Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2003-097
�N Jac lY INDIAN RIVER COUNTY A4 BOARD OF COUNTY COMMISSIONERS Department ' y • ' Services• Project1 WATERWEST SIDE SUBDIVISION ASSESSMENT PROJECT Indian 1 Bid 15049 s � m ;nl a INDIAN RIVER COUNTY BOARD COMMISSIONERS De artment of Utility Services Project ' ' 1 2177 SUBDIVISIONWEST SIDE WATER ASSESSMENT PROJECT Indian River County Bid No : 5049 Mar 25 03 05 : 07P Indian River Utilities 772 770 5143 P . 2 ' t ADDENDUM NO . 1 INDIAN RIVER COUNTY BID NO . 5046 t This Addendum is issued in accordance with Paragraph 5 . 2 of Section 00100 of the Specifications and the following revisions , additions and clarifications are hereby incorporated into the Contract Documents . SPECIFICATIONS 1 . Section 00310-5 : a ) Attached is the Bid form PLANS 2 . Sheet 2 : a ) Add Sampling Point #4 at water meter for Lot 11 . 3 . Sheet 3 : a ) Add Sampling Point #3 at water meter for Lot 15 . �. Sheet 4 : a ) Add Sampling Point #3 at Fire Hydrant Assembly at Lot 4 . b ) Add Sampling Point #4 at water meter for Club at Station 7 + 50+1-. 5 , Sheet 5 : a ) Trace Wire Detail M - 16 is hereby revised to show continuous # 10 stranded rather than # 14 wire . 6 . All Sheets : a ) Add North Arrow as necessary. b) Unless otherwise shown , all Please indicate receipt of this Notice by completing the bottom portion and returning a copy BY FAX to William B . Eubank , Jr . at 772-770- 5143 by 5 : 00 PM , Thursday , March 27 , 2003 . 2 F . Ocs1UTILITY - ENGINEERING'+Projccts - Assessment Projects'Nest Side Subdivision - UCP#2177%.\DDENDUM N0 . 1 March 19, 200: .doc Mar 25 03 05 : 08p Indian River Utilities 772 770 5143 p . 3 AOU ARE REQUIRED TO INCLUDE AN ORIGINAL EXECUTED COPY OF THIS NOTICE WITH YOUR SUBMITTED BID Addendum # 1 RECEIVED AND CONSIDERED BY : TREASURE COAST CONTRACTING , INC . Name of Bidder LAWRENCE MYERS Name of Bidder' s Representative �� PRESIDENT 3 / 26 / 03 Signature of Bidder' s presentative & Title Date 3 •Utilitics\L'TILITY - ENGINEERING\Projects - Assessment Projects',West Side Subdivision - L;CPz21771.1DDENDUM NO. I March I9, 2003 doc TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00020 Advertisement for Bids 00100 Instruction to Bidders 00310 Bid Form 00452 Disclosure of Relationships 00456 General Information Required for Bidders 00530 EJCDC - Agreement Between Owner and Contractor 00610 Construction Performance Bond 00612 Construction Payment Bond 00700 General Conditions 00800 Supplementary Conditions DIVISION 1 = GENERAL REQUIREMENTS 01000 Summary of Work 01025 Measurement and Payment 01060 Regulatory Requirements and Notification 01090 Reference Standards 01152 Applications for Payment 01153 Change Order Procedures 01201 Preconstruction Conference 01311 Construction Schedules 01340 Shop Drawings , Product Data and Samples • 01381 Audio-Visual Documentation 01410 Testing Laboratory Services 01510 Temporary Utilities 01560 Temporary Controls 01600 Material and Equipment 01700 Contract Close-out 01710 Cleaning 01720 Project Record Documents 01740 Warranties and Bonds DIVISION 2 - SITE WORK 02115 Tree Protection and Trimming 02320 Trenchless Installation of Water Mains by Directional Boring 02401 Dewatering 02485 Grassing 02576 Pavement, Sidewalk , and Driveway Replacement 02610 Restrained Joints , Excavation , and Backfilling 02623 Water Mains , Polyvinyl Chloride Pipe 02627 Water Mains , Polyethylene 02660 Testing and Inspection of Water Mains • F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\0002 Table of Contents.doc DIVISION 0 � BIDDING AND CONTRACT REQUIREMENTS • • ADVERTISEMENT FOR BIDS INDIAN RIVER COUNTY Indian River County will receive sealed bids until 2 : 00 P . M . on Wednesday. April 2 . 2003 . 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 "West Side Subdivision Water Assessment Project" . All bids , either mailed or walked in , will be received by the Purchasing Division , 2625 19'' 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 . UTILILTIES ASSESSMENT PROJECT NO . UCP 2177 INDIAN RIVER COUNTY BID # 5049 CONSTRUCTION OF West Side SUBDIVISION WATER ASSESSMENT PROJECT All material and equipment furnished and all work performed shall be strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be obtained from the Indian River County Utilities Department 1840 25th Street Vero Beach , Florida 32960 (772- 567-8000 x1827 ) . Copies of the plans and the specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of Eighty Dollars ($80 . 00) for each set, which represents cost of printing , handling and mailing and is non refundable . All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . A BID BOND must accompany each Bid , and be properly executed by the • Bidder and by a qualified surety, or certified check or cashier's check on any bank authorized to do business in the State of Florida , in the sum of not less than five percent (5 % ) of the total amount of bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, he will enter into a Contract with the County and furnish the required Performance and Payment Bond . If he fails to do so , he shall forfeit the said Bid Bond as liquidated damages . 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 bid that, in its judgement, will serve the best interest of Indian River County Florida . A Mandatory Pre-Bid Conference meeting will be held on Friday, March 21 , 2003 at 1 : 30 P . M . , 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 PURCHASING MANAGER For Publication in the Vero Beach Press Journal ( Date (s ) : Wednesday, March 5 , 2003 Please furnish tear sheet and Affidavit of Publication to: Wednesday, March 12 , 2003 INDIAN RIVER COUNTY PURCHASING DIVISION 2625 19th Avenue , Vero Beach , FL 32960 • 00020 - 1 ADVERTISEMENT FOR BID F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#21770d docs\specs\00020 Advertisement For Bid.doc • SECTION 00100 INSTRUCTIONS TO BIDDERS (Based Upon EJCDC No . 1910 -12 , 1983 Ed .) 1 . DEFINED TERMS Terms used in these Instructions to Bidders which are defined in the Standard General Conditions of the Construction Contract ( No . 1910-8 , 1983 ed . ) have the meanings assigned to them in the General Conditions . The term " Bidder" means one who submits a bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified , responsible and responsive Bidder to whom Owner (on the basis of Owner's evaluation as hereinafter provided ) makes an award . The term " Bidding Documents" includes the Advertisement or Invitation to Bid , Instructions to Bidders , The Bid Form , and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids ) . 2 . COPIES OF BIDDING 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 to Bid may be obtained from Engineer. 2 . 2 Complete sets of Bidding Documents must be used in preparing Bids ; • neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents . 2 . 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 of the Bidding Documents . 3 . QUALIFICATIONS OF BIDDERS To demonstrate qualifications to perform the work , each Bidder must be prepared to submit, within five days of Owner's request, written evidence , such as financial data , previous experience , present commitments , and other such data as may be necessary to prove to the satisfaction of the Owner that the Bidder is qualified by experience to do the work and is prepared to complete the work within the stated time period . • 00100- 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Bidders1 .doc 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4 . 1 It is the responsibility of each Bidder, before submitting a bid , to (a ) examine the Contract Documents thoroughly, (b ) visit the site to become familiar with local conditions that may affect cost progress , performance , or furnishing of the work , (c) consider federal , state , and local laws and regulations that may affect costs , progress , performance , or furnishing of the work, (d ) study and carefully correlate Bidder's observations with the Contract Documents , and (e ) notify Engineer of all conflicts , errors , or discrepancies in the Contract Documents . 4 . 2 Reference is made to the Supplementary Conditions for identification of: 4 . 2 . 1 Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in preparation of the Contract Documents . Bidder may rely upon the accuracy of the technical data contained in such reports , but not upon non-technical data , interpretations , or opinions contained therein or for the completeness thereof the purposes of bidding or construction . To obtain access to the site , the following shall be contacted : William B . Eubank, Jr. Environmental Engineer Project work site is located within the West Side Subdivision road right-of- ways , as shown on the construction plans . 4 . 2 . 2 Those drawings of physical conditions in relation to existing surface and subsurface conditions (except underground facilities ) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents . Bidder may rely upon the accuracy of the technical data contained in such drawings , but not upon the completeness thereof for the purposes of bidding or construction . Copies of such reports and drawings will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraphs 4 . 2 . 1 and 4 . 2 . 2 are incorporated therein by reference . Such technical data has been identified and established in the Supplementary Conditions . 4 . 3 Information and data reflected in the Contract Documents with respect to underground facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others , and Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary Conditions . • 00100-2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Biddersl .doc 4 .4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions , underground facilities and other physical conditions , and possible changes in the Contract Documents due to differing conditions appear in Paragraphs 4 . 02 and 4 . 03 of the General Conditions . 4 . 5 Before submitting a Bid , each Bidder will , at Bidders own expense , make or obtain any additional examinations , investigations , explorations , tests , and studies , and obtain any additional information and data which pertain to the physical conditions (surface , subsurface and underground facilities ) at or contiguous to the site or otherwise which may affect cost, progress , performance , or furnishing of the work and which Bidder deems necessary to determine its Bid for performing and furnishing the work in accordance with the time , price and other terms and conditions of the Contract Documents , 4 . 6 On request in advance , Owner will provide each Bidder access to the site to conduct such explorations and tests as each Bidder deems necessary for submission of a Bid . Bidder shall fill all holes , clean up , and restore the site to its former condition upon completion of such explorations . 4 . 7 The lands upon which the work is to be performed , right-of-way and easements for access thereto and other lands designed for use by the Contractor in • performing the work are identified in the Contract Documents . All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by and paid for by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the Owner unless otherwise provided in the Contract Documents . 4 . 8 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4 , that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means , methods , techniques , sequences or procedures of construction as may be indicated in or required by the Contract Documents , and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the work . 5 . INTERPRETATIONS AND ADDENDA 5 . 1 All questions about the meanings or intent of the Contract Documents are to be directed to the Utilities Department staff — William B . Eubank, Jr. Environmental Engineer with Indian River County Utilities . Interpretation or clarifications considered necessary by Engineer in response to such questions 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 . 00100-3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Biddersl .doc • days prior to the date for the opening of Bids may not be answered . Only questions answered by formal written Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 5 . 2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 6 . BID SECURITY 6 . 1 Each Bid must be accompanied by Bid security made payable to Owner in an amount of five percent of the Bidder's maximum bid price and in the form of a certified or bank check or a Bid Bond issued by a surety meeting the requirements of Paragraph 5 . 01 . 6 and 5 . 02 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 the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Agreement and furnish the required Contract security within fifteen days after 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 other Bidders whom Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of the seventh day after the effective date of the Agreement or the sixty-first day • after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . Bid security with bids which are not competitive may be returned before the end of the sixty-day period . 7 . CONTRACT TIME The number of days within which , or dates by which , the work is to be substantially completed and also complete and ready for final payment (the Contract Time ) are set forth in the Bid Form and the Agreement. 8 . LIQUIDATED DAMAGES Provisions for liquidated damages , if any, are set forth in the Agreement. 9 . SUBSTITUTE OR "OR EQUAL" ITEMS The Contract, if awarded , will be on the basis of materials 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 submission of any such application by Contractor and consideration by Engineer is set forth in Paragraphs 6 . 05 of the General Conditions and • 00100-4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Biddersl .doc . may be supplemented in the General Requirements . 10 . BID FORM 10 . 1 The Bid Form is included with the Bidding Documents ; additional copies may be obtained from Engineer (or the issuing office ) . 10 . 2 All blanks on the Bid Form must be completed in ink or by typewriter. 10 . 3 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign ) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature . 10 .4 Bids by partnership must be executed in the partnership name and signed by a partner, whose title must appear under the signature , and official address of the partnership must be shown below the signature . 10 . 5 All names must be typed or printed below the signature . 10 . 6 The Bid shall contain an acknowledgment of receipt of all Addenda (the number of which must be filled in on the Bid Form ) . 10 . 7 The address and telephone number for communications regarding the Bid must be shown . 10 . 8 Additional forms to be submitted with the Bid Form includes : Section 00452 — " Disclosure of Relationships" ; and Section 00456 — " General Information Required for Bidders" . 11 . SUBMISSION OF BIDS Bids shall be submitted at the time and place indicated in the Advertisement or Invitation to Bid and shall be enclosed in an opaque sealed envelope , marked with Project title (and , if applicable , the designated portion of the Project for which the Bid is submitted ) and name and address of the Bidder and accompanied by the Bid security and other required documents . If the Bid is sent through the mail or other delivery system , the sealed envelope shall be enclosed in a separate envelope with the notation " BID ENCLOSED" on the face of it. 11 . 1 The Bidder shall submit the Bid in duplicate on the forms , or an exact copy of the forms , furnished herewith . The blank spaces on the Bid Form shall be filled in correctly for each Bid Item for which a Bid is submitted . 11 . 2 The Owner will consider only those bids received from parties who have obtained Contract Documents directly from the Owner or the Owner's . 00100-5 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Biddersl .doc Engineer. Contract Documents are not transferable to other parties for bidding purposes . Bids received from firms whose names are not recorded by the Owner or the Engineer as having secured documents for this Contract will be rejected . 12 . MODIFICATION AND WITHDRAWAL OF BIDS 12 . 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 . 12 . 2 If, within two business days after Bids are opened , any Bidder files a duly signed , written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid and the Bid security will be returned . Thereafter, that Bidder will be disqualified from further bidding on the work to be provided under the Contract Documents . 13 . OPENING OF BIDS Bids will be opened and (unless obviously non -responsive ) read aloud publicly. An abstract of the amounts of base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids . 14. BIDS TO REMAIN SUBJECT OF ACCEPTANCE All bids will remain subject to acceptance for sixty days after the day of the Bid opening , but the Owner may, in its sole discretion , release any Bid and return the Bid security prior to that date . 15 . AWARD OF CONTRACT 15 . 1 Owner reserves the right to reject any and all Bids , to waive any and all informalities not involving price , time , or charges in the work , and to negotiate contract terms with the Successful Bidder, and the right to disregard all non-conforming , non-responsive , unbalanced , or conditional Bids . Also , Owner reserves the right to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to the Bidder, whether because the bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . • 00100-6 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Biddersl .doc 15 . 2 In evaluating Bids , Owner will consider the qualifications of the Bidder, whether or not the Bids comply with the prescribed requirements , and such alternates , unit prices , and other data , as may be requested in the Bid Form or prior to the Notice of Award . 15 . 3 Owner may consider the qualifications and experience of subcontractors , suppliers , and other persons and organizations proposed for those portions of the work as to which the identity of subcontractors , suppliers , and other persons and organizations must be submitted as provided in the Supplementary Conditions . Owner may consider the operating costs , maintenance requirements , performance data and guarantees of major items of materials and equipment proposed for incorporation in the work when such data is required to be submitted prior to the Notice to Award . 15A Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid and establish the responsibility, qualifications , and financial ability of Bidders , proposed subcontractors , suppliers , and other persons and organizations to perform and furnish the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time . 15 . 5 If the Contract is to be awarded , it will be awarded to the lowest Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interests of the Project. 15 . 6 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 . 15 . 7 More than one Bid from an individual , firm , partnership , corporation , or association under the same or different names will not be considered . Reasonable grounds for believing that one Bidder is financially interested in more than one proposal for the same work will cause the rejection of all proposals in which such Bidders are believed to be interested . Any or all proposals will be rejected if there is reason to believe that collusion exists among the Bidders , and no participants in such collusion will be considered in future proposals for the same work . 15 . 8 Within ten ( 10 ) calendar days of the date of award of the Contract, the Bidder to whom the Contract is awarded shall execute and deliver the necessary documents entering into the Contract with the Owner. Payment Bond for the total amount of the Bid and Performance Bond for 125 % of the Bid shall have been furnished , executed , and delivered before the Contract will be executed by the Owner. 15 . 9 Failure upon the part of the Bidder to whom the Contract has been awarded to execute and deliver the Contract and the Surety Corporation Bond in the manner and within the time provided shall be just cause for annulment of the award and for the exclusion of the Bidder from bidding • 00100-7 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Bidders1 .doc • on subsequent projects , at the Owner's discretion . It is understood and agreed by said Bidder, that if the award is annulled for the above persons , the certified check or Bid Bond shall become the property of the Owner, not as a penalty, but as liquidated damages . 16 . CONTRACT SECURITY Paragraph 5 . 01 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 must be accompanied by the required Performance and Payment Bonds . The Performance Bond shall contain a specific provision that delay damages are covered by the Performance Bond . 17 . SIGNING OF AGREEMENT When Owner gives Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached . Within ten days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with required bonds . Within a reasonable time thereafter, Owner shall deliver one fully signed counterpart to Contractor. Each counterpart is to be accompanied by a complete set of the drawings with appropriate identification . END OF SECTION • 00100-8 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00100 Instruction To Bidders1 .doc SECTION 00310 BID FORM • (Based Upon EJCAC No . 1910 - 18 , 1983 Ed . ) PROJECT IDENTIFICATION : WEST SIDE SUBDIVISION WATER ASSESSMENT THIS BID IS SUBMITTED TO : Indian River County 2625 19th Avenue Vero Beach , FL 32960 1 . The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in the Contract Documents and in accordance with the other terms and conditions of the Contract Documents . 2 . Bidder accepts all of -the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders , including without limitation those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty days after the day of Bid opening . Bidder will sign and submit the Agreement with the bonds and other documents required by the Bidding Requirements within ten days after the date of Owner's Notice of Award . 3 . In submitting this Bid , Bidder represents , as more fully set forth in the Agreement, that: (a ) Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all which is hereby acknowledged ) : Date Number 3 / 26 / 03 Addendum No . 1 00310 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\s Form .doc ecs\00310 Bid F (b ) Bidder has familiarized itself with the nature and extent of the Contract • Documents , the work , site , locality, and all local conditions and laws and regulations that in any manner may affect cost, progress , performance or finishing of the work . (c ) Bidder has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in Paragraph SC -4 . 2 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which Bidder is entitled to rely. (d ) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying ) all such examinations , investigations , explorations , tests , reports and studies (in addition to or to supplement those referred to in (c) above ) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress , performance or furnishing of the work as Bidder considers necessary for the performance or furnishing of the work at the contract price , within the contract time and in accordance with the other terms and conditions of the contract documents , including specifically the provisions of Paragraph 4 . 2 of the General Conditions ; and no additional examination , investigations , explorations , test, reports , studies or similar information or date or will be required by Bidder for such purposes . (e ) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said • underground facilities . No additional examinations , investigations , explorations , tests , reports , studies or similar information or data in respect of said underground facilities are or will be required by Bidder in order to perform and furnish the work at the contract price , within the contract time and in accordance with the other terms and conditions of the Contract Documents , including specifically the provisions of Paragraph 4 . 3 of the General Conditions . (f) Bidder has correlated the results of all such observations , examinations , investigations , explorations , tests , reports and studies with the terms and conditions of the Contract Documents . (g ) Bidder has given Engineer written notice of all conflicts , errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. ( h ) This bid is genuine and not made in the interest of or on behalf of any undisclosed person , firm , or corporation and is not submitted in conformity with any agreement or rules of any group , association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any person , firm or corporation to refrain from bidding ; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. • 00310 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc 4 . Bidder will complete and include with the bid the Schedule of Bid Items attached to this Proposal . The quantities shown on the Schedule of Bid Items are approximate quantities to be used for the purpose of comparing bids . The actual quantities may vary. It is further understood that the actual amount of the Agreement, and payments thereunder, will be based upon the actual quantities placed into the work . 5 . Bidder agrees that the work will be completed in accordance with the following time frame : (a ) Within 15 calendar days from effective date of Notice to Proceed , Contractor shall complete the following tasks : 1 . Obtain all necessary permits . 2 . Receive approved shop drawings for all materials and equipment to be utilized in the job . 3 . Perform all photographic recording and documentation of conditions prior to construction . 4 . Locate all existing utilities in the area of work. 5 . Mobilize all labor, equipment, and materials . 6 . Deliver and store all equipment and materials to the job site . 7 . Notify all utilities and other affected parties prior to initiating construction . (b ) From 16 calendar days to 60 calendar days from the effective date of Notice to Proceed , the CONTRACTOR shall complete the following tasks : • 1 . Install all pipe and appurtenant items . 2 . Perform all testing . 3 . Restore all disturbed areas to their preconstruction condition . 4 . Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i . e . , Subparagraphs a and b ) constitute Substantial Completion . C) From 61 calendar days to 90 calendar days from the effective date of Notice to Proceed , the CONTRACTOR shall complete the following tasks : 1 . Clean up project area 2 . Remove all equipment and material from project site . 3 . Perform contract close-out procedures . Completion of all tasks outlined above (i . e . , Subparagraphs a , b , and c ) constitute Final Completion , 6 . The following documents are attached to and made a condition of this Bid : (a) Schedule of Bid Items . ( b ) Required Bid Security in the Form of Insurance . • 00310 - 3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc 7 . Communications concerning this Bid shall be addressed to : William B . Eubank Jr. Environmental Engineer (772 ) 567-8000 x 1827 The address of Bidder indicated below is as follows : Treasure Coast Contracting , Inc . 6290 Old Dixie Hwy . , P . O . Box 650249 Vero Beach , FL 32965 8 . The terms used in this Bid which are defined in the General Conditions of the Construction Contract_ include as part of the Contract Documents have the meanings assigned to them in the General Conditions . SUBMITTED ON : April 2 , 2003 00310 - 4 F:\Utilities\UTILITY - ENGINEERINGWrojects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc Indian River County Department or Utilities ! Project : WEST SIDE SUBDIVISION WATER ASSESSMENT PROJECT BID FORM 00310-5 4 Indain River County Bid No. 5049 UCP No. 2164, WIP No. 473 -169000-03506 REVISED March 21t 2003 by ADDENDUM NO. 1 Bid Bid Item Item No. Descri tion Estimated Unit of Unit Total Quantit Measure Price Price 1 Mobilization (See Section 01025 ' Ls 3000 . 00 3000 2 Maintenance of Traffic . 001 LS 1 0 0 0 . 0 0 1000 . 00 3 Furnish & Install 6" PVC Water Main 2o481 4 Furnish & Install 6" HOPE Dir. Drill Water Main LF 8 " 3 1 2 0 61 7 " 11 5 Furnish & 2s LF 50 . 00 1250 . 00 Install 6" PVC Water Main (Driveway Bore) 435 LF 6 Furnish & Install 6" GV&B 2 5 . 0 0 10 8 7 5 . 00 1111 . 00 7 Furnish EA 555 . 50ish & Install 10" X 6" SSlDI Tapping Sleeve w/ 6" GV&B 1 8 Furnish & install Fire Hydrant Assembly w/ 6" GV&B EA 2 2 0 0 . 0 0 4 EA 2145 . 00 8580 . 00 9 Lawn/ROW Restoration (Topsoil & Sod) 2,021 LF 10 Furnish & Install DIP Fittings 0. 18 TONS 3 . 0 0 6 0 6 3 . 00 11 Install Sample Points 3 EA 500 . 00 90 . 00 12 Temp. Jumper 3 3 0 . 0 0 990000 ' EA 770000 770 . 00 13 Furnish & Install 1 " PE Single Short Water Service (w/box) 10 EA 14 341 00 3410 . 00 Fumish & Install 1 " PE Single long Water Service (w/sleeve & box) 6 EA 15 Furnish & Install 2" PE Single Long Water Service (w/sleeve & box) 1 EA 577 50 3 4 6 5 . 0 0 1331 0 1331 . 00 16 Record Drawings; As-Built Survey; Surveying Ls1650 1650 . 00 TOTAL CONSTRUCTION COST Trench Safety . Bidder acknowledges that included in the various items of the Proposal and in the total Bid Price are costs for complying with the Florida Trench Safety Act (90 -96 , Laws of Florida ) , effective October 1 , 1990 . Bidder further identifies the costs to be summarized below: Trench Safety Units of Measure Unit Unit Cost Extended Cost Measure (Quantity) ( Description ) A . Not applicfLble 0 . 00 B . C . D . Total $ MCI Failure to complete the above may result in the Bid being declared non -responsive . %11l 6290 Old Dixie Hwy . SlgnatureLawr nce ' . Myers Address (Street) President Vero Beach , FL 32965 Title Address (City, State , Zip ) CU - C057303 4 / 2 / 03 License Number (If Applicable ) Date (SEAL — if Bid is by a c poration ) ATTEST: 00310 - 6 • F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\west Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc .. If Bidder is : AN IN UAL By. (SEAL) ( individual 's Name ) Doing business as : Business address : Phone Number: If Bidder is : 426.RTNERSHIP By: (SEAL ) • (General Partner) Business address : Phone Number: • 00310 - 7 F:\utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision Form .doc - UCP#2177\Bid docslspecs100310 Bid If Bidder is : A CORPORATION By:. Treasure Coast Contracting , Inc . ( Corporation Name ) Florida ( State of Corporation By:. Lawrence J . Myers ,. ( Name of Pe son Authorized o Sig President (Titl ) ( Corporate Seal ) ATTEST: ; Business address : 6290 O1 Dixie Hwy . P . O . Box 650249 Vero Beach , FL 32965 By: (SEAL) (General Partner) • Business address : If Bidder is : A JOINT VENTURE By:. (Name ) ress ) By:_ ( Name ) (Address ) ( Each joint venturer must sign . The manner of signing for e h individual , partnership and corporation that is a part to the joint venture should be in the ma er indicated above . ) 00310 - 8 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\ -\BID DOCUMENTS\00310 Bid Form .doc SWORN STATEMENT UNDER SECTION 287 . 133 (3 ) (a ) FLORIDA STATUTES , ON PUBLIC ENTITY CRIMES (To be signed in the presence of a notary public or other officer authorized to administer oaths . ) STATE OF FLORIDA COUNTY OF INDIAN RIVER Before me , the undersigned authority, personally appeared LAWRENCE J . MYERS , who , being by me first duly sworn , made the following statement: 1 . The business address of TREASURE COAST CONTRACTING , INC . (name of Bidder or Contractor) is 6290 OLD IX E H P . O . BOX 650249 , °: ' VERO BEACH , FL 32965 2 . My relationship to TREASURE COAST CONTRACTING , INC . (name of Bidder or Contractor) is PRESIDENT ( relationship , such as sole proprietor, partner, president, vice president) . 3 . 1 understand that a public entity crime as defined in Section 287 . 133 of Florida Statutes includes 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 in Florida or with an 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 such an agency or political subdivision and involving antitrust , fraud , theft , bribery, collusion , racketeering , conspiracy, or material misrepresentation . 4 . 1 understand that "convicted " or "conviction " is defined by the statute to mean a finding of guilt or a conviction of a public entity crime , with or without an adjudication of guilt , in any federal or state trial court of record relating to charges brought by indictment or information after July 1 , 1989 , as a result of a jury verdict, nonjury trial , or entry of a plea of guilty or nolo contendere . 5 . 1 understand that "affiliate " is defined by the statute to mean ( 1 ) a predecessor or successor of a person or a corporation convicted of a public entity crime , or (2 ) an entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime , or (3 ) those officers , directors , executives , partners , shareholders , employees , members , and agents who are active in the management of an affiliate , or (4 ) a person or corporation who knowingly entered into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months . 6 . Neither the Bidder or Contractor nor any officer, director, executive , partner, shareholder, employee , member or agent who is active in the management of the Bidder or Contractor nor any affiliate of the Bidder or Contractor has been convicted of a public entity crime subsequent to July 1 , 1989 . ( Draw a line through Paragraph 6 if Paragraph 7 below applies ) 00310 - 9 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc There has been a conviction of a public entit a Bidder or Contractor, or an office ';c}iie r executive , partner, sh er, employees , member or agent of the Bidder or Contractor who is acti agement of the Bidder or Contractor or an affiliate of the Bidder or Contra I etermination made pursuant to Section 287 . 133 (3 ) by or a Division of Administrative Hearings tha I ' ' the public interest for th of the convicted person or affiliate to appear on the convicted vendor name of the convicted person or affiliate is . A copy of the order of the Division of Administrative Hearings is attached to this statement. ( Draw a line through Paragraph 7 if Paragraph 6 above applies ) AWRENCE MYE Sworn to and subscribed before mein the state and county first mentioned above on tK6 21 day of MAY 2003 00� (affix seal ) N ar Public Jean Carbano =.: r MY COMMISSION # DD180550 EXPIRES a March 8, 2007 >tjiF ty BONDED THRU TROY FAIN INBURANC; INC My commission expires 00310 - 10 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00310 Bid Form .doc SECTION 00452 - Disclosure of Relationships THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS . This sworn statement is submitted with Bid , Proposal or Contract No . 5049 for West Side Subdivision 1 . This sworn statement is submitted by : Treasure Coast Contracting , Inc (Name of entity submitting sworn statement) whose business address is : 6290 old Dixie Hwy . , P . O . Box 650249 Vero Beach FL 32965 and ( if applicable ) its Federal Employer Identification Number ( FEIN ) is 65 - 0369820 ( If the entity has no FEIN , include the Social Security Number of the individual signing this sworn statement 2 . My name is Lawrence J . Myers (Please print name of individual signing ) and my relationship to the entity named above is President 3 . 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, shareholders, employees, members, and agents who are active in the management of the entity. 4. 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, wife, father-in-law, mother-in- law, daughter-in-law, son-in-law, brother-in-law, sister-in -law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent or grandchild. 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 . ] X Neither the entity submitting this sworn statement, nor any officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity, have any relationships as defined in Section 105 . 08 , Indian River County Code , with any County Commissioner or County employee . The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee : i 00452 - Disclosure of Relationships F:\Ulllllles\UTILITY - ENGINEERING\Pro)ects - Assessment Projects\west Side Subdivision -UCP#2177\Bld docskspecsk00452 - Disclosure of Relationships .doc Rev. 05101 Name of Affiliate Name of County Relationship • or Entity Commissioner or employee 1 . 2 . 3 . 4 . 5 . 6 . 7 . 8 . G (signature) Law ence _ Myers April 2 , 2003 (date) STATE OF Florida COUNTY OF Indian River Personally appeared before me , the undersigned authority , Lawrence J . Myers who after first being sworn by me , affixed his/her signature in the space provided above on this 2nd day of April 20 03 tary Public , State at larg ,� Jean Carbcno *COMMISSION DD180550 y Commission Expires : '`` BONDED TNMarch8, 2007 EXPIRES RU ROY FAIN INSURANCQ INC • * * END OF SECTION 00452 - Disclosure of Relationships 00452 - 2 F:\Utililles\UTILITY - ENGINEERING\Pro(ects - Assessment Projects\West Side Subdivision - UCP82177\Bld docs\specs\00452 - Disclosure of Relationships.doc Rev. 05/01 • SECTION 00456 GENERAL INFORMATION REQUIRED OF BIDDERS The undersigned Bidder Guarantees the truth and accuracy of all statements and answers herein contained . Failure to comply with these requirements may be considered sufficient justification to disqualify a Bidder. Additional sheets shall be attached as required . Documentation Submitted with the Bid No : 5046 for West Side = Sub - division Water Assessment Pro3ec 1 . Contractor' s Name / Address : Treasure Coast Contracting , Inc . 6290 Old Dixie Hwy . , P , O , Box Vero Beach , FL 32965 2 . Contractor' s Telephone & FAX Numbers : ( 772 ) 562 - 4587 - phone ( 772 ) 562 - 0721 - fax 3 . Contractor' s License No : CU - C 0 5 7 3 0 3 4 . Number of years as a Contractor in construction work of the type involved in this contract: 10 years 5 . What is the lastroject of this nature that you have completed ? Sebastian 2PD -0 lec57- LAie ceo- l,I.J42 AS mss y �s,vT ,Pcjecfr- 6 . Have you ever failed to complete work awarded to you , and if so , where and why? no 7 . List the names and titles of ALL officers of Contractor' s firm : Lawrence J . Myers President 8 . Name of person who inspected site or proposed work for your firm : Name : Lawrence J . Myers Date of Inspections : 3 / 28 / 03 NOTE : If requested by the County, the Bidder shall furnish a notarized financial statement, references and other information , sufficiently comprehensive to permit an appraisal of his current financial condition . By: lfi t lila! .i / (Si nature wre e J . Myers President 4 / 2 / 03(Position or Title) • (Date) 00456 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00456 General Information required of Bidders.doc • SECTION 00530 - EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT dated the day of in the year 2003 by and between Indian River County, a political subdivision of the State of Florida (hereinafter called OWNER) and Treasure Coast Contracting , Inc_ ( hereinafter called CONTRACTOR) . OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth , agree as follows : ARTICLE 1 . WORK CONTRACTOR shall complete all work as specified or indicated in the Contract Documents . The work is generally described as follows : Construction of approximately 2 ,453 L . F . of 6" PVC water main and 25 L . F . of 6" PE horizontal directional bore in the West Side Subdivision . The proposed system is to connect to the existing water main with a tapping sleeve and valve at the intersection of 5�' Street S . W . and 40t" Avenue . The right-of-way is to be restored as close as possible to the pre-construction condition or better. Construction consists of, but is not limited to , utilities exploration , coordination with any permitting agencies , trenching , dewatering , installation of pipe with fittings and all appurtenances , restrainers and soil compaction , disinfections , testing (includes providing temporary jumper or another approved method for disinfections and flushing ) irrigation repair and traffic control . PVC pipe shall be C-900 and/ or C-909 and PE pipe shall comply with AWWA Specifications C-906-90 , these contract specifications , and per Indian River County Department of Utility Services Standards and Specifications . The Contractor shall clearly specify the one used on the bid . CONTRACTOR, as an independent contractor and not as an employee , shall fumish , for the sum amount of $66 ,402 . 