Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2009-188
72 / 0Q 8U � gIVER � * �E �LOR1�A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60 BID NO . 2009037 PROJECT No . 9920 , 9810-A, 0545 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA WESLEY S . DAVIS , CHAIRMAN JOSEPH E . FLESCHER , VICE CHAIRMAN APPROVED AS TO FORM COMMISSIONER GARY C . WHEELER ANDLEC3ALS FIC OMMISSIONER PETER D . O ' BRYAN COMMISSIONER BOB SOLARI BY WILLIAM CO NK. YATTOL JOSEPH A . BAIRD, COUNTY ADMINISTRATOR DEPUTY COUNTY Kt"PPRNEY JEFFREY K. BARTON , CLERK OF COURT WILLIAM G . COLLINS , II , COUNTY ATTORNEY JAMES W. DAVIS , P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER , JR. , P . E . , COUNTY ENGINEER MICHAEL D . NIXON , P . E . , ROADWAY PRODUCTION MANAGER 00001 - Project Title Page 00001 - 1 F:1EngineeringlCapital Pmjects19920-16N St. 74th Ave to 661h Ave19920 Contract Documents & Specst00001 - Project Title Page.doc 72 / 0Q 8U � gIVER � * �E �LOR1�A CONTRACT DOCUMENTS AND SPECIFICATIONS FOR ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60 BID NO . 2009037 PROJECT No . 9920 , 9810-A, 0545 PREPARED FOR THE BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY , FLORIDA WESLEY S . DAVIS , CHAIRMAN JOSEPH E . FLESCHER , VICE CHAIRMAN APPROVED AS TO FORM COMMISSIONER GARY C . WHEELER ANDLEC3ALS FIC OMMISSIONER PETER D . O ' BRYAN COMMISSIONER BOB SOLARI BY WILLIAM CO NK. YATTOL JOSEPH A . BAIRD, COUNTY ADMINISTRATOR DEPUTY COUNTY Kt"PPRNEY JEFFREY K. BARTON , CLERK OF COURT WILLIAM G . COLLINS , II , COUNTY ATTORNEY JAMES W. DAVIS , P . E . , PUBLIC WORKS DIRECTOR CHRISTOPHER J . KAFER , JR. , P . E . , COUNTY ENGINEER MICHAEL D . NIXON , P . E . , ROADWAY PRODUCTION MANAGER 00001 - Project Title Page 00001 - 1 F:1EngineeringlCapital Pmjects19920-16N St. 74th Ave to 661h Ave19920 Contract Documents & Specst00001 - Project Title Page.doc TABLE OF CONTENTS Section No. Title DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 AIA Document A310 Bid Bond 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACTFORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Performance Bond 00612 Payment Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor' s Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive DIVISION 1 - GENERAL REQUIREMENTS 00010-1 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00010 - Table of Contents.doc TABLE OF CONTENTS Section No. Title DIVISION 0 - BIDDING DOCUMENTS , CONTRACT FORMS , AND CONDITIONS OF THE CONTRACT 00001 Cover Sheet 00010 Table of Contents BIDDING DOCUMENTS 00100 Advertisement for Bids 00200 Instructions to Bidders 00300 Bid Package Contents 00310 Bid Form & Itemized Bid Schedule 00430 AIA Document A310 Bid Bond 00452 Sworn Statement under Section 105 . 08 , Indian River County Code , on Disclosure of Relationships 00454 Sworn Statement under the Florida Trench Safety Act 00456 Qualifications Questionnaire 00458 List of Subcontractors CONTRACTFORMS 00510 Notice of Award 00520 Agreement 00550 Notice to Proceed 00610 Performance Bond 00612 Payment Bond 00620 Sample Certificate of Liability Insurance 00622 Contractor' s Application for Payment 00630 Certificate of Substantial Completion 00632 Contractor's Final Certification of the Work 00634 Professional Surveyor and Mapper's Certification as to the Elevations and Locations of the Work CONDITIONS OF THE CONTRACT 00700 EJCDC Standard General Conditions of the Construction Contract 00800 Supplementary Conditions to the General Conditions 00942 Change Order Form 00946 Field Order Form 00948 Work Change Directive DIVISION 1 - GENERAL REQUIREMENTS 00010-1 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00010 - Table of Contents.doc DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - PERMITS APPENDIX B - CHAPTER 4, BEST MANAGEMENT PRACTICES APPENDIX C - SOIL SURVEY REPORT + + END OF TABLE OF CONTENTS + + 00010-2 FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00010 - Table of Contents.doc DIVISION 2 - TECHNICAL PROVISIONS APPENDIX A - PERMITS APPENDIX B - CHAPTER 4, BEST MANAGEMENT PRACTICES APPENDIX C - SOIL SURVEY REPORT + + END OF TABLE OF CONTENTS + + 00010-2 FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00010 - Table of Contents.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27`h Street, Vero Beach, Florida 32960 � tt1VER A '2. ADVERTISEMENT FORBIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday, April 1 2009 . 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 Roadway Improvements to 16th Street from 74th Avenue to 66th Avenue. and 66th Avenue from 16t" Street to S . R. 60 Project No. 9920, 9810- A, 0545 and Bid No. 2009037 . Bids should be addressed to Purchasing Division , 1800 27th Street , Bldg . " B" , Vero Beach , Florida 32960. All bids 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 . INDIAN RIVER COUNTY PROJECT NO. 9920. 9810-A. 0545 INDIAN RIVER COUNTY BID NO. 2009037 PROJECT DESCRIPTION: The project will consists of paving approximately 1 '/z miles of existing dirt roads being 16th Street (74th Avenue to 66th Avenue) and 66 h Avenue ( 16th Street to State Road 60) . The work will include the paving of dirt roads , extensive piping for drainage , curbing , a mast arm traffic signal , signing and marking , a storm water treatment pond , landscaping and irrigation . All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be obtained from the Public Works DepartmenUEngineering Division , 1801 27th Street, Bldg . "A" , Vero Beach , Florida , 32960 , (772) 226- 1384 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $ 100. 