998 :.ocation: Shooting Range Indian River County, Florida wee rt_acned :.ocation Plan 1er.n Blows/ SPT -N Water -H Ft. Description of Soil 6 in. Value Table -0- Gray Sand 2 ' - ----------------------------------- 2• -----_------------------ White Sand 3 5 -G- -------.----------------------------------------------- Lt Brown Sand 3 ---- - ----------------------------------- 4 ----------------- 32" y Brown Gray Clayed Sand w/mock 2 6 2 3 3 6 _6- 3 ----------------------------------- 3 -------_---------_------ Lt. Gray Clayed Sand w/Shell 4 7 -5- Fragments 6 Rock 4 _g_ l 2 3 Water :`able; 32"' welow existing surface nater :able: 4" wet season Job N KSM 981277-66 40 KSM. KELLER, SCHLEICHER A MOCWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561)5N-4712 MELBOURNE (447j 769.8488 FAX (661) 589.6469 Date of Boring: June 11, 1998 Location: Shooting Range Indian River County, Florida B-7, See Attached Location Plan Depth Blows/ SPT -N Water in Ft. :ascription of Soil 6 in. Value Table -D- Gray Sand 2 - -1- ----------------------------------- 2 ---------------------- Lt. Gray Sand 2 4 2- --------------------------------------------------------- V Lt. Brown Sand 2 -3_ 3 34," 2 5 -4 - --------------------_-------------------------------__-__-- Bxown & Gray Sand Slightly 2 -5- Clayed 4 4 8 -6- 4 -7- ----------------------------------- 3 ----------------_---_-- Gray Sand Clayed w/Shell 3 6 -8- Fragments 3 -9- 3 6 -10- ----------------------------------- --------- _--__ irate_ Table: 34" below existing surface Water Table: 2" wet season job # KSM 981277-7B P 40 e l� KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78 -1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561) 589.4712 MELBOURNE (147) 768-8466 FAX (561) 569.6469 Date of Boring: June 11, 1498 Location: Shooting Range Indian River County, Florida See Attached Loca!:ion Plan Depth Blows/ SPT -N Water in Ft. Description of Soil 6 in. Value Table -D- Gray Sand 2 -1 --_-----------------------------------2-------_--------------- Lt. Gray Sand 2 4 -2- 1- 2 -3- 3 3D" 2 5 -4------------------------_-_--------------------------------- Brown & Gray Sand Slightly 2 -4- Clayea 3 3 6 -6- 3 -7- ----------------------------------- 2 -_--_-------------------- Gray Slightly Clayed w/Shell 1 3 -6- Fragments & nock 3 -9- 2 _ ------------------------------------------------------------ 3 5 0 Wa;er Tabie: 34" below existing surface Nater :'abbe: 4" wet season Jain # KSM 981277-8B 40 410 aJ KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. PO. BOX 78 -1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (581) 588.0712 MELBOURNE (407) 768.8488 FAX (581) 589.8#69 Date of Boring: June il, 1998 Location: Shooting Mange Indian River County, Florida B-9, See Attached Location Plan Dep=:n Blows/ SPT -N Water in :t. Description of SL -1 6 in. Value Table F -�- Gray Sand Lt. Gray Sand -2- - ------------------------------ Gray Clayed Sand -4- ------------------------------ Brown Clayed Sand -5- ------------------------------ Gray Clayed Sand w/Shell Fragments -9- -i0- --------------------------------- Water :able: 32" below existing surface Water Table: 6" wet season Job N KSM 981277-9B • • KEL LER, SCHLEICHER & Mac WILLIAM—rENQINEEHING ANIS TESTING, INC. P.Q. BOX 78-1377, SEBASTIAN, FL 32978-1371 SEBASTIAN (561) 569.0712 MELBOUf9NE (407) 768.5488 Date of Boring: June 11, 1998 FAX (+561)589.6469 Location: Shooting Flange Indian River County, Florida 8-10, See Attached Location Plan Depth Blows/ SFT -N Water in Ft. Description of Soil 6 in. Value Table -i�- Gray Sand 2 T ----------------------------------- 2 ---------------------- Lt. Brown Sand 3 5 ' -e- --------------------------------------------------------17 Brown Sand 3 ---- -3- ----------------------------------- 2------------------- 30" Brown Gray Clayed Sand 6 8 3 -5- -----------------------------------2----------------------- Orange Gray Clayed Sand w/Some3 5 -6- -----Rock--------------------------------------------------- Gray Clayed Sand w/Shell 2 Fragments 1 2 3 -8- Z -9- 2 3 5 -13- 2 -i1- 2 - 3 --------------------------------------------_---------------- 5 White Sand with a Lot of 12 -.. Shell Fragments 20 31 51 12 -15- 12 20 32 14 -17- 30 31 61 -18- 14 -19- 28 3'2 60 -20 - ------------------------------------------------------------ water Table: 30" below existing surface Water Table: 6" wet season. Job I !