11 , all of the necessary labor, material , and equipment to perform the work described above in accordance with the Contract Documents . ARTICLE 2 . ENGINEER The project has been designed by Indian River County Utilities Department, hereinafter called ENGINEER, and who is to act as OWNER'S representative , assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents . 00530- 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractor1 . doc • ARTICLE 3 . CONTRACT TIME , 3 . 1 The work will be completed in accordance with the following time frame . (a ) Within 15 calendar days from effective date of Notice to Proceed , Contractor shall complete the following tasks : 1 . Obtain all necessary permits . 2 . Receive approved shop drawings for all materials and equipment to be utilized in the job . 3 . Perform all photographic recording and documentation of conditions prior to construction . 4 . Locate all existing utilities in the area of work . 5 . Mobilize all labor, equipment , and materials . 6 . Deliver and store all equipment and materials to the job site . 7 . Notify all utilities and other affected parties prior to initiating construction . ( b ) From 16 calendar days to 60 calendar days from the effective date of Notice to Proceed , the CONTRACTOR shall complete the following tasks : 1 . Install all pipe and appurtenant items . 2 . Perform all testing . 3 . Restore all disturbed areas to their pre-construction condition . 4 . Correct all deficiencies noted by Engineer. Completion of all tasks outlined above ( i . e . , Subparagraphs a and b ) constitute Substantial Completion . (c) From 61 calendar days to 75 calendar days from the effective date of Notice to Proceed , the CONTRACTOR shall complete the following tasks : 1 . Clean up project area . 2 . Remove all equipment and material from project site . 3 . Perform contract close-out procedures . Completion of all tasks outlined above (i . e . , Subparagraphs a , b , and c) constitute Final Completion . 3 . 2 Liquidated Damages . OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the work is not completed within the times specified in Paragraph 3 . 1 above , plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . They also recognize the delays , expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the work is not completed on time . Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages • 00530-2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractorl .doc for delay (but not as a penalty) CONTRACTOR shall pay OWNER four- hundred and fifty dollars ($450 . 00) for each day that expires after the time specified in Paragraph 3 . 1 for Substantial Completion , if CONTRACTOR shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by OWNER , CONTRACTOR shall pay OWNER four-hundred and fifty dollars ($450 . 00) for each day that expires after the time specified in Paragraph 3 . 1 for completion and readiness for final payment . ARTICLE 4. CONTRACT PRICE. 4 . 1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $66 ,402 . 11 ARTICLE 5. PAYMENT PROCEDURES . CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions . Applications for Payment will be processed by ENGINEER as provided in the General Conditions . 5 . 1 Progress Payments . OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR'S Applications for Payment as recommended by ENGINEER, on or about the 30th day of each month during construction as provided below. The OWNER shall retain ten ( 10) percent of the payment amounts due to the CONTRACTOR until final completion and acceptance of all Work to be performed by the CONTRACTOR under the Contract Documents . Each request for a partial payment shall be submitted on an Application for Payment Form , which shall be accompanied by a executed copy of the Certification of Contractor. The OWNER WILL provide the forms . All progress payments will be on the basis of the progress of the work measured by the schedule of values established in Paragraph 2 . 0513 and 2 . 07 of the General Conditions (and in the case of Unit Price Work based on the number of units completed ) , or, in the event there is no schedule of values , as provided in the General Requirements . 5 . 1 . 1 Prior to Substantial Completion , progress payments will be made in an amount equal to the percentage indicated below, but, in each case , less the aggregate of payments previously made and less such amounts as ENGINEER shall determine , or OWNER may withhold , in accordance with Paragraph 14 . 02 . D of the General Conditions . 50% of materials and equipment not incorporated in the work (but delivered , suitably stored and accompanied by documentation satisfactory to OWNER as provided in Paragraph 14 . 02 of the General Conditions) . 5 . 2 Final payment. Upon final completion and acceptance of the work in accordance with Paragraph 14 . 07 of the General Conditions , OWNER shall pay the remainder • 00530-3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractor1 .doc • of the Contract Price as recommended by ENGINEER as provided in said Paragraph 14 . 07 , ARTICLE 6 . INTEREST, Not Applicable . ARTICLE 7 . CONTRACTOR'S REPRESENTATIONS . In order to induce OWNER to enter into this Agreement , CONTRACTOR makes the following representations : 7 . 1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents , work , site , locality, and all local conditions and laws and regulations that in any manner may affect cost, progress , performance or furnishing of the work. 7 . 2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4 . 02 of the General Conditions , and accepts the determination set forth in Paragraph SC4 . 02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7 . 3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying ) all such examinations , investigations , explorations , tests , reports and studies (in addition to or to supplement those referred to in Paragraph 7 . 2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress , performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price , within the Contract Time and in accordance with the other terms and conditions of the Contract Documents , including specifically the provisions of Paragraph 4 . 02 of the General Conditions ; and no additional examinations , investigations , explorations , tests , reports , studies or similar information or data are or will be required by CONTRACTOR for such purposes . . 00530-4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractors .doc 7 .4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities . No additional examinations , investigations , explorations , tests , reports , studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price , within the Contract Time and in accordance with the other terms and conditions of the Contract Documents , including specifically the provisions of Paragraph 4 . 04 of the General Conditions . 7 . 5 CONTRACTOR has correlated the results of all such observations , examinations , investigations , explorations , tests , reports and studies with the terms and conditions of the Contract Documents , 7 . 6 CONTRACTOR has given ENGINEER written notice of all conflicts , errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR . ARTICLE 8 . CONTRACT DOCUMENTS . The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following : 8 . 1 This Agreement (Section 00530) . 8 . 2 Performance and other bonds (Sections 00610 and 00620 ) . 8 . 3 Notice of Award and Notice to Proceed . 8 .4 General Conditions (Section 00700) . 8 . 5 Supplementary Conditions (Section 00800) . 8 . 6 Specifications bearing the title "West Side Subdivision Water Assessment Project, as listed in the table of contents hereof. 8 . 7 Drawings , inclusive with each sheet bearing the following general title : "West Side Subdivision Water Assessment Proiect" 8 . 8 Addenda number, 1 to 1 , inclusive . 00530-5 FAUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractor1 .doc 8 . 9 CONTRACTOR'S Bid (Section 00310 ) . 8 . 10 Indian River County Water and Wastewater Utility Standards , 8 . 11 The following , which may be delivered or issued after the effective date of the Agreement and are not attached hereto : All written amendments and other documents amending , modifying , or supplementing the Contract Documents pursuant to Paragraphs 3 . 04 of the General Conditions . There are no Contract Documents other than those listed above in this Article 8 . The Contract Documents may only be amended , modified or supplemented as provided in Paragraphs 3 . 04 of the General Conditions . ARTICLE 9 . MISCELLANEOUS 9 . 1 Terms used in this Agreement, which are defined in Article 1 of the General Conditions , will have the meanings indicated in the General Conditions . 9 . 2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound ; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 9 . 3 OWNER and CONTRACTOR each binds itself, its partners , successors , assigns and legal representatives to the other party hereto , its partners , successors , assigns and legal representatives in respect of all covenants , agreements and obligations contained in the Contract Documents , 9 . 4 THE CONTRACTOR SHALL BE PROPERLY LICENSED - TO PRACTICE ITS TRADE OR TRADES , WHICH ARE INVOLVED IN THE COMPLETION OF THIS AGREEMENT AND THE WORK THEREUNDER , 9 . 5 This agreement shall be governed by the laws of the State of Florida . Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida , or, in the event of federal jurisdiction , in the United States District Court for the Southern District of Florida . . 00530-6 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractor1 .doc • IN WITNESS WHEREOF , OWNER AND CONTRACTOR has signed this Agreement in triplicate . One counterpart each has been delivered to OWNER, CONTRACTOR , and ENGINEER . All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on ,Q ,Q�,� , 2003 . OWNER CONTRACTOR Treasure Coast Contracting, Inc. Lawrence President BY BY ? enneth R Macht, Chairman ,96c - ad , a03 CORPORATE SEAL] Attest: � Attest: J . K. Barton , erk of the Circuit Court 00 By: L &XIZL-e� Deputy Clerk • Appro ed By: Approved as to Form an al S ciencey: Jam s E . Chandler, 6ounty Administrator ounty Attorney Address for giving notices Address for giving notices 1840 25th Street 6290 Old Dixie Hwy. Vero Beach , Florida 32960 Vero Beach , FL 32965 License No. Q I J-Q Q57.303 Agent for service of process : ( If CONTRACTOR is a corporation , attach evidence of authority to sign ) END OF SECTION • 00530-7 RXUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00530 EJCDC - Agreement between Owner and Contractors .doc GUIGNARD COMPANY SURETY BONDS May 07 , 2003 Indian River County Board of County Commissioners Purchasing Division, 2625 19th Avenue Vero Beach, FL 32960 - 3335 Re : Authority to Date Bonds and Powers of Attorney Principal: Treasure Coast Contracting, Inc. Bond No. : SSB370224 Project: UCP 2177, West Side Subdivision Water Assessment Project, 5th Street SW and 40th Avenue SW, Vero Beach, FL Dear Sir or Madam. Please be advised that as Surety on the above referenced bond, executed on your behalf for this project, we hereby authorize you to date the bonds and the powers of attorney concurrent with the date of the contract agreement. Once dated, please send a copy of the dated bonds to our office . Best regards , RLI Insuran Company Jennifer c arta Attorney Fact and Florida Licensed Agent 1904 BOOTHE CIRCLE, • LONGWOOD, FL 32750 PH (407) 834-0022 / (888) 220-3780 • FAX (407) 260- 1767 / (888) 220-3228 • www . guignardcompany . com • 50 LO o o Cli 1 • 00 1N olle RECORDS OF JEFFREY K BARTON r CLERK CIRCUIT COURT INDIAN RIVER CO., FIA .F— r ' m EXECUTED IN COUNTERPARTS This Bond Complies with the BOND NO. SSB370224 Terrorism Risk Insurance Act of w SECTION 00610 2002 (TATA) n Construction Performance Bond =` N "O Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Treasure Coast Contracting, Inc. RLI Insurance Company P.O. Box 650249 9025 N. Lindbergh Drive Vero Beach, FL 32965 Peoria, IL 61615-0000 (772) 562-4587 (309) 692- 1000 OWNER (Name and Address): Indian River County Board of County Commissioners Purchasing Division 2625 19th Avenue Vero Beach, FL 32960-3335 (772) 567-8000 CONSTRUCTION CONTRACT Date: Amount: $66,402.11 Description (Name and Location): West Side Subdivision Water Assessment Project 5th Street SW and 40th Avenue SW, Vero Beach, FL BOND Date: (Not earlier than Construction Contract Date): Amount: $ 837002.64 Modifications to this Bond Form: NONE ) i O s. CONTR%CTOR. AS:PRINCIPAL SURETY �OI?jn� u Coast Contracting, Inc. (Corp. Seal) Company: RLI Jsuranc ompany y(�'f#' Sga t C . . R :+ $iyTJatp; U' 1J2�'iL� �✓� �' Signature:IF G Name Mel* k ¢ w KGJ.x 7 v(sitS Name and itle: Jena r L. McCarta Atforab Jn Fact; f 0 =:1vp+ /,�( ",�y kil fDzt.+T & Florida Licensed Resident Agent �'r� ' •• ' it too SILT IV, � 11 r - rr CO RINCIPAL SURETY Company: (Corp. Seal) Com a (Corp. Seal) N —o Signature: Signa all) Name Name and Title: 1V • J EJCDC No. 1910-28A (1984 Edition) Prepared through the joint efforts of The Surety Association of America, Engineers' Joint Contract Documents Committee, The Associated General Contractors of America, and the American Institute of Architects. -T,ergSue� Cas . 45T 120P79- 00610- 1 -? 0. 0 (o .SDa94' ATRUE COPY VDaG�lc� F L 3296 l CERTIFICATION ON LAST PAGE J,K. BARTONs CLERK • EXECUTED IN COUNTERPARTS BOND NO. SSB370224 1 . The Contractor and the Surety, jointly and severally, bind themselves, 6. After the Owner has terminated the Contractor's right to complete the their heirs, executors, administrators, successors and assigns to the Owner Construction Contract, and if the Surety elects to act under Subparagraph for the performance of the Construction Contract, which is incorporated 4. 1 , 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner herein by reference. shall not be greater than those of the Contractor under the Construction 2. If the Contractor performs the Construction Contract, the Surety and Contract, and the responsibilities of the Owner to the Surety shall not be the Contractor shall have no obligation under this Bond, except to par- greater than those of the Owner under the Construction contract. To the ticipate in conferences as provided in Subparagraph 3. 1 . limit of the amount of this Bond, but subject to commitment by the Owner 3. If there is no Owner Default, the Surety's obligation under this Bond of the Balance of the Contract Price to mitigation of costs and damages shall arise after on the Construction Contract, the Surety is obligated without duplication 3. 1 . The Owner has notified the Contractor and the Surety at its address for> described in Paragraph 10 below, that the Owner is considering 6. 1 The responsibilities of the Contractor for . correction of defective declaring a Contractor Default and has requested and attempted work and completion of the Construction Contract. to arrange a conference with the Contractor and the Surety to be 6.2 Additional legal, design professional and delay costs resulting held not later than fifteen days after receipt of such notice to from the Contractor's Default, and resulting from the actions or discuss methods of performing the Construction Contract. If the failure to act of the Surety under Paragraph 4; and Owner, the Contractor and the Surety agree, the Contractor shall 6.3 Liquidated damages, or if no liquidated damages arc specified in be allowed a reasonable time to perform the Construction Con- the Construction Contract, actual damages caused by delayed tract, but such an agreement shall not waive the Owner's right, if performance or non-performance of the Contractor. any, subsequently to declare a Contractor Default: and 7. The Surety shall not be liable to the Owner or others for obligations of 3.2. The Owner has declared a Contractor Default and formally ter- the Contractor that are unrelated to the construction Contract, and the • minated the Contractor' s right to complete the contract. Such Balance of the Contract Price shall not be reduced or set off on account - Contractor Default shall not be declared earlier than twenty days of any such unrelated obligations. No right of action shall accrue on this after the Contractor and the Surety have received notice as pro- Bond to any person or entity other than the Owner or its heirs, executors, vided in Subparagraph 3 . 1 : and administrators, or successors. 3 .3 . The Owner has agreed to pay the Balance of the Contract :Price 8. The Surety hereby waives notice of any change, including changes of to the Surety in accordance with the terms of the Construction time, to the Construction Contract or to related subcontracts, purchase Contract or to a contractor selected to perform the Construction orders and other obligations. Contract in accordance with the terms of the contract with the 9. Any proceeding, legal or equitable, under this Bond may be instituted Owner. in any court of competent jurisdiction in the location in which the work 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety or part of the work is located and shall be instituted within two years after shall promptly and at the Surety's expense take one of the following Contractor Default or within two years after the Contractor ceased work- actions: ing or within two years after the Surety refuses or fails to perform its 4. 1 . Arrange for the Contractor, with consent of the Owner, to perform obligations under this Bond, whichever occurs first. If the provisions of and complete the Construction Contract: or this Paragraph are void or prohibited by law, the minimum period of 4.2. Undertake to perform and complete the Construction Contract limitation available to sureties as a defense. in the jurisdiction of the suit itself, through its agents or through independent contractors: or shall be applicable. 4.3. Obtain bids or negotiated proposals from qualified contractors 10. Notice to the Surety, the Owner or the Contractor shall be mailed or acceptable to the Owner for a contract for performance and com- delivered to the address shown on the signature page. pletion of the Construction Contract, arrange for a contract to be 11 . When this Bond has been furnished to comply with a statutory or prepared for execution by the Owner and the contractor selected other legal requirement in the location where the construction was to be with the Owner's concurrence, to be secured with performance performed, any provision in this Bond conflicting with said statutory or and payment bonds executed by a qualified surety equivalent to legal requirement shall be deemed deleted herefrom and provisions con- the bonds issued on the Construction Contract, and pay to the forming to such statutory or other legal requirement shall be deemed Owner the amount of damages as described in Paragraph 6 in incorporated herein. The intent is that this Bond shall be construed as a excess of the Balance of the Contract Price incurred by the Owner statutory bond and not as a common law bond. resulting from the Contractor's default: or 12. Definitions. 4.4. Waive its right to perform and complete, arrange for completion, 12. 1 Balance of the Contract Price: The total amount payable by the or obtain a new contractor and with reasonable promptness under Owner to the Contractor under the Construction Contract after the circumstances: all proper adjustments have been made, including allowance to 1 . After investigation, determine the amount for which it may be the Contractor of any amounts received or to be received by liable to the Owner and, as soon as practicable after the amount the Owner in settlement of insurance or other claims for dam- O is determined, tender payment therefor to the Owner. or ages to which the Contractor is entitled, reduced by all valid �p 2. Deny liability in whole or in part and notify the Owner citing and proper payments made to or on behalf of the Contractor reasons therefor. under the Construction Contract. 5. If the Surety does not proceed as provided in Paragraph 4 with reason- 12.2 Construction Contract: The agreement between the Owner and Cil able promptness, the Surety shall be deemed to be in default on this Bond the Contractor identified on the signature page, including all %O_ fifteen days after receipt of an additional written notice from the Owner Contract Documents and changes thereto. NO to the Surety demanding that the Surety perform its obligations under this 12.3 Contractor Default: Failure of the Contractor, which has neither �0 Bond, and the Owner shall be entitled to enforce any remedy available to been remedied nor waived, to perform or otherwise 'to comply G'1 the Owner. If the Surety proceeds as provided in Subparagraph 4.4 and with the terms of the Construction Contract. the Owner refuses the payment tendered or the Surety has denied liability, 12.4 Owner Default: Failure of the Owner, which has neither been N in whole or in part, without further notice the Owner shall be entitled to remedied nor waived, to pay the Contractor as required by the l� enforce any remedy available to the Owner. Construction Contract or to perform and complete or comply co the other terms thereof. (FOR INFORMATION ONLY — Name, Address and Telephone) • AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Guignard Company 1904 Boothe Circle Longwood, FL 32750 (407) 834.0022 00610-2 A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON, CLERK • IN COUNTERPARTS This Bond Complies with the EXECUTED BOND IN COUNTERPARTS Terrorism Risk Insurance Act of 2002 (TRIA) SECTION 00620 Construction Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): Treasure Coast Contracting, Inc. RLI Insurance Company P.O. Box 650249 9025 N. Lindbergh Drive Vero Beach, FL 32965 Peoria, IL 61615-0000 (772) 562-4587 (309) 692- 1000 OWNER (Name and Address): Indian River County Board of County Commissioners Purchasing Division 2625 19th Avenue Vero Beach, FL 32960-3335 (772) 567-8000 CONSTRUCTION CONTRACT Date: Amount: $66,402.11 Description (Name and Location) : West Side Subdivision Water Assessment Project 5th Street SW and 40th Avenue SW, Vero Beach, FL BOND Date (Not earlier than Construction Contract Date): Amount: $ 66,402.11 Modifications to this Bond Form This bond hereby is amended so that the provisions and limitations of Section 255.05 or Section 713.23, Florida Statutes, whichever is applicable, are incorporated herein by reference. 7 COAI7C*> 4Q' $RINCiPAI SURETY r tlregc4x Coast Contracting, Inc. (Corp. Seal) Company: RLI Insurance Company "^ 6 (Corp �SealT mot f it (i1 C✓ /� 'L .; ' " � J• tM1 � atu)e L a Signature: zt�id 1, I�j AtU tr eUt T. Mr! Name andtitle: Je L. McCarta, Atttizfigg In ; ,ry pf�rSr,1lCf� r & Florida Licensed Resident Agent a f� f, ) 4 r, CD CPRINCIPAL SURETY Company: (Corp. Seal) Company: (Corp. Seal) cn Signature: Signa tD Name and Title: Name and Title: N —o Gn N W . EJCDC No. 1910-28B (1984 Edition) lD Prepared through the joint efforts of The Surely Association of America, Engineers Joint Contract Documents Committee, The Associated General Contractors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specially Contractors. Reprinted 10190 00620- 1 A TRUE COPY CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK • EXECUTED IN COUNTERPARTS BOND NO. SSB370224 1 . The Contractor and the Surety, jointly and severally, bind themselves, and to satisfy claims, if any, under any Construction Performance Bond. their heirs, executors, administrators, successors and assigns to the Owner By the Contractor furnishing and the Owner accepting this Bond, they to pay for labor, materials and equipment furnished for use in the perfor- agree that all funds earned by the Contractor in the performance of the mance of the Construction Contract, which is incorporated herein by reference. Construction Contract arc dedicated to satisfy obligations of the Con- 2. With respect to the Owner, this obligation shall be null and void if the tractor and the Surety under this Bond, subject to the Owner's priority Contractor: to use the funds for the completion of the work. 2. 1 . Promptly makes payment, directly or indirectly, for all sums due 9. The Surety shall not be liable to the Owner, Claimants or others for Claimants, and obligations of the Contractor that are unrelated to the Construction Con- 2.2. Defends, indemnifies and holds harmless the Owner from claims, tract. The Owner shall not be liable for payment of any costs or expenses demands, liens or suits by any person or entity who furnished of any Claimant under this Bond, and shall have under this bond no labor, materials or equipment for use in the performance of the obligations to make payments to, give notices on behalf of, or otherwise Construction Contract, provided the Owner has promptly notified have obligations to Claimants under this Bond. the Contractor and the Surety (at the address described in Pars- 10. The Surety hereby waives notice of any change, including changes of graph 12) of any claims, demands, liens or suits and tendered time, to the Construction Contract or to related subcontracts, purchase defense of such claims, demands, liens or suits to the Contractor orders and other obligations. and the Surety, and provided there is no Owner Default. 11 . No suit or action shall be commenced by a Claimant under this Bond 3. With respect to Claimants, this obligation shall be null and void if the other than in a court of competent jurisdiction in the location in which the • Contractor promptly makes payment, directly or indirectly, for all sums work or part of the work is located of after the expiration of one year from due. the date (1 ) on which the Claimant gave the notice required by Subparagraph 4. The Surety shall have no obligation to Claimants under this Bond until: 4. 1 or Clause 4.2 (iii), or (2) on which the last labor or service was 4. 1 . Claimants who are employed by or have a direct contract with performed by anyone or the last materials or equipment were famished by the Contractor have given notice to the surety (at the address anyone under the Construction Contract, whichever of (1 ) described in Paragraph 12) and sent a copy, or notice thereof, to or (2) first occurs. If the provisions of this Paragraph are void or prohibited the Owner, staling that a claim is being made under this Bond by law, the minimum period of limitation available to sureties as a defense and, with substantial accuracy, the amount of the claim. in the jurisdiction of the suit shall be applicable. 4.2. Claimants who do not have a direct contract with the Contractor: 12. Notice to the Surety, the Owner or the Contractor shall be mailed or 1 . Have fumished written notice to the Contractor and sent a delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall copy, or notice thereof, to the Owner, within 90 days atter be sufficient compliance as of the date received at the address shown on having last performed labor or last fumished materials or equip- the signature page. mens included in the claim stating, with substantial accuracy, 13. When this Bond has been furnished to comply with a statutory or other the amount of the claim and the name of the party to whom legal requirement in the location where the construction was to be the materials were fumished or supplied or for whom the labor performed, any provision in the Bond conflicting with said statutory or was done or performed: and legal requirement shall be deemed deleted herefrom and provisions con- t. Have either received a rejection in whole or in part from the forming to such statutory or other legal requirement shall be deemed Contractor, or not received within 30 days of furnishing the incorporated herein. The intent is, that this Bond shall be construed as a above notice any communication from the Contractor by which statutory bond and not as a common law bond. the Contractor has indicated the claim will be paid directly or 14. Upon request by any person or entity appearing to be a potential - indirectly; and beneficiary of this Bond, the Contractor shall promptly fumish a copy of 3. Not having been paid within the above 30 days, have sent a this Bond or shall permit a copy to be made. written notice to the Surety (at the address described in Para- 15. DEFINITIONS graph 12) and sent a copy, or notice thereof, to the Owner, 15. 1 . Claimant: An individual or entity having a direct contract with stating that a claim is being made under this Bond and enclosing the Contractor or with a subcontractor of the Contractor to a copy of the previous written notice fumished to the Con- fumish labor, materials or equipment for use in the performance tractor. of the Contract.The intent of this Bond shall be to include without 5. If a notice required by Paragraph 4 is given by the Owner to the limitation in the terms "labor, materials or equipmene' that part O Contractor or to the Surety, that is sufficient compliance. of water, gas, power, light, heat, oil, gasoline, telephone smite 6. When the Claimant has satisfied the conditions of Paragraph 4, the or rental equipment used in the Construction Contract, architec- Surety shall promptly and at the Surety's expense take the following total and engineering services required for performance of the f.J7 actions: work of the Contractor and the Contractor's subcontractors, and 6. 1 . Send an answer to the claimant, with a copy to the Owner, within all other items for which a mechanic's lien may be asserted in 45 days after receipt of the claim, stating the amounts that are the jurisdiction where the labor, materials or equipment were undisputed and that basis for challenging any amounts that are fumished. G7 disputed. 15.2. Construction Contract: The agreement between the Owner and 6.2. Pay or arrange for payment of any undisputed amounts. the Contractor identified on the signature page, including all W 7. The Surety's total obligation shall not exceed the amount of this Bond, Contract Documents and changes thereto. 15.3. Owner Default: failure of the Owner, which has neither been O and the amount of this Bond shall be credited for any payments made in p good faith by the Surety. remedied nor waived, to pay the Contractor as required by the 8. Amounts owed by the Owner to the Contractor under the Construction Construction Contract or to perform and complete or comply Contract shall be used for the performance of the Construction Contract with the other terms thereof. • (FOR INFORMATION ONLY — Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Guignard Company 1904 Boothe circle A TRUE COPY Longwood, FL 32750 CERTIFICATION ON LAST PAGE JX(407) 834-0022 BARTON , CLERK 1• Bond No. : SSB370224 TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril covered under this bond that is caused by a certified act of terrorism pursuant to the terms of the Terrorism Risk Insurance Act of 2002 ("the Act,'), will be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium attributable to certified acts of terrorism under this bond is $ 1 .00 COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. 0 CA to N -v G7 W O M0087I03 A TRUE COPY -CERTIFICATION ON LAST PAGE J . K. BARTON , CLERK WATE OF FLORIDA INDIAN RIVER COUNTY THIS IS TO CERTIFY TM IS A TRUE AND CORRECT OF TFIt ORIOiNAL ON FILE IN OFFICE. DEP CLERK �' DA POWE OF ATTORNEY 9ff I OWN RLI Insurance Company REEMENEW A Division ojRLI Insurance Company P.O. Box 3967 Peoria, IL 61612-3967 Know All Men by These Presents: 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: JACK W. GUIGNARD BRYCER GUIGNARD M GARY FRANCIS. euon r LIVELY vnttl t t'IAMHRIELLO. JENNIFER L. MC CARTA, KATIE N. FLOWERS, MARGIE MORRIS. BRETT RAG elan I01NTLY OR _ SEVERALLY in the City of Lonewood . 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 and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars (510,000,000) for any single obligation. The acknowledgment 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 Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to-wit: "All 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 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." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporate seal affixed this 5th day of March 2003 CD ,,,q,au"np,,, ;'a'`r'J�CEC��A% RLI Insurance Company a J ;' oon°onnrs ';=Z�' C11 —•— ` � : SEAL : �= By: `a President f `a President —v State of Illinoisi� •• Dig ,.%gi G7 SS flitL i Nu„w`P County of Peoria W CERTIFICATE O On this 5th day of March 2003before me, a Notary Public, 1, the undersigned officer of RLI Insurance Company, a stocil.) personally appeared Jonathan E. Michael who corporation of the State of Illinois, do hereby certify that the attached being by me duly swom, acknowledged that he signed the above Power of Power of Attorney is in full force and effect and is irrevocable; and Attorney as the aforesaid officer of the RLI Insurance Company and furthermore, that the Resolution of the Company i. as set. forth in the acknowledged said instrument to be the voluntary act and deed of said Power of Attorney, is now in force.. In testimony whereof, I have corporation. hereunto set my hand and the seal of t�l}f, 4RLI Insurance Company this day of T— y . 10 By: CkAAYL o�y/ I onT�6>Yt1Jt c/ t Notary Pu 1c RLI Insurance Company r Sc "OFFlCIAL SEAL" By: j HERIE L MpNh;OMlRY President A�vwtlqulllMtt 02/1120 0915772020200 A0059001 ACORD7, CERTIFICATE OF LIABILITY INSURANCE 0DATE (MM/DDIYY) 5/01/2 03 PFiJnUCER ( 772 ) 461 - 8870 FAX ( 772 ) 461 - 8876 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Harbor Insurance Agency , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR S . U . S . Hwy . # 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Pierce , FL 34982 - 5919 INSURERS AFFORDING COVERAGE INSURED Treasure Coast Contracting , Inc . INSURER A: Nat ' l Fire Ins Co of Hartford P . 0 . Box 650249 INSURER B: American Cas Co of Reading , PA Vero Beach , FL 32965 INSURERC: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MM/DD/YY DATE MM/DD/YY GENERAL LIABILITY C 1017195017 12 /21/2002 12/21/2003 EACH OCCURRENCE $ 190009000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 509000 CLAIMS MADE a OCCUR MED EXP (Any one person) $ 59000 A PERSONAL & ADV INJURY $ 110009000 GENERAL AGGREGATE $ 21000 , 000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 190009000 POLICY 7 PROECT LOC J AUTOMOBILE LIABILITY C 1017195020 12 /21/2002 12/21/2003 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 19000 , 000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ B _ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WC STA U- I JOT WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILITY E. L. EACH ACCIDENT $ E. L. DISEASE - EA EMPLOYEE $ E. L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATION SNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E : Bid# 5049/Westside Subdivision Water Assessment Project Indian River County , A political subdivision in the State of Florida , is included as dditional Insured with respect General Liability , form G17957G /01 . 30 Day Notice of Cancellation Except 10 Days for Non - payment of premium . CERTIFICATE HOLDER I X ADDITIONAL INSURED; INSURER LETTER A CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE • EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL * 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Indian River County BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 1840 25th Street OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Vero Beach , FL 32960 AUTHORIZED REPRESENTATIVE 4::n , / David Willbur BARB ILII N �`r� ACORD 25-S (7/97) FAX ' ( 772 ) 770 - 5140 ©ACORD CORPORATION 1988 `I"C' i• ::a .2 � k '^g fdA�i,. !'. x v;-l� k A �^ T' _S� �� s '� 4r`4�"i' ,. T z t.7' � .'tx 'k"Mc � ova �` ��vS�f 5 � f o5 v - .. """+-"r i .tea _ S 4 ♦ ,b r �, -.n ^sr a l.+a,3s n r��'^,w n :: `� a".fy nit°^ �'7( 1 ' �' kp ��e�#rm`�ry.c�'i'" s � w � x ?05/02/2003 ,?: r'. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PRODUCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR RI`' RANSFER SOLUTIONS , INC . ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 30 INE STREET SUITE 350 COMPANIES AFFORDING COVERAGE ORLANDO , FL 32801 COMPANY A FIRST COMMERICAL MUTUAL COMPANY INSURED PRESIDION SOLUTIONS I - V, INC . B COMPANY 4400 PGA BOULEVARD , SUITE 1000 C PALM BEACH GARDENS , FL 33410LD MPANY cPH : 800-477-5606 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED , NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS . EXCLUSION AND CONTITION OF SUCH POLICIES , LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE MM/DDNY DATE MM/DD/YY LIMITS GENERALAGGREGATE $ GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAG (Any are fire) $ MED EXP (Any oneperson) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY ALL OWNED AUTOS (Per Person) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND X WC STATIM OTw- A EMPLOYER'S LIABILITY TORY LIMITS ER THE PROPRIETOR/ X INCL 15846-0 08/01 /2002 07/31 /2003 EL EACH ACCIDENT $ 11000,000 PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-POLICY LIMIT $ 11000 ,000 EL DISEASE-EA EMPLOYEE $ 1 ,000,000 OTHER 08/01 /2002 07/31 /2003 LOCATION COVERAGE DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS ONLY THOSE EMPLOYEES LEASED TO , IN FLORIDA, BUT NOT SUBCONTRACTORS OF: 4762 TREASURE COAST CONTRACTING INC 6290 OLD DIXIE HWY . , VERO BEACH , FL 32960 kr +%ws. . t +.re r . . . }, 24Arl: T�'�'�5�3M �.. -m`�.z.�::»e - s7.. t�-s' i ,lw .- J���31EFd ..f '���'tn:��ait2.h'a�"w �M+:d�,m>. .a?s. Za� �.✓.