00 for each set, which represents cost of printing and handling, which is non refundable. . Communications concerning this bid shall be directed to IRC Purchasing Department at 772-226- 1416 . All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . BID SECURITY must accompany each Bid , and must be in the form of an AIA Document A310 Bid Bond , properly executed by the Bidder and by a qualified surety , or a 00100 - Advertisement 00100 - 1 F\EngmeennglCapital ProjectsM20-16th St, 74th Ave to 66th Ave1992C Contract Documents & SpecsM100 - AEverlisement.doc SECTION 00100 - Advertisement for Bids BOARD OF COUNTY COMMISSIONERS 1801 27`h Street, Vero Beach, Florida 32960 � tt1VER A '2. ADVERTISEMENT FORBIDS INDIAN RIVER COUNTY Sealed bids will be received by Indian River County until 2 : 00 PM on Wednesday, April 1 2009 . 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 Roadway Improvements to 16th Street from 74th Avenue to 66th Avenue. and 66th Avenue from 16t" Street to S . R. 60 Project No. 9920, 9810- A, 0545 and Bid No. 2009037 . Bids should be addressed to Purchasing Division , 1800 27th Street , Bldg . " B" , Vero Beach , Florida 32960. All bids 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 . INDIAN RIVER COUNTY PROJECT NO. 9920. 9810-A. 0545 INDIAN RIVER COUNTY BID NO. 2009037 PROJECT DESCRIPTION: The project will consists of paving approximately 1 '/z miles of existing dirt roads being 16th Street (74th Avenue to 66th Avenue) and 66 h Avenue ( 16th Street to State Road 60) . The work will include the paving of dirt roads , extensive piping for drainage , curbing , a mast arm traffic signal , signing and marking , a storm water treatment pond , landscaping and irrigation . All material and equipment furnished and all work performed shall be in strict accordance with the plans , specifications , and contract documents pertaining thereto , which may be obtained from the Public Works DepartmenUEngineering Division , 1801 27th Street, Bldg . "A" , Vero Beach , Florida , 32960 , (772) 226- 1384 . Copies of the plans and specifications containing the necessary contract documents may be obtained by deposit of a check made payable to Indian River County, in the amount of $ 100. 00 for each set, which represents cost of printing and handling, which is non refundable. . Communications concerning this bid shall be directed to IRC Purchasing Department at 772-226- 1416 . All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications . BID SECURITY must accompany each Bid , and must be in the form of an AIA Document A310 Bid Bond , properly executed by the Bidder and by a qualified surety , or a 00100 - Advertisement 00100 - 1 F\EngmeennglCapital ProjectsM20-16th St, 74th Ave to 66th Ave1992C Contract Documents & SpecsM100 - AEverlisement.doc certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than Five Percent ( 5%1 of the total amount of the bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Performance Bond and 100% Payment Bond within the timeframe set by the County. If Bidder fails to do so , the Bid Security shall be retained by the County as liquidated damages and not as a penalty . Please note that the questionnaire must be filled out completely including the financial statement. The County reserves the right to delay awarding of the Contract for a period of six 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 judgment, will serve the best interest of Indian River County, Florida . The County will not reimburse any Bidder for bid preparation costs. A Pre-Bid Conference will be held on March 18 . 2009 at 10 : 00 AM , in conference room A1 - 303 in Building "A" of the Indian River County Administration Building located at 1801 27th Street, Vero Beach , Florida, 32960 . ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED. INDIAN RIVER COUNTY By: Jerry Davis Purchasing Manager For Publication in the Vero Beach Press Journal Date : February 18 , 2009 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building " B" Vero Beach , FL 32960 * * END OF SECTION 00100 - Advertisement 00100 - 2 F\Engineering%Capbl Frojects19920-06th St, 74th Ave to 66th Ave19920 Contract Documents & Specs100100 - Advertisement doc certified check or a cashier's check, drawn on any bank authorized to do business in the State of Florida . Bid Security must be in the sum of not less than Five Percent ( 5%1 of the total amount of the bid , made payable to Indian River County Board of County Commissioners . In the event the Contract is awarded to the Bidder, Bidder will enter into a Contract with the County and furnish the required 100% Performance Bond and 100% Payment Bond within the timeframe set by the County. If Bidder fails to do so , the Bid Security shall be retained by the County as liquidated damages and not as a penalty . Please note that the questionnaire must be filled out completely including the financial statement. The County reserves the right to delay awarding of the Contract for a period of six 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 judgment, will serve the best interest of Indian River County, Florida . The County will not reimburse any Bidder for bid preparation costs. A Pre-Bid Conference will be held on March 18 . 2009 at 10 : 00 AM , in conference room A1 - 303 in Building "A" of the Indian River County Administration Building located at 1801 27th Street, Vero Beach , Florida, 32960 . ATTENDANCE AT THIS CONFERENCE BY ALL BIDDERS IS HIGHLY ENCOURAGED. INDIAN RIVER COUNTY By: Jerry Davis Purchasing Manager For Publication in the Vero Beach Press Journal Date : February 18 , 2009 For: Vero Beach Press Journal Please furnish tear sheet and Affidavit of Publication to: INDIAN RIVER COUNTY PURCHASING DIVISION 1800 27th Street Building " B" Vero Beach , FL 32960 * * END OF SECTION 00100 - Advertisement 00100 - 2 F\Engineering%Capbl Frojects19920-06th St, 74th Ave to 66th Ave19920 Contract Documents & Specs100100 - Advertisement doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No . - Title Pape ARTICLE 1 - DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 - PRE-BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 