(SM 981277-IOB KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN, FL. 32978-1377 SEBASTIAN (561) 589.0712 ME1_BOURNE )407) 768.8488 Date of Boring: June 11, 1998 FAX(561)589.6469 Location: Shooting Range Indian River County, Florida H-11, See Attached Location Plan Depth Blows/ SPT -N Water _. .n. yak x Value e _.0_ Gray Sand 3 ____t ----------------------4 ____----__- _____.___ . L - Grav Sana 3 7 ----------------------------------- 2------------------- 30" Brown Gray Clayey Sand 3 5 —4- 2 -_- 1 2 3 —ca— ------------------------------------------------------------- ;;ray Clayea Sand wiSome 3 -7- -mocks 2 4 6 -8- 3 -g_ 4. 4 S 4 6 12 -�� ----- e,i�i Sana with a Lot Of 20 -13- Shell Fragments 17 23 40 -.4- 24 -��- 30 37 67 -16- 27 -17- 33 30 61 -_8- 31 ' -19- 34 40 74 _20- ------------------------------------------------------------ ' Nater Mable: 30" below existing surface Water Table: 10" wet season Job 0 KSM 991277-110 rs i 40 KS KELLER, SCHLEICHER & MaaWILLIAM ENGINEERING AND TESTING, INC. P.Q. BOX 78-1377, SEBASTIAN, FL 32978-1377 SEBASTIAN (561)589.0712 MELBOURNE (407) 738.8488 FAX (561) $89.61469 Date of Boring: June 12, 1998 Location: Shooting Range Indian River County, Florida B-12, See Attached Location Plan Depth Blows/ SPT -N Water in Ft. Description of Soil 6 in. Value Table -0- Gray Sand 3 . -1- ----------------------------------- 4 ---------------------- Lt. Gray Sand 4 1 -Y- _3_1 ------------------- 28" Brown Gray Clayed Sand 3 4 -a- 3 _S_ 3 3 6 -b- 2 -7- ----------------------------------- 3 --------_----------------- Gray Clayed Sand w/Shell 3 6 -S- Fragments 3 4_ 2 4 6 -io------------------------------------------------------------ W. r.e� Tab.'.e: Za" Below existing surface Water Table: I" :ret season Job N KSM 981277-:28 KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC. P.O. BOX 78-1377, SEBASTIAN.. FL 32978-1377 SEBASTIAN (561) 589-0712 MELBOUANE (407) 768 - 8488 FAX (561)589-6469 Date of Boring: June 12, 1998 Location: Shooting Range Indian River County, Florida B-13, See Attached Location Plan 4eDth Blows/ SFT --N mater _.. ct. Description of Soil 6 in. Value Table -, .gray Sand 3 ' --------------------------------------- 2---------------------- - Lt. Brown Sand 3 S Brown Sand 2 --�- _3_------------------------------------ z------------------- 28`• Brown Clayed Sand 4 -4- 6 3 -_- 3 3 6 r Gray Clayed Sand w/Shell 2 +- -7- Fragments 2 2 4 -c- 2 -°- 3 ----- -----_------_--_-__-----------___---------------------------- Water Table: 28" below existing surface Water Table. 4" wet season. job # KSM 981277--13B r.] I. KELLER, SCHLEICHER & MacWILLIAM ENGINEERING AND TESTING, INC.. P.O. BOX 78 -1377, SEBASTIAN, FL 32978-1377 SEBA"AN (581) NO -0712 MELBOURNE (407) 766-"M FAX (561) 589-6469 Bate of Boring: ,lune 12, 1998 Location: Shooting Range Indian River County, Florida B-14, See Attached Location Pian 7eptn Blows/ SPT -N Water in Ft. Besc:-^c--.. of SOi.7 5 in. Value Table -,7- Gray Sana 3 ----------------------------------- 3 ----------------------- Lt. ..-ray Sana 4 7 -2--------------------------------------------------------- Brown Sana ---- - ----------------------------------- 3------------------- 30" Brow; Gras Clayed Sand 4 7 -4- 2 3 2 5 Gray Clayed Sand w/Sheil 3 - - Fragments 2 5 -9- 3 -g- 4 3 7 -=7-----------------------------------------------------_------ nater below existing surface 1gater 7ab-e: 31' wet Season ,sob 4 KSy a81Z7-14B mm KELLER, SCHLEICHER & MaCWILLIAM ENGINEERING AND TESTING, INC. RO. BOX 78-1377, SEBASTIAN, FL 3297'8.1377 SEBASTIAN (561) 589.0712 MELBOURNE (407) 768.8188 FAX (561) 689.6469 Date of Boring: June 12, 1998 Location: Shooting Range Indian River County, Florida B-15, See Attached Location plan Depth Blows/ SPT -N Water n F4. Description of Soil 6 in. Value Table -0- Gray Sand _1 - ---------------------------------------------------------- Lt. Orange Sand 6 _4- ---- ----------- ---Oran Orange a Sand 2 -3 - ----------------------------------- 2------------------- 33" Gray Clayed Sand 4 6 -4- 3 -5- 5 -�- ----------------------------..