•Y,au'wer". R x SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER INDIAN RIVER COUNTY . NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTA 1840 25TH STREET AUTHORIZED REPRESENTATIVE VERO BEACH , FL 32960- Paul R. Hughes ' AC8Rp 5 S: t1 s " 2 kFi. ' ? `".r xS t r, . .s t- "C>a Y t i ' t` $b° £ ASI,®RE CORPQRA 19N+T988 This document has important legal consequences ; consultation with an attorney is encouraged with respect to its use or modification . This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By [INSERT LOGOS] PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General [seal] Contractors of America Construction Specifications Institute [seal] These General Conditions have been prepared for use with the Owner-Contractor Agreements (No . 1910-8-A- 1 or 1910-8-A-2 ) ( 1996 Editions) . Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC User's Guide (No. 1910-50). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No . 1910- 17) ( 1996 Edition ). EJCDC No . 1910-8 ( 1996 Edition ) Copyright 01996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N.W. , Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 • TABLE OF CONTENTS Paqe ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5 1 .01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5 1 . 02 Terminology. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE2 - PRELIMINARY MATTERS . . . . . . . . . . . 11 . . . . . . . . . . . . * . . ego . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . . . . . @a . . . . d * s , @@ % ms . . . . . . . . . . . . . . . . . . . . . . . . 1117 2 .01 Delivery of Bonds . . . . . . . . . . . . . . 11 . 111 , . . . . . . . . a . . . . 60 , 000 . 4 . mm . . . . . . . . . . . . . . . . . . . . . . . . . . . . & * @ . so . . . . . . 7 2 .02 Copies of Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 2 .03 Commencement of Contract Times; Notice to Proceed. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .7 2 .04 Starting the Work. , . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a . . . . . . . . . . . . am . . . . . . . . . . Poe . . . . . @@ * am . . . . . . . . . . . . . . . . . . . . . . .8 2 .05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 2 .06 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 2 .07 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, AMENDING , REUSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 3 .01 Intent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8 3 .02 Reference Standards . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9 3 .03 Reporting and Resolving Discrepancies ' . . . , stood good 111111m . 111111111 " . . 0m mass . 11 .9 3 .04 Amending and Supplementing Contract Documents . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9 3 . 05 Reuse of Documents. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9 ARTICLE 4 - AVAILABILITY OF LANDS ; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9 4 .01 Availability of Lands . @@@a league , * , I . . . . . . . a . . . . . . . . . a . . . . . I . . . I . , . . . . . . . . . . . . . . . . . 864 . 9 . 0m . . as . . . . . . . . . . . . . . . . . . 0 . 6sam . . 6 . . . . . . . . 9 4 .02 Subsurface and Physical Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 4 .03 Differing Subsurface or Physical Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 4 .04 Underground Facilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4 .05 Reference Points . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 4 .06 Hazardous Environmental Condition at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 ARTICLE5 - BONDS AND INSURANCE . . . . . . . . . . . . . . . . . . . 11 . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ass * @ * . . . . . a . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 5 . 01 Performance, Payment, and Other Bonds. . . . . 11 . . . " I 1114d . 88488666 I I . I . . . . base . * . . . & a . . . . . . . a . . . . . . . . . . . . . . . . . . . 12 5 .02 Licensed Sureties and Insurers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 5 .03 Certificates of Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 5 .04 CONTRA CTOR Is Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 5 .05 OWNER'S Liability Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 5 .06 Property Insurance . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . s4em . m . . . . . mass . . . . . . . . . . . . . . . . . . ease , . . . . 6 . 0 . . . . . . . . . . . . . . . 13 5 .07 Waiver of Rights . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 5.08 Receipt and Application of Insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 09 Acceptance of Bonds and Insurance; Option to Replace . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 5 . 10 Partial Utilization, Acknowledgment of Property Insurer. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 6 .01 Supervision and Superintendence . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 6 .02 Labor; Working Hours . . . , . . . . . . , . . . . . . . . . . . . . . . . a . . . . . . . . . . . . 4 . . . a . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . * . we * . . . . . . . . . . . . . . . . 111 . 1 . . . . . . 11111115 6 .03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 • 6 .04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 6 .05 Substitutes and "Or-Equals". . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 6 .07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 .08 Permits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 00700 - General Conditions (EJCDC) 00700 - 2 FAUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCPA2177\Bid Cs \00700 - General Conditions (EJCDC).doc Rev. OS/Ol • 6 .09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 . 10 Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 . 11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6 . 12 Record Documents . . . . . . . . asses I . . . . . . . . . . . . . . . . . . . . . . . . . . . . age , , * . . . . . . . . * . . . . . . . . . . 19 6 . 13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 14 Safety Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 15 Hazard Communication Programs . , , . . , . . . . . . , , . . , , , . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 16 Emergencies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 17 Shop Drawings and Samples . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6 . 18 Continuing the Work. . . I I I I I I I I I I I I I I I I I I I I I I I I I 1 , 6 a mass a of 4 0 0 a 0 0 1 1 am I I I I I I I I . I I I I I I I I I I I I I I I I . . . . . . . . . . . . . . . . . . 640@00 a . . . . . . . . . . . . . . . . . . . . . . .20 6 . 19 CONTRACTOR'S General Warranty and Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .20 6 .20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 ARTICLE7 - OTHER WORK " . . . . . . . . . 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . 0 . 0 . . . . . . mass . . . . . . . . . . . . . . . 0 . . . . . . . . 00@006 . . . . . . . . . . . . . . . .21 7 .01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .21 7 .02 Coordination . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 ARTICLE 8 - OWNER'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .01 Communications to Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .02 Replacement of ENGINEER . , . . " . . . . . , . , . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . @0 , 00 * 00@ , . . . . . . . . . . . . . . . . . mosee . em . . . . . . . . . . . . . . . . . . . . . . . .22 8 . 03 Furnish Data . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .04 Pay Promptly When Due . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .05 Lands and Easements; Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .06 Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 .07 Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 • 8 .08 Inspections, Tests, and Approvals . , . . , . . , . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . asses . . . . . . . . . .22 8 .09 Limitations on OWNER'S Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 . 10 Undisclosed Hazardous Environmental Condition . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 8 . 11 Evidence of Financial Arrangements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 9 .01 OWNER'S Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 9 .02 Visits to Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 9 .03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 .04 Clarifications and Interpretations . , . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 .05 Authorized Variations in Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 .06 Rejecting Defective Work. . . . . . . ale . . . . . . . . . . . . . . . * & & a . . . . . . 9 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 .07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 .09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 9 . 10 Limitations on ENGINEER's Authority and Responsibilities. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 ARTICLE10 - CHANGES IN THE WORK; CLAIMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 10 .01 Authorized Changes in the Work . , . " . , . . " , . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 04@6@04 . . . . * * 6 . . . . . . . . . .24 10 .02 Unauthorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 10 .03 Execution of Change Orders. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 10 .04 Notification to Surety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 10 .05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES ; UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 11 .01 Cost of the Work. . . . . . . . . . " I " I . . . a . . a . 6 0 . . I . I I I I I I I I I I & . 0 . 6 0 a a 0 1 0 0 0 6 a I I I I I I I I I I I . . I 1 0 4 . a a a m a 0 . . a a I I I I I I I I . . . 4 . 11 . 1 . . . . . . . . I I 1 1 125 • 11 .02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 11 .03 Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 00700 - General Conditions (EJCDC) 00700 - 3 F:\Utilities\UTILITY - ENGINEERING\Frojects - Assessment PtojectsMest Side Subdivision - UCPN2177\Bid docs\specs\00700 - General Conditions (EJCDC).doc Rev_ 05101 • 12.01 Change of Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 12 .02 Change of Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 12 .03 Delays Beyond CONTRACTOR's Control. . , . . . . . . added , . . . . . . I . . . I I I I add added sooessavoll 10 . 11 , 111 ,28 12 .04 Delays Within CONTRACTOR's Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 12 .06 Delay Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 ARTICLE 13 - TESTS AND INSPECTIONS ; CORRECTION , REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 13 .01 Notice of Defects . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 13 .02 Access to Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 13 .03 Tests and Inspections . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 13 .04 Uncovering Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 13 .05 OWNER May Stop the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 13 .06 Correction or Removal of Defective Worked . . . . . , . . . . I dead , . . . I . . . . . . . . . . . . . . . . * Ada 4 a . a . . . . 0 a . . . . . . . . . 4 . . . . . . . . . . . . . . . . . . . . . . . .29 13 .07 Correction Period . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 13 .08 Acceptance of Defective Work. . . . . added " . . . . . go added & @a . . . . . . . . . . . . . . . . . 0 , 44 , @@ . . . ON@ & . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 13 .09 OWNER May Correct Defective Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 14 .01 Schedule of Values . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 14 .02 Progress Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 14 .03 CONTRACTOR's Warranty of Title . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 32 14 .04 Substantial Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 14 .05 Partial Utilization . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 14 .06 Final Inspection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 • 14.07 Final Payment. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .32 14 .08 Final Completion Delayed . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 14 .09 Waiver of Claims . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 15 .01 OWNER May Suspend Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 15.02 OWNER May Terminate for Cause . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 15 .03 OWNER May Terminate For Convenience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . 34 15 .04 CONTRACTOR May Stop Work or Terminate ' . . . . . . " . . . . . . . " added " , . . . . . . . . . . d . . . . . . . . a 0 a 0 a & a W a a 0 . 0 a * . . . . . . . . . . . . . . . . . . . 34 ARTICLE16 - DISPUTE RESOLUTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 16 .01 Methods and Procedures . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 ARTICLE17 - MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 17 .01 Giving Notice . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 17 .02 Computation of Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 17.03 Cumulative Remedies . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 17 .04 Survival of Obligations. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 17 .05 Controlling Law. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 00700 - General Conditions (EJCDC) 00700 - 4 FAUtilities\UTILITY - ENGINEENNG\Projects - Assessment Projects\West Side Subdivision - UCPN2177\Bid docskspecs\00700 - General Conditions (EJCDC).doc Rev. 05101 • GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY Agreement, Addenda (which pertain to the Contract Docu- ments ), CONTRACTOR's Bid (including documentation accompanying the Bid and any post Bid documentation 1 . 01 Defined Terms submitted prior to the Notice of Award) when attached as an exhibit to the Agreement, the Notice to Proceed , the Bonds, A. Wherever used in the Contract Documents and these General Conditions, the Supplementary Conditions, the printed with initial or all capital letters , the terms listed below will Specifications and the Drawings as the same are more have the meanings indicated which are applicable to both the specifically identified in the Agreement, together with all Written singular and plural thereof. Amendments, Change Orders , Work Change Directives, Field Orders, and ENGINEER's written interpretations and 1 . Addenda—Written or graphic instruments issued clarifications issued on or after the Effective Date of the Agree- prior to the opening of Bids which clarify, correct, or change the ment. Approved Shop Drawings and the reports and drawings Bidding Requirements or the Contract Documents. of subsurface and physical conditions are not Contract Documents. Only printed or hard copies of the items listed in 2. Agreement—The written instrument which is this paragraph are Contract Documents. Files in electronic evidence of the agreement between OWNER and . media format of text, data, graphics, and the like that may be CONTRACTOR covering the Work. furnished by OWNER to CONTRACTOR are not Contract Documents. 3. Application for Payment—The form acceptable to ENGINEER which is to be used by CONTRACTOR during the 13. Contract Price—The moneys payable by OWNER course of the Work in requesting progress or final payments to CONTRACTOR for completion of the Work in accordance and which is to be accompanied by such supporting with the Contract Documents as stated in the Agreement documentation as is required by the Contract Documents. (subject to the provisions of paragraph 11 .03 in the case of Unit Price Work), 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos 14. Contract Times—The number of days or the fibers into the air above current action levels established by the dates stated in the Agreement to: (i) achieve Substantial United States Occupational Safety and Health Administration. Completion; and (ii) complete the Work so that it is ready for • final payment as evidenced by ENGINEER's written 5. Bid—The offer or proposal of a bidder submitted recommendation of final payment. on the prescribed form setting forth the prices for the Work to be performed. 15. CONTRACTOR—The individual or entity with whom OWNER has entered into the Agreement. 6. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda 16. Cost of the Work—See paragraph 11 .01 .A for issued prior to receipt of Bids). definition . 7. Bidding Requirements—The Advertisement or 17. Drawings—That part of the Contract Documents Invitation to Bid, Instructions to Bidders, Bid security form, if prepared or approved by ENGINEER which graphically shows any, and the Bid form with any supplements . the scope, extent, and character of the Work to be performed by CONTRACTOR. Shop Drawings and other CONTRACTOR 8. Bonds—Performance and payment bonds and submittals are not Drawings as so defined . other instruments of security. 18. Effective Date of the Agreement—The date 9. Change Order—A document recommended by indicated in the Agreement on which it becomes effective, but if ENGINEER which is signed by CONTRACTOR and OWNER no such date is indicated, it means the date on which the and authorizes an addition, deletion, or revision in the Work or Agreement is signed and delivered by the last of the two parties an adjustment in the Contract Price or the Contract Times, to sign and deliver. issued on or after the Effective Date of the Agreement. 19. ENGINEER—The individual or entity named as 10. Claim—A demand or assertion by OWNER or such in the Agreement. CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms 20. ENGINEER's Consultant—An individual or entity of the Contract. A demand for money or services by a third having a contract with ENGINEER to furnish services as party is not a Claim. ENGINEER's independent professional associate or consultant with respect to the Project and who is identified as such in the 11 . Contract—The entire and integrated written Supplementary Conditions, agreement between the OWNER and CONTRACTOR concerning the Work. The Contract supersedes prior 21 . Field Order—A written order issued by ENGI- • negotiations, representations, or agreements, whether written or NEER which requires minor changes in the Work but which oral. does not involve a change in the Contract Price or the Contract Times . 12. Contract Documents—The Contract Documents establish the rights and obligations of the parties and include the 00700 - General Conditions (EJCDC) 00700 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment ProjectsMest Side Subdivision - UCP#2177\Bid docs\specs\00700 - General Conditions (EJCDC).doc Rev. 05101 22. General Requirements-Sections of Division 1 of bound in one or more volumes , is contained in the table(s) of • the Specifications. The General Requirements pertain to all contents . sections of the Specifications . 36, Radioactive Material--Source, special nuclear, or 23. Hazardous Environmental Condition—The byproduct material as defined by the Atomic Energy Act of 1954 presence at the Site of Asbestos, PCBs , Petroleum, Hazardous (42 USC Section 2011 et seq. ) as amended from time to time. Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons 37. Resident Project Representative—The authorized or property exposed thereto in connection with the Work. representative of ENGINEER who may be assigned to the Site or any part thereof. 24. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid 38. Samples--Physical examples of materials, Waste Disposal Act (42 USC Section 6903) as amended from equipment, or workmanship that are representative of some time to time. portion of the Work and which establish the standards by which such portion of the Work will be judged. 25. Laws and Regulations; Laws or Regulations—Any and all applicable laws, rules, regulations, ordinances , codes, 39. Shop Drawings—All drawings, diagrams, illustra- and orders of any and all governmental bodies , agencies , tions, schedules , and other data or information which are authorities, and courts having jurisdiction, specifically prepared or assembled by or for CONTRACTOR and submitted by CONTRACTOR to illustrate some portion of 26. Liens—Charges, security interests, or the Work. encumbrances upon Project funds, real property, or personal property. 40. Site—Lands or areas indicated in the Contract Documents as being fumished by OWNER upon which the 27. Milestone—A principal event specked in the Work is to be performed , including rights-of-way and easements Contract Documents relating to an intermediate completion date for access thereto, and such other lands furnished by OWNER or time prior to Substantial Completion of all the Work. which are designated for the use of CONTRACTOR. 28. Notice of Award—The written notice by OWNER 41 . Specifications—That part of the Contract to the apparent successful bidder stating that upon timely Documents consisting of written technical descriptions of compliance by the apparent successful bidder with the materials, equipment, systems, standards, and workmanship as • conditions precedent listed therein, OWNER will sign and applied to the Work and certain administrative details applicable deliver the Agreement. thereto. 29. Notice to Proceed—A written notice given by 42. Subcontractor—An individual or entity having a OWNER to CONTRACTOR fixing the date on which the Con- direct contract with CONTRACTOR or with any other tract Times will commence to run and on which CONTRACTOR Subcontractor for the performance of a part of the Work at the shall start to perform the Work under the Contract Documents . Site. 30. OWNER—The individual, entity, public body, or 43. Substantial Completion—The time at which the authority with whom CONTRACTOR has entered into the Work (or a specified part thereof) has progressed to the point Agreement and for whom the Work is to be performed. where, in the opinion of ENGINEER, the Work (or a specified part thereof) is sufficiently complete, in accordance with the 31 . Partial Utilization—Use by OWNER of a substan- Contract Documents , so that the Work (or a specified part tially completed part of the Work for the purpose for which it is thereof) can be utilized for the purposes for which it is intended. intended (or a related purpose) prior to Substantial Completion The terms "substantially complete" and "substantially com- of all the Work. pleted" as applied to all or part of the Work refer to Substantial Completion thereof. 32. PCBs—Polychlorinated biphenyls. 44. Supplementary Conditions—That part of the 33. Petroleum—Petroleum, including crude oil or any Contract Documents which amends or supplements these fraction thereof which is liquid at standard conditions of General Conditions. temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel 45. Supplier—A manufacturer, fabricator, supplier, oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with distributor, material man, or vendor having a direct contract with other non-Hazardous Waste and crude oils. CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by CONTRACTOR 34. Project—The total construction of which the Work or any Subcontractor. to be performed under the Contract Documents may be the whole, or a part as may be indicated elsewhere in the Contract 46. Underground Facilities—All underground Documents. pipelines, conduits, ducts, cables, wires, manholes, vaults , tanks, tunnels , or other such facilities or attachments , and any . 35. Project Manual—The bound documentary encasements containing such facilities, including those that information prepared for bidding and constructing the Work. A convey electricity, gases, steam, liquid petroleum products , listing of the contents of the Project Manual, which may be telephone or other communications, cable television, water, 00700 - 6 SECTION 00800 - Supplementary Conditions SC -1 . 00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract ( No . 1910-8 , 1996 Edition ) and other provisions of the Contract Documents as indicated below. All provisions , which are not so amended or supplemented , remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions . SC-1 . 01 Defined Terms SC- 1 . 01 .A. 20 . Add the following language at the end of GC- 1 . 01 .A . 20: ENGINEER'S Consultant N /A Name : Address City, State & Zip : Tel . No . : Fax No . : SC -2 . 03 Commencement of Contract Times : Notice to Proceed • SC-2 . 03 Delete paragraph GC 2. 03 in its entirety and insert the following paragraph in its place: 2 . 03 A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agreement. The Contract Time will commence at the time specified in such notice or, if no notice is given thirty days following the Effective Date of Agreement, provided that the Notice to Proceed may not specify a time of commencement later than 60 days after the Effective Date of the Agreement. SC -2 . 05 Before Starting Construction SC-2. 05 . C . Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its place: C . Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been approved by the OWNER , nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13 . SC -3 . 03 . B .2 Coordination of Plans , Specifications , and Special Provisions • SC-3 . 03 . 8 . 2 Add the following new paragraphs immediately after paragraph GC-3. 03. 8. 1 : SC-3 . 03 . 6 . 2 Coordination of Plans, Specifications, and Special Provisions 00800 - Supplementary Conditions 00800 - 1 FAUtilitles\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05/01 2 . In case of discrepancy, the governing order of the contract documents shall be as • follows : a . Written Interpretations b . Addenda c . Specifications d . Supplementary Conditions e . General Conditions f. Approved Shop Drawings g . Drawings h . Referenced Standards . 3 . Written/computed dimensions shall govern over scaled dimensions . SC4 . 02 Subsurface and Physical Conditions SC-4 . 02 Add the following new paragraphs immediately after paragraph GC-4. 02. B: C . In preparation of Drawings and Specifications , ENGINEER or ENGINEER 's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site : 1 . Report dated N/A , prepared by , entitled : , consisting of pages . The "technical data " contained in such report on which CONTRACTOR may rely is . D . In the preparation of Drawings and Specifications , ENGINEER or ENGINEER'S Consultants relied upon the following drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the Site : 1 . Drawings dated June 6 , 2000 , prepared by Carter Associates . Inc. , entitled : Sebastian Wat. Exp . Phs , 3D Survey., consisting of 12 sheets numbered 1 to 12 , inclusive . All of the information in such drawings constitutes "technical data" on which CONTRACTOR may rely. E . Copies of reports and drawings itemized in SC-4 . 02 . 0 and SC4 . 02 . D that are not included with Bidding Documents may be examined at Indian River County Utilities Department during regular business hours . These reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which CONTRACTOR may rely as identified and established above are incorporated therein by reference . CONTRACTOR is not entitled to rely upon other information and data utilized by ENGINEER and ENGINEER's Consultants in the preparation of Drawings and Specifications . SC4. 05 Reference Points SC-4 . 05 Add the following new paragraphs immediately after GC-4. 05. A : B . Contractor is responsible for measuring and recording existing swale elevations at 100 ' intervals prior to construction . Existing swale elevations . shall be maintained throughout construction . Contractor is also responsible for preservation and/or replacement of any and all existing permanent survey monumentation affected by construction . 00800 - Supplementary Conditions 00800 - 2 FAUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05/01 C . ENGINEER may check the lines , elevations , reference marks , batter boards , etc . , set by CONTRACTORS , and CONTRACTOR shall correct any errors disclosed by such a check . Such a check shall not be considered as approval of CONTRACTOR' S work and shall no relieve CONTRACTOR of the responsibility for accurate construction of the entire work. CONTRACTOR shall furnish personnel to assist ENGINEER in checking lines and grades . SC-4. 06 Hazardous Environmental Condition at Site SC4 . 06 G . Delete paragraph GC-4. 06 G. SC -5 . 01 Performance , Payment and Other Bonds SC-5 . 01 .A . Delete paragraph GC-5. 01 .A in its entirety and insert the following paragraphs in its place: A . Within ten ( 10 ) days of receipt of the Contract Documents for execution , the CONTRACTOR 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 . 1 , The CONTRACTOR shall provide two separate bonds . A combined Payment and Performance Bond for 125 % of the Contract Price is not an acceptable substitute . 2 Such Bonds shall continue in effect for one ( 1 ) year after written final acceptance of the Work and final payment by the OWNER . SC -5 . 04 CONTRACTOR's Liability Insurance SC-5 . 04 Add the following new paragraphs immediately after paragraph GC-5. 04. 8: C . The limits of liability for the insurance required by paragraph 5 . 04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations . : 1 . Worker's Compensation : To meet statutory limits in compliance with the Worker's Compensation Law of Florida . This policy must include Employer Liability with a limit $ 100 , 000 for each accident, $ 500 , 000 disease (policy limit) and $ 100 , 000 disease (each employee ) . Such policy shall include a waiver of subrogation as against OWNER and ENGINEER on account of injury sustained by an employee (s ) of the CONTRACTOR. 2 . Commercial General Liability: Coverage shall provide minimum limits of liability of $ 3 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage . This shall include coverage for: a . Premises/Operations b . Products/Completed Operations c. Contractual Liability d . Independent Contractors . 3 , Business Auto Liability: Coverage shall provide minimum limits of • liability of $ 3 , 000 , 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage . This shall include coverage for: a . Owner Autos b . Hired Autos 00800 - Supplementary Conditions 00800 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05/01 C , Non -Owned Autos . . 4 . CONTRACTOR's "All Risk" Insurance : CONTRACTOR shall secure Builders' Risk "All Risk" insurance at his expense and provide properly completed and executed " Certificates of Insurance and Insurance Endorsement" forms in the exact wording and format presented in these Contract Documents before starting work. 5 . Special Requirements : a . Ten ( 10 ) days prior to the commencement of any work under this Contract, certificates of insurance and endorsement forms in the exact wording and format as presented in these Contract Documents will be provided to the OWNER' s Risk Manager for review and approval . b . Indian River County, a political subdivision of the State of Florida will be named as "Additional Insured" on both the General Liability, Auto Liability and Builder's Risk "All Risk" Insurance . C, The OWNER will be given thirty (30 ) days notice prior to cancellation or modification of any stipulated insurance . Such notification will be in writing by registered mail , return receipt requested and addressed to the OWNER 's Risk Manager. d . It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements . e . Insurer must be authorized to do business and have an agent for service of process in Florida and have an AAA policyholder's rating and financial rating of a least Class XI in accordance with the most current Best's Rating . SC -5 . 06 Property Insurance SC-5 . 06 Delete Section GC-5. 06 in its entirety. SC4 . 07 Waiver of Rights SC-5 . 07 Delete Section GC-5. 07 in its entirety. SC -5 . 10 Partial Utilization , Acknowledgement of Property Insurer SC-5 . 10 A. Delete paragraph GC-5. 10 A. SC -6 . 02 Labor; Working Hours SC-6 . 02 . 8 . Add the following paragraphs immediately after paragraph GC-6. 02. 8: 1 . Regular working hours are defined as Monday through Friday, excluding County Holidays , from 7 a . m . to 5 p . m . 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 thought such overtime work may be required under emergency conditions and may be 00800 - Supplementary Conditions 00800 - 4 FAUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05/01 ordered by the ENGINEER in writing . . 4 . All costs of inspection and testing performed during overtime work by the CONTRACTOR , which is allowed solely for the convenience of the CONTRACTOR , shall be borne by the CONTRACTOR , and a credit given to the 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 a . m . or continue after 7 p . m . except in case of emergency upon specific permission of the ENGINEER . SC -6 . 06 Concerning Subcontractors , Suppliers , and Others SC-6 . 06 . C . Add the following sentence at the end of paragraph GC-6. 06. C: OWNER or ENGINEER may fumish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable , information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6 . 08 Permits SC-6 . 08 Add the following paragraphs immediately after paragraph GC-6. 08.A : B . The OWNER has obtained the following permits : 1 . FDEP Water Construction Permit • C . The CONTRACTOR shall obtain and pay for all other required permits and licenses . The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained in the permits at no extra cost to the OWNER . D . The CONTRACTOR shall be familiar with all permit requirements during construction and shall be responsible for complying with these requirements . The cost of this effort shall be included in the pay item in which the work is most closely associated with . SC -6 .20 .A Indemnification SC-6 . 20 .A Delete existing paragraph CG -6 . 20 A in its entirety and insert the following : The CONTRACTOR shall indemnify and hold harmless the OWNER , and the OWNER's officers and employees , from liabilities , damages , losses , and costs , including , but not limited to , reasonable attorney's fees , to the extent caused by the negligence , recklessness , or intentionally wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this contract. SC -13 . 03 Test and Inspections • SC- 13 . 03 . 13 . Delete the first sentence ofparagraph GC- 13. 03. 6 (up to the colon) in its entirety, and insert the following sentences in its place: B . OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections , tests , orapprovals required bythe Contract Documents except 00800 - Supplementary Conditions 00800 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - SupplementaryConditions.doc Rev. 05/01 those inspections , tests , or approvals listed immediately below. Subsequent inspections , tests , or approvals required after initial failing inspections , tests , or approvals shall be paid for by the CONTRACTOR by backcharge to subsequent applications for payment. The following inspections , tests , or approvals shall be provided by and paid for by the CONTRACTOR . 1 . Proctor Testing 2 . Density Testing 3 . Leakage Testing 4 , Hydrostatic Testing 5 , Bacteriological Testing 14. 02 Progress Payments SC- 14 . 02 .A . 2 Delete paragraph GC- 14. 02.A . 2 in its entirety and insert the following paragraph in its place: The CONTRACTOR shall make the following certification (Affidavit) on each request for payment: " I hereby certify that the labor and materials listed on this request for payment have been used in the construction of this work and payment received from the last request for payment has been used to make payments to all subcontractors , laborers , material men and suppliers except as listed below." SC- 14 . 02 . B . 5 . Add the following sentences at the end of paragraph GC- 14. 02. 8. 5: e . the work for which payment is requested cannot be verified ; f. failure of CONTRACTOR to make proper payments to Subcontractor for labor, materials or equipment in connection with the Work; g . OWNER has been required to pay ENGINEER or ENGINEER's Consultant additional compensation because of CONTRACTOR delays or rejection of defective Work; or h . OWNER has been required to pay an independent testing laboratory for subsequent inspections , tests , or approvals taken after initial failing inspections , tests , or approvals . SC- 14 . 02 . C . 1 Delete paragraph GC- 14. 02. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 Payment shall be made by OWNER to CONTRACTOR according to the Florida Prompt Payment Act. 14. 07 Final Payment SC- 14 . 07 . C . 1 Delete paragraph GC- 14. 07. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 Payment shall be made by OWNER to CONTRACTOR according to the Florida Prompt Payment Act. SC 15 .02 OWNER May Terminate for Cause SC 15 . 02 .A Add the following sentence at the end of paragraph GC- 15. 02.A 00800 - Supplementary Conditions 00800 - 6 FAUtilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05101 • 5 . Failure of CONTRACTOR to make proper payments to Subcontractor for labor, materials or equipment in connection with the Work . SC 16 DISPUTE RESOLUTION SC- 16 Add the following new paragraphs immediately after paragraph SC- 16. 01 . SC- 16 . 02 Venue This contract shall be governed by the laws of the State of Florida . Venue for any lawsuit by either party against the other party or otherwise arising out of this contract shall be in Indian River County, Florida , and in the event of federal jurisdiction , in the United States District Court for the Southern District of Florida . SC -17 Miscellaneous Add the following new paragraph immediately after paragraph GC 17. 05: SC- 17 . 06 Liens A . This project is a " Public Works" under Chapter 255 , Florida Statutes . No merchant's liens maybe filed against the OWNER . Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him . Such action shall not involve the OWNER in any expense . Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255 . 05 . The • CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: " Notice : Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name ) and to (CONTRACTOR Surety Company Name ) pursuant to Chapter 255 of the Florida Statutes . This paragraph shall be inserted in every sub-subcontract hereunder, " The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons , firms or corporations who are defined in Section 713 . 01 , Florida Statutes , who have furnished labor or materials , employed directly or indirectly in the Work , have been paid in full . The OWNER may rely on said affidavit at face value . The CONTRACTOR does hereby release , remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job . SC -17 . 06 SC- 17 . 06 Add the following new paragraphs immediately after GC- 17. 05: 17 . 