6 - SITE AND OTHER AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 8 - BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 9 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 10 - LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS , AND OTHERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 13 - PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 15 - SUBMITTAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 17 - OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 - AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE 21 - SIGNING OF AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 00200 - Instructions to Bidders REV 04-07 D0200 - I F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs00200 - Instructions to &riders REV 04-o7.doc SECTION 00200 - Instructions to Bidders TABLE OF CONTENTS Article No . - Title Pape ARTICLE 1 - DEFINED TERMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 2 - COPIES OF BIDDING DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 3 - QUALIFICATIONS OF BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, ANDSITE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 ARTICLE 5 - PRE-BID CONFERENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 6 - SITE AND OTHER AREAS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 7 - INTERPRETATIONS AND ADDENDA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 8 - BID SECURITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 9 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 ARTICLE 10 - LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 11 - SUBSTITUTE AND "OR-EQUAL" ITEMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 12 - SUBCONTRACTORS, SUPPLIERS , AND OTHERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 13 - PREPARATION OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 ARTICLE 15 - SUBMITTAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 ARTICLE 17 - OPENING OF BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 19 - AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 ARTICLE 20 - CONTRACT SECURITY AND INSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 ARTICLE 21 - SIGNING OF AGREEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 00200 - Instructions to Bidders REV 04-07 D0200 - I F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs00200 - Instructions to &riders REV 04-o7.doc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subiect Article Awardof Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 Basis of Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 ContractTimes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Contractsto be Assigned . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Copiesof Bidding Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 DefinedTerms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretations and Addenda . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 LiquidatedDamages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modification and Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Openingof Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Partnering . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 Pre-Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualifications of Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Retainage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Salesand Use Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 Signingof Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Subcontractors , Suppliers and Others . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Submittalof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Substitute or "Or-Equal" Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 00200 - Instructions to Bidders REV 04-07 00200 - ii F:1Engineenng\Capital Projects\9920-16th St, 741h Ave to 666th Ave\9920 Contract Documents & Specs\00200 - Instructions to Butlers REV 04-01.Ooc SECTION 00200 - Instructions to Bidders TABLE OF ARTICLES (Alphabetical by Subject) Subiect Article Awardof Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 Basis of Bid ; Evaluation of Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 BidSecurity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 8 Bids to Remain Subject to Acceptance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 Contract Security and Insurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 ContractTimes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 Contractsto be Assigned . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Copiesof Bidding Documents . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 DefinedTerms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 Examination of Bidding Documents , Other Related Data , and Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 Interpretations and Addenda . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 LiquidatedDamages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 Modification and Withdrawal of Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 Openingof Bids . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 Partnering . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 Pre-Bid Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 Preparationof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 Qualifications of Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Retainage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 Salesand Use Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 Signingof Agreement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 Siteand Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 Subcontractors , Suppliers and Others . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Submittalof Bid . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15 Substitute or "Or-Equal" Items . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 00200 - Instructions to Bidders REV 04-07 00200 - ii F:1Engineenng\Capital Projects\9920-16th St, 741h Ave to 666th Ave\9920 Contract Documents & Specs\00200 - Instructions to Butlers REV 04-01.Ooc SECTION 00200 = Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder--The individual or entity who submits a Bid directly to OWNER. B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C. Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2. 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2. 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3. 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data , previous experience, present commitments , and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 3. 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 00200 - Instructions to Bidders REV 04-07 00200 - 1 F \EngineeringlCapital ProjectsO920-16th 51, 74th Ave to 66th Ave0920 Contract Documents 8 Specs\00200 - Instructions to Bidders REV 06-07.doc Rev. 05101 SECTION 00200 = Instructions to Bidders ARTICLE 1 - DEFINED TERMS 1 . 01 Terms used in these Instructions to Bidders will have the meanings indicated in the General Conditions and Supplementary Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof: A. Bidder--The individual or entity who submits a Bid directly to OWNER. B . Issuing Office--The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered . C. Successful Bidder--The lowest responsible Bidder submitting a responsive Bid to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award . ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2 . 01 Complete sets of the Bidding Documents in the number and for the deposit sum, if any, stated in the Advertisement or Invitation to Bid may be obtained from the Issuing Office. 2. 02 Complete sets of Bidding Documents must be used in preparing Bids ; neither OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2. 03 OWNER and ENGINEER in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining Bids for the Work and do not confer a license or grant for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3. 01 To demonstrate Bidder's qualifications to perform the Work, within five days of OWNER's request Bidder shall submit written evidence such as financial data , previous experience, present commitments , and such other data as may be called for below. A. Bidder must have at least five years' experience in the construction of similar projects of this size and larger. B. Bidder must have successfully constructed , as prime CONTRACTOR, at least three projects similar in scope to this project. C. Bidder must have good recommendations from at least three clients similar to the OWNER. D . The Bidder's superintendent and assistants must be qualified and experienced in similar projects in all categories. E . Bidder must be able to provide evidence of authority to conduct business in the jurisdiction in which the project is located . 3. 02 Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the contract. 00200 - Instructions to Bidders REV 04-07 00200 - 1 F \EngineeringlCapital ProjectsO920-16th 51, 74th Ave to 66th Ave0920 Contract Documents 8 Specs\00200 - Instructions to Bidders REV 06-07.doc Rev. 05101 3. 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4 . 01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B . Copies of reports and drawings referenced in paragraph 4 . 01 . A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4. 02 of the General Conditions has been identified and established in paragraph 4. 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions or information contained in such reports or shown or indicated in such drawings . 4. 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER, or others. 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4. 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4. 06 of the General Conditions has been identified and established in paragraph 4. 06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4. 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities , and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 .02 , 4 . 03 , and 4. 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders 00200 - Instructions to Bidders REV D4-07 00200 - 2 FAEngineering\Capital Projetts\9920-16th St. 741h Ave to 66th Ave\9920 contract Documents & specs\00200 - Instructions to Bidders REV 04-07 doc Rev. 05101 3. 03 The OWNER reserves the right to reject bids from Bidders that are unable to meet the listed required qualifications . ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS , OTHER RELATED DATA, AND SITE 4 . 01 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1 . Those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Bidding Documents. 2 . Those drawings of physical conditions in or relating to existing surface and subsurface structures at or contiguous to the Site (except Underground Facilities) that ENGINEER has used in preparing the Bidding Documents. B . Copies of reports and drawings referenced in paragraph 4 . 01 . A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4. 02 of the General Conditions has been identified and established in paragraph 4. 02 of the Supplementary Conditions . Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations , opinions or information contained in such reports or shown or indicated in such drawings . 4. 02 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to OWNER and ENGINEER by OWNERs of such Underground Facilities , including OWNER, or others. 4 . 03 Hazardous Environmental Condition A. The Supplementary Conditions identify those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that ENGINEER has used in preparing the Bidding Documents. B. Copies of reports and drawings referenced in paragraph 4. 