__----_---_______---_-_-___-___ 3 8 Gray Clayed Sand w/Shell 1 -7- Fragments 2 2 4 -8- 2 _g- 3 3 6 -10 - _____________________________________________________--___- Wafer ':able: 33" below existing surface Water Table: 1.0" wet season Job # KSM 981277-15B 40 KELLER, SCHLEICHER & Mac WILLIAM ENGINEERING AND TESTING, INC. PO. BOX 78.1377, SEBASTIAN, FL 32978-1377 sE13AsTIAN (561) $89.0712 MELBOURNE (4 On 768 9468 FAX (561) 589.6469 Date of Boring: June 12, 1998 Location: Shooting Range Indian River County, Florida B-16, See Attached Location Plan Depth Blows/ S?T-h seater _- Ft. Description of Soil 6 in. Value 'Table s -�- Gray Sand 3 -I- ----------------------------------- 3 --------____----__-_-- Orange Sand 4 7 -2- -------------------------------------------------------= Lt. Brown Sand4 __-- -3- ----------------------------------- 3------------------- 34.. Gray Clayed Sand 3 6 -4- 4 -5- ----------------------------------- 4 ----------------------- Gray ----------___--__- -_Gray Clayed Sand w/Shell 4 8 -o Fragments 2 -7- 2 4 6 -a- 2 -9- 3 4 7 -.0------------------------------------------------------------- Water Table: 34" below existing surface "nater Table: 6" wet season Job # KSM 981277-16B 00 INDIAN RIVER COUNTY WETLAND RESOURCE PERMIT Environmental Planning Section 1840 25th Street, Vero Beach, FL 32960 407/567-8000, Ext.249 APPLICANT: INDIAN RIVER, COUNTY 1840 25TH ST VERO BEACH, FL 32960 PERMIT NUMBER: 98090099*005 PROJECT NAME: INDIAN RIVER SHOOTING RANGE PROJECT DESCRIPTION: RECREATION & HUNTER EDUCATION PROPERTY OWNER'S NAME: INDIAN RIVER, COUNTY LOCATION OF ACTIVITY: Parcel Number: 00-30-38-00001-0250-00001.0 Property Address: 10455 102ND TER This WETLAND RESOURCE PERMIT is hereby issued for the above referenced project in accordance with chapter 928 of the Indian River County Land Development Code. The above named applicant is authorized to perform the herein described activity in accordance with the specifications stated herein and in accordance with the approved submitted alterati.cn plan. 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 set forth in Section 928.06 of the Indian River County Land Development Code. The applicant and/or the person to perform the wetland altera- tion shall arrange a field meeting with county environmental planning staff to review the proposed activity prior to altera- tion 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. 4b F.K..40 INDIAN RIVER COUNTY WETLAND RESOURCE PERMIT Environmental Planning Section 1840 25th Street, Vero Beach, FL 32960 407/567-8000, Ext.249 SPECIFIC COMMENTS (as applicable): REVIEWING DEPARTMENT: PLANNING: ENVIRONMENTAL 1. In accordance with St. Johns River Water Management District Permit# 4 -061 -0174G -ERP and. U.S. Army Corps of Engineers Permit# 19904088(IP-IS), this permit authorizes the filling of 8.13 acres of freshwater marsh. 2. In accordance with SJRWMID ERP permit# 4 -061 -0174G -ERP Specific Condition# 21, all wetland areas or water bodies that Outside the specific limits of construction, as depicted on the site plan, must he protected from erosion and siltation. To ensure that requirements of Specific Condition# 21 are met, erosion control measures shall be installed pr.iot to commencing site preparation and shall remain in place until all areas have been stabilized. DATE OF PERMIT ISSUANCE: 03/25/99 DATE OF PERMIT EXPIRATION: 03/25/00 wetl.letter SIGNATURE OF AUTSjORIZATION: E R(7SICH, AICD Environmental Planner Indian River County 40 4W 40 El INDIAN RIVER COUNTY TREE REMOVAL PERMIT Environmental Planning Section 1840 25th Street, Vero Beach, FL 32960 (561)567-8000, ex. 249 APPLICANT; INDIAN RIVER, COUNTY 1840 25TH ST VERA BEACH, FL 32960 PERMIT NUMBER- 98090044*004 PROJECT NAME: INDIAN RIVER SHOOTING RANGE PROJECT DESCRIPTION: RECREATION & HUNTER EDUCATION PROPERTY OWNER'S NAME: INDIAN RIVER, COUNTY LOCATION OF ACTIVITY: Parcel Number; 00-30-38-00001-0250-00001.0 Property Address: 102ND TER 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 authorized to perform the herein described activ- i�y 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: The applicant shall conduct the activity in strict accordance with the criteria set 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 prior 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 I of 2 INDIAN RIVER COUNTY TREE REMOVAL PERMIT Environmental Planning Section 1840 25th Street, Vera Beach, FL 