06 The form of all submittals , notices , change orders and other documents permitted or required to be used or transmitted under the Contract Documents shall be determined by the ENGINEER . The forms for Notice of Award , Notice to Proceed , and Final Receipt which the ENGINEER expects to use are contained in the subsequent pages of these Supplementary Conditions . • 00800 - Supplementary Conditions 00800 - 7 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\00800 - Supplementary Conditions.doc Rev. 05/01 67061111 NOTICE OF AWARD Dated 19 TO : ( Bidder) PROJECT NO , PROJECT OWNER ' S CONTRACT N0 , CONTRACT FOR • ( Insert Name of Contract as it appears in the Bidding Documents ) --- --- - -- - - - - - - - -- - - - - - - - - -- - - -- - - - -- -- ---- -- -- - - - -- --- - You are notified that your Bid dated 199_ for the above Contract has been considered . You are the apparent successful Bidder and have been awarded a contract for ( Indicate total Work , alternates or sections of Work awarded ) The Contract Price of your contract is Dollars Enclosed are seven ( 7 ) copies of the Contract Documents for your execution and subsequent return to this office for further processing . You must comply with the following conditions precedent within fifteen ( 15 ) days of the date of this Notice of Award , that is by 19 01 . Execute all copies of the Agreement . Each Project Manual and set of contract drawings must bear your signature on the cover sheet . Do not date the 008m 8 2/21 /96 6706 - 050 Agreements or bonds ; this will be accomplished upon execution of the contracts by the OWNER . Submit a power of attorney authorizing OWNER to date bonds and Agreements . 2 . Submit seven ( 7 ) copies of the Performance and Payment Bonds . Instructions to the Surety and the Principal for execution of the bonds are as follows : Where the CONTRACTOR is a Corporation , the Agreement and any bonds must be executed by the President or the Chairman of the Board of the corporation . The Agreement or Bond is accompanied by a statement certified by a Secretary of the Corporation . The signatures of the persons executing the bond on behalf of the Principal and of the Surety , respectively , shall each be dated on the signature line . If the bond is executed by an Attorney- in - Fact for the Surety , the accompanying Power of Attorney must be executed by persons whose authority to do so is plainly identified on the face of the Power of Attorney . Neither signatures nor the Corporate Seal may appear by facsimile unless the authority for them to appear in that form is plainly disclosed on the face of the Iocument , The Secretary or other properly authorized Officer must certify and seal a statement declaring that the authority granted by the Power of Attorney remained in force on the date that the bond was executed by the Attorney - in - Fact . 3 . Include seven ( 7 ) copies of the Certificate of Insurance . The Certificate must name the OWNER as an additional insured and the standard cancellation clause must read as follows . " Should any of the above described policies be cancelled or changed by restricted amendment before the expiration date thereof, the issuing Company will give thirty ( 30 ) days written notice to the below named certificate holder . " Failure to comply with these conditions within the time specified will entitle OWNER to consider your Bid abandoned , to annul this Notice of Award and to declare your Bid Security forfeited . Within twenty ( 20 ) days after you comply with the above conditions , the OWNER will return to you one fully signed counterpart of the Contract Documents attached , dyou have any questions , or if we can be of any further assistance , please do of hesitate to contact this office . 00800 - 9 2/21 M 6 9011 Z/Z 0 "00800 • • ioloajra 8uiseyomd 090-90L9 6706-050 THIS PAGE LEFT BLANK INTENTIONALLY 00800- ( I 2/21 /95 • NOTICE TO PROCEED T0 : DATE : PROJECT . Indian River County Department of Utility Services Project No . IRC Bid No . Project Name . You are hereby notified to commence work in accordance with the agreement dated 19. 1 on or before 19 You are to complete the work within consecutive calendar Ways from this date . The date of completion of all work is , therefore , the day of , 19 INDIAN RIVER COUNTY Michael C . Hotchkiss , P . E . Environmental Engineer ACCEPTANCE OF NOTICE Receipt of above NOTICE TO PROCEED is hereby acknowledged by this the day of Pre -Construction Checklist 19 , by _ Recorded Insurance Signature _ Payment and Performance Bond Executed Agreement Typed Name _ Board Approval Dated DEP Construction Permit • itle . 00800 — • 6706-050 THIS PAGE LEFT BLANK INTENTIONALLY 00800- 13 2/21196 w 6706- 050 FIELD ORDER PROJECT : FIELD ORDER N0 , DATE : CONTRACT NO : OWNER : OWNER ' S PROJECT N0 : TO : CONTRACT DATE : This Field Order is issued to interpret/clarify the Contract Documents , order minor changes in the work and /or memorialize trade - off agreements . Both parties hereby agree that the work described by the Field Order- is to be accomplished without change in Contract Sum , Contract Time , and /or claims for other costs . DESCRIPTION : ( Here insert a written description of the interpretation , change of agreement . ) FIELD ENGINEER : CONTRACTOR : BY : BY : 00800- I Qw 2/21 /96 6706-050 THIS PAGE LEFT BLANK INTENTIONALLY 00800- 2/21 /06 WORK DIRECTIVE CHANGE ( Instructions on reverse side ) No . PROJECT : - � DATE OF ISSUANCE . OWNER : *sot 0 ( Name , Address ) CONTRACTOR . OWNER ' s Project No . ENGINEER : CONTRACT FOR : ENGINEER ' s Project No . You are directed to proceed promptly with the following change ( s ) : Description : Purpose of Work Directive Change : Attachments : ( list documents supporting change ) Lf a claim is made that the above change (s ) have affected Contract Price or Contract Time , any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change (s ) . Method of determining change in Method of determining change in Contract Price : Contract Time ❑ Time and materials ❑ Contractor' s records ❑ Unit prices ❑ Engineer' s records ❑ Cost plus fixed fee ❑ Other , ❑ Other Estimated increase ( decrease ) in Contract Estimated increase (decrease) in Contract Price : 3 Time . days . If the change If the change involves an increase , the esti - involves an increase , the estimated time is mated amount is not to be exceeded with - not to be exceeded without further autho - out further authorization . rization . RECOMMENDED : AUTHORIZED : by by Engineer owner EJCDC No . 1910- 8 - F ( 1983 Edition) Prepared by the Engineers * Joint Contract Documents Committee and endorsed by the Associated General Contractors of Amer ea. • t oogon . It. WORK DIRECTIVE CHANGE INSTRUCTIONS A . GENERAL INFORMATION *This document was developed for use in situations involving changes in the Work which , if not processed expeditiously , might delay the Project . These changes are often initiated in the field and may affect the Contract Price or the Contract Time . This is not a ' Change Order , but only a directive to proceed with Work that may be included in a subsequent Change Order. For supplemental instructions and minor changes not involving a change in the Contract Price or the Contract Time , a Field Order may be used . Be COMPLETLNG THE WORK DIRECTIVE CHANGE FORM Engineer initiates the form , including a description of the items involved and attachments . Based on conversations between Engineer and Contractor , Engineer completes the fol - loMng : METHOD OF DETERMINING CHANGE , IF ANY , IN CONTRACT PRICE : Mark the method to be used in determining the final cost of Work involved and the net effecf on the Contract Price . If the change involves an increase in the Contract Price and the estimated amount is approached before the additional or changed Work is completed , another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when the estimated time is reached . If the Work Directive Change is not IikeIy to change the Contract Time , the space for estimated increase ( decrease) should be marked " Not Applicable " . METHOD OF DETERMINING CHANGE , IF ANY , IN CONTRACT TIME : Mark the method to be used in determining the change in Contract Time and the estimated increase or decrease in Contract Time . If the change involves an increase in the Contract Time and the estimated time is approached before the additional or changed Work is completed , another Work Directive Change must be issued to change the time or Contractor may stop the changed Work when th _ estimated time is reached . Lf the Work Directive Change is not likely to change the Contract Time , the space for estimated increase (decrease) should be marked " Not Applicable " . Once Engineer has completed and signed the form , all copies should be sent to Owner for authorization because Engineer alone does not have authority to authorize changes in Price or Time . Once authorized by Owner , a copy should be sent by Engineer to Con - tractor. Once the Work covered by this directive is completed or final cost and time determined , Contractor should submit documentation for inclusion in a Change Order . THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE CONTRACT PRICE ORTHE CONTR4CTTIhIE . A CHANGE ORDER , IF ANY , SHOULD BE CONSIDERED PROMPTLY . 00800- l7 PROJECT: . DATE OF ISSUANCE : OWNER: ;Name , Ass ) • . • . CONTRACTOR : . OWNER ' sProject No . ENGINEER : :ONTRACT FOR : ENGINEER 's Project No . ou are directed to make the following changes in the Contract Documents . escnption : Irpose of Change Order. tachments : ( List documents supporting change) y. CHANGE IN CONTRACT PRICE : CHANGE IN CONTRACT TIME : grna. ,. ontract Price Original Contract Time days or due vious Change Orders No . to No . Net change from previous Change Orders days tract Price prior to this Change Order Contract Time Prior to this Change Order days x date Increase ( decrease ) of this Change Order , Net Increase ( decrease) of this Change Order Tact Price with all approved Change Orders Contract Time with all approved Change Orders days or date JMWDED : APPROVED : APPROVED : Easunrr by by o caetrae,er No . 1910-8- B ( 1983 Edition ) 1 by the Envneert ' Joint contract Documents CORtmittee and endorsed by The Associated Genera! Contractors Of AmerI oGAnn _ fa A . GENERAL INFORMATION ' This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Time . Changes that have been initiated by a Work Directive Change must be incorporated into a subsequent Change Order if they affect Price or Time . Changes that affect Contract Price or Contract Time should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the adminis - trative burden may lead to unnecessary disputes . For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Time , a Field Order may be used . B . COMPLETING THE CHANGE ORDER FORM Engineer initiates the form , including a description of the changes involved and attach - ments based upon documents and proposals submitted by Contractor , or requests from Owner, or both . Once Engineer has completed and signed the form , all - copies should be sent to : Contractor . for approval . After approval by Contractor , all copies should be sent to Owner for approval . Engineer should make distribution of executed copies after approval by Owner . Lf a change only applies to price or to time , cross out the part of the tabulation that does not apply . 00800 - f4 AYYLIUA LIUN FOR PAYMENT NO . To _ Contract for OWNER) OWNER ' S Project No . . ENGINEER ' S Project No . For Work accomplished through the date of MEM CONTRACTOR 's Schedule CC values Wont Coatplcted Unit Price Quantity Amount Quantity Ansoaat S S S Total S _ S (Orig . Contract) C . O . No . 1 C . O . No . 2 Accompanying Documentation : GROSS AMOUNT DUE S LESS % RETAINAGE . . . . . . . . . . . . . . . . . . . S AMOUNT DUE TO DATE . . . . . . . . . . . . . . . . . . . . . S LESS PREVIOUS PAYMENTS . . . . . . . . . . . . . . . . S AMOUNT DUE THIS APPLICATION . . . . . . . . . S CONTRACTOR ' S Certification : The undersigned CONTRACTOR certifies that ( 1 ) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive ; and (2) title to ati materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Paymenr. wW pass to OWNER at time of payment free and clear of all liens , claims . security interests and encumbrances ( except such as covered by Bond acceptable to OWNER) : Dated . 19 CONTRACTOR By Payment of the above AMOUNT DUE THIS APPLICATION is recommended . D • . 19 — ENGINEE1t By EJCDC No . 1910-4- E ( 1983 Edition ) . Prepared by the Engineers ' Joint Contractboeuments Committee and endorsed by The Associated General Contractors orAmeriea . . e 00800 — 10 APPLICATIUN FOR PAY Mr.ty l INSTRUCTIONS . A . W NERAL INFORMATION Th. ., standard form is intended as a guide only . Many projects require a much more extensive form with space for numerous items , descriptions of Change Orders , identi& cation of variable quantity adjustments , summary of materials and equipment stored at the site and other information . It is expected that a separate form will be developed by Engineer or Contractor at the time Contractor ' s Schedule of Values is finalized . Note also that the format for retainage must be changed if the Agreement permits (or the Law provides ) , and Contractor elects , the deposit of securities in lieu of retainage . Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B . COMPLETING THE FORM The Schedule of Values , submitted and approved as provided in paragraphs 2 . 6 . 3 and 2 . 9 of the General Conditions , should be copied in the space indicated on the Application For Payment form . Note that the cost of materials and equipment is often listed separately from the cost of their installation . All Change Orders affecting the Contract Price should be identified and include such supplemental Schedules of Values as required for progress payments . The form is suitable for use in the Final Application for Payment as well as for Progress Payments , however , the required accompanying documentation is usually more extensive for final payment . All accompanying documentation should be identified in the space proed on the form . C . zXGINEER ' S REVIEW Engineer must review all Applications for Payment with care to avoid recommending any payments not yet earned by Contractor. All accompanying documentation of legal nature , such as lien waivers , should be reviewed by an attorney , and Engineer should so advise Owner . 00800 - 1 ( CERTIFICATE OF SUBSTANTIAL COMPLETION WN ' s Project No . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . J ENGINEER s Pro ' ect No . . . . . . . . . . . . . . . . . . . . . . . . . . Project . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 Now . . . :. . . . . . . . . . . . . . . . . . . . . . :) NTRA CTO R . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :) ntract For . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Contract Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . its Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified .as thereof. • 90 8 .01 9 00 40000 , 400 * 000 0009000 so 06 " . . . . . . . . . . . OWNER d To . . . . . . . . . . . . . . . . . CONrRACTOR Work to which this Certificate applies has been inspected - by authorized representatives of OWNER . CONTRACTOR ENGINEER . and that Work is hereby declared to be substantially complete in accordance with the Contract Documents . . • - " " ' DATE OF SUBSTANTIAL COM ? LETION : ntattve list of items to be completed or corrected is attached hereto . This list may not be all - inclusive , and the failure to ude an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the itract Documents . The items in the tentative list shall be completed or corrected by CONTRACTOR within —days he above date of Substantial Completion . : DC•o . 19104- D ( ( 983 Edition ) steed by the Entineeri • Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. os 00800 — 22, alone responsibilities between OWNER and CONTRACTOR for security , operation , safety, maintenance , heat . utilities , insurance and warranties shall be as follows : RESPONSIBILITIES : ' OWNER : CONTRACTOR : The following documents are attached to and made a part of this Certificate : - This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CRACTOR ' s obligation to complete the Work in accordance with the Contract Documents . Executed by ENGINEER on . . . . . . . . . . . . . . . . . . . . 19 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . toot . . ENGINEER By . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CONTRACTOR accepts this Certificate of Substantial Completion on . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CONTRACTOR By . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OWNER accepts this Certificate of Substantia! Completion on . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OWNER By . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00800 - 23 6706 - 050 FINAL RECEIPT Received this day of A . D . , 19 of as full and final payment of the cost of all improvements provided for in the foregoing contract the sum of Dollars and Cents , � $ ) , in cash , being the full amount accruing to the undersigned by virtue of said Contract , said cash covering and including full payment -for all extra work and material furnished by the undersigned in the construction of said Improvements , and all incidentals thereto , and the undersigned hereby releases the said from all claims whatsoever growing out of the Osaid Contract . These presents are to certify that all persons doing work upon or furnishing materials or supplies for said improvements under the foregoing Contract have been paid in full . The undersigned further certifies that all taxes imposed by Chapter 212 , Florida Statues ( Sales and Use Tax Act ) , as amended , have been paid and discharged . CONTRACTOR o08M 24 2/21 /06 6706- 050 THIS PAGE LEFT BLANK INTENTIONALLY 00800- 2 S 2121 /96 6706 - 050 • DUTIES , RESPONSIBILITIES AND LIM ( , ATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE A . GENERAL Resident Project Representative is ENGINEER ' S Agent , will act as directed by and under the supervision of ENGINEER , and will confer with ENGINEER regarding his actions . Resident Project Representative ' s dealings in matters pertaining to the on - site Work shall in general be only with ENGINEER and CONTRACTOR , and dealings with Subcontractors shall only be through or with the full knowledge of CONTRACTOR . Written communication with OWNER will be only through or as directed by ENGINEER . Be DUTIES AND RESPONSIBILITIES Resident Project Representative will : 1 . Schedules : Review the progress schedule , schedule of Shop Drawing submissions and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning their acceptability . 2 . Conferences : Attend preconstruction conferences . Arrange a schedule of progress meetings and other job conferences as required in consultation with ENGINEER and notify those expected to attend in advance . Attend meetings , and maintain and circulate copies of minutes thereof . 3 . Liaison : a . Serve as ENGINEER ' S liaison with CONTRACTOR , working principally through CONTRACTOR ' S superintendent and assist him in understanding the intent of the Contract Documents . Assist ENGINEER in serving as OWNER ' S liaison with CONTRACTOR when CONTRACTOR ' S operations affect OWNER ' S on - site operations . b . As requested by ENGINEER , assist in obtaining from OWNER additional details or information , when required at the job site for proper execution of the Work . 00800 - 26 2/21 /96 6706 - 050 4 . Shop Drawings and Samples : a . Receive and record date of receipt of Shop Drawings and samples , receive samples which are furnished at the site by CONTRACTOR , and notify ENGINEER of their availability for examination . b . Advise ENGINEER and CONTRACTOR or his superintendent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by the ENGINEER . 5 . Review of Work , Rejection of Defective Work , Inspections and Tests : a . Conduct on - site observations of the Work in progress to assist ENGINEER in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents . b . Report to ENGINEER whenever he believes that any Work is unsatisfactory , faulty or defective or does not conform to the Contract Documents , or does not meet the requirements of any inspections , tests or approval required to be made or has been damaged prior to final payment ; and advise ENGINEER when he believes Work should be corrected or rejected or should be uncovered for observation , or requires special testing , inspection or approval . i c . Verify that tests , equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel , and that CONTRACTOR maintains adequate records thereof; observe , record and report to ENGINEER appropriate details relative to the test procedures and startups . d . Accompany visiting inspectors represeenting public or other agencies having jurisdiction over the Project , record the outcome of these inspections and report to ENGINEER . 6 : Interpretation of Contract Documents : Transmit to CONTRACTOR engineer ' s clarifications and interpretations of the Contract Documents , 7 . Modifications : Consider and evaluate CONTRACTOR ' S suggestions for modifications in Drawings or Specifications and report them with recommendations to ENGINEER . 00800 - z.7 s 2121195 6706 - 050 8 . Records a . Maintain at the job site orderly files for correspondence , reports of job conferences , Shop Drawings and samples submissions , reproductions of original Contract Documents including all Addenda , change orders , field orders , additional Drawings issued sub : equent to the execution of the Contract , ENGINEER ' S clarifications and interpretations of the Contract Documents , progress reports , and other Project related documents . b . Keep a diary or log book , recording hours on the job site , weather conditions , data relative to questions of extras or deductions , list of visiting officials and representatives of manufacturers , fabricators , - - suppliers and distributors , daily activities , decisions , observations in general and specific observations in more detail as the case of observing test procedures . Send copies to ENGINEER , c . Record names , addresses and telephone numbers of all contractors , Subcontractors and major suppliers of materials and equipment . 9 . Reports : a . Furnish ENGINEER periodic reports as r.: quired of progress of the Work and CONTRACTOR ' S compliance with : the approved progress schedule and schedule of Shop Drawing submissions . b . Consult with ENGINEER in advance of scheduled major tests , inspections or start of important phases of the Wolk . c . Report immediately to ENGINEER upon the occurrence of any accident . 10 . Payment Requisitions : Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to ENGINEER ; noting particularly their relation to the schedule of values , Work completed and materials and equipment delivered at the site but not incorporated in the Work . 11 . Certificates , Maintenance and Operation Manuals : During the course of the Work , verify that certificates , maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed ; and deliver this material to ENGINEER for his review and forwarding to OWNER prior to final acceptance of the Work . 008m26 2/21 /96 6706 - 050 12 . Completion : a . Before ENGINEER issues a Certificate (if Substantial Completion , submit to CONTRACTOR a list of observed items requiring completion or correction . b . Conduct final inspection in the company of ENGINEER , OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected . c . Verify that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance . C . LIMITATIONS OF AUTHORITY Except upon written instructions of ENGINEER , Resident Project Representative : 1 . Shall not authorize any deviation from the '- Contract Documents or approve any substitute materials or equipment . 2 . Shall not exceed limitations on ENGINEER ' S authority as set forth in the Contract Documents , 3 . Shall not undertake any of the responsibilities of CONTRACTOR , Subcontractors or CONTRACTOR ' S superintendent , or expedite the Work . 4 . Shall not advise on or issue directions relative to any aspect of the means , methods , techniques , sequences or procedures of construction unless such is specifically called for in the Contract Documents . 5 . Shall not advise on or issue directions as to safety precautions and programs in connection with the Work . 6 . Shall not authorize OWNER to occupy thel 'Project in whole or in part . 7 . Shall not participate in specialized field or laboratory tests . END OF SECTION 00800 - 29 2/ 21195 S1N3W3211f1b321 Ib213N39 � L NOISIAId • SECTION 01000 SUMMARY OF WORK PART 1 -- GENERAL 1 .01 LOCATION OF WORK The work is generally located in the West Side Subdivision road right-of-ways , as shown on the construction plans . 1 . 02 DESCRIPTION OF WORK Construction of approximately 2 , 453 L . F. of 6" PVC water main and 25 L . F . of 6" PE horizontal directional bore in the West Side Subdivision . The proposed system is to connect to the existing water main with a tapping sleeve and valve at the intersection of 5th Street S . W . and 40th Avenue . The right-of-way is to be restored as close as possible to the pre-construction condition or better. Construction consists of, but is not limited to , utilities exploration , coordination with any permitting agencies , trenching , dewatering , installation of pipe with fittings and all appurtenances , restrainers and soil compaction , disinfections , testing (includes providing temporary jumper or another approved method for disinfections and flushing ) irrigation repair and traffic control . PVC pipe shall be C-900 and/ or C-909 and PE pipe shall comply with AWWA Specifications C-906-90 , these contract specifications , and per Indian River County Department of Utility Services Standards and . Specifications . The Contractor shall clearly specify the one used on the bid . PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION 01000 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01000 Summary Of Work . doc SECTION 01025 MEASUREMENT AND PAYMENT FOR UNIT PRICE CONTRACTS 1 . 01 GENERAL Measurement and payment will be based upon work completed and accepted in accordance with the Contract Documents . No separate payment will be made for excavation , trenching dewatering , backfilling , leakage tests , surveying , density tests , or other incidental items of work not shown in the Agreement. 1 . 02 EQUIPMENT AND MATERIALS IN STORAGE Partial payment for materials and equipment in proper storage at the site of the work or other approved storage site will be made for those items for which the Contractor has submitted paid invoices to the Engineer. The partial payment for stored materials will be 50 % of the value of materials and equipment , based on receipted bills , furnished but not incorporated in the work , as determined by Engineer. 1 . 03 MEASUREMENT A . Mobilization : Measurement shall be on a lump sum unit price basis , and shall be limited to the following maximum amounts : ORIGINAL CONTRACT AMOUNT ($ ) MAXIMUM AMOUNT OF FROM MORE THAN TO AND INCLUDING ITEM FOR MOBILIZATION 0 100 , 000 39000 100 , 000 5009000 15 , 000 500 , 000 110009000 30 , 000 19000 , 000 210009000 607000 21000, 000 31000 , 000 909000 310007000 410009000 1207000 41000, 000 510009000 1259000 59000, 000 61000 , 000 150 , 000 61000 , 000 79000 , 000 175 , 000 79000 , 000 10 , 000 , 000 200 , 000 10 , 0007000 ------------- 250 , 000 Should the lump sum price bid for the item Mobilization exceed the maximum permissible amount for this item , as specified herein , the bid price will be reduced to the maximum permissible amount , and the reduced price will be used in correctly determining the total price for comparison of bids received . The cost of video taping the pre-construction condition shall be included in the lump-sum cost of mobilization . B . Pipe : Measurement for payment for pipe shall be per linear foot for each size pipe installed . Pipe will be measured along the centerline of the pipe installed (including driveway bores ) . No deduction will be made for the length 01025- 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01025 Measurement and Payment. doc of valves and fittings installed in the line . Where the measurement terminates at a valve , bend , tee , or other fitting , the centerline of the valve or fitting shall be the point of termination . All required pipe lining , coating , encasement material ( remove see "J " below) , restraining devices , and thrust blocks shall be included in the cost of the pipe . C . Fittings : Measurement of cast iron and ductile iron fittings shall be on the basis of weight ( in tons ) . The weights used to determine the quantity installed shall be the weights of the appropriate fittings as listed in the supplier' s invoice or catalog . When mechanical joint fittings are required , the weight of the gland bolts and gaskets shall not be added to the listed weight of the fittings . Where flanged fittings are furnished , the weight of the bolts and gaskets shall not be included . D . Gate Valves and Tapping Valves : Measurement shall be on the basis of furnishing and installing each type and size of valve (and tapping sleeve , if applicable) required , including the valve box, cover, and other associated items . E . Fire Hydrant Assembly : Measurement of fire hydrant assembly shall be for the actual number (each ) constructed in accordance with the Plans and Specifications , or as directed by the Engineer, at the unit price bid for the item " Fire Hydrant Assembly, " scheduled in the Form of Proposal . The unit price for " Fire Hydrant Assembly" shall include cutting bituminous paving , removal of paving courses and curb if required , excavation , furnishing and installation fe of 10 ' (6" ) D . I . P . water main , dry-barrel traffic hydrant , concrete foundations for hydrant , fitting , tapping sleeve and valve if required , one ( 1 ) 6 " diameter gate valve , concrete thrust block (reaction backing ) for fire hydrant, backfill , blue reflective markers , all materials , equipment, labor and all else necessary therefore and incidental thereto . All areas shall be restored to equal or better condition as determined by the Engineer. F . Water Service : Measurement of service connections for payment shall be for each service installed either short or long or single or double . Measurement of water service lateral shall include furnishing and construction of piping and appurtenances to carry and distribute water from the water main to the edge of the Right-of-Way for future service to individual property owners . The work shall include , but shall not be limited to , cutting of existing pavement where required , jack and bore of existing pavement where required , sleeve , excavation , installation (of pipe , meter boxes , connections and associated appurtenances ) , backfilling , testing , disinfection , and all restoration in kind . The services shall be of a type and size specified , and shall be constructed in accordance with these Plans and Specification , or as directed by the Engineer. G . PE Horizontal Directional Bore : Measurement for payment for directional bore shall be per linear foot for each size installed . Measurement of PE horizontal directional bore shall include all material ( including each size PE pipe ) , equipment , supplies , fuel , labor, sheeting and bracing , jacking and boring pits ( if required ) , excavation , dewatering , backfilling , compaction , mechanical fittings , restoration , furnishing and installing PE pipe . Wedge type 01025-2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01025 Measurement and Payment.doc split stainless steel inserts shall be used for mechanical fittings on 4" and 6" diameter pipe . A fuse welded mechanical joint adapter kit shall be used for mechanical fittings on 12" diameter pipe . Missing 8" & 10" pipes H . Driveway Bore : Measurement for payment for driveway bore shall be per linear foot. Measurement of Driveway Bore shall include equipment , supplies , fuel , labor, sheeting and bracing , excavation , dewatering , backfilling , compaction , mechanical fittings , restoration , furnishing and installing pipe . Measurement of Driveway Bore does not include the actual pipe installed . Installed pipe quantities for driveway bores are covered in Section 1 . 03 . 13 , I . Concrete Sidewalk and Driveway Replacement : Measurement of concrete for sidewalk and driveway replacement shall be computed using the linear feet, as measured along the pipe , or sidewalk and/or driveway removed and replaced on a square yard basis as a result of Contractor's operations . Minimum widths of replacement shall be as described in specifications or as shown on the plans . No separate payment will be made for saw cutting , excavation , formwork , reinforcing , or other work or materials required in connection with concrete construction . J . Concrete Encasement: Measurement of concrete for encasement shall be on the basis of the number of cubic yards of concrete installed , except that the maximum allowable quantity of concrete installed shall not exceed the values given below: • Pipe Size ( Inches ) Max. Concrete for Encasement (CY/LF of Pipe ) 6 0 . 09 8 0 . 10 10 0 . 11 12 0 . 12 K. Asphaltic Pavement Replacement: Measurement of asphalt pavement replacement shall be computed using the linear feet as measured along the pipe of asphalt removed and replaced as a result of Contractor' s operations . Minimum width of replacement shall be as described in the specifications or as shown on the plans . Unit price shall include saw cutting , base and subgrade materials , compaction , etc. L . Grassing : Measurement of grassing (seed or sod ) shall be computed using the linear feet, as measured along the water main pipe , or grassed area disturbed and restored on a square yard basis as a result of Contractor's operations . The entire width of the disturbed area shall be grassed . Payment shall include all necessary grading , soil preparation , seeding , sodding , fertilizer, mulch , and irrigation . This pay item does not include grassing over disturbed areas associated with installation of water service . Grassing over water service will be a part of the pay item for installing water service (see section F above ) . 01025-3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01025 Measurement and Payment. doc 1 . 04 . PAYMENT Payment will be made at the respective contract unit for each item shown in the Agreement , installed and accepted , which price and payment shall constitute full compensation for furnishing all materials and performing all work in connection therewith and incidental thereto . No separate payment will be made for the preparation of record drawings . Engineer shall determine the quantity of each item used . 1 . 05. RESTORATION OF DAMAGED SURFACES , STRUCTURES AND PROPERTY Where pavement, trees , shrubbery, fences , or other property or surface structures not designated as pay items have been damaged , removed , or disturbed by the Contractor, whether deliberately or through failure to carry out the requirements of the Contract Documents , state laws , municipal ordinances , or the specific direction of the Engineer, or through failure to employ usual and reasonable safeguards , such property and surface structures shall be replaced or repaired at the expense of the Contractor to a condition equal to that before work began within a time frame approved by the Engineer. END OF SECTION 01025-4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01025 Measurement and Payment. doc SECTION 01060 REGULATORY REQUIREMENTS AND NOTIFICATION PART 1 -- GENERAL 1 . 01 PERMITS REQUIRED A. Florida Department of Environmental Protection : The general permit from the Florida Department of Environmental Protection ( FDEP ) for the project is being obtained . B . INDIAN RIVER COUNTY: The Contractor, along with the IRCDUS , must obtain right-of-way permit(s ) from Indian River County prior to initiating construction . It typically requires one-week processing time to receive a right-of-way permit. There is no processing fee for the permit. One set of construction plans must be submitted along with a permit application to the Indian River County Engineering Department. Some of the conditions of the County right-of-way permits are as follows : 1 . Applicant shall not begin construction of any kind in the County right-of-way prior to application and issuance of a valid permit by Indian River County. 2 . Any area disturbed in the County right-of-way must be restored by applicant to a condition equal to or better than existing just prior to construction , including but not limited to compaction , grading , paving , seeding and mulching , sodding , etc. , as the case may be . The quality of construction , materials , and workmanship shall be in accordance with County standards . All disturbed areas shall be restored within 48 hours after excavation . 3 . Applicant shall notify the County Engineering Division at least 48 hours prior to the placement of concrete , paving of asphalt, installation of culverts , or backfilling of trenches , so that the County may inspect installations as necessary. Applicant shall further notify the County Engineering Department in writing of its request for final inspection and approval at the completion of the permitted activity. 4 . The applicant shall assume responsibility for all maintenance , replacement , or removal of any right-of-way improvement authorized by this permit; and applicant further agrees by acceptance of this permit to indemnify and save harmless the County, its officers , employees , or agents , from any damages , claims , causes of action , or losses , whether for personal injury, loss of life or property damage , arising from the actions or omissions of applicant, its officers , agents , or employees , associated with the placement , maintenance or removal of installations authorized by 1060 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01060 Regulatory Requirements and Notification .doc this permit. The applicant agrees to use all reasonable care under the given circumstances to assure that members of the traveling public are not unreasonably inconvenienced nor endangered by the activities conducted hereunder, including the use of reflectorized barriers , warning signals , flagmen , or other prudent measures . 5 . The validity of this permit is contingent upon applicant obtaining necessary permits from any other agencies having jurisdiction . Issuance of this permit does not relieve applicant of liability for trespass to private property. 6 . This permit shall be considered a license only, for the limited purpose of installation , placement, and maintenance of the improvements specified on the face hereof, and does not convey any other right, title , or interest of the County in the subject right-of- way property. 7 . Applicant agrees to remove or alter such installations without objection or cost to the County as the County may direct, at any time and within a reasonable time after receipt of direction by the County Engineer or his authorized representative . 