03 .A will be made available by OWNER to any Bidder on request. Those reports and drawings are not part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in paragraph 4. 06 of the General Conditions has been identified and established in paragraph 4. 06 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any "technical data" or any other data , interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4. 04 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions , other physical conditions and Underground Facilities , and possible changes in the Bidding Documents due to differing or unanticipated conditions appear in paragraphs 4 .02 , 4 . 03 , and 4. 04 of the General Conditions . Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders 00200 - Instructions to Bidders REV D4-07 00200 - 2 FAEngineering\Capital Projetts\9920-16th St. 741h Ave to 66th Ave\9920 contract Documents & specs\00200 - Instructions to Bidders REV 04-07 doc Rev. 05101 with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4. 06 of the General Conditions. 4 . 05 Upon a request directed to the ENGINEER (Michael D . Nixon , P . E. (772) 226- 1986) , OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations , tests , and studies as Bidder deems necessary for submission of a Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations , investigations, tests, and studies . 4. 06 Reference is made to Article 7 of the Supplementary Conditions for the identification of any other work that is to be performed at the Site by OWNER or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted . On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4. 07 It is the responsibility of each Bidder before submitting a Bid to : A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B . VISIT THE SITE AFTER CONTACTING THE ENGINEER (MICHAEL D. NIXON , P. E., (772) 226-1986) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C . become familiar with and satisfy Bidder as to all federal , state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions ; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations, explorations, tests , studies, and data concerning conditions (overhead , surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto; F . agree at the time of submitting its Bid that no further examinations , investigations, explorations, tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; 00200 - Instructions to Bidders REV 04-07 00200 - 3 F.\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contrad Documents 8 Specs\00200 - Instructions to Biddem REV 04-D7.doc Rev. 05101 with respect to a Hazardous Environmental Condition at the Site , if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work appear in paragraph 4. 06 of the General Conditions. 4 . 05 Upon a request directed to the ENGINEER (Michael D . Nixon , P . E. (772) 226- 1986) , OWNER will provide Bidder access to the Site to conduct such examinations, investigations, explorations , tests , and studies as Bidder deems necessary for submission of a Bid . Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations , investigations, tests, and studies . 4. 06 Reference is made to Article 7 of the Supplementary Conditions for the identification of any other work that is to be performed at the Site by OWNER or others (such as utilities and other prime contractors) that relates to the Work for which a Bid is to be submitted . On request, OWNER will provide to each Bidder for examination access to or copies of Contract Documents (other than portions thereof related to price) for such other work. 4. 07 It is the responsibility of each Bidder before submitting a Bid to : A. examine and carefully study the Bidding Documents, including any Addenda and the other related data identified in the Bidding Documents; B . VISIT THE SITE AFTER CONTACTING THE ENGINEER (MICHAEL D. NIXON , P. E., (772) 226-1986) TO MAKE ARRANGEMENTS IN ADVANCE, AND BECOME FAMILIAR WITH AND SATISFY BIDDER AS TO THE GENERAL, LOCAL, AND SITE CONDITIONS THAT MAY AFFECT COST, PROGRESS, AND PERFORMANCE OF THE WORK; C . become familiar with and satisfy Bidder as to all federal , state, and local Laws and Regulations that may affect cost, progress, or performance of the Work; D. carefully study all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and carefully study all reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions ; E. obtain and carefully study (or assume responsibility for doing so) all additional or supplementary examinations , investigations, explorations, tests , studies, and data concerning conditions (overhead , surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques , sequences , and procedures of construction to be employed by Bidder, including any specific means , methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents , and safety precautions and programs incident thereto; F . agree at the time of submitting its Bid that no further examinations , investigations, explorations, tests , studies , or data are necessary for the determination of its Bid for performance of the Work at the price bid and within the times and in accordance with the other terms and conditions of the Bidding Documents ; 00200 - Instructions to Bidders REV 04-07 00200 - 3 F.\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contrad Documents 8 Specs\00200 - Instructions to Biddem REV 04-D7.doc Rev. 05101 G . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations, explorations , tests, studies, and data with the Bidding Documents; I . promptly give ENGINEER written notice of all conflicts , errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4. 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques , sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts, errors , ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5. 01 The date, time, and location for a Pre-Bid conference , if any, are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6. 