32960 (561)567-8000, ex. 249 INDIAN RIVER SHOOTING RANGE 98090044*004 Page 2 of 2 SPECIFIC CONDITIONS (AS APPLICABLE): REVIEWING DEPARTMENT: PLANNING: ENVIRONMENTAL 1. This permit authorizes the removal of protected trees within the net buildable portion of the site, as depicted on the site plan. The root zone/drip lane of protected trees being preserved on site must be protected by temporary construction barriers. Tree protection barriers must be installed prior to commencing land clearing and shall remain in place until a certificate of occupancy has been issued. Tree wells are required if placement of fill threatens the viability of a protected tree being preserved on site.[927.12] DATE OF PERMIT ISSUANCE: 03/23/49 DATE OF PERMIT EXPIRATION: 03/23/00 (or expiration concurrent with the approved site plan/L.D.P., as applicable) 4ATU}2E OF AUTH RI ZAT ION : AMES ROSICH, AICP Environmental Planner Indian River County tree.letter Cil INDIAN RIVER COUNTY LAND CLEARING PERMIT Environmental Planning Section 1840 25th Street, Vero Beach, FL 32960 561/567-8000, EXt. 237 APPLICANT: INDIAN RIVER, COUNTY 1840 25TH ST VERO BEACH, FL 32960 PERMIT NUMBER: 98090044*003 PROJECT NAME: INDIAN RIVER SHOOTING RANGE PROJECT DESCRIPTION: RECREATION & HUNTER EDUCATION PROPERTY OWNER'S NAME: INDIAN RIVER, COUNTY LOCATION OF ACTIVITY: Parcel Number: 00-30-38-00001-0250-00001.0 Property Address: 102ND TER 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. 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 prior 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. 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 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 approve -3 project site plan, as applicable, are in effect for this permit. i W INDIAN RIVER COUNTY LANG CLEARING PERMIT Environmental Planning Section. 1840 25th Street, Vero Beach, FL 32960 561/567-8000, Ext. 237 INDIAN RIVER SHOOTING RANGE 98090044*003 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 wilding Division at 567-8000, ext. 288 to ensure that the land clearer has required licensing. SPECIFIC CONDITIONS (AS APPLICABLE): REVIEWING DEPARTMENT: PLANNING: ENVIRONMENTAL 1. This permit authorizes land clearing within the net buildable portion of the site in conjunction with the approved site plan. In accordance with Conditions 04 and ##5 of St. Johns River Water Management District Environmental Resource Permit# 4 -061 -0174G -ERP, erosion control. measures shall be installed prior to commencing site preparation. Erosion control measures shall be maintained in good condition and shall remain in place until a certificate of occupancy has been issued or until all cleared areas have been stabilized. All nuisance exotic vegetation existing within the net area of development must be removed in conjunction with site preparation.(929.08] 4. This permit does not authorize encroachment of construction equipment within any designated wetland/ upland edge buffer. Nuisance invasive vegetation shall be removed from all wetland/upland edge buffers by hand clearing techniques only. DATE OF PERMIT ISSUANCE: 03/23/99 DATE OF PERMIT EXPIRATION: 03/23/00 (or expiration concurrent with approved site plan/L.D.P., as applicable) ATUFiE OF�HORIZATYON: cc: County EngineerL Current Develop. Staff AMES ROSICH, AICP (site plan/plat related Environmental Planner permits only) Indian River County lclr.letter CI 4D 4D ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Sox 1429 Palatka, Florida 32178-1429 PERMIT NO. 4.061 -0114G -ERP DATE ISSUED Septeinher 8: 1998 PROJECT NAME: INDIAN RIVER COUNTY SHOOTING RANGE A PERMIT AUTHORIZING: CONSTRUCTION OF A SURFACE WATER MANAGEMENT SYSTEM TO SERVE A PROPOSED J SHOOTING RANGE LOCATED IN INDIAN RIVER COUNTY. LOCATION: Section 25 26, Township 31 South, Range 38 East Indian River County ISSUED TO: (owner) INDIAN RIVER COUNTY 1840 25TH 5T. VERO BEACH, FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance. Said application, including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights or privileges other than those specified herein, nor relieve the Permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies. All structures and y works installed by permittee hereunder shall remain the property of the permittee. This Permit may be