8 . Applicant is cautioned that electrical , water and sewer, or other installations or utilities may be located within the construction area , and applicant shall use diligent efforts to first detect and locate all such installations , and shall coordinate construction with all other lawful users of said right-of-way. Applicant shall be liable in every manner for all damages proximately resulting from its interference with or interruption of services provided by other lawful right-of-way users . 9 . In cases where a concrete driveway is to extend to a paved road , that portion of the driveway from property line to the edge of the road pavement shall be a minimum thickness of six (6 ) inches . If the road is unpaved , the concrete/asphalt driveway shall not extend beyond the property line . C . Other Permits Required : The Contractor is responsible for obtaining any discharge permits that may be required by local drainage districts . 1 .02 NOTIFICATION A. Indian River County: The Contractor is required to notify the Indian River County Utilities Department 48 hours prior to initiating construction (William B . Eubank , Jr. , 772-567-8000 x1827 ) . The Contractor is required to notify the Indian River County Road and Bridge Department 72 hours prior to blocking any County roads or detouring any traffic (Jim Davis , P . E . , 772- 567-8000 , Extension 245 ) . 1060 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01060 Regulatory Requirements and Notification .doc B . Utility Companies : Contractor shall notify the all utility companies in the area 48 hours prior to initiating construction . Contractor must call for utility locates 48 hours prior to construction . Water and sewer facilities can be located through sunshine state One at 1 -800-432-4770 . C . The Contractor shall give the Engineer not less than seven (7) calendar days notice of the time and place (or places ) where he will start the work . D . When the Contractor's excavating operations encounter prehistoric remains or artifacts of historical or archeological significance , the operations shall be temporarily discontinued in that area and the Engineer shall be notified . The Engineer will consult archaeological authorities and determine the disposition of the remains or artifacts . The Contractor agrees that he will make no claim for additional payment or for extension of time because of any delays in or alteration of his procedure due to removal of any such remains or artifacts . PART 2 - PRODUCTS Not applicable PART 3 - EXECUTION Not applicable END OF SECTION 1060 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01060 Regulatory Requirements and Notification . doc SECTION 01090 REFERENCE STANDARDS PART 1 -- GENERAL 1 .01 REQUIREMENTS INCLUDED Abbreviations and acronyms used in Contract Documents to identify reference standards . 1 . 02 QUALITY ASSURANCE A. Application : When a standard is specified by reference , comply with requirements and recommendations stated in that standard , except when requirements are modified by the Contract Documents , or applicable codes establish stricter standards . B . Publication Date : The publication in effect on the date of issue of Contract Documents , except when a specific publication date is specified . 1 . 03 ABBREVIATIONS , NAMES , AND ADDRESSES OR ORGANIZATIONS A. Obtain copies of reference standards direct from publication source , when needed for proper performance of work, or when required for submittal by Contract Documents . B . The following , as appropriate to project , is a list of referenced standards and their mailing addresses for requesting copies of standards : AA Aluminum Association 818 Connecticut Avenue , NW Washington , D . C . 20006 AABC Associated Air Balance Council 1000 Vermont Avenue , NW Washington , D . C . 20005 AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, NW Washington , D . C . 20001 ACI American Concrete Institute Box 19150 Redford Station Detroit , MI 48219 ADC Air Diffusion council 435 North Michigan Avenue Chicago , IL 60611 01090 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01090 Reference Standards .doc Al Asphalt Institute Asphalt Institute Building College Park , MD 20740 AISC American Institute of Steel Construction 1221 Avenue of the Americas New York , NY 10020 AISI American Iron and Steel Institute 100016 th Street, NW Washington , D . C . , 20036 AMCA Air Movement and Control Association 30 West University Drive Arlington Heights , IL 60004 ANSI American National Standards Institute 1430 Broadway New York , NY 10018 ARI Air Conditioning and Refrigeration Institute 1815 North Fort Myer Drive Arlington , VA 22209 ASHRAE American Society of Heating , Refrigeration and Air Conditioning Engineers 345 East 47th Street New York, NY 10017 ASME American Society of Mechanical Engineers 345 East 47th Street New York , NY 10017 ASPA American Sod Producers ' Association Association Building Ninth and Minnesota Hastings , NE 68901 ASSE American Society of Sanitary Engineers 960 Illuminating Building Cleveland , OH 44113 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia , PA 19103 AWI Architectural Woodwork Institute 2310 South Walter Reed Drive Arlington , VA 22206 AWPA American Wood- Preservers Association 7735 Old Georgetown Road Bethesda , MD 20014 01090 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01090 Reference Standards .doc AWS American Welding Society 2501 NW 7th Street Miami , FL 33125 AWWA American Water Works Association 6666 W . Quincy Avenue Denver, CO 80235 CDA Copper Development Association 57t Floor, Chrysler Building 405 Lexington Avenue New York, NY 10017 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue Washington , D . C . 20036 CRSI Concrete Reinforcing Steel Institute 180 North LaSalle Street, Suite 2110 Chicago , IL 60601 FDOT Florida Department of Transportation Haydon Burns Building 605 Suwannee Street Tallahassee , FL 32301 FM Factory Mutual System 1151 Boston-Providence Turnpike Norwood , MA 02062 FS Federal Specifications General Services Administration Specifications and Information Distribution Section (WFSIS ) Washington Navy Yard , Bldg . 197 Washington , D . C . 20407 GA Gypsum Association 1603 Orrington Avenue Evanston , IL 60201 MFMA Maple Flooring Manufacturers Association 2400 East Devon , Suite 205 Des Plaines , IL 60018 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia , PA 19120 MLSFA Metal Lath / Steel Framing Association 221 North LaSalle Street Chicago , IL 60601 01090 - 3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01090 Reference Standards .doc NAAMM National Association of Architectural Metal Manufacturers 10 221 North LaSalle Street Chicago , IL 60601 NEBB National Environmental Balancing Bureau 8224 Old Courthouse Road Vienna , VA 22180 NEMA National Electrical Manufacturers Association 2101 L Street , NW Washington , D . C . 20037 NFPA National Fire Protection Association 470 Atlantic Avenue Boston , MA 02210 NFPA National Forest Products Association 1619 Massachusetts Avenue , NW Washington , D . C . 20036 NOFMA National Oak Flooring Manufacturers Association 804 Sterick Building Memphis , TN 38103 NSF National Sanitation Foundation NSF Building 3475 Plymouth Road Ann Arbor, MI 48106 NSWMA National Solid Waste Management Association 1120 Connecticut Avenue , NW Washington , D . C . 20036 NTMA National Terrazzo and Mosaic Association 3166 Des Plaines Avenue Des Plaines , IL 60018 PCA Portland Cement Association 5420 Old Orchard Road Skokie , IL 20076 PCI Prestressed Concrete Institute 20 North Wacker Drive Chicago , IL 60606 PS Product Standard U . S . Department of Commerce Washington , D . C . 20203 RCSHSB Red Cedar Shingle and Handsplit Shake Bureau 515116 th Avenue Bellevue , WA 98004 01090 - 4 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01090 Reference Standards . doc SDI Steel Deck Institute Box 3812 St . Louis , MO 63122 SDI Steel Door Institute 712 Lakewood Center North Cleveland , OH 44107 SIGMA Sealed Insulating Glass Manufacturers Association 111 East Wacker Drive Chicago , IL 60601 SJI Steel Joint Institute 1703 Parham Road , Suite 204 Richmond , VA 23229 SMACNA Sheet Metal and Air Conditioning Contractors National Association 8224 Old Courthouse Road Vienna , VA 22180 TCA Technical Aid Series Construction Specifications Institute 1150 Seventeenth Street, NW Washington , D . C . 20036 TCA Tile Council of America , Inc. Box 326 Princeton , NJ 08540 UL Underwriters Laboratories , Inc . 333 Pfingston Road Northbrook, IL 60062 PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable END OF SECTION 01090 - 5 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01090 Reference Standards .doc SECTION 01152 APPLICATIONS FOR PAYMENT PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED Submit Applications for Payment to IRCDUS 's Engineer ( Engineer) in accordance with the schedule established by Conditions of the contract and Agreement between Owner and Contractor. 1 .02 RELATED REQUIREMENTS A. In other parts of the Construction Documents : 1 . Agreement between Owner and Contractor 2 , General Conditions of the Contract 3 , Article 14 — Payments to Contractor and Completion B . Specified in Other Sections : 1 . Section 01000 : Summary of Work 2 , Section 01700 : Contract Closeout 1 . 03 FORMAT AND DATA REQUIRED A. Submit itemized applications typed in a format approved by Engineer. All applications for payment must be numbered , dated , and signed by the Contractor. B . Provide itemized data on payment application (format, schedules , line items and values accepted by Engineer) . 1 . 04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form : 1 . Fill in required information , including that for Change Orders executed prior to the date of submittal of application 2 . Fill in summary of dollar values 3 . Execute certification with the signature of a responsible officer of the contract firm 4 . Have resident project representative review and sign application prior to submission to Engineer 01152 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01152 Applications for Payment.doc i 1 . 05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A . When the Owner or the Engineer requires substantiating data , Contractor shall submit suitable information , with a cover letter identifying : 1 . Project 2 . Application number and date 3 . Detailed list of enclosures 4 . For stored products : a . Item number and identification b . Description of specific material B . Submit one copy of data and cover letter for each copy of application . 1 . 06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Application for payment is required for progress payments B . Only one application will be acceptable in any one month 1 .07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to Engineer at the time stipulated in the Agreement B . Number: Four copies of each progress Application C . When Engineer finds the Application properly completed and correct, he will transmit the applications for payment to the Owner. PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION 01152 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01152 Applications for Payment.doc SECTION 01153 CHANGE ORDER PROCEDURES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDE A. Promptly implement Change Order Procedures 1 . Provide full written data required to evaluate changes . 2 . Maintain detailed records of work done on a time-and- material/force account basis . 3 . Provide full documentation to Engineer on request. B . Designate in writing the member of Contractor's organization : 1 . Who is authorized to accept changes in the Work 2 . Who is responsible for informing others in the contractor's employ of the authorization of changes in the Work . C . Owner will designate in writing the person who is authorized to execute Change Orders . . 1 . 02 RELATED REQUIREMENTS A. The amount of established unit prices . B . Conditions of the Contract: 1 . Methods of determining cost or credit to owner resulting from changes in Work made on a time-and-materials basis . 2 . Contractor's claims for additional costs . C . Section 01152 : Applications for payment. D . Section 01311 : Construction schedules . E . Section 01370 : Schedule of Values . F . Section 01720 : Project Record Documents . 1 . 03 DEFINITIONS A . Change Order: See General Conditions 01153 - 1 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01153 Change Order Procedures.doc 1 . 04 PRELIMINARY PROCEDURES A . Owner or Engineer may initiate changes by submitting a proposal Request to Contractor. Request will include the following : 1 . Detailed description of the Change , Products , and location of the change in the Project . 2 . Supplementary or revised Drawings and Specifications . 3 . The projected time span for making the change , and a specific statement as to whether overtime work is , or is not , authorized . 4 . A specific period of time during which the requested price will be considered valid . 5 . Such request is for information only , and is not an instruction to execute the changes , nor to stop work in progress . B . Contractor may initiate changes by submitting a written notice to Engineer, containing : 1 . Description of the proposed changes 2 . Statement of the reason for making the changes . 3 . Statement of the effect on the Contract Sum and the Contract Time . 4 . Statement of the effect on the work of separate contractors . 5 . Documentation supporting any changes in Contract Sum or Contract Time , as appropriate . 1 . 05 CONSTRUCTION CHANGE AUTHORIZATION A. In lieu of Proposal Request, Engineer may issue a "Work Directive Change" for Contractor to proceed with a change for subsequent inclusion in a Change Order. B . Authorization will describe changes in the work , both additions and deletions , with attachments of revised Contract Documents to define details of the change . C . Owner and Engineer will sign and date the Work Directive Change as authorization for the Contractor to proceed with the Changes . 1 .06 DOCUMENTATION OF PROPOSALS AND CLAIMS A . Support each quotation for a lump sum proposal , and for each unit price , which has not previously been established , with sufficient substantiating data to allow Engineer to evaluate the quotation . B . On request , provide additional data to support time and cost computation including the following : 1 . Labor required . 01153 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01153 Change Order Procedures. doc 2 . Equipment required . 3 . Products required : a . Recommended source of purchase and unit cost . b . Quantities required . 4 . Taxes , insurance bonds . 5 . Credit for work deleted from Contract , similarly documented . 6 . Overhead and profit . 7 . Justification for any change in Contract Time . C . Support each claim for additional costs , and for work done on a time-and - material / force account basis , with documentation as required for a lump sum proposal , plus the following additional information : 1 . Name of the Owner's authorization agent who ordered the work , and date of the order. 2 . Dates and time work performed , and by whom . 3 . Time record , summary of hours worked , and hourly rates paid . 4 . Receipts and invoices for: a . Equipment used , listing dates and times of use . b . Products used , listing quantities . C, Subcontracts . D . Document requests for substitutions for Products as specified in Section 01600 . . 1 . 07 PREPARATION OF CHANGE ORDERS A. Engineer will prepare each Change Order, B . Form : Change Order format provided in the Contract Documents . C . Change Order will describe changes in the Work , both additions and deletions , with attachments of revised Contract Documents to define details of change . D . Change Order will provide an accounting of the adjustment in the Contract Sum and in the Contract Time . 1 . 08 LUMP SUM / FIXED PRICE CHANGE ORDER A. Content of Change Orders will be based on either: 1 . Engineer's Proposal Request and Contractor's responsible Proposal as mutually agreed upon between Owner and Contractor. 2 . Contractor's Proposal for a change , as recommended by Engineer. B . Owner and Engineer will sign and date the Change Order as authorization for the contractor to proceed with the changes . C . Contractor shall sign and date the Change Order to indicate agreement with the terms therein . 01153 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01153 Change Order Procedures. doc 1 . 09 UNIT PRICE CHANGE ORDER A . Content of Change Orders will be based on , either: 1 . Engineer definition of the scope of the required changes . 2 . Contractor's Proposal for a change , as recommended by Engineer. 3 . Survey of completed work B . The amount of the unit prices shall be : 1 . Those stated in the Agreement. 2 . Those mutually agreed upon between Owner and Contractor. C . When quantities of each of the items affected by the Change Order can be determined prior to start of the work : 1 . Owner and Engineer will sign and date the Change Order as authorization for Contractor to proceed with the changes . 2 . Contractor shall sign and date the Change Order to indicate agreement with the terms therein . D . When quantities of the items cannot be determined prior to start of the work : S1 . Engineer or Owner will issue a Change Order directing Contractor to proceed with the change on the basis of unit prices , and will cite the applicable unit prices . 2 . At completion of the change , Engineer will determine the cost of such work based on the unit prices and quantities used . a . Contractor shall submit documentation to establish the number of units of each item and any claims for a change in Contract Time . 3 . Engineer will sign and date a second Change Order to establish the change in Contract Sum and in Contract Time , 4 . Owner and Contractor will sign and date the second Change Order to indicate their agreement with the terms therein . 1 . 10 TIME AND MATERIAL / FORCE ACCOUNT CHANGE ORDER / CONSTRUCTION AUTHORIZATION A. Engineer and Owner will issue a Work Directive Change directing Contractor to Proceed with the changes on a time-and - material / force account basis . B . At completion of the change , Contractor shall submit itemized accounting and supporting data as provided in the Article " Documentation of Proposals and Claims" of this section . 01153 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01153 Change Order Procedures.doc C . Engineer will determine the allowable cost of such work , as provided in General Conditions and Supplementary Condition . D . Engineer will sign and date the Change Order to establish the change in Contract Sum and in Contract Time . E . Owner and Contractor will sign and date the Change Order to indicate their agreement therein . 1 . 11 CORRELATION WITH CONTRACTOR' S SUBMITTALS A . Contractor shall periodically revise Schedule of Values and Request for Payment forms to record each change as a separate item of Work , and to record the adjusted Contract Sum . B . Contractor shall periodically revise the Construction Schedule to reflect each change in Contract Time . 1 . Revise sub-schedules to show changes for other items of work affected by the changes . C . Upon completion of work under a Change Order, enter pertinent changes in Record Documents . . PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable END OF SECTION 01153 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01153 Change Order Procedures .doc SECTION 01201 PRE -CONSTRUCTION CONFERENCE PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A . Engineer shall schedule and administer the preconstruction conference and shall perform the following duties : 1 . Prepare agenda for meeting . 2 . Give notice of meeting three days in advance of meeting date . 3 . Make physical arrangements for meeting . 4 . Preside at meeting . 5 . Record the minutes that shall include all significant proceedings and decisions . 6 . Reproduce and distribute copies of minutes within fifteen ( 15 ) working days after meeting . Minutes shall be distributed to all participants in the meeting and to all parties affected by decisions made at the meeting . 1 . 02 RELATED REQUIREMENTS . A. Section 01000 : Summary of Work . B . Section 01311 : Construction Schedule . C . Section 01340 : Shop Drawings , Product Data and Samples . D . Section 01720 : Project Record Documents , 1 . 03 PRECONSTRUCTION CONFERENCE A . Engineer will schedule meeting with Contractor, Owner, and other affected parties . B . Location of the preconstruction meeting : The project site or a nearby office to be selected by Owner/Engineer. C . Attendance : 1 . Owner/Owner' s representative . 2 . Engineer/Engineer's representative and his professional consultant. 3 . Contractor/Contractor' s superintendent . 4 . Local utilities representatives . 5 . Local government agencies representative . D . Agenda : 01201 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01201 Preconstruction Conference .doc 1 . Record of Attendance . 2 , Project Summary Description , 3 , Local Utilities to be affected . a . Water lines b . Sewer lines C. Gas lines d . Telephone lines e . Cable TV lines f. Electric lines g . Highways h . Railroads 4 , Contractor Responsibilities : a . Start date b . Completion date C, Liquidated damages d . Contract amount e . Work schedule f. Space utilization g . Rights-of-Way occupancy h . Progress Payment Application • i . As- built ( Records/Drawings ) j . Photographs k . Shop drawings I . Subcontractors M . Project coordination n . Guarantee , Warranties , Maintenance Manuals 5 , Owner Responsibilities : a . Property and right-of-way purchase b . Monthly meetings C. Special meetings d . Partial and final payment e . Change Orders f. Periodic site visits g . Public announcements and public relations h . Project acceptance 6 . Engineer Responsibilities : a . Technical representative of Owner b . Interpreter of contract documents C' Periodic inspections of job progress d . Reviews partial and final payment applications • e . Prepares Change Orders f. Checks and approves shop drawings 01201 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01201 Preconstruction Conference .doc g . Reviews record drawings h . Performs final inspection and issues certificate of completion 7 . Resident Inspector Responsibilities : a . Engineer's and Owner's representative on site b . Review materials and work and reports any deficiencies to Engineer C. Reviews applications for payment d . Works with Contractor on public notification of work items e . Attends progress meetings f. Observes testing work g . Maintains daily diary of work tasks h . Furnishes reports to Engineer as deemed advisable PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable • END OF SECTION i 01201 - 3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01201 Preconstruction Conference .doc SECTION 01311 CONSTRUCTION SCHEDULES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Promptly after award of the Contract, Contractor shall prepare and submit to the Engineer estimated construction progress for the Work , with sub-schedules of related activities that are essential to its progress . B . Coordinate the work and scheduling with and around other contractors and individual trades performing work on the Project . C . Submit revised progress schedules with each application for payment . D . Progress Schedule shall become part of Contract Documents after approval by Engineer. 1 . 02 RELATED REQUIREMENTS A . In other parts of the Contract Documents : 1 , General Conditions : a . Articles 2 and 6 — Schedules , Reports , and Records b . Sections 6 . 1 and 6 . 2 — Supervision by Contractor C' Article 15 — Supervision of Work, Termination , and Delay B . Specified in other sections : 1 . Section 01000 : Summary of Work 2 , Section 01201 : Preconstruction Conference 3 . Section 01340 : Shop Drawings , Product Data , and Samples 1 . 03 FORM OF SCHEDULES A . Prepare schedules in the form of a horizontal bar chart as follows : 1 . Provide separate horizontal bar for each trade or operation 2 . Horizontal time scale : Identify the first work day of each week . • 01311 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01311 Construction Schedules.doc • 3 . Scale and spacing : To allow space for notations and future revisions . 4 . Minimum sheet size : 11 " x17" B . Format of listings : The chronological order of the start of each item of work . C . Identification of listings : By major specification section numbers . 1 . 04 CONTENT OF SCHEDULES A . Construction Progress Schedule shall : 1 . Show the complete sequence of construction by activity. 2 . Show the dates for the beginning and completion of each major element of construction ; specifically list : a . Subcontractor work b . Utility construction C, Restoration 3 . Show projected percentage of completion for each item , as of the first day of each month . • 1 . 05 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission B . Show changes occurring since previous submission of Schedule : 1 . Major changes in scope . 2 . Activities modified since previous submission . 3 . Revised projections of progress and completion . 4 . Other identifiable changes . C . Provide a narrative report as needed to define : 1 . Problem areas , anticipated delays , and the impact on the schedule . 2 . Corrective action recommended , and its effect. 3 . The effect of changes on schedules of other prime contractors . 1 . 06 SUBMISSIONS Submit initial schedules within ten ( 10) days after award of Contract; Engineer will review schedules for information only . A . Submit revised progress schedules with each application for payment . 01311 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01311 Construction Schedules .doc B . Submit the number of opaque reproductions that the Contractor requires , plus two (2 ) additional copies ; one for Owner and one for Engineer. 1 . 06 DISTRIBUTION A. Distribute copies of approved schedules to : 1 . Job site file 2 . Subcontractors 3 . Other concerned parties B . Instruct recipients to report promptly to the Contractor, in writing , any problems anticipated by the projections shown in the schedule . PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable END OF SECTION • 01311 - 3 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01311 Construction Schedules . doc SECTION 01340 SHOP DRAWINGS , PRODUCT DATA AND SAMPLES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Submit Shop Drawings , Product Data , Samples and Certificates required by the Contract Documents . B . Review and approval by Contractor of submitted material . 1 . 02 RELATED REQUIREMENTS A. In other parts of the Contract Documents : 1 . Definitions and Additional Responsibilities of Parties : a . General Conditions of the Contract ( 1 ) Sections 6 . 23 — 6 . 28 : Shop Drawings B . Specified in other sections : 1 . Section 01311 : Construction Schedules , 2 , Section 01720 : Record Documents C . Designate in the construction schedule , or in separate coordinated schedule , the dates for the submission and the dates that reviewed Shop Drawings , Product Data and Samples will be needed . 1 . 03 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner. 1 . Details shall be identified by reference to sheet and detail of schedule shown on Contract Drawings . B . Minimum sheet size : Manufacturer's standard ; adequate to clearly illustrate . • 01340 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples .doc 1 . 04 PRODUCT DATA A. Preparation : 1 . Clearly mark each copy to identify applicable products , models , options , and other data . 2 . Show performance characteristics and capacities . 3 . Show dimensions and clearances required . 4 . Show wiring or piping diagrams and controls . B . Manufacturer's standard schematic drawings and diagrams : 1 . Modify drawings and diagrams to delete information that is not applicable to the work. 2 . Supplement standard information to provide information specifically applicable to the work . 3 . Include manufacturer's installation instructions when required by the Specifications Section . 1 . 05 SAMPLES A . Office Samples : Limit to items requiring color, pattern and similar selections and shall be sufficient size and quantity to clearly illustrate : 1 . Full range of color, texture and pattern 2 . Submit samples for selection of finishes within sixty (60 ) days after date of Agreement, or when directed by Engineer. B . Field Samples and Mock-ups : 1 . Functional characteristics of the product, with integrally related parts and attachment devices . 2 . Contractor shall erect, at the Project Site , at a location acceptable to the Engineer 3 . Size of Area : that specified in the respective specification section . 4 . Fabricate each sample and mockup complete and finished . 5 . Include identification on each sample , giving full information . 6 . Remove samples at conclusion of Work , or when acceptable to the Engineer. 40 01340 - 2 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings, Product Data and Samples .doc 1m0 MANUFACTURER' S CERTIFICATES A. Submit Certificates , in duplicate , in accordance with requirements of each specification section . 1 . 07 CONTRACTOR RESPONSIBILITIES A. Review Shop Drawings , Product Data and samples prior to submission . B . Determine and verify: 1 . Field measurements 2 . Field construction criteria 3 . Catalog numbers and similar data 4 . Conformance with specifications C . Coordinate each submittal with requirements of the work and of the Contract Documents , D . Notify the Engineer in writing at the time of submission of ANY AND ALL DEVIATIONS in the submittals from requirements of the Contract Documents . All of the Contractor's comments and notations shall be in red ink . E . Begin no fabrication of work that requires submittals until return of submittals with Engineer's approval . 1 . 08 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule , and in such sequence as to cause no delay in the work of any other Contractor. B . Number of submittals required : 1 . Shop Drawings : Submit the number of opaque reproductions that the contractor requires , plus four (4) copies that will be retained by the Engineer. 2 . Product Data : Submit the number of copies that the Contractor requires , plus four (4) that will be retained by the Engineer. 3 . Samples : Submit the number stated in each specification section . C . Submittals shall contain : 1 . The date of submission and the dates of any previous • submissions . 01340 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples. doc 2 . The project title and number 3 . Contract identification 4 . The name of: a . Contractor b . Supplier C, Manufacturer 5 . Identification of the project, with specification section number. 6 . Field dimensions , clearly identified as such . 7 . Relation to adjacent or critical features of the Work or materials . 8 . Applicable standards , such as ASTM or Federal Specification numbers . 9 . Identification of deviations from Contract Documents 10 . Identification of revisions on resubmittals . 11 . An 8 " x 3" blank space for Contractor and Engineer stamps 12 . Contractor's stamp or review and approval , initialed or signed , certifying to review of initialed or signed , certifying to review of submittal , verification of products , field measurements and field construction criteria , and coordination of the information within the submittal with requirements of the work and of Contract Documents . • 1 . 09 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the Engineer and resubmit until approved . B . Shop Drawings and Product Data : 1 . Revise initial drawings or data , and resubmit as specified for initial submittal . 2 . Indicate any changes that have been made other than those requested by the Engineer. C . Samples : Submit new samples as required for initial submittal . 1 . 10 DISTRIBUTION A . Distribute reproductions of Shop Drawings and copies of Product Data which carry the Engineer's stamp or review to : 1 . Job site file . 2 . Record Documents file . 3 . Other affected contractors 4 . Subcontractors 5 . Supplier or fabricator • 01340 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\131d docs\specs\01340 Shop Drawings , Product Data and Samples. doc MINE B . Distribute samples that carry the Engineer's stamp of approval as directed by the Engineer. 1 . 11 ENGINEER' S DUTIES A. Review submittals with reasonable promptness and in accordance with schedule . B . Affix stamp and initials / signature , and indicate requirements for resubmittal , or review without comments of submittal . All of Engineer's comments shall be made in green ink . C . Return submittals to Contractor for distribution , or for resubmission . PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable END OF SECTION i 01340 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples.doc • SECTION 01340 SHOP DRAWINGS , PRODUCT DATA AND SAMPLES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Submit Shop Drawings , Product Data , Samples and Certificates required by the Contract Documents . B . Review and approval by Contractor of submitted material . 1 . 02 RELATED REQUIREMENTS A. In other parts of the Contract Documents : 1 . Definitions and Additional Responsibilities of Parties : a . General Conditions of the Contract ( 1 ) Sections 6 . 23 — 6 . 28 : Shop Drawings B . Specified in other sections : 1 . Section 01311 : Construction Schedules . 2 . Section 01720 : Record Documents C . Designate in the construction schedule , or in separate coordinated schedule , the dates for the submission and the dates that reviewed Shop Drawings , Product Data and Samples will be needed . 1 . 03 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner. 1 . Details shall be identified by reference to sheet and detail of schedule shown on Contract Drawings . B . Minimum sheet size : Manufacturer's standard ; adequate to clearly illustrate . 01340 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples.doc • 1 . 04 PRODUCT DATA A . Preparation : 1 . Clearly mark each copy to identify applicable products , models , options , and other data . 2 . Show performance characteristics and capacities . 3 . Show dimensions and clearances required . 4 . Show wiring or piping diagrams and controls . B . Manufacturer's standard schematic drawings and diagrams : 1 . Modify drawings and diagrams to delete information that is not applicable to the work. 2 . Supplement standard information to provide information specifically applicable to the work . 3 . Include manufacturer's installation instructions when required by the Specifications Section . 1 . 05 SAMPLES A. Office Samples : Limit to items requiring color, pattern and similar selections and shall be sufficient size and quantity to clearly illustrate : 1 . Full range of color, texture and pattern 2 . Submit samples for selection of finishes within sixty (60) days after date of Agreement, or when directed by Engineer. B . Field Samples and Mock-ups : 1 . Functional characteristics of the product , with integrally related parts and attachment devices . 2 . Contractor shall erect, at the Project Site , at a location acceptable to the Engineer 3 . Size of Area : that specified in the respective specification section . 4 . Fabricate each sample and mockup complete and finished . 5 . Include identification on each sample , giving full information . 6 . Remove samples at conclusion of Work , or when acceptable to the Engineer. 01340 - 2 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings, Product Data and Samples.doc 1 . 06 MANUFACTURER' S CERTIFICATES A. Submit Certificates , in duplicate , in accordance with requirements of each specification section . 1 .07 CONTRACTOR RESPONSIBILITIES A. Review Shop Drawings , Product Data and samples prior to submission . B . Determine and verify: 1 . Field measurements 2 . Field construction criteria 3 . Catalog numbers and similar data 4 . Conformance with specifications C . Coordinate each submittal with requirements of the work and of the Contract Documents . D . Notify the Engineer in writing at the time of submission of ANY AND ALL DEVIATIONS in the submittals from requirements of the Contract Documents . All of the Contractor' s comments and notations shall be in red ink . E . Begin no fabrication of work that requires submittals until return of submittals with Engineer's approval . 1 .08 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule , and in such sequence as to cause no delay in the work of any other Contractor. B . Number of submittals required : 1 . Shop Drawings : Submit the number of opaque reproductions that the contractor requires , plus four (4) copies that will be retained by the Engineer. 2 , Product Data : Submit the number of copies that the Contractor requires , plus four (4 ) that will be retained by the Engineer. 3 . Samples : Submit the number stated in each specification section . C . Submittals shall contain : 1 . The date of submission and the dates of any previous ® submissions . 01340 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples.doc 2 . The project title and number 3 . Contract identification 4 . The name of: a . Contractor b . Supplier C, Manufacturer 5 . Identification of the project, with specification section number. 6 . Field dimensions , clearly identified as such . 7 . Relation to adjacent or critical features of the Work or materials . 8 . Applicable standards , such as ASTM or Federal Specification numbers . 9 . Identification of deviations from Contract Documents 10 . Identification of revisions on resubmittals . 11 . An 8" x 3" blank space for Contractor and Engineer stamps 12 . Contractor's stamp or review and approval , initialed or signed , certifying to review of initialed or signed , certifying to review of submittal , verification of products , field measurements and field construction criteria , and coordination of the information within the submittal with requirements of the work and of Contract Documents , 1 . 09 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the Engineer and resubmit until approved . B . Shop Drawings and Product Data : 1 . Revise initial drawings or data , and resubmit as specified for initial submittal . 2 . Indicate any changes that have been made other than those requested by the Engineer. C . Samples : Submit new samples as required for initial submittal . 1 . 10 DISTRIBUTION A. Distribute reproductions of Shop Drawings and copies of Product Data which carry the Engineer' s stamp or review to : 1 . Job site file . 2 . Record Documents file . 3 . Other affected contractors 4 . Subcontractors 5 . Supplier or fabricator 01340 - 4 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples.doc B . Distribute samples that carry the Engineer's stamp of approval as directed by the Engineer. 1 . 11 ENGINEER' S DUTIES A. Review submittals with reasonable promptness and in accordance with schedule . B . Affix stamp and initials / signature , and indicate requirements for resubmittal , or review without comments of submittal . All of Engineer's comments shall be made in green ink. C . Return submittals to Contractor ` for distribution , or for resubmission . PART 2 -- PRODUCTS Not Applicable PART 3 -- EXECUTION Not Applicable END OF SECTION 01340 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01340 Shop Drawings , Product Data and Samples.doc SECTION 01381 AUDIO-VISUAL DOCUMENTATION PART 1 -- GENERAL 1 . 