01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions 00200 - Instructions to Bidders REV 04-07 00200 - 4 F:\EngineeringCapital ProjectsW20-16th St, 741h Ave to 66th Ave\9920 Contract Documents & Specs\OD200 - Instructions to Bidders REV 04-07.doc Rev. 05101 G . become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents; H . correlate the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations , investigations, explorations , tests, studies, and data with the Bidding Documents; I . promptly give ENGINEER written notice of all conflicts , errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder; and J . determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4. 08 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques , sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents , that Bidder has given ENGINEER written notice of all conflicts, errors , ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5. 01 The date, time, and location for a Pre-Bid conference , if any, are specified in the Advertisement for Bids. Representatives of OWNER and ENGINEER will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. ENGINEER will transmit to all prospective Bidders of record such Addenda as ENGINEER considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. ARTICLE 6 - SITE AND OTHER AREAS 6. 01 The Site is identified in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by CONTRACTOR. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by OWNER unless otherwise provided in the Bidding Documents. ARTICLE 7 - INTERPRETATIONS AND ADDENDA 7 . 01 All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing . Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents . Questions received less than ten days prior to the date for opening of Bids may not be answered . Only questions 00200 - Instructions to Bidders REV 04-07 00200 - 4 F:\EngineeringCapital ProjectsW20-16th St, 741h Ave to 66th Ave\9920 Contract Documents & Specs\OD200 - Instructions to Bidders REV 04-07.doc Rev. 05101 answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 7. 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8. 01 Each Bid must be accompanied by Bid Security made payable to Owner in an amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashiers check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch , U .S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304-9308 . The Surety shall also meet the requirements of paragraphs 5.01 and 5. 02 of the General Conditions . 8. 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid Security of that Bidder will be retained by owner. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. 00200 - Instructions to Bidders REV 04-07 00200 - 5 F AEngineering\Capital Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Down-ents & Specs100200 - Instructions to Bidders REV 04-07.doc Rev. 05f01 answered by Addenda will be binding . Oral and other interpretations or clarifications will be without legal effect. 7. 02 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. ARTICLE 8 - BID SECURITY 8. 01 Each Bid must be accompanied by Bid Security made payable to Owner in an amount of five percent of the Bidder's maximum base bid price and in the form of a certified check; cashiers check; or an AIA Document A310 Bid Bond issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. The Bid Bond shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch , U .S. Department of the Treasury. The Surety must be authorized to issue surety bonds in Florida. The Bidder shall require the attorney-in-fact who executes any Bond, to affix to each a current certified copy of their Power of Attorney, reflecting such person's authority as Power of Attorney in the State of Florida. Further, at the time of execution of the Contract, the Successful Bidder shall for all Bonds, provide a copy of the Surety's current valid Certificate of Authority issued by the United States Department of the Treasury under 31 United States Code sections 9304-9308 . The Surety shall also meet the requirements of paragraphs 5.01 and 5. 02 of the General Conditions . 8. 02 The Bid security of the Successful Bidder will be retained until such Bidder has executed the Contract Documents, furnished the required contract security and met the other conditions of the Notice of Award , whereupon the Bid security will be returned . If the Successful Bidder fails to execute and deliver the Contract Documents and furnish the required contract security within 15 days after the Notice of Award , OWNER may annul the Notice of Award and the Bid Security of that Bidder will be retained by owner. The Bid security of other Bidders whom OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of seven days after the Effective Date of the Agreement or 61 days after the Bid opening , whereupon Bid security furnished by such Bidders will be returned . 8.03 Bid security of other Bidders whom OWNER believes do not have a reasonable chance of receiving the award will be returned within seven days after the Bid opening . ARTICLE 9 - CONTRACT TIMES 9 . 01 The number of calendar days within which , or the dates by which , the Work is to be (a ) Substantially Completed and (b) also completed and ready for final payment are set forth in the Agreement. 00200 - Instructions to Bidders REV 04-07 00200 - 5 F AEngineering\Capital Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Down-ents & Specs100200 - Instructions to Bidders REV 04-07.doc Rev. 05f01 ARTICLE 10 - LIQUIDATED DAMAGES 10. 01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12. 01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute, without an increase in the Bid . 12. 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers , individuals , or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6. 