revoked, modified or transferred at any time pursuant - to the appropriate provisions of Chapter 373, Florida Statutes, PERMIT IS CONDITIONED UPON: See conditions on attached "Exhibit A", dated September 8, 1998 AUTHORIZED BY: St. .johns River Water Management District Department Source Management Gove in 1 ( ) (As ST S Y) JEFF ELLEDGE Y DEAN C> M "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 4 -061 -0174G -ERP INDIAN RIVER COUNTY DATED SEPTLHBKR 8, 1990 I. All ,activities shall be implemented as set forth in the plans, specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit. 2. This permit or a copy thereof, complete with all conditions, attachments, exhibits, and modifications, shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3. Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards, Prior to and during construction, the permittee shall implement and maintain all erosion and sediment control measures (}gest 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 6 of the Florida Land Development Manual: A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988), which are incorporated by reference, unless a project specific erosion and sediment control plan is approved as part of the permit, in whish 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 specifier) in the erosion and sediment control plan, the permittee shall implement additional best management practices as necessary, in accordance with the specifications in chapter 6 of Me Florida Laird Development Manual: A cu}Lde to Sound Laxtq QpA HQL�t {'�dilClC] Il@Tlt (1011da bopt_e„t of E. fro—ental Re$ulativn 4F$9T4 'Gifu PCEMICtee Shall correct any erosion or shoalingthat causes adverse impacts to the water resources. 'S. 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 7 days after the construction activity in that portion of the site has temporarily or permanently ceased. 6. At least 48 hours prior to commencement of activity authorized by this permit, the permitted shall submit to the District a Construction Commencement Notice Form No. 400.4.900(3) indicating the actual start [rate and the expected completion date. 7. When the duration of construction will exceed one year, the permittee shall subunit construction status reports to the District on an annual basis utilizing an Annual status Report Norm No. 40C-4.900(4). These forms shall be submitted during .lune of each year. For those systems which will be operated or maintained by an entity which will require an easement or deed restriction in order to provide that entity with the authority necessary to operate or maintain the system, such easement or deed restriction, together with any other final operation or maintenance documents as are required by subsections 7,1,1 through 7.1.4 of the Applicants Handbook: Management and Storage of Surface Waters, must be submitted to the District for approval. Documents meeting the requirements set forth in these subsections of the Applicants Handbook will be approved. Deed restrictions, easements and other operation and maintenance documents which require recordation either with the Secretary of State or the Clerk of the circuit court must be so recorded prior to lot or unit sales within the project served by the system, or upon completion of construction of the system, whichever occurs first. For those systems which are proposed to be maintained by county or municipal entities, final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local governmental entity. Failure to sulxnit the appropriate final documents referenced in this paragraph will result in the permittee remaining liable for carrying out maintenance and operation of the permitters system. Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions pricer to the initiation of the permitted use of site infrastructure located within the area served by that portion or phase of the system. Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of that phase or portion of the system to a local government or other responsible entity. 10. within 30 days after completion of construction of the permitted system, or independent portion of the system, the permittee shall submit a written statement of completion and certification by a registered professional engineer or other appropriate individual as authorized by law, utilizing As Built Certification Form 40+C-1.181(13) or 40C-1.181(14) supplied with this permit. When the completed system differs substantially from the permitted plans, any substantial deviations shall be noted and explained and two copies of as -built drawings submitted to the District. Submittal of the completed form shall serve to notify the District that the system is ready for inspection. The statement of completion and certification shall be based on on-site observation of construction (conducted by the registered professional engineer, or other appropriate individual as authorized by law, or under his or her direct supervision) or review of as -guilt drawings for the purpose of determining if the work was completed in compliance with approved plans and specifications. As -built drawings shall be the permitted drawings revised to reflect any changes made during construction. Both the original and any revised specifications must be clearly shown. The plans crust be clearly labeled as "as -built" or "record" drawing. All surveyed dimensions and elevations shall be certified by a registered surveyor. The following information, at a minimum, shall be certified on the as -built drawings. A. Dimensions and elevations of all discharge structures including all weirs, slots, gates, pumps, pipes, and oil and grease skimmers; Ii. Locations, dimensions, and elevations of all filter, exfiltration, or underdrain systems including cleanouts, pipes, connections to control structures, and points of discharge to the receiving waters; C. Dimensions, elevations, contours, or cross-sections of all treatment storage areas sufficient to determine stage -storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems, when appropriate; D. Dimensions, elevations, contours, final grades, or cross-sections of the system to determine flow directions and conveyance of runoff to the treatment system; E. Dimensions, elevations, contours, final grades, or cross-sections of all conveyance systems utilized to convey off-site runoff around the system; F. Existing water elevation(s) and the date determined; and G. Elevation and location of benchmark(s) for the survey. il. The operation phase of this permit shall not become effective until the permittee has complied with the requirements of general condition No. 9 above, the District determines the system to be in compliance with the permitted plans, and the entity approved by the District in accordance with subsections 7.1.1 through 7.1.4 of the Applicants Handbook, Management and MD 40 L-1 Storage of Surface Waters, accepts responsibility for operation and maintenance of the system. The permit may not be transferred to such an approved operation and maintenance entity until the operation phase of the permit Becomes effective. Following inspection and approval of the permitted system by the District, the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity, if different from the permittee. Until the permit is transferred pursuant to section 7.1 of the Applicants }landbook: Management and Storage of Surface Waters, the permittee shall be liable for compliance with the terms of the permit. 12. Should any other regulatory agency require changes to the permitted system, the permittee shall provide written notification to the District of the changes prior to implementation so that a determination can be made whether a permit modification is required. 13. This permit does not eliminate the necessity to obtain any required federal, state, local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee, or convey any rights or privileges other than those specified in the permit and chapter 4DC-4 or chapter 4OC-40, F.A.C. 14. The permittee shall hold and save the District harmless from any and all damages, claims, or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system. 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application, including plans or other supporting documentation, shall not be considered specifically approved unless a specific condition of this permit or a formal determination under section 373.421(2), F.S., provides otherwise. 16. The permittee shall notify the District in writing within 30 days of any sale, conveyance, or other transfer of ownership or control of the permitted system or the real property at which the permitted system is located. All transfers of ownership or transfers of a permit are subject to the requirements of section 4OC-1.612, P.A.C. The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to the sale, conveyance or other transfer. a 40 L-1 17. Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18. If historical or archaeological artifacts are discovered at any time on the project site, the permittee shall immediately notify the District. 19. The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate. 20. This permit for construction will expire five years from the date of issuance. 21. All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion, siltation, scouring or excess turbidity, and dewatering. 22. Within the wetland mitigation areas, non-native vegetation, cattails (Typha spp.) and primrose willow (Ludwiga peruvianna), must be controlled by hand clearing or other methods approved by the District so that they constitute no more than 10% of the areal cover in each stratum.. 23. Prior to construction, the permittee must clearly designate the limits of construction on-site. The permittee must advise the contractor that any work outside the limits of construction, including clearing, may be a violation of this permit. 24. The proposed surface water management system must be constructed and operated in accordance with the plans received by the District on September 2, 1998 and as amended by the District on September 3, 1998 . 25. Mitigation must include all the activities described in the letter from Indian River County dated August 21, 1998 and received by the District on August 27,1998 and must be initiated within 30 days after request by the District staff. 26. Lead movement prevention measures must be in conformance with the submittal received by the District on July 16, 1998. 27. The permittee must monitor soil pii within the fallout zone on a monthly basis and report the results to the District quarterly. a& • 40 28. 'Within 30 days of permit issuance the permittee must submit to the District a plan for monitoring possible lead movement outside of the shotgun range fallout zone. The plan must include baseline and quarterly sampling at two points directly to the east and west of the fallout zone. The pian must be approved in writing by the District and baseline monitoring must occur before the range is opened to public use. The permittee must provide the results of each monitoring event to the District within 34 days of monitoring. 29. Should monitoring reveal evidence of lead transport outside of the fallout zone, the permittee must apply for a permit modification with 90 days that would include additional measures to prevent lead transport, including but not limited to the placement of an impervious barrier in the soil at the edges of the fallout zone. 4W a 4D DEPARTMENT OF THE ARMY PERMIT Permittee: INDIAN RIVER -COUNTY Permit NO: 199804088(IP-IS) U.S. ,Army Engineer District., Jacksq!Lville NOTE: The term "you" and its derivatives, as used in this permit, means the permittee or any future transferee. The term "this office" refers to the appropriate district or division office of the Corps of Engineers having jurisdiction over the permitted activity or the. appropriate official of that office acting under the authority of the commanding officer. You are authorized to perform work in accordance with the terms and conditions specified below. Project Description: The placement of 8.13 acres of fill in wetlands for the development of a public shooting range. The work described above is to be completed in accordance with the three (3) pages of drawings and one (1) attachment affixed at the end of this permit. instrument. Pro ect Location: The project is located in Flemming Grant, Township 31 South, Range 38 East, Indian River County, Florida Latitude & Longitude: Latitude...... 27047'30" North Longitude..... 80032'30" west Permit Condition General Conditions: 1. The time limit for completing the work authorized ends on January 29. 2004.!If you find that you need more time to complete the authorized activity, submit your request for a time extensions to this office for consideration at least one month before the above date is reached.