01 DESCRIPTION OF WORK Prior to commencing the Work , the Contractor shall have a continuous color audio- video tape recording taken along the entire length of the Project to serve as a record of preconstruction conditions . The preconstruction Swale elevations shall be recorded at 100' intervals . 1 . 02 APPROVAL No construction shall begin prior to review and acceptance of the tapes covering the construction area by the Owner' s Engineer, The Engineer shall have the authority to reject all or any portion of videotape not conforming to specifications and order that it be redone at no additional charge . The Contractor shall reschedule unacceptable coverage within five (5 ) days after being notified . The Engineer shall designate those areas , if any , to be omitted from or added to the audio-video coverage . Tape recordings shall not be made more than thirty ( 30 ) days prior to beginning of construction in any area . All tapes and written records shall become property of Owner. The tapes shall be delivered to the Owner as soon as possible after recording . 1 . 03 QUALITY ASSURANCE The Contractor shall engage the services of a professional electrographer. A responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio-video tape documentation shall prepare the color audio-video tapes . PART 2 -- PRODUCTS 2 . 01 GENERAL The Contractor shall furnish all equipment , accessories , materials , and labor to perform this service . 2 . 02 QUALITY The total audio- video system shall reproduce bright , sharp , clear pictures with accurate colors and shall have minimal distortion , tearing , rolls , or other imperfections . The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions . 01381 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01381 Audio-Visual Documentation . doc 2 , 03 CAMERA The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal - to- noise ratio of 45dB , and a minimum illumination requirement of 25- foot candles . 2 .04 TAPES Audio-video tapes shall be new . Reprocessed tapes will not be acceptable . The tapes shall be one- half inch , high energy , extended still frame capable videocassette , shall be interchangeable with the color videocassette player, and shall be compatible for playback with the player- receiver. PART 3 -- EXECUTION 3 . 01 VIDEOTAPING PROCEDURES A . Each tape shall begin with the current date , project name , and municipality , and be followed by the general location ; i . e . , name of street , house address , viewing side , and direction of progress . The audio track shall consist of an original live recording . The recording shall contain the narrative commentary . B . All video recordings must , by electronic means , display continuously and simultaneously generate , with the actual taping , transparent digital information to include the date and time of recording , and station numbers , if shown on the Drawings . The date information shall contain the month , day , and year. The time information shall contain the hour, minute , and second . Additional information shall be displayed periodically . Such information shall include , but not be limited to , project name , contract number , name of street , house address , direction of travel , and the viewing side . The transparent information shall appear on the screen . C . All taping shall be done during times of good visibility . No taping shall be done during precipitation , mist , or fog . The recording shall be done only when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright , sharp video recordings of those subjects . D . The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed 44 feet per minute . Panning , zoom - in , and zoom - out rates shall be sufficiently controlled to maintain a clear view of the object . 01381 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bld docs\specs\01381 Audio-Visual Documentation .doc • E . Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage . Such coverage shall include , but not be limited to , existing driveways , sidewalks , curbs , pavements , ditches , mailboxes , landscaping , culverts , fences , signs , and headwalls within the area covered . F . When conventional wheeled vehicles are used , the distance from the camera lens to the ground shall not be more than twelve ( 12 ) feet . In some instances , audio-video tape coverage may be required in areas not accessible by conventional wheeled vehicles . Such coverage shall be obtained by walking or special conveyance approved by the Engineer. END OF SECTION 01381 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01381 Audio-Visual Documentation .doc SECTION 01410 TESTING LABORATORY SERVICES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Owner may employ and pay for the services of an independent testing laboratory to perform certain specified testing in addition to what is called for in the Contract Documents . Owner shall pay for all additional testing . 1 . Contractor shall cooperate with the laboratory to facilitate the execution of its required services . 2 . Employment of the laboratory shall in no way relieve Contractor' s obligations to perform the work of the Contract . B . Contractor will employ and pay for the services of an independent testing laboratory to perform certain specified testing . All testing described in the contract Documents shall be paid for by the Contractor. 1 . 02 RELATED REQUIREMENTS A. General Conditions of the contract: Inspections and testing required by laws , ordinances , rules , regulations , orders or approvals of public authorities . B . Respective sections of specifications : Certification of Products . 1 . 03 QUALIFICATION OF LABORATORY A . Meet " Recommended Requirements for Independent Laboratory Qualification ," published by American Council of Independent Laboratories . B . Meet basic requirements of ASTM E329 , " Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as Used in Construction . " C . Authorized to operate in the State in which the Project is located . D . Submit copy of report of inspection of facilities made by Materials Reference Laboratory of National Bureau of Standards during the most recent tour of Inspection , with memorandum of remedies of any deficiencies reported by the inspection . 01410 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01410 Testing Laboratory Services .doc E . Testing Equipment: 1 . Calibrated at reasonable intervals by devices of accuracy traceable to either: a . National Bureau of Standards b . Accepted values of national physical constants . 1 . 04 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice . B . Perform specified inspections , sampling , and testing of materials and methods of construction : 1 . Comply with specified standards 2 . Ascertain compliance of materials with requirements of Contract Documents . C . Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products . D . Promptly submit written report of each test and inspection ; one copy each to Engineer, Owner, and Contractor, and one copy to Record Documents File . Each report shall include : 1 . Date issued 2 . Project title and number 3 . Testing laboratory name , address , and telephone number 4 . Name and signature of laboratory inspector 5 . Date and time of sampling or inspection 6 . Record of temperature and weather conditions 7 . Date of test 8 . Identification of product and specification section 9 . Location of sample or test in the Project 10 . Type of inspection or test 11 . Results of tests and compliance with Contract Documents 12 . Interpretation of test results , when requested by Engineer E . Perform additional tests as required by Engineer or the Owner 1 .05 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory in not authorized to : 1 . Release , revoke , alter, or enlarge on requirements of Contract Documents 2 . Approve or accept any portion of the work 01410 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01410 Testing Laboratory Services .doc 3 . Perform any duties of the Contractor 1 .06 CONTRACTOR' S RESPONSIBILITIES A. Cooperate with laboratory personnel , and provide access to work and to manufacturer' s facilities . B . Secure and deliver to the laboratory adequate quantities of representational samples of proposed materials , which require testing . C . Provide to the laboratory the proposed preliminary design mix for concrete , and other material mixes that require control by the testing laboratory . D . Furnish copies of product test reports as required . E . Furnish incidental labor and facilities : 1 . To provide access to work to be tested 2 . To obtain and handle samples at the project site or at the source of the product to be tested 3 . To facilitate inspections and tests 4 . For storage and curing of test samples F . Notify laboratory , in advance of operations to allow for laboratory assignments of personnel and scheduling of tests . PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION 01410 - 3 R\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01410 Testing Laboratory Services .doc SECTION 01510 TEMPORARY UTILITIES PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Furnish , install , and maintain temporary utilities required for construction ; remove on completion of entire project . B . Provide temperature , ventilation , and lighting requirements , if applicable , as specified in each individual section . 1 . 02 RELATED REQUIREMENTS Section 01000 : Summary of Work 1 . 03 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with National Electric Code . B . Comply with federal , state , and local codes and regulations , and with utility company requirements . PART 2 -- PRODUCTS 2 . 01 MATERIALS (GENERAL) Materials may be new or used , but must be adequate in capacity for the required usage . They MUST NOT create unsafe conditions , and MUST NOT violate requirements of applicable codes and standards . 2 .02 TEMPORARY ELECTRICITY AND LIGHTING A. The Contractor must maintain power to all existing buildings and areas . B . The Contractor is responsible for providing and paying for all power required for his operations . C . Contractor is responsible for arranging power for his office trailers (s ) , power tools , etc. , at his own expense . The Contractor shall pay the costs of all power used . 01510 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01510 Temporary Utilities .doc D . Provide POWER CENTERS for miscellaneous tools and equipment used in the work : 1 . Weatherproof distribution box with minimum of four 20- amp . , 120-volt grounded outlets . 2 . Locate so that power is available at any point of use with minimum 100-foot CONSTRUCTION-TYPE power cords . 3 . Provide circuit breaker protection for each outlet . E . Provide adequate artificial lighting for all areas of work, when natural light is not adequate for work , and for areas accessible to persons other than Contractor' s employees . F . If Contractor requires service other than specified above , he shall arrange for, provide maintenance , and pay all costs incurred . 2 . 03 TEMPORARY WATER Contractor shall make arrangements with Owner for all temporary water at the project site . Contractor shall pay for all temporary water required for his operations . 2 . 04 TEMPORARY SANITARY FACILITIES A. Contractor shall provide temporary sanitary facilities in compliance with laws and regulations . B . Contractor shall provide for regular service , cleaning , and maintenance of temporary facilities and enclosures . PART 3 -- EXECUTION 3 .01 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required . B . Clean and repair damage caused by temporary installations or use of temporary facilities . C . Restore existing facilities used for temporary services to specified , or to original , condition . END OF SECTION 01510 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01510 Temporary Utilities .doc SECTION 01560 TEMPORARY CONTROLS PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Furnish , install , and maintain temporary control facilities required for construction ; remove on completion of entire project any features not intended to remain on the project site . B . Provide noise control , dust control , water control , debris control , pollution control and erosion control as specified in the appropriate sections of these documents . 1 . 02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with federal , state , and local codes and regulations and utility company requirements . B . Comply with Florida Department of Transportation requirements . PART 2 -- PRODUCTS 2 . 01 MATERIALS (GENERAL) A. Materials may be new or used , but must be adequate in capacity and quality for the required usage , MUST NOT create unsafe conditions and MUST NOT violate requirements of applicable codes and standards . 2 . 02 TEMPORARY NOISE CONTROL A. Mechanical equipment shall be fitted with mufflers to reduce noise from internal combustion type engines . B . Bells , sirens , alarms , etc. , shall be adjusted to provide adequate warnings to personnel on the project site ; however, they shall be regulated to an intensity that is amenable to the neighboring communities . C . Exterior construction work noises shall be kept to a minimum during evening , night, and early morning hours . In addition , weekend and holiday noises shall be limited to acceptable levels . D . In addition to on-site control , noise considerations shall be made to off-site vehicles and equipment (mobilization , demobilization , deliveries , etc. ) . 01560 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01560 Temporary Controls .doc 2 . 03 TEMPORARY DUST CONTROL The Contractor shall control dust formed as a result of the construction . Cleaning of work areas and application of dust control materials are the most effective methods of dust control . 2 . 04 TEMPORARY WATER CONTROL A. The Contractor shall control the flow of water through the construction site such that it does not damage any constructed items ; however, it shall be diverted and channeled to effectively leave the site as soon as possible . Puddling and ponding on the site is not permitted . B . Water shall be controlled such that it does not enter excavated areas , nor is deposited on or against constructed features . 2 .05 TEMPORARY DEBRIS CONTROL A . Provision shall be made by each Contractor to have available adequate containers to hold any and all debris that is to be generated from the project. Containers should be covered to prevent wind blowing paper, plastic, and lightweight products • around and off the site . B . Instructions shall be given to personnel to utilize the trash containers . Containers shall be placed in convenient places at the site . C . At least daily a thorough cleaning of trash and debris shall be made at the construction site . An acceptable method of disposal shall be employed . END OF SECTION 01560 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01560 Temporary Controls . doc SECTION 01600 MATERIAL AND EQUIPMENT PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A . Products B . Workmanship C . Manufacturer's Instructions D . Transportation and Handling E . Storage and Protection F . Substitutions and Product Options 1 . 02 RELATED REQUIREMENTS A. Section 01000 : Summary of Work — Provisions and performance of work under the Contract . B . Section 01090 : Reference Standards — Provision and identification of publication sources for referenced standards . C . Section 01340 : Shop Drawings , Product Data and Samples — Submittal of manufacturer' s drawings , descriptive literature , samples and certificates . D . Section 01710 : Cleaning — Manufacturer's recommendation and procedures for cleaning . E . Section 01740 : Warranties and Bonds — Form and time of submission . 1 . 03 PRODUCTS A. Products include material , equipment and systems . B . Comply with specifications and referenced standards as minimum . C . Manufactured and fabricated components , required to be supplied in quantity with a Specification section shall be the same , and shall be interchangeable . • 01600 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01600 Material and Equipment.doc D . When project is alteration and additional work, DO NOT use materials and equipment removed from existing structure , except as specifically allowed by notation or indication by Contract Documents . 1 . 04 WORKMANSHIP A . Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship . B . Perform work by persons qualified to produce workmanship of specified quality. C . Secure products in place with positive anchorage devises designed and sized to withstand stresses , vibration , and rocking . 1 .05 MANUFACTURER' S INSTRUCTIONS A. When work is specified to comply with manufacturer's printed instructions , obtain and distribute copies to persons involved , and maintain one set at job site in field office . B . Perform work in accordance with manufacturer's instructions and specified requirements . C . Should a conflict exist between Specifications and manufacturer' s instructions , consult with Engineer. 1 .06 TRANSPORTATION AND HANDLING A. Arrange deliveries of products in accordance with construction schedules ; coordinate to avoid delay of progress , conflict with work and with conditions at the site . B . Transport products by methods to avoid product damage ; deliver in undamaged condition in manufacturer's unopened containers or packaging , dry. C . Provide equipment and personnel to handle product by methods to prevent soiling or damage . D . Promptly inspect shipments to assure that products comply with requirements , quantities are correct and products are undamaged . 01600 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01600 Material and Equipment.doc • 1 . 07 STORAGE AND PROTECTION A . Store products in accordance with manufacturer' s instructions , with seals and labels intact and legible . B . Store sensitive products in weather-tight enclosures ; maintain within temperatures and humidity ranges recommended/required by manufacturer's instructions . C . For exterior storage of fabricated products , place on sloped supports above ground . Cover products subject to deterioration with impervious sheet covering ; provide ventilation to avoid condensation . D . Store loose granular materials on solid surfaces in a well-drained area ; prevent mixing with foreign matter. E . Arrange storage to provide access for inspection . Periodically inspect to assure products are undamaged , and are maintained under required conditions . F . After installation , provide coverings to protect products from damage from traffic and construction operations , remove when no longer needed . 1 .08 PRODUCT OPTIONS A. Within 30 days after date of Contract, submit complete list of major products proposed , with name of manufacturer, trade name and model . B . Options : 1 . Products specified only be reference standard : Any product meeting that standard . 2 . Product specified by naming several manufacturers : Product of any named manufacturer meeting specifications . 3 . Products specified by naming one or more manufacturers and "or equal " : Submit a request for substitution for any manufacturer not specifically named . 1 . 09 SUBSTITUTIONS A. Only within 30 days after date of Contract will Engineer consider requests from Contractor for substitutions . Subsequently , substitutions will be considered only when a product becomes . unavailable due to no fault of the Contractor. 01600 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01600 Material and Equipment.doc • B . Document each request with complete data , drawings and samples as appropriate , substantiating compliance of proposed substitution with Contract Documents including : 1 . Comparison of the qualities of the proposed substitution with the specified . 2 . Changes required in other elements of the work because of the substitution . 3 . Effect on the construction schedule . 4 . Cost data comparing the proposed substitution with the product specified . 5 . Any required license fees or royalties 6 . Availability of maintenance service , and the source replacement materials . C . Request constitutes a representation that Contractor: 1 . Has investigated proposed product and determined that it meets or exceeds , in all respects , specified product. 2 . Will provide the same warranty for substitution as for specified product . 3 . Will coordinate installation and make other changes that may be required for work to be complete in all respects . 4 . Waives claims for additional costs that may subsequently become apparent. D . Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents . E . Engineer will review to determine acceptability of proposed substitution , and will notify Contractor of acceptance or rejection in writing within a reasonable time . PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION 01600 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01600 Material and Equipment.doc • SECTION 01700 CONTRACT CLOSEOUT PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Comply with requirements stated in General and Special Conditions of the Contract and in Specifications for administrative procedures in closing out the work . B . Related requirements in other parts of the Contract Documents : 1 . Fiscal provisions , legal submittals , and additional administrative requirements ; General Conditions of the Documents : a . Paragraph 6 . 19 — Record Documents b . Paragraph 14 . 11 — Final Inspection C, Paragraph 14 . 8 — Substantial Completion d . Paragraph 14 . 12 — Application for Final Payment e . Paragraph 14 . 13 — Final Payment and Acceptance f. Paragraph 13 . 1 — Guarantee of Work C . Related requirements specified in other sections : 1 . Section 01710 : Cleaning 2 , Section 01720 : Project Record Documents 3 , Section 01740 : Warranties and Bonds 1 .02 SUBSTANTIAL COMPLETION A. When Contractor considers his work is substantially complete , he shall submit to Engineer: 1 . A written notice that the work , or designated portion thereof, is substantially complete . 2 . A list of items to be completed or corrected . B . Within a reasonable time after receipt of such notice , Engineer will make an inspection to determine the status of completion . C . Should Engineer determine that the work is not substantially complete : 1 . Engineer will promptly notify the Contractor, in writing , giving the reasons . 2 . Contractor shall remedy the deficiencies in the work , and shall send a second written notice of substantial completion to Engineer 3 . Engineer will re-inspect the work 01700 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01700 Contract Close-out.doc • D . When Engineer concurs that the work is substantially complete , he will : 1 . Prepare a Certificate of Substantial Completion , accompanied by a list of items to be completed or corrected 2 . Submit the Certificate to Owner and Contractor for their written acceptance of the responsibilities assigned to them in the certificate . 1 . 03 FINAL INSPECTION A . When Contractor considers the work is complete , he shall submit written certification that : 1 . Contract Documents have been reviewed 2 . Work has been inspected for compliance with Contract Documents 3 . Work has been completed in accordance with Contract Documents 4 . Equipment and systems have been tested in the presence of the Owner's representative and are operational 5 . Equipment and systems instructions to Owner' s personnel have been completed in accordance with Section 01730 6 . Work is completed and ready for final inspection . B . Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification . C . Should Engineer consider that the work is incomplete or defective : 1 . Engineer will promptly notify the Contractor, in writing , listing the incomplete or defective work . 2 . Contractor shall take immediate steps to remedy the stated deficiencies , and send a second written certification to Engineer that the work is complete . 3 . Engineer will re-inspect the work D . When Engineer finds that the work is acceptable under the Contract Documents , he shall request the Contractor to make closeout submittals . 1 . 04 RE-INSPECTION FEES Should the Engineer perform re-inspection due to failure of the work to comply with the claims of status of completion made by the Contractor, Contractor will compensate Engineer/Owner for such additional services . 01700 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01700 Contract Close-out.doc 1 .05 ADDITIONAL SERVICES Should Engineer be required to provide representation at the site for the administration of the Contract for Construction , more than thirty days after the specified Date of Substantial Completion of the work , Contractor will compensate Engineer for such additional services . 1 . 06 CONTRACTOR' S CLOSEOUT SUBMITTALS TO ENGINEER A. Evidence of compliance with requirements of governing authorities : Pressure Testing and Bacteriological Sampling B . Project Record Documents : To requirements of Section 01720 C . Operating and Maintenance Data : Instructions to Owner's personnel conforming to requirements of Section 01730 D . Warranties and Bonds : To requirements of Section 01740 ; also , see Item H below E . Spare Parts and Maintenance Materials : To requirements of each specification section F . Evidence of Payment and Release of Liens : To requirements of General and Supplementary Conditions G . Certificate of Insurance for Products and Completed Operations H . One ( 1 ) Year Maintenance Bond I . Certificate of Operation from equipment manufacturers 1 . 07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to Engineer B . Statement shall reflect all adjustments to the Contract Sum : 1 . The original Contract Sum 2 . Additions and deductions resulting from : a . Previous change orders b . Allowances C. Unit prices d . Deductions for uncorrected work e . Deductions for liquidated damages f. Deductions for re-inspection payments g . Other adjustments 01700 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01700 Contract Close-out.doc 3 . Total Contract sum , as adjusted 4 . Previous payments 5 . Sum remaining due C . Engineer will prepare a final change order, reflecting approved adjustments to the Contract sum that were not previously made by change order. 1 .08 FINAL APPLICATION FOR PAYMENT A . Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION 01700 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01700 Contract Close-out.doc . SECTION 01710 CLEANING PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED Execute cleaning , during progress of the work, and at completion of the work , as required by General conditions . 1 .02 DISPOSAL REQUIREMENTS Conduct cleaning and disposal operations to comply with codes , ordinances , regulations , and anti-pollution laws . PART 2 -- PRODUCTS 2 . 01 MATERIALS A . Use only those cleaning materials which will not create hazards to health or property and which will not damage finishes and surfaces . B . Use only those cleaning materials and methods recommended by . manufacturer of the surface material to be cleaned . C . Use cleaning materials only on surfaces recommended for cleaning by the material manufacturer. PART 3 -- EXECUTION 3 .01 DURING CONSTRUCTION A. Execute daily cleaning to keep the work, the site , and adjacent properties free from accumulation of waste materials , rubbish , and windblown debris resulting from construction operations . B . Dispose of waste materials , cartons , crating , debris , and rubbish at designated waste receptacles . C . Contractor shall maintain a broom-cleaned site during the entire construction phase . D . For exterior utility work (such as underground pipelines , roadways , service areas , etc. ) , these shall be cleaned daily. Not less frequently than once weekly. Roadways shall be mechanically broom-cleaned . 01710 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01710 Cleaning .doc • 3 . 02 DUST CONTROL A. Schedule operations so that dust and other contaminants resulting from the cleaning process will not fall on wet or newly coated surfaces . 3 . 03 FINAL CLEANING A. Remove grease , mastic, adhesives , dust , dirt , stains , fingerprints , labels , and other foreign materials . B . Contractor shall broom-clean paved surface ; rake-clean other surfaces of the grounds . C . Prior to final completion , Contractor shall conduct an inspection of all work areas to verify that the entire work area is clean . END OF SECTION 01710 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01710 Cleaning.doc SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 -- GENERAL 1901 REQUIREMENTS INCLUDED A . Contractor shall maintain at the site for the Engineer and Owner one record copy of the following : 1 . Drawings 2 , Specifications 3 , Addenda 4 . Change orders and other modifications to the Contract 5 . Engineer field orders or written instructions 6 . Approved shop drawings , product data , and samples 7 . Field test records B . Related requirements in the other parts of the Contract Documents : General Conditions of the Contract ; Section 2 — Schedules , Reports and Records • C . Related requirements specified in other sections : Section 01340 : Shop Drawings , Product Data and Samples 1 . 02 MAINTENANCE OF DOCUMENTS AND SAMPLES A . Contractor shall store documents and samples in the field office apart from documents used for construction . 1 . Provide files and racks for storage of documents . 2 . Provide locked cabinet or secure storage space for storage of samples . B . File documents and samples in accordance with Specifications — Table of Contents . C . Maintain documents in a clean , dry , legible condition and in good order . Do not use record documents for construction purposes . D . Make documents and samples available at all times for inspection by Engineer . 01720 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01720 Project Record Documents.doc 1 . 03 MARKING DEVICES A . Provide felt tip marking pens for recording information in the color red . 1 . 04 RECORDING (SEE ALSO SPECIAL CONDITIONS) A . Label each document " PROJECT RECORD" in neat large printed letters . B . Record information concurrently with construction progress . DO NOT conceal or backfill any work until required information is recorded . C . Drawings : Legibly mark to record actual construction : 1 . Depths of various elements of construction in relation to N . G . V . D . 1929 , 2 . Horizontal and vertical locations of underground utilities and appurtenances , referenced to permanent surface 3 . Irupatiro Tielhilisternal utilities and appurtenances concealed in the construction , referenced to visible and accessible features of the structure . 4 . Field changes of dimension and detail 5 . Changes made by field order or by change order. 6 . Details not on original contract drawings . . D . Specifications and Addenda : Legibly mark each section to record : 1 . Manufacturer, trade name , catalog number and supplier of each product and item of equipment actually installed . 2 . Changes made by field order or by change order. 1 . 05 SUBMITTAL A . At Contract closeout , deliver Record Documents to Engineer for the Owner. B . Accompany submittal with transmittal letter in duplicate , containing : 1 . Date 2 . Project title and number 3 . Contractor' s name and address 4 . Title and number of each Record Document 5 . Signature of Contractor or his authorized representative i 01720 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01720 Project Record Documents.doc 1 . 06 AS -BUILT SURVEYS A . CONTROL INFORMATION FOR AS- BUILT UTILITY SURVEY WORK 1 . All as- built drawings shall state in 1 " lettering "AS- BUILT RECORD SURVEY' located in the bottom right hand side of the drawing original and/or copies , along with the as- built 2 . Mteas- built surveys shall meet the minimum requirements of the Chapter 61G17 , Florida Administrative Code Pursuant to Section 472 of the Florida Statutes . All surveys shall be based on a minimum horizontal control Third Order, " Class 2 . " 3 . All state plane coordinates shall be based on the Florida State Plane Horizontal Data ( East Zone ) ; Florida High Precision Geodetic Network ( Superstation ) and NAD 83/ 1990 — final adjustment . 4 . State plane coordinates shall be physically tied to a minimum of two known state plane coordinate benchmarks that utilize number 3 above . State plane coordinates shall be shown on survey at benchmarks used . 5 . All elevations shown shall be based on 1929 NGVD . 6 . All incoming as - built survey AUTOCADD drawing files shall be received on 3 . 5" diskette and in state plane coordinates . ( NOTE : Prior to submitting the 3 . 5" AUTOCADD diskette , three (3 ) copies of each survey shall be submitted for review and approval . After all approvals , a signed and sealed Mylar reproducible along with two (2 ) signed and sealed copies of each survey shall be submitted . 7 . All as- built survey drawings shall be tied to a minimum of one permanent reference monument ( P . R. M . ) every 1400 feet if available , and tied to a minimum of two section corners or one section corner and one '/ section corner, which ever is closest to the project . 8 . All as- built survey drawings shall be calculated in a Cogo package for future G . I . S . Information , The Cogo used shall meet the Cogo requirements set forth by the Department of 9 . JItili4s8Hrkttcewrveys shall include a minimum of two (2 ) existing or established benchmarks for vertical control every 1 , 400 feet and shown on all surveys . 10 . Horizontal Control Monumentation ( if required ) for utility lines shall be a minimum of two ( 2 ) points at a maximum of 1 , 400 feet between points and shown on all surveys . 11 . All utility as - built construction located within the right- of- ways , easements and alike shall be tied to the respective right- of-ways , easements , etc . , every 1 , 000 feet and change of direction . 01720 - 3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01720 Project Record Documents.doc 12 . All Utility As- built construction located within one mile of the Indian River County Global Positioning System ( G . P . S . ) control project shall be tied from that nearest G . P . S . point and into the closest construction site Permanent Reference Monument ( P . R . M . ) , if available . This does not eliminate Item 13 . Ad . a'salbidVeshall clearly depict as- built utility lines that were constructed along with all easements . As-built will not be accepted unless the verbiage " PROPOSED" and /or "TO BE CONSTRUCTED " have been revised to read "AS- BUILT . " Construction drawings with construction terminology will not be accepted . PART 2 -- PRODUCTS Not applicable PART 3 -- EXECUTION Not applicable END OF SECTION • 01720 - 4 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01720 Project Record Documents .doc SECTION 01740 WARRANTIES AND BONDS PART 1 -- GENERAL 1 . 01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds . B . Compile specified service and maintenance contracts C . Co-execute submittal when so specified . D . Review submittals to verify compliance with Contract Documents E . Submit to Engineer for review and transmittal to Owner 1 . 02 RELATED REQUIREMENTS A. In other parts of the Contract Documents : 1 . Instructional to Bidders : Bid or Proposal Bonds 2 . General Conditional of Contract : a . Performance Bond and Labor and Material Payment Bond b . General Warranty of Construction . B . Specified in other sections : 1 . Section 01700 : Contract Closeout 2 . Each respective section of Specifications shall have Warranties and Bonds required for specific products . 3 . Provisions of Warranties and Bonds , Duration : The respective section of specification that specifies the product. 1 . 03 SUBMITTAL REQUIREMENTS A. Assemble warranties , bonds and service and maintenance contracts , executed by each of the respective manufacturers , suppliers and subcontractors . B . Number of original signed copies requires : Two each . C . Table of Contents : Neatly typed , in orderly sequence . Provide complete information for each item . 1 . Product or work item 2 . Firm , with name of principal , address , and telephone number. 01740 - 1 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01740 Warranties and Bonds .doc 3 . Scope . 4 . Date of beginning of warranty , bond or service and maintenance contract. 5 . Duration of warranty , bond or service maintenance contract. 6 . Provide information for Owner's personnel : a . Proper procedure in case of failure b . Instances that might affect the validity of warranty bonds . 7 . Contractor, name of responsible principal , address and telephone number. 1 . 04 FORM OF SUBMITTALS A. Prepare in duplicate packets . B . Format: 1 . Size 8- 1 /2" X 11 " punched sheets for 3- ring binder a . Fold larger sheets to fit into binders 2 . Cover: Identify each packet with typed or printed title 'WARRANTIES AND BONDS . " List: a . Title of project b . Name of Contractor C . Binders : Commercial quality, three-ring , with durable and cleanable plastic cover. 1 . 05 TIME OF SUBMITTALS A. Make submittals within ten days after Date of Substantial Completion , prior to final request for payment. B . For items of work , where acceptance is delayed materially beyond the Date of Substantial Completion , provide updated submittal within ten days after acceptance , listing the date of acceptance as the start of the warranty period . 1 . 06 SUBMITTALS REQUIRED A . Submit warranties , bonds , and service and maintenance contracts as specified in the respective sections of Specifications , as appropriate . PART 2 -- PRODUCTS Not applicable 01740 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01740 Warranties and Bonds.doc 0 PART 3 -- EXECUTIVE Not applicable END OF SECTION • 01740 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\01740 Warranties and Bonds.doc ) NOM 311S • Z NOISIAIa • SECTION 02115 TREE PROTECTION AND TRIMMING PART 1 -- GENERAL 1 . 01 DESCRIPTION OF WORK Only those trees that are in the direct path of construction are to be removed . Contractor shall make every possible effort to save any tree of four- inch diameter or larger , including minor adjustment to the pipe routing . The Engineer must approve changes pipe routing . Any tree which is not designated for removal but which will significantly interfere with construction shall be trimmed by a qualified tree surgeon . Contractor shall minimize tree removal and tree trimming operations to as great an extent as possible . 1 . 02 QUALITY ASSURANCE Engage a qualified tree surgeon to perform the following work : 1 . Carefully remove branches from trees as required for new construction ; all wounded trees shall be immediately treated . 2 . Recommend procedures to compensate for loss of roots and r� perform initial pruning of branches and stimulation of root growth where removed to accommodate new construction . 3 . Perform tree repair work for damages incurred by new construction . 1 . 03 JOB CONDITIONS Provide temporary fencing , barricades , or guards to protect trees and other plants that are to remain from damage . PART 2 -- PRODUCTS 2 .01 MATERIALS Tree Pruning Compound : Waterproof , antiseptic , elastic , and free of kerosene , coal tar, Creosote , and other substances harmful to plants . Pruned or damaged trees shall be treated with the following : 1 . Pine trees (all species ) : A mixture of twelve percent ( 12 % ) Benzene Hexachloride ( BHC) emulsifiable concentrate shall be mixed at the rate of one ( 1 ) pint BHC per gallon of #2 fuel oil . Spray damaged area liberally . Spray the rest of the tree from ground level to a height of six feet (6 ' ) . Spraying of damaged trees shall be completed within five (5 ) days after injury occurs . 02115 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02115 Tree Protection and Drilling .doc 2 . Hardwood (all species except pine ) : An application of asphalt- type tree pruning paint shall be applied to the damaged area . The paint shall be applied in sufficient quantity so as to form an airtight seal . Spraying or painting of the damaged trees shall be performed within twenty-four (24 ) hours after the injury occurs . In case of damage to " specimen " hardwoods , the inspecting Engineer may require the Contractor to retain a skilled and licensed tree surgeon to properly treat the damaged tree . No compensation shall be made to the Contractor for treating damaged trees . PART 3 -- EXECUTION 3 .01 GENERAL Protect tree root system from damage due to noxious materials in solution caused by run -off or spoilage during mixing and placement of construction materials , or drainage from stored materials . Protect root systems from flooding , erosion , or excessive wetting resulting from dewatering operations . 3 . 02 REPAIR AND REPLACEMENT OF TREES A . Repair trees damaged by construction operations , in a manner acceptable to the Engineer . Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees . B . Remove and replace dead and damaged trees that are determined by the tree surgeon to be incapable of restoration to normal growth C . rattee& over six inches in caliper measurement ( taken 12 inches above grade ) are required to be replaced , provide new trees of six inches caliper size , and of the species selected by the Engineer. 3 . 03 DISPOSAL Removal from Owner' s property : Remove excess excavation , displaced trees , and trimmings , and dispose of off the Owner' s property in a manner approved by local agencies . END OF SECTION 02115 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02115 Tree Protection and Drilling. doc • SECTION 02320 TRENCHLESS INSTALLATION OF PRESSURE MAINS BY DIRECTIONAL BORING PART 1 -- GENERAL 1 . 01 SECTION DESCRIPTION A . Portions of the pressure mains shall be installed by the directional boring method within the limits indicated on the contract plans and as specified herein . Generally, as a minimum , the pressure main is to be located within the road right-of-way and shall be installed by directional boring . B . This section includes materials , performance and installation standards , and Contractor responsibilities associated with the furnishing of all labor, materials , equipment and incidentals required to install , complete , required trenchless installation of pressure mains , as shown on the Drawings and as specified herein . 1 . 02 EXPERIENCE A. The Contractor must demonstrate expertise in trenchless methods by providing a list of ten ( 10 ) utility references for which similar work has been performed in the last two years . The references should include a name and telephone number where contact can be made to verify the contractor's capability. The Contractor must provide documentation showing successful completion of the projects used for reference . Conventional trenching experience will not be considered applicable . B . All supervisory personnel must be adequately trained and shall have at least four (4 ) years experience in directional boring . The Contractor shall submit the names and resumes of all supervisory field personnel prior to construction . C . Because of time constraints , the Contractor may wish to provide multiple experienced directional boring crews . D . The directional boring equipment shall be capable of installing the minimum pipe diameter noted on the plans . 1 . 03 SUBMITTALS A . Submit technical data for equipment including clay slurry material , method of installation with working drawings , and proposed sequence of construction for approval by the Engineer. B . Prior to approval for directional boring , the Contractor must submit the names of supervisory field personnel and historical information of directional boring experience . In addition , the Contractor must submit for 02320 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02320 Horizontal Directional Drilling .doc approval nameplate , data for the drilling equipment, mobile spoils removal • unit, and MSDS ( Material Safety Data Sheets ) information for the drilling slurry compounds . C . The Contractor is required to bring to the attention of the Engineer any known design discrepancies with actual tunneling methods that the Contractor will be performing . This shall be stated in writing to the Engineer no later than the pre-construction meeting . D . Provide shop drawing submittal and sample of pipe , fused joint , and trace wire . PART 2 -- EXECUTION 2 . 01 INSTALLATION A. Installation shall be in a trenchless manner producing continuous bores . B . The tunneling system shall be remotely steerable and permit electronic monitoring of tunnel depth and location . Accurate placement of pipe within a ± 2-inch window is required both horizontally and vertically. Turning capability of a 90-degree radius in 40 feet is required . Continuous monitoring of the boring head is required , including across open water if • necessary. C . The directional boring Contractor shall submit certification , by a Professional Engineer or Professional Land Surveyor licensed in the State of Florida , that the directional boring has been performed in accordance to the construction drawings , and shall provide signed and sealed record drawings . Record Drawings (As-built) shall be provided both in electronic format and hard paper copy. D . Tunneling shall be performed by a fluid -cutting process (high pressure-low volume ) utilizing liquid clay, i . e . bentonite . The clay lining will maintain tunnel stability and provide lubrication in order to reduce frictional drag while the pipe is being installed . In addition , the clay fluid must be totally inert and contain no environmental risk . The Contractor must also have a mobile vacuum spoils recovery vehicle on -site to remove the drilling spoils from the access pits . The spoils must then be transported from the job site and be properly disposed of off the site . The drilling spoil , under no circumstances , shall not be disposed of into sanitary, storm , or other public or private drainage systems . Spoils may be transported to the County' s Solid Waste Facility and the cost of disposal shall be borne by the County. E . Liquid clay type colloidal drilling fluid shall consist of at least 10 percent of high -grade carefully processed bentonite to consolidate cuttings of the soil , to seal the walls of the hole , and to furnish lubrication for subsequent removal of cuttings . The slurry , which is heavier than the surrounding material , is high in colloids of the bentonite type and it will deposit a thin 02320 -2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02320 Horizontal Directional Drilling .doc filter cake of low permeability material on the walls of the bore . This will allow only a small amount of the fluid to pass into the surrounding soil and will also stabilize the bore . The colloidal content of the fluid imparts excellent lubricating qualities to the slurry, which is a distinct aid to the removal of the soil cuttings . F . Pneumatic or water jetting methods will be considered unacceptable due to the possibility of surface subsidence . G . After an initial bore has been completed , a reamer will be installed at the termination pit and the pipe shall be pulled back to the starting pit. The reamer shall be capable of discharging liquid clay to facilitate the installation of the pipe into a stabilized and lubricated tunnel . H . A minimum of two (2 ) insulated # 10 trace wires shall be installed along with the HDPE . The trace wire shall be tested for continuity upon completed installation . Should both trace wires fail to pass a continuity test then the test will be considered a failure and the wires shall be replaced . Tracing wires : # 10 stranded conductor copper trace wire shall be wrapped or affixed to pipe and fittings I . Upon completion of boring and pipe installation , the Contractor shall remove all spoils from the starting and termination pits . All pits shall be restored to their original condition . 2 . 02 RESTORATION OF PAVED , IMPROVED AND UNIMPROVED AREAS The shoulders , ditches , banks and slopes of roads and railroads crossed and paralleled shall be restored to their former condition and properly sodded so that they shall not wash out before becoming consolidated . Restoration shall be as required by the jurisdictional authority and as specified within the Contract Document. Road and railroad crossings and parallel installations are to be continuously maintained until the completion of the work. No direct compensation shall be paid for Contractor's repair or maintenance of crossings and parallel installations . END OF SECTION 02320 -3 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02320 Horizontal Directional Drilling .doc is SECTION 02401 DEWATERING PART 1 -- GENERAL 1 . 01 DESCRIPTION OF WORK The work to be performed under this section shall include furnishing all equipment and labor necessary to remove storm or subsurface waters from excavation areas in accordance with the requirements set forth and as shown on the drawings . 1 . 02 APPLICABLE CODES , STANDARDS, AND SPECIFICATIONS The dewatering of any excavation areas and the disposal of the water shall be in strict accordance with the latest revision of all local and state government or agencies laws , rules , and regulations . The Contractor shall obtain any required dewatering permit from the appropriate agencies prior to commencing dewatering operations . PART 2 -- PRODUCTS ( Not Applicable) PART 3 -- EXECUTION 3 .01 DEWATERING The Contractor shall provide adequate equipment for the removal of storm or subsurface waters that may accumulate in the excavation . If subsurface water is encountered , the Contractor shall utilize suitable equipment to adequately dewater the excavation so that it will be dry for work and pipe laying . A wellpoint system or other Engineer-approved dewatering method shall be utilized if necessary to maintain the excavation in a dry condition for preparation of the trench bottom and for pipe laying . Wellpoint holes shall be plugged with concrete grout. Dewatering by trench pumping will not be permitted if migration of fine- grained natural material from bottom , sidewalls , or bedding material will occur. In the event that satisfactory dewatering cannot be accomplished due to subsurface conditions or where dewatering could damage existing structures , the Contractor shall obtain the Engineer's approval of wet trench construction procedure before commencing construction . Dewatering shall cease in a manner to allow the subsurface water to slowly return to normal levels . 3 . 02 DISPOSAL Water pumped from the trench or other excavation shall be disposed of in storm sewers having adequate capacity , canals , or suitable disposal pits . Contractor is responsible for acquiring all permits required to discharge the water and shall protect waterways from turbidity during the dewatering operation . In areas where adequate disposal sites are not available , partially backfilled trenches may be used for water disposal only when the Engineer approves the Contractor's plan for trench disposal in writing . The Contractor's plan shall include temporary 02401 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02401 Dewatering .doc • culverts , barricades , and other protective measures to prevent damage to property or injury to any person or persons . No flooding of streets , roadways , driveways , or private property will be permitted . Engines driving dewatering pumps shall be equipped with residential type mufflers . END OF SECTION • 02401 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02401 Dewatering .doc • SECTION 02485 GRASSING PART 1 -- GENERAL 1 . 01 DESCRIPTION OF WORK The Contractor shall furnish all labor, equipment , and materials necessary for grassing all areas disturbed by his operations and any other areas on the plans indicated to receive grassing . It is the intent of this specification that damaged areas are to be replaced in kind , with sod to be used for all maintained yard areas . The Engineer shall designate those areas to receive seed and those areas to receive sod . Engineer shall also designate the type of seed/sod to be used in each area . Contractor shall take all practical steps to minimize the area that are required to be sodded or seeded . All grassing shall be in accordance with Section 570- 1 through 570-5 for seeding and Section 575- 1 through 575-5 for sodding , of the FDOT Standard Specifications for Road and Bridge Construction dated 2000 , except as modified herein . 1 . 02 STORAGE OF MATERIALS The Contractor shall provide space for storage of sod prior to placement in a manner that will not endanger or restrict pedestrian or vehicular traffic or interfere with other aspects of the work . PART 2 -- PRODUCTS 2 . 01 SOD A. Types : Sod shall be St. Augustine Floratam , Argentine Bahia , Centipede , or Bermuda , depending on type of existing sod in adjacent area to be matched . Sod shall be well matted with roots . Where sodding will adjoin , or be in sufficiently close proximity to private lawns , types of sod other than those listed above may be used if desired by the affected property owners and approved by the Engineer. Sod shall be delivered in commercial-size rectangles , preferably 12-inch by 24- inch or larger. B . Condition : The sod shall be sufficiently thick to secure a dense stand of live grass . The sod shall be live , fresh , and uninjured at the time of planting . It shall have a soil mat of sufficient thickness adhering firmly to the roots to withstand all necessary handling . It shall be reasonably free of weeds and other grasses . It shall be planted as soon as possible after being dug and shall be kept moist from the time it is planted . 2 . 02 SEED A. General : All seed shall meet the requirements of the State Department of Agriculture and Consumer Services and all applicable State laws . The • seed shall have been harvested from the previous year's crop . When a 02485 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02485 Grassing . doc • low percentage of grass seed or native seed germination causes the quality of the seed to fall below the minimum pure live seed percentage as to specified below, the Contractor may elect , subject to the approval of the Engineer, to increase the rate of application sufficiently to obtain the minimum germination rate specified . No payment will be made for the added seed . B . Delivery and Storage : Each of the species or varieties of seed shall be furnished and delivered in separate labeled bags . During handling and storage , the seed shall be cared for in such a manner that it will be protected from damage by heat , moisture , rodents , and other causes . All permanent and temporary grass seed shall have been tested within a period of six months of the date of planting . C . Purity and Germination : All permanent and temporary grass seed shall have a minimum percent of purity and germination as follows : 1 . Argentine Bahia Grass Seed shall have a minimum pure seed content of 95 percent, with a minimum germination of 80 percent. 2 . Pensacola Bahia Grass Seed shall have a minimum pure seed content of 95 percent, with a minimum active germination of 40 percent and a total germination of 80 percent , including firm seed . 3 . Bermuda Grass Seed shall be of common variety with a minimum germination of 85 percent. 4 . Annual Type Rye Grass Seed shall have a minimum pure seed content of 95 percent , with a minimum germination of 90 percent. 2 . 03 MULCH The mulch material used shall normally be dry mulch . Dry mulch shall be straw or hay, consisting of oat , rye , of wheat straw, or of pangola , peanut, coastal Bermuda , or Bahia grass hay . Only deteriorated mulch that can readily be cut into the soil shall be used . 2 . 04 GRASSING EQUIPMENT A. Seed Spreader: The seed spreader shall be an approved mechanical hand spreader or other approved type of spreader. B . Equipment for Cutting Mulch into Soil : The mulching equipment shall be of a type capable of cutting the specified materials uniformly into the soil , and to the required depth . Harrows will not be allowed . C . Rollers : A cultipacker, traffic roller, or other suitable equipment will be required for rolling the grassed areas . PART 3 -- EXECUTION 3 . 01 GENERAL CONSTRUCTION METHODS 02485 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02485 Grassing.doc . Seeding and mulching operations will not be permitted when wind velocities exceed 15 miles per hour. Seed shall be sown only when the soil is moist and in proper condition to induce growth . No seeding shall be done when the ground is frozen , unduly wet , or otherwise not in a tillable condition . Whenever a suitable length of right-of-way or adjacent area has been graded , it shall be made ready, when directed by the Engineer, and grassed in accordance with these specifications . Grassing shall be incorporated into the project at the earliest practical time in the lift of the contract . 3 . 02 SODDING A. Preparation of Area to be sodded : The ground that is to receive sod shall have been graded to proper elevations (2" below sodded grade ) to match pre-construction conditions or proposed grades . All disturbed swales and ditches shall have been restored to their pre-construction condition or better. The pre-construction grade shall be maintained and the prepared soil shall be loose and reasonable smooth . It shall be reasonable free of large clods , roots , patches of existing grass , and other material which will interfere with the sod - laying operations or subsequent mowing and maintenance operations . B . Laying of Sod : Sod shall be installed in all areas so designated by Engineer. Sod shall be carefully placed so that each piece abuts flush to all surrounding sod , regardless of whether surrounding sod is new or existing . Where new sod is to be placed adjacent to existing sod , the new sod must be cut in to match the elevation of the existing sod . Uneven sod that might cause mowing problems will be rejected . New sod laid on top of existing sod will also be rejected . All sod placed on steep slopes (greater than 1 : 1 ) shall be pinned with a wooden pin to keep it in place . C . Rolling : Immediately after completion of the sod laying , the entire sodded area shall be rolled thoroughly with the equipment specified . At least two trips over the entire area will be required . D . Watering : Newly sodded areas are to be watered by Contractor as necessary to keep sod alive until the Contractor is closed out . Contractor shall replace dead sod prior to contract closeout. 3 . 03 SEEDING A. Sequence of Operations : The operations involved in the work shall proceed in the following sequence : preparation of the ground , seeding , spreading , and cutting in mulch . B . Preparation of Area to be seeded : The ground over which the seed is to be sown shall be prepared by disk harrowing and thoroughly pulverizing the soil to a suitable depth . The prepared soil shall be loose and reasonably smooth . It shall be reasonable free of large clods , roots , and • other material which will interfere with the work or subsequent mowing and maintenance operations . 02485 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02485 Grassing.doc C . Application of Seed : While the soil is still loose , the seed shall be scattered uniformly over the grassing area and immediately mixed into the seedbed to a depth of one- half inch . Unless other types of seed are called for, permanent-type grass seed shall be a mixture of 20 parts of Bermuda seed and 80 parts of Pensacola Bahia seed . Quick-growing type grass seed shall be a species which will provide an early ground cover during the particular season when planting is done and will not later compete with permanent grass . The separate types of seed used shall be thoroughly dry- mixed immediately before sowing . Seed that has become wet shall not be used . D . Mulching : When mulching is called for, approximately two inches , loose thickness , of the mulch material shall then be applied uniformly over the seeded area , and the mulch material cut into the soil with the equipment specified , so as to produce a loose mulched thickness of three to four inches . Care shall be exercised that the materials are not cut too deeply into the soil . No artificial watering of the mulch shall be done before it is applied . E . Rolling : Immediately after completion of the seeding , the entire grassed or mulched area shall be rolled thoroughly with the equipment specified . At least two trips over the entire area will be required . F . Watering : Newly seeded areas are not to be watered to force the seed germination , but only to sustain grass growth . Water will only be used on vegetated areas when permitted by the Engineer. G . Operations on Steep Slopes : On steep slopes when mulching is called for, the mulch material may be anchored down in lieu of being cut into the soil by use of a machine . Anchoring may be done by either of the following methods : 1 . Placing a layer of soil , approximately two inches thick by nine inches wide , along the upper limits of the mulch , and spotting soil piles over the rest of the area at a maximum spacing of four feet . 2 . Spreading a string net over the mulch , using stakes driven flush with the top of the mulch , at six-foot centers , and stringing parallel and perpendicular, with diagonals in both directions . H . Maintenance : The Contractor shall , at his expense , maintain the planted areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include the filling , leveling , and repairing of any washed or eroded areas , as may be necessary . The Engineer, at any time , may require replanting of any areas in which the establishment of the grass stand does not appear to be developing satisfactorily. If a planted area must be replanted due to the Contractor's negligence , carelessness , or failure to provide routine maintenance of such areas , . such replacement shall be at the Contractor's expense . If replanting is necessary due to factors determined to be beyond the control of the 02485 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02485 Grassing.doc Contractor, payment for replacement will be made under the appropriate contract pay items . END OF SECTION 02485 - 5 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02485 Grassing .doc SECTION 02576 PAVEMENT, SIDEWALK, AND DRIVEWAY REPLACEMENT PART 1 -- GENERAL 1 .01 REFERENCES A. Section Numbers and Article Numbers specified are those contained in the latest edition of the " Florida Department of Transportation ( FDOT) Standard Specifications for Road and Bridge Construction dated 2000 . " B . Indian River County Code Chapter 312 , Section 08 C . Utility Construction in Right-of-Way shall control where applicable . It is intended that the other specifications contained herein be applied as more specific. In the event of a conflict between a provision of the Indian River County Code Chapter, Section 312 . 08 C and any other provision of these specifications the more restrictive provision shall apply. C . Indian River County Code Chapter 312 . 08 C . Utility construction within the right-of-way. All utility work will require a right-of-way construction permit. Utility companies having a valid franchise to operate in Indian River County will not be required to pay a right-of-way permit fee . Utility companies not having a valid franchise may be required to pay a user fee to be determined by the Director of Public Works . The permit application shall be submitted along with the following information . 1 . General application data and specific utility data . 2 . Appropriate filing fee . 3 . Three (3) sets of engineering plans which contain plan , profile and cross-section views of the existing and proposed facilities including all existing utilities , structures in the right-of-way within one hundred ( 100) feet of the improvement, and other pertinent information . 4 . Plans that show that the following criteria are met: a . Utility placement shall be the proper depth and location as approved by the Public Works Director and IRCDUS Director. b . All utility structures including traffic signal and control appurtenances , drainage structures , communication , and electrical lines , gas lines , water, sewer, oil transmission lines , etc. , shall meet specifications and construction procedures as required by " Florida Department of Transportation Standard Specification for Road and Bridge Construction dated 2000" and appropriate utility agencies . C, Open pavement cut shall not be permitted on County arterial and collector routes as designated on the County's thoroughfare plan unless approved by the Public Works Director on the permit. All such crossings shall be "bore and jack" or "directional drill " in accordance with " Florida 02576 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc Department of Transportation Standards Specification for Road and Bridge Construction dated 2000" unless approved open cut. If open cut is approved , one ( 1 ) lane of traffic in each direction should be maintained , using proper traffic control procedures as outlined in the reference material cited in Indian River County Code Chapter, Section 312 . 08 . 1 ( b) and (c) . d . Pavement cut and restoration , where approved , shall be as follows : 1 . Pipe bedding , backfill and compaction shall conform to standards specified in Indian River County Code Chapter, Section 312 . 08 . 1 (a) and (c) . Open cut restoration shall meet specifications detailed in drawing No . 6 Indian River County Code Chapter, Section 312 . 19 . Density testing shall be performed by an approved independent testing laboratory and reports submitted to the Public Works Director prior to permanent patch . A temporary asphalt patch shall be applied within twenty-four (24) hours after backfill and compaction . The finish surface of the temporary asphalt patch shall be within one-quarter ( 1 /4 ) inch of the elevation of the existing roadway surface . 2 . Seventy-two (72) hours prior to the time of pavement cut, the Public Works Director shall be notified of the date and time of the cut. An emergency phone number of the Contractor shall be provided . 3 . Work site traffic control shall be provided in conformance with " Florida Department of Transportation Design Standards , dated 2002" 4 . Asphalt restoration will be required within fifteen ( 15 ) days after temporary patch is installed . The final finish shall be smooth and uniform within a one- quarter ( 1 /4) inch tolerance of the required surface . 5 . Shoulder, right-of-way sodding , and other restoration shall be performed as required by the Public Works Director in accordance with " Florida Department of Transportation Standard Specification for Road and Bridge Construction dated 2000' . 6 . Traffic control devices (e . g , signs , street name signs , traffic signals and pavement markings ) shall be restored to their original condition or better. 7 . Prior to final release of the performance bond , which shall occur no sooner than ninety (90 ) days after final pavement restoration , the Engineer-of- Record , Contractor, or utility company shall request a final inspection , shall certify that the utility has been installed in accordance with standards specified in 02576 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc the publications listed in Indian River County Code Chapter, Section 312 . 08 , shall submit two (2) copies of as-built drawings , and shall submit release of lien by Contractors . 8 . All utility structures will be required to have an identification tag designating proper ownership . 1 .02 RESTORATION All surfaces , as described , shall be completed as soon as is reasonable . In no case shall the pavement or driveway replacement operation be unfinished for more than 10 days after backfilling unless otherwise directed by the Engineer. Replace all damaged or cut pavement due to Contractor's operations ; restore all pavement outside of trench area that is damaged by the Contract at no expense to IRCDUS . 1 . 03 GUARANTEE All restored areas within the public right-of-way shall be guaranteed for one year. In the event of settlement of paved areas more than one-quarter inch below the undisturbed adjacent permanent pavement, the Contractor shall make the necessary repairs to restore the pavement level within ten calendar days after notification by the IRCDUS . The Contractor shall pay the cost of such repairs . PART 2 -- PRODUCTS 2 .01 BASEROCK Limerock , shellrock , and local rock shall conform to " FDOT Standard Specifications for Road and Bridge construction dated 2000" , Section 911 . 2 .02 ASPHALTIC CONCRETE A. Prime and Tack Coats : Prime and tack coats shall be applied to the prepared baserock . Prime coat shall be cutback asphalt, Grade RC-70 , MC-30 , or MC-70 , complying with " FDOT Standard Specifications for Road and Bridge construction dated 2000" , Articles 300-2 . 1 through 300-2 . 3 , applied at the average rate of 0 . 15 gallons per square yard . Tack coat shall be emulsified asphalt, Grade RS-2 , complying with " FDOT Standard Specifications for Road and Bridge construction dated 2000" , Articles 300-2 . 1 through 300-2 . 3 respectively, applied at the average rate of 0 . 10 gallons per square yard . The bituminous quantities are considered as average and are subject to some variation at the discretion of the Engineer and at no additional cost to IRCDUS . B . Plant Mix Wearing Surface : A plant mix wearing surface course shall be constructed on the prepared limerock base . Materials and construction shall conform with the requirements of " FDOT Standard Specifications for Road and Bridge Construction dated 2000" Type S- 1 Asphaltic Concrete , 02576 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc Section 331 , and Articles 331 - 1 through 331 -4 . The finished pavement replacement shall be smooth and even with , or slightly above , the existing abutting pavement , but shall not have any appreciable bump due to this slight elevation . C . Rock , Gravel , or Marl Replacement: Roads , streets , or driveways constructed of rock, gravel , or marl shall be restored to a condition equal to or better than prior to construction using the same material unless directed otherwise . D . Temporary Cold Patch : Temporary cold patch for temporary surface as required by Indian River County Code Chapter, Section 312 . 08 (c) (d ) 1 , shall be a commercially available mix approved by the Engineer. 2 .03 CONCRETE MIX, DESIGN , AND TESTING A. Comply with requirements of applicable " FDOT Standard Specification for Road and Bridge Construction dated 2000" Section 345 for concrete mix design , sampling and testing , and quality control , and as herein specified . B . Design the mix to produce standard weight concrete consisting of Portland cement, aggregate, air-entraining admixture and water to produce the following properties . 1 . Compressive Strength — FDOT Class I , 3 , 000 psi . 2 . Air Content: 3% to 6 % C . Concrete placement slump shall not exceed plus or minus one inch from approved design slump . PART 3 -- EXECUTION 3 .01 PAVEMENT REPLACEMENT Replace pavement in accordance with the details shown on drawings . The baserock shall be placed and compacted in accordance with " FDOT Standard Specification for Road and Bridge Construction dated 2000" , Section 200 . Application of the tack coat shall follow the application of the prime coat immediately prior to the placing of the wearing surface course . 3 . 02 EDGE TRIM Trim edges of the existing pavement with a concrete saw or other approved method to provide a clean , straight edge . 3 . 03 PAVEMENT MARKINGS Repaint , stripe , or otherwise mark pavement to match pre-existing conditions , using FDOT-approved materials and procedures 02576 - 4 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc 3 .04 TEMPORARY PAVEMENT Temporary pavement shall be installed as follows : A. Residential Streets : In residential streets , the Contractor shall , after completion and acceptance of the backfill , construct a base course in accordance with the typical section meeting the requirements of the " FDOT Standard Specification for Road and Bridge Construction dated 2000" , Section 200 , Articles 200- 1 through 200- 10 . The top of the base course shall be constructed flush with the adjacent asphalt surface . Upon completion of the base construction , it shall be primed and sanded in accordance with " FDOT Standard Specification for Road and Bridge Construction dated 2000" , Section 300 , Articles 300- 1 through 300-6 . Prime shall be applied at the rate of 0 . 50 gallon per square yard , or as directed by the Engineer. B . Arterial Streets : In arterial streets , the Contractor shall , after completion and acceptance of the backfill , construct a base course in accordance with the typical section . Upon completion of the base course , the Contractor shall construct an Asphaltic Concrete Surface Course , Type II , in accordance with " FDOT Standard Specification for Road and Bridge Construction dated 2000" , Section 332 , Articles 332- 1 through 332-5 . The top of the surface course shall be constructed flush with the adjacent asphalt surface . Thickness of the replaced course shall match the thickness of the existing surface course . 3 .05 EMERGENCY REPAIRS AND PROCEDURES The Contractor shall provide the name and telephone number of at least two persons designated by the Contractor to receive notification of the need for emergency repairs . These persons shall be available for emergency notification on a 24-hour basis . The Public Works Director or IRCDUS 's Engineer will provide the name , or names , of its designee who will be charged with giving notice to the Contractor when the need for emergency repairs , or other actions , is necessary on work that has been performed by the Contractor. When so notified by the person so designated by the Public Works Director or IRCDUS's Engineer that emergency repairs , or other actions , are necessary the Contractor will be given a reasonable time to respond to the situation . At the time of notification the Contractor will give the time that he will be able to take action to rectify the emergency conditions . If this time is not satisfactory to the County, the County reserves the right to have the Road & Bridge Division make necessary repairs , or take other emergency actions as required to restore the pavement, or take other actions necessary. The County will invoice the Contractor for the actual time and materials used in executing the emergency repairs or actions . This amount will be based upon hourly rates and actual materials cost to the County. The labor rates will be supplied to the Contractor prior to beginning work under this Contract. If the Contractor does not pay the invoice as presented by the County , the County reserves the right to withhold that amount from the Contractor on the Final Pay for this Contract . 02576 - 5 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc 3 . 06 SIDEWALK, CONCRETE DRIVEWAY, CURB, AND COMBINED GUTTER REMOVAL AND REPLACEMENT A. SURFACE PREPARATION : 1 . Remove loose material from the compacted subbase surface immediately before placing concrete . 2 . Proof-roll prepared subbase surface to check for unstable areas and the need for additional compaction . Do not begin paving work until such conditions have been corrected and are ready to receive paving . Comply with requirements of " FDOT Standard Specification for Road and Bridge Construction dated 2000" Section 230 , Paragraph 230-6 . B . Do not place concrete until subbase and forms have been checked for line and grade . Moisten if required to provide a uniform dampened condition at the time concrete is placed . Do not place concrete around manholes or other structures until they are completed to required finish elevation and alignment. All concrete driveways shall be FDOT Class 1 and a minimum of 6 inches thick with 6"x6"/ W4xW4 WWF per ASTM A185 or fiber mesh reinforcement. All sidewalks shall be a minimum of 4 inches thick , shall be sawcut every 5 feet, and shall have an expansion joint every 30 feet. 1 . Place concrete using methods that prevent segregation of the mix. . Consolidate concrete along the face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies , reinforcement, or side forms . Use only square- faced shovels for hand spreading and consolidation . Consolidate with care to prevent dislocation of reinforcing , dowels , and joint devices . Do not use vibrators to push or move concrete in forms or chute . 2 . Deposit and spread concrete in a continuous operation between transverse joints , as far as possible . If interrupted for more than one-half hour, place a construction joint. 3 . Curbs and Gutters : Automatic machine may be used for curb and gutter placement at Contractor's option . If machine placement is to be used , submit revised mix design and laboratory test results that meet or exceed the minimum herein specified . Machine placement must produce curbs and gutters to the required cross-section , lines , grades , finish , and jointing as specified for formed concrete . If results are not acceptable , remove and replace with formed concrete as specified . 4 . Joints : Construct expansion , weakened -plane (contraction ) , and construction joints true-to-line with face perpendicular to surface of the concrete , unless otherwise indicated . Construct transverse joints at right angles to the centerline , unless otherwise indicated . When joining existing structures , place transverse joints to align with previously placed joints , unless otherwise indicated . 02576 - 6 R Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk, and Driveway Replacement.doc a . Weakened -Plane Joints : Provide weakened-plane (contraction ) joints sectioning concrete into areas where required . Construct weakened- plane joints for a depth equal to at least one-quarter concrete thickness , by sawing within 24 hours of placement or formed during finishing operations . Place joints at intervals not to exceed 10 feet , if not otherwise indicated . b . Construction Joints : Place construction joints at the end of all pours and at locations where placement operations are stopped for a period of more than one-half hour, except where such pours terminate at expansion joints . Construction joints shall be as shown or, if not shown , use standard metal keyway-section form of appropriate height . C, Expansion Joints : ( 1 ) Provide premolded joint filler for expansion joints abutting concrete curbs , catch basin , manholes , inlets , structures , walks , and other fixed objects , unless otherwise indicated . (2 ) Locate expansion joints at 30 feet o . c. for concrete walks , unless otherwise indicated . (3) Extend joint fillers full width and depth of joint, and not less than one-half inch below finished surface where joint sealer is indicated . If no joint sealer, place top of joint filler flush with finished concrete surface . (4 ) Furnish joint fillers in one-piece lengths for the full width being placed , wherever possible . Where more than one length is required , lace or clip joint filler sections together. Pieces shorter than four inches shall not be used unless specifically shown as such . (5 ) Protect the top edge of the joint filler during concrete placement with a metal cap or other temporary material . Remove protection after concrete has been placed on both sides of joint. (6) Fillers and Sealants : Comply with the requirements of these specifications for preparation of joints , materials installations and performance , and as herein specified . C . CONCRETE FINISHING 1 . After striking-off and consolidating concrete , smooth the surface by screening and floating . Use hand methods only where mechanical floating is not possible . Adjust the floating to compact the surface and produce a uniform texture . 2 . After floating , test surface for trueness with a 20 ft , straight edge . Variations exceeding one-third inch for any two points within 10 feet shall not be acceptable . Distribute concrete as required to remove 02576 - 7 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk, and Driveway Replacement.doc surface irregularities , and refloat repaired areas to provide a continuous smooth finish . 3 . Work edges of slabs , gutters , formed joints , and back top edge of curb with a 1 /2" radius edging tool and front top edge of curb with 11 /2" , unless otherwise indicated . Eliminate any tool marks on concrete surface . 4 . After completion of floating and when excess moisture or surface sheen has disappeared , broom finish sidewalks by drawing a fine- hair broom across concrete surface , perpendicular to a line of pedestrian traffic. 5 . Do not remove forms for 24 hours after concrete has been placed . After form removal , clean ends of joints and point-up any minor honeycombed areas . D . CURING : Protect and cure finished concrete paving and walks , as required . Use moist-curing methods for initial curing whenever possible of approved concrete curing compounds . E . REPAIRS AND PROTECTION : 1 . Repair or replace broken or defective concrete , as directed by Engineer. 2 . Drill test cores where directed by Engineer, when necessary to determine magnitude of cracks or defective areas . Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy resin grout. 3 . Protect concrete from damage until acceptance of work . When construction traffic is permitted , maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. 4 . Sweep concrete pavement and wash free of stains and discoloration , dirt , and other foreign material just prior to final inspection . END OF SECTION 02576 - 8 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02576 Pavement, Sidewalk , and Driveway Replacement.doc SECTION 02610 RESTRAINED JOINTS , EXCAVATION AND BACKFILLING 1901 RESTRAINED JOINTS A . Restrained joints shall be used on lines per the Table on M-56 of IRCDUS Standards . Sections of piping having restrained joints or those requiring restrained joints shall be constructed using pipe and fittings with restrained " Locked -type" joints , and the joints shall be capable of holding against withdrawal for line pressures up to 150 pounds per square inch ( psi ) . The pipe fittings shall be as shown for restrained push-on joints or restrained mechanical joints on Page 416 in Section VI , in the Handbook of Cast Iron Pipe , 4th Edition . In all cases , restrained joints must be used per Section C below , with thrust blocks , per contract drawings . B . Restrained pipe joints that achieve restraint by incorporating cutout sections installed in the bell of the pipe shall have a minimum wall thickness at the point of cutout that corresponds with the minimum specified wall thickness for the rest of the pipe . C . The minimum number of restrained joints required for resisting forces at fittings and changes in direction of pipe shall be determined from the length of restrained pipe on each side of fittings and changes in direction . necessary to develop adequate resisting friction with the soil . Table M- 513 is provided for the Contractor as a guideline . L = 1 . 5PA ( 1 -COS X) fW Where : L = length of pipe on each side of fittings or change in direction P = 150 psi , unless otherwise noted A = cross-sectional area in square inches based on outside diameter (O . D . ) of pipe X = Angle of bend or change in direction in degrees f = Coefficient of friction = 1 . 4 ( maximum ) W = W (earth ) + W ( pipe ) + W (water in pipe ) W (earth ) _ ( Density of soil * ) (depth of cover in feet) (O . D . in feet) * Maximum 120-lbs/cubic ft above maximum water table elevation and 60-lbs/cubic ft below maximum water table elevation . D . Bolts and nuts for restrained joints shall be hot dipped galvanized , low alloy, high strength steel . E . The Contractor shall also provide restrained joints in accordance with the above criteria wherever below ground fittings on lines 12 inches in diameter or less . 02610- 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02610 Restrained Joints , Excavation , and Backfilling . doc 1 . 02 EARTHWORK AND BACKFILL A . All excavation for utilities and/or house connections shall be adequately guarded with barricades and lights , so as to protect the public from hazard . Streets , sidewalks , driveways , curbs , parkways , and other public property disturbed in the course of the work shall be restored in a manner satisfactory to the Engineer. B . Foundation material used for pipe bedding , from a minimum 6 inch distance below the pipe invert to the bottom 12 inches above the top of the pipe , shall be bank run sand and gravel . C . Installation of force mains shall be in accordance with AWWA Standard C600 and the installation specifications for water lines in the water distribution section , irrespective of the type of pipe selected . 1 . Trench - Trench width shall be kept to a minimum necessary for installation of the pipe . The trench bottom shall be graded uniformly to match the slope of the pipe . 2 . Backfill - Only good quality backfill , free of stones , roots , rocks , broken cement , or other material that might be damaging to the pipe shall be used . Backfill shall be placed in the trench in uniform lifts of 12 inches . 3 . Compaction - All pipe must be compacted by hand tamping to the center line , under the pipe . Backfill shall be compacted in lifts up to the surface to achieve a minimum compaction of 95 percent of maximum density. in roadways and shoulders , and 90 percent in easements in accordance with AASHTO T- 180 and ASTM D-2167 . 4 . Dewatering - Construction shall be accomplished in a dry trench . Well pointing will be required , as necessary . All water entering excavations or other parts of the work shall be contained , collected , and pumped to suitable places for disposal as permitted by State . 5 . Sheeting - Sheeting and shoring shall be installed as may be necessary for the protection of the work , preservation of adjacent property and structures , and the safety of employees . Sheeting and bracing shall be uniform to OSHA requirements . END OF SECTION 02610-2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02610 Restrained Joints , Excavation , and Backfilling .doc SECTION 02623 WATER MAINS POLYVINYL CHLORIDE PIPES AND FITTINGS 1 . 01 SCOPE This section covers polyvinyl chloride pipe and fittings for water mains . 1 . 02 GENERAL Polyvinyl Chloride ( P . V . C . ) pipe shall be allowed for use as potable water pipe where compatible with the specific conditions of the project. Indian River County Department of Utility Services ( IRCDUS ) may require the use of material other than polyvinyl chloride during construction permit review or by IRCDUS field personnel during construction if it is determined that polyvinyl chloride pipe is unsuitable for the particular application . 1 . 03 PIPE MATERIALS FOR SIZES 4" THROUGH 12" A. All pipe and fittings intended for conveying or transmitting potable water shall be designed for a minimum working pressure of 150 psi . B . Polyvinyl chloride pressure pipe shall conform to the latest AWWA Standards C900-97 , or latest revision , and/or C909-98 , or latest revision and ASTM D1784 and D2241 , latest revision . P . V . C . pressure pipe shall be made from Class 12454-A or Class 12454-B material and conform to the outside diameter of cast iron pipe with a minimum wall thickness of DR18 . . C . Polyvinyl chloride pipe shall be as manufactured by J- M Manufacturing Company , Inc. or approved equal . D . The pipe shall be blue in color. 1 . 04 JOINTS A. Joints for P . V. C . pressure pipe shall be bell and spigot push-on rubber gasket type only. No solvent weld or threaded joints will be permitted . B . The Engineer may consider other type joints for specific installation upon submission of specifications and approval . C . Restraint shall be by Nappco C- 1300 restrainer or approved equal . 1 . 05 FITTINGS A. All fittings shall be ductile iron mechanical joint and shall conform to AWWA specification C110 (ANSI 21 . 10-98 ) or C153 (ANSI 21 . 53-00 ) , or latest revision . Fittings shall be cement mortar lined and seal-coated in 02623 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02623 Water Mains , Polyvinyl Chloride Pipe .doc . accordance with AWWA Standard C104 (ANSI A21 . 4-95 ) , or latest revision . B . The pressure rating shall be 350 psi . C . Joint restraint, when required , shall be by Nappco C- 1300 restrainer, or approved equal . 1 . 06 SUBMITTALS Before starting fabrication of the P . V. C . pipe and fittings , the Contractor shall submit complete detailed working drawings for approval by the Engineer. Such drawings shall show the piping layouts and contain schedules of all pipe , fittings , valves , expansion joints , hangers and supports , and other appurtenances . Where special fittings are required , they shall be shown in large detail with all necessary dimensions . The drawings submitted shall show flanged jointed sections placed so as to be removable without disturbance to the main pipe sections . 1 . 07 MARKING A. Number 10 Stranded Conductor Copper Trace Wire shall be spiral wrapped or affixed to the top of the pipe . See trace wire Detail M- 16 for specifications regarding installation . B . Trace wire is required over all pipes . C . Location tape is required over all pipes . Tape is to be installed 12" below proposed grade . 1 . 08 INSTALLATION A. Unless otherwise noted on the drawings or in other sections of this specification , the pipe shall be handled and installed in strict accordance with the manufacturer's instructions and with the applicable provisions of AWWA C605-94 , or latest revision . If a conflict exists between the manufacturer's instructions and the AWWA Standards , the manufacturer's instructions shall govern . The Contractor shall use every precaution during construction to protect the pipe against the entry of non-potable water, dirt, wood , small animals , and any other foreign material that would hinder the operation of the pipeline . Where the groundwater elevation is above the bottom of the trench , the Contractor shall provide suitable dewatering equipment at no additional cost to the IRCDUS . All piping shall be placed in a dry trench , unless the Engineer approves wet trench installation . B . Depth of Cover and Pipe Elevation : Unless otherwise shown on the drawings , or otherwise authorized by the Engineer, all pipe shall have a minimum cover of 36 inches . Contractor shall determine top of pipe elevation and top of ground elevation for every two joints of pipe installed using a level . Pipe must have the minimum cover described above and 02623 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02623 Water Mains , Polyvinyl Chloride Pipe .doc must be within +/- 0 . 2 feet of the top of pipe elevation indicated on the drawings . Installed pipe that does not meet these requirements shall be reinstalled until it does meet these requirements . Contractor shall record top of pipe and top of ground elevations and the locations of where these elevations were determined and submit this information to Engineer or his representative . Engineer reserves the right to have Contractor excavate and check top of pipe and top of ground elevations to see if they conform to the aforementioned requirements , at no cost to the IRCDUS . END OF SECTION 02623 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02623 Water Mains , Polyvinyl Chloride Pipe .doc SECTION 02627 WATER MAINS POLYETHYLENE 1 . 01 SCOPE This section covers Polyethylene ( PE ) pipe and fittings water mains . 1 . 02 GENERAL A . Polyethylene ( PE ) pipe shall be allowed for use as watermain pipe where compatible with the specific conditions of the project . The use of material other than PE pipe may be required by IRCDUS during construction permit review or by IRCDUS field personnel , if it is determined that PE is unsuitable for the particular application . B . Documentation from the resin ' s manufacturer showing results of the following tests for resin identification : 1 . Melt Flow Index ASTM D 1238 2 , Density ASTM D 1505 C . All PE pipe and fittings shall be from a single manufacturer, who is fully experienced , reputable and qualified in the manufacturing of the PE pipe to be furnished . The pipe shall be designed , constructed and installed in accordance with the best practices and methods and shall comply with these Specifications . Qualified manufacturers shall be : PLEXCO Division of Chevron Chemical Company , DRISCOPIPE as manufactured by Phillips Products Co . , Inc . , SCLAIRPIPE as manufactured by Dupont of Canada or an approved equal . D . Finished Product Evaluation 1 . Production staff for the items listed below shall check each length of pipe produced . The results of all measurements shall be recorded on production sheets that become part of the manufacturer' s permanent records . a . Pipe in process shall be checked visually , inside and out for cosmetic defects ( grooves , pits , hollows , etc . ) b . Pipe outside diameter shall be measured using a suitable periphery tape to ensure conformance with ASTM F714 or ASTM D-3035 whichever is applicable . C . Pipe wall thickness shall be measured at 12 equally spaced locations around the circumference at both ends of the pipe to ensure conformance with ASTM F714 or ASTM D -3035 , whichever is applicable . d . Pipe length shall be measured e . Pipe marking shall be examined an checked for accuracy 02627 - 1 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene.doc f. Pipe ends shall be checked to ensure they are cut square and clean g . Subject inside surface to a " reverse bend test" to ensure the pipe is free of oxidation ( brittleness ) . E . Stress Regression Testing 1 . The polyethylene pipe manufacturer shall provide certification that stress regression testing has been performed on the specific polyethylene resin being utilized in the manufacturing of this product . This stress regression testing shall have been done in accordance with ASTM D2837 and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis ( HDB ) of 1 , 600 psi as determined in accordance with ASTM D2837 . F . Contractor is responsible for compatibility between pipe materials , fittings and appurtenances . G . The pipe MANUFACTURER shall provide a warranty against manufacturing defects of material and workmanship for a period of ten ( 10 ) years after the final acceptance of the project by the IRCDUS . The MANUFACTURER shall replace at no expense to the IRCDUS any defective pipe material including labor within the warranty period . 1 . 03 MATERIALS FOR PIPE SIZES 4" AND LARGER A . Materials used for the manufacture of polyethylene pipe and fittings shall be made from a PE 3408 polyethylene resin compound meeting cell classification 345434C per ASTM D3350 ; and meeting Type III , Class C , Category 5 , Grade P34 per ASTM D1248 B . Polyethylene ( PE ) pipe shall comply with AWWA Specifications C906-99 , C . If rework compounds are required , only those generated in the Manufacturer' s own plant from resin compounds of the same class and type from the same raw material supplier shall be used . D . Dimensions and workmanship shall be as specified by ASTM F714 . PE fittings and transitions shall meet ASTM D3261 . PE pipe shall have a minimum density of 0 . 955 grams per cubic centimeter. All PE pipe and fittings shall have a Hydrostatic Design Basis ( HDB ) of 1 , 600 psi . E . PE pipe and accessories 3 " and greater in diameter, shall be 160 psi at 73 . 4° F meeting the requirements of Standard Dimension Ration ( SDR) 11 as MINIMUM STRENGTH . F . The pipe MANUFACTURER must certify compliance , with the above requirements . 1 . 04 MATERIALS FOR PIPE SIZES 3 " AND UNDER 02627 - 2 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene.doc iA . Materials used for the manufacture of polyethylene pipe and fittings shall be made from a PE 3408 polyethylene resin compound meeting cell classification 345434C per ASTM D3350 ; and meeting Type 111 , Class C , Category 5 , Grade P34 per ASTM D1248 . B . Polyethylene ( PE ) pipe shall comply with AWWA Specifications C901 -96 , C . If rework compounds are required , only those generated in the Manufacturer' s own plant from resin compounds of the same class and type from the same raw material supplier shall be used . D . Dimensions and workmanship shall be as specified by ASTM D- 3035 . PE fittings and transitions shall meet ASTM D3261 . PE pipe shall have a minimum density of 0 . 955 grams per cubic centimeter. All PE pipe and fittings shall have a Hydrostatic Design Basis ( HDB ) of 1 , 600 psi . E . PE pipe and accessories 3" and greater in diameter, shall be 160 psi at 73 . 4° F meeting the requirements of Standard Dimension Ration (SDR) 11 as MINIMUM STRENGTH . F . The pipe MANUFACTURER must certify compliance with the above requirements . • 1 . 05 FITTINGS A . All molded fittings and fabricated fittings shall be fully pressure rated to match the pipe SDR pressure rating to which they are made . All fittings shall be molded or fabricated by the manufacturer. No Contractor fabricated fittings shall be used unless approved by the Engineer. B . The manufacturer of the PE pipe shall supply all PE fittings and accessories as well as any adapters and /or specials required to perform the work as shown on the Drawings and specified herein . C . All transition from PE pipe to PVC or ductile iron shall be made per the PE , PVC , or ductile iron pipe manufacturer' s recommendations and specifications whichever is more stringent . A molded flange connector adapter within a carbon steel back- up ring assembly shall be used for pipe type transitions . Ductile iron back- up rings shall mate with cast iron flanges per ANSI B16 . 1 . A 316 stainless steel back- up ring shall mate with a 316 stainless flange per ANSI B16 . 1 . D . The pipe MANUFACTURER must certify compliance with the above requirements . 02627 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene .doc . 1 . 06 JOINTING METHOD A . The PE pipe shall be joined with butt , heat fusion joints . All joints shall be made in strict compliance with the manufacturer' s recommendations . B . Lengths of pipe shall be assembled into suitable installation lengths by the butt-fusion process . All pipe so joined shall be made from the same class and type of raw material made by the same raw material supplier. Pipe shall be furnished in standard laying length ' s not to exceed 50 feet . C . The polyethylene flange adapters at pipe material transitions shall be backed up by carbon steel flanges conforming to ANSI 816 . 1 and shaped as necessary to suit the outside dimensions of the pipe . The flange adapter assemblies shall be connected with corrosion resisting bolts and nuts of Type 316 Stainless Steel as specified in ASTM A726 and ASTM A307 . All bolts shall be tightened to the manufacturer' s specified torques . Bolts shall be tightened alternatively and evenly . After installation apply a bitumastic coating to bolts and nuts . 1 .07 PIPE IDENTIFICATION A . The following shall be continuously indent printed on the pipe or spaced at intervals not exceeding 5-ft . i1 . Name and/or trademark of the pipe manufacturer . 2 . Nominal pipe size . 3 . Dimension ratio . 4 . The letters PE followed by the polyethylene grade in accordance with ASTM D1248 , followed by the hydrostatic design basis in 160 ' s of psi , e . g . , PE 3408 . 5 . Manufacturing standard reference , e . g . , ASTM F714 or D- 3035 , as required . 6 . A production code from which the date and place of manufacture can be determined . B . Number 10 stranded conductor copper trace wire shall be spiral wrapped or affixed to the top of all pipe and fittings . See Trace Wire Detail M - 16 for specifications regarding installation . 1 . 08 INSTALLATION A . Polyethylene ( PE ) Pipe shall be installed in accordance with the instruction of the manufacturer, as shown on the Drawings and as specified herein . A factory qualified joining technician as designated by the pipe manufacturer shall do all heat fusion joints . B . Care shall be taken in loading , transporting and unloading to prevent injury to the pipe . Pipe or fitting shall not be dropped . All pipe or fittings shall be examined before installation , and no piece 02627 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene .doc shall be installed which is found to be defective . Any damage to the pipe shall be repaired as directed by the Engineer. If any defective pipe is discovered after it has been installed , it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor , at his own expense . C . Under no circumstances shall the pipe or accessories be dropped into the trench . D . Care shall be taken during transportation of the pipe such that it will not be cut , kinked or otherwise damaged . E . Ropes , fabric or rubber protected slings and straps shall be used when handling pipes . Chains , cables or hooks inserted into the pipe ends shall not be used . Two slings spread apart shall be used for lifting each length of pipe . F . Pipes shall be stored on level ground , preferably turf or sand , free of sharp objects , which could damage the pipe . Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions . Where necessary due to ground conditions , the pipe shall be stored on wooden sleepers , spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports . G . Care shall be exercised when lowering pipe into the trench to prevent damage or twisting of the pipe . H . Pipe shall be laid to lines and grade shown on the Drawings with bedding and backfill as shown on the Drawings . I . When installation of pipe is not in progress , including lunchtime , the open ends of the pipe shall be closed by fabricated plugs , or by other approved means . J . Pipe shall be stored on clean level ground to prevent undue scratching or gouging . The handling of the pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects . The maximum allowable depth of cuts , scratches or gouges on the exterior of the pipe is 10 percent of wall thickness . The interior pipe surface shall be free of cuts , gouges or scratches . K . Sections of pipe with cuts , scratches or gouges exceeding five percent of the pipe wall thickness shall be removed completely and the ends of the pipeline rejoined . L . The pipe shall be joined by the method of thermal butt fusion , as outlined in ASTM D2657 . All joints shall be made in strict compliance with the manufacturer' s recommendations . 02627 - 5 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene .doc M . Mechanical connections of the polyethylene pipe to auxiliary equipment such as valves , pumps and tanks shall be through flanged connections which shall consist of the following : 1 . A polyethylene flange shall be thermally butt-fused to the stub end of the pipe . A carbon steel back - up ring shall be used on both sides of the connection prior to thermally butt- fusing the polyethylene flange . 2 . A 316 stainless steel back- up ring shall mate with a 316 stainless steel flange . 3 . Ductile iron back- up rings shall mate with cast iron flanges . N . Flange connections shall be provided with a full -face neoprene gasket . O . All PE pipe must be at the temperature of the surrounding soil at the time of backfilling and compaction . P . No single piece of pipe shall be laid unless it is straight . The centerline of the pipe shall not deviate from a straight line drawn between the centers of the openings at the ends of the pipe by more than 1 / 16- in per foot of length . If a piece of pipe fails to meet this requirement check for straightness , it shall be rejected and removed from the site . Laying instructions of the manufacturer shall be explicitly followed . Q . If a defective pipe is discovered after it has been installed , it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional cost to the IRCDUS . All pipe and fittings shall be thoroughly cleaned before installation , shall be kept clean until they are used in the work and when laid , shall conform to the lines and grades required . R . As soon as the excavation is complete to normal grade of the bottom of the trench , bedding shall be placed , compacted and graded to provide firm , uniform and continuous support for the pipe . Bell holes shall be excavated so that only the barrel of the pipe bears upon the bedding . The pipe shall be laid accurately to the lines and grades indicated on the Drawings . Blocking under the pipe will not be permitted . Bedding shall be placed evenly on each side of the pipe to mid - diameter and hand tools shall be used to force the bedding under the haunches of the pipe and into the bell holes to give firm continuous support for the pipe . Bedding shall then be placed to 12- in above the top of the pipe . The initial 3-ft of backfill above the bedding shall be placed in 1 -ft layers and carefully compacted . Generally the compaction shall be done evenly on each side of the pipe and compaction equipment shall not be operated directly over the pipe until sufficient backfill has been placed to ensure that such compaction equipment will not have a damaging effect on the pipe . The pipe manufacturer' s representative prior to • use shall approve equipment used in compacting the initial 34t of backfill . 02627 - 6 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene.doc S . Good alignment shall be preserved during installation . The deflection at joints shall not exceed that recommended by manufacturer. Fittings , in addition to those shown on the Drawings , shall be provided , if required , in crossing of utilities that may be encountered upon opening the trench . T. Each length of the pipe shall have the assembly mark aligned with the pipe previously laid and held securely until enough backfill has been placed to hold the pipe in place . Joints shall not be " pulled " or " cramped . " U . Before any joint is made , the pipe shall be checked to assure that a close joint with the next adjoining pipe has been maintained and that the inverts are matched and conform to the required grade . The pipe shall not be driven down to grade by striking it . V . Precautions shall be taken to prevent flotation of the pipe in the trench . W . When moveable trench bracing such as trench boxes , moveable sheeting , shoring or plates are used to support the sides of the trench , care shall be take in placing and moving the boxes or supporting bracing to prevent movement of the pipe , or disturbance of the pipe bedding and the backfill . Trench boxes , moveable sheeting , shoring or plates shall not be allowed to extend below the top of the pipe . As trench boxes , moveable sheeting , shoring or plates are moved , pipe bedding shall be placed to fill any voids created and the backfill shall again be compacted to provide uniform side support for the pipe . X . Concrete thrust blocks shall be installed at all fittings and other locations as directed by the Engineer. Minimum bearing area shall be as shown on the Drawings . Concrete shall be placed against undisturbed material and shall not cover joints , bolts or nuts , or interfere with the removal of any joint . Wooden side forms shall be provided for thrust blocks . .Y . Restrained joints shall be installed where shown on the Drawings , required by IRCDUS Standards , or as directed by the Engineer. END OF SECTION • 02627 - 7 F :\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02627 Water Mains High Density Ployethylene .doc • SECTION 02660 TESTING AND INSPECTION OF WATER MAINS 1 . 01 PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PRESSURE PIPING A. At the beginning of the testing period , thoroughly clean all new pipelines by whatever means necessary , including flushing , to remove all dirt , stones , pieces of wood , other material that may have entered during the construction period , and any dirty or discolored water from the lines . If, after this cleaning , any obstructions remain , they shall be removed . All debris cleaned from the lines shall be removed from the job site . B . Hydrostatic pressure and leakage tests shall conform to the latest edition of AWWA C-600 series specifications with the exception that the Contractor shall furnish all gauges , meters , pressure pumps and other equipment needed to test the line . Engineer or a designated representative ( inspector) shall be present during all testing , televising and final inspections . C . The pressure required for the field hydrostatic pressure test shall be 1 . 5 times the normal working pressure at the point of testing , and not less than 1 . 25 times the working pressure at the highest point along the test section , but not less than 150 psi . The Contractor shall provide temporary plugs and blocking necessary to maintain the required test pressure . Corporation cocks at least 1 inch in diameter, pipe riser, and angle globe valves shall be provided at each pipe dead -end in order to bleed air from the line . Duration of pressure test shall be at least 2 hours . The cost of these items shall be included as a part of testing . D . The leakage test shall be conducted concurrently with the hydrostatic pressure test and shall be of not less than 2 hours duration . All leaks evident at the surface shall be repaired and leakage eliminated regardless of total leakage as shown by test. Lines that fail to meet tests shall be repaired and retested as necessary until satisfactory test results are achieved . Defective materials , pipes , valves and accessories shall be removed and replaced . The pipelines shall be tested in such sections as may be directed by the Engineer by shutting valves or installing temporary plugs as required . The line shall be filled with water and all air removed , and the test pressure shall be maintained in the pipe for the entire test period by means of a force pump , furnished by the Contractor. The amount of water required is a measure of the leakage . The allowable rate of leakage shall be less than the number of gallons per hour determined by the following formula : L = NDx P �_ 7400 • L = allowable leakage in gallons per hour 02660 - 1 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02660 Testing and Inspection of Water Mains.doc N = number of joints in the section tested D = nominal diameter of the pipe in inches P = average test pressure maintained during the leakage test in pounds per square inch gauge E . The Contractor must submit his plan for testing to the Engineer for review at least five ( 5 ) working days before starting the test. The Contractor shall remove and adequately dispose of all blocking material and equipment after completion and acceptance of the field hydrostatic test, unless otherwise directed by the Engineer. The Contractor shall repair any damage to the pipe coating . Lines shall be totally free and clean prior to final acceptance . F . The Engineer or a designated representative must be present during testing . G. No thrust blocks shall be backfilled until inspected by IRCDUS inspectors . H . Before the pressure testing of new pipelines against existing IRCDUS 's valves can commence , the lines shall be properly chlorinated , sampled , and bacteriologically approved . 1 . 02 ADDITIONAL PRESSURE TESTING FOR PE PIPE A. At the beginning of the testing period , thoroughly clean all new pipelines by whatever means necessary, including flushing , to remove all dirt, stones , pieces of wood , other material that may have entered during the construction period , and any dirty or discolored water from the lines . If, after this cleaning , any obstructions remain , they shall be removed . All debris cleaned from the lines shall be removed from the job site . B . All PE water mains shall be field -tested . Supply all labor, equipment, material , gages , pumps , meters and incidentals required for testing . Pressure test each water main upon completion of the pipe laying and backfilling operations , including placement of any required temporary roadway surfacing . C . All water mains shall be tested at 150 percent of the operating design pressure of the pipe unless otherwise approved by the Engineer. The operating design pressure of the pipe is 100 psi . The test pressure shall be measured at the highest point along the test section by a recording type pressure gage and a copy of the readout shall be submitted to the Engineer upon completion of the test. All testing shall be conducted in the presence of the Engineer or a designated representative . • D . Testing shall be conducted after backfilling has been completed and before placement of permanent surface . 02660 - 2 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02660 Testing and Inspection of Water Mains.doc • E . Allowable amount of makeup water for expansion during the pressure test of the pipe shall conform to Plastic Pipe Institute ( PPI ) Handbook of Polyethylene Pipe ; Inspection , Tests , and Safety Considerations , unless otherwise approved by the Engineer. The Operating Safety Considerations , Post Installation , Hydrostatic Testing , Monitored Make-up Water Test, Table III , is on Pages 24 and 25 of the Handbook . If there are no visual leaks or significant pressure drops during the final test period , the installed pipe passes the test. F . In any test of pipe laid disclosed leakage significant pressure drop greater than the allowed , the Contractor shall , at it's own expense , locate and repair the cause of leakage and retest the line . The amount of leakage that will be permitted . Shall be in accordance with AWWA standards . G . All visible leaks are to be repaired regardless of the amount of leakage. H . The Contractor must submit his plan for testing to the Engineer for review at least ten ( 10) days before starting the test . 1 . 03 DISINFECTING POTABLE WATER PIPELINES A. Before being placed in service , all potable water pipelines shall be chlorinated in accordance with the latest edition of ANSI/AWWA C651 -99 , "Standard Procedure for Disinfecting Water Mains . " The Engineer shall approve the procedure . The location of the chlorination and sampling points will be as specified by the Florida Department of Environmental Protection , Water Distribution System Permit. Taps for chlorination and sampling shall be uncovered and backfilled by the Contractor, as required . B . The general procedure for chlorination shall be first to flush all foreign objects from the lines and all dirty or discolored water from the lines . Then introduce chlorine in approved dosages in accordance with Table 1 - 1 through a tap at one end , while water is being withdrawn at the other end of the line . All water flushed from mains shall be directed into rear or side yard ditches . The chlorine solution shall remain in the pipeline for no less than 24 hours . C . Following the chlorination period , all treated water shall be flushed from the lines at their extremities and replaced with water from the distribution system . The Contractor's lab shall then make bacteriological sampling and analysis of the replacement water in full accordance with the AWWA Manual M23 . The Contractor again shall be required to chlorinate , if necessary. The line shall not be placed in service until the requirements of the State and County Environmental Health Departments are met. D . Special disinfection procedures shall be used in connections with existing mains , and where the method outlined above is not practical . E . The Contractor shall make all arrangements necessary with an independent commercial laboratory approved by the Department of Health and 02660 - 3 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02660 Testing and Inspection of Water Mains .doc Rehabilitative Services ( HRS) for the collection and examination of samples of water from disinfected water mains . These samples shall be examined for compliance with HRS requirements . Sampling shall be made daily and continuously until two successive examinations are found satisfactory. Should three examinations be found unsatisfactory , the line shall be flushed and disinfected again . Certified copies of all laboratory analyses shall be provided to the IRCDUS . The cost of all sampling , flushing , and disinfecting shall be included in the contract price , and no additional charge shall be made to the IRCDUS for this work . IRCDUS personnel shall operate all valves and be present to determine and control the volume of water used for flushing . F . TABLE 1 — 1 Chlorine Required to Produce 25-mg/L Concentrations In 100 Foot of Pipe by Diameter Pipe Diameter 100 -Percent Chlorine 1 -Percent Chlorine (Inches ( Pounds) Solution (Gallons) 4 0 . 013 0 . 16 6 0 . 030 0 . 36 8 0 . 054 0 . 65 10 0 . 085 1 . 02 12 0 . 120 II A4 16 0 . 217 2 . 60 END OF SECTION 02660 - 4 F:\Utilities\UTILITY - ENGINEERING\Projects - Assessment Projects\West Side Subdivision - UCP#2177\Bid docs\specs\02660 Testing and Inspection of Water Mains.doc