06 of the General Conditions . 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . 00200 - Instructions to Bidders REV 04-07 00200 - 6 FAEngineeringZaIdual Project5\9920-16th St, 741h Ave to 661h Ave19920 Contract Documents 8 Specs\002W - Instructions to Bidders REV 04-07.doc Rev. 05101 ARTICLE 10 - LIQUIDATED DAMAGES 10. 01 Provisions for liquidated damages, if any, are set forth in the Agreement. ARTICLE 11 - SUBSTITUTE AND "OR- EQUAL" ITEMS 11 . 01 The Contract, if awarded , will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is specified or described in the Bidding Documents that a substitute or "or- equal" item of material or equipment may be furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such acceptance will not be considered by ENGINEER until after the Effective Date of the Agreement. The procedure for submission of any such application by CONTRACTOR and consideration by ENGINEER is set forth in the General Conditions and may be supplemented in the General Requirements. ARTICLE 12 - SUBCONTRACTORS , SUPPLIERS , AND OTHERS 12. 01 If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, individuals , or entities to be submitted to OWNER in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested , shall within five days after Bid opening , submit to OWNER a list of all such Subcontractors , Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by OWNER. If OWNER or ENGINEER, after due investigation , has reasonable objection to any proposed Subcontractor, Supplier, individual , or entity, OWNER may, before the Notice of Award is given , request apparent Successful Bidder to submit a substitute, without an increase in the Bid . 12. 02 If apparent Successful Bidder declines to make any such substitution , OWNER may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers , individuals , or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual , or entity so listed and against which OWNER or ENGINEER makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to revocation of such acceptance after the Effective Date of the Agreement as provided in paragraph 6. 06 of the General Conditions . 12.03 CONTRACTOR shall not be required to employ any Subcontractor, Supplier, individual , or entity against whom CONTRACTOR has reasonable objection . 00200 - Instructions to Bidders REV 04-07 00200 - 6 FAEngineeringZaIdual Project5\9920-16th St, 741h Ave to 661h Ave19920 Contract Documents 8 Specs\002W - Instructions to Bidders REV 04-07.doc Rev. 05101 ARTICLE 13 - PREPARATION OF BID 13. 01 The Bid form is included with the Bidding Documents. Additional copies may be obtained from the Issuing Office. 13. 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . 13. 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature . 13. 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature. 13. 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature. 13. 06 A Bid by an individual shall show the Bidder's name and official address. 13. 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature. 13. 08 All names shall be typed or printed in ink below the signatures. 13. 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13. 10 The address and telephone number for communications regarding the Bid shall be shown . 13. 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . 13. 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14. 01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . 002DO - Instructions to Bidders REV 04-07 00200 - 7 F\Engineering\Capital Pmjects\9920-16th St, 741h Ave to 661h Ave\9920 Contract Documents & Specs\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 ARTICLE 13 - PREPARATION OF BID 13. 01 The Bid form is included with the Bidding Documents. Additional copies may be obtained from the Issuing Office. 13. 02 All blanks on the Bid form shall be completed by printing in ink or by typewriter and the Bid signed . A Bid price shall be indicated for each section , Bid item , alternative , adjustment unit price item , and unit price item listed therein , or the words " No Bid , " " No Change , " or " Not Applicable" entered . 13. 03 A Bid by a corporation shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign . The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature . 13. 04 A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign . The official address of the partnership shall be shown below the signature. 13. 05 A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign . The state of formation of the firm and the official address of the firm must be shown below the signature. 13. 06 A Bid by an individual shall show the Bidder's name and official address. 13. 07 A Bid by a joint venture shall be executed by each joint venturor in the manner indicated on the Bid form . The official address of the joint venture must be shown below the signature. 13. 08 All names shall be typed or printed in ink below the signatures. 13. 09 The Bid shall contain an acknowledgment of receipt of all Addenda , the numbers of which shall be filled in on the Bid form . 13. 10 The address and telephone number for communications regarding the Bid shall be shown . 13. 11 The Bid shall contain evidence of Bidder's authority and qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of the Contract. Bidder's state contractor license number or county registration number for the state or county of the Project, if any, shall also be shown on the Bid form . 13. 12 All supporting information requested in the Bid Form must be furnished . Do not leave any questions or requests unanswered . ARTICLE 14 - BASIS OF BID ; EVALUATION OF BIDS 14. 01 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule . 002DO - Instructions to Bidders REV 04-07 00200 - 7 F\Engineering\Capital Pmjects\9920-16th St, 741h Ave to 661h Ave\9920 Contract Documents & Specs\00200 - Instructions to Bidders REV 04-07.doc Rev. 05101 B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . 14. 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 .02 of the General Conditions . 14 . 03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15. 01 The Bid form is to be completed and submitted with the Bid security and the following data : A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. Sworn Statement under the Florida Trench Safety Act. C. General Information Required of Bidders. D . List of Subcontractors. 15. 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable, the designated portion of the Project for which the Bid is submitted ), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach , Florida , 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 00200 - Instructions to Bidders REV 04-07 00200 - 8 F:1EngineennglCapual Projects\992D-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs=200 - Instructions to Bidders REV 04-D7 ooc Rev. 05/01 B. The total of all estimated prices will be determined as the sum of the products of the estimated quantity of each item and the unit price Bid for the item . The final quantities and Contract Price will be determined in accordance with paragraph 11 . 03 of the General Conditions . C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum . Discrepancies between words and figures will be resolved in favor of the words . 14. 02 The Bid price shall include such amounts as the Bidder deems proper for overhead and profit on account of cash allowances , if any, named in the Contract Documents as provided in paragraph 11 .02 of the General Conditions . 14 . 03 The Bidder's attention is called to the fact that any estimate of quantities of work to be done and materials to be furnished under the Specifications as shown on the Bid Schedule , or elsewhere , is approximate only and not guaranteed . The OWNER does not assume any responsibility that the final quantities shall remain in strict accordance with the estimated quantities , nor shall the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location of the work , or other conditions pertaining thereto. ARTICLE 15 - SUBMITTAL OF BID 15. 01 The Bid form is to be completed and submitted with the Bid security and the following data : A. Sworn Statement under Section 105.08, Indian River County Code, on Disclosure of Relationships. B. Sworn Statement under the Florida Trench Safety Act. C. General Information Required of Bidders. D . List of Subcontractors. 15. 02 A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to Bid and shall be enclosed in an opaque sealed envelope plainly marked with the Project title (and , if applicable, the designated portion of the Project for which the Bid is submitted ), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If mail or other delivery system sends a Bid , the sealed envelope containing the Bid shall be enclosed in a separate envelope plainly marked on the outside with the notation "BID ENCLOSED." A mailed Bid shall be addressed to Indian River County, Purchasing Division, 1800 27th Street, Vero Beach , Florida , 32960. ARTICLE 16 - MODIFICATION AND WITHDRAWAL OF BID 16 . 01 A Bid may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids . 00200 - Instructions to Bidders REV 04-07 00200 - 8 F:1EngineennglCapual Projects\992D-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs=200 - Instructions to Bidders REV 04-D7 ooc Rev. 05/01 16. 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17. 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids . ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18. 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may, in its sole discretion , release any Bid and return the Bid security prior to the end of this period . ARTICLE 19 - AWARD OF CONTRACT 19. 01 OWNER reserves the right to reject any or all Bids, including without limitation , nonconforming , nonresponsive, unbalanced , or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price , time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted , the Bidder, by submitting its Bid , expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19. 03 In evaluating Bids , OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . It is the OWNER's intent to accept alternates (if any are accepted ) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination . 19. 04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , 00200 - Instructions to Bidders REV 04-07 00200 - 9 F \Engineering\Capital Projects\992045th St, 74th Ave to 65th Ave\9920 Contract Documents & Specs\00200 - Instructions to Bidoers REV 04-07.doc Rev. 05101 16. 02 If within 24 hours after Bids are opened any Bidder files a duly signed written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid , that Bidder may withdraw its Bid , and the Bid security will be returned . Thereafter, if the Work is rebid , that Bidder will be disqualified from further bidding on the Work. ARTICLE 17 - OPENING OF BIDS 17. 01 Bids will be opened at the time and place indicated in the advertisement or invitation to Bid and , unless obviously non-responsive , read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids . ARTICLE 18 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE 18. 01 All Bids will remain subject to acceptance for the period of time stated in the Bid Form , but OWNER may, in its sole discretion , release any Bid and return the Bid security prior to the end of this period . ARTICLE 19 - AWARD OF CONTRACT 19. 01 OWNER reserves the right to reject any or all Bids, including without limitation , nonconforming , nonresponsive, unbalanced , or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be non-responsible . OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price , time, or changes in the Work and to negotiate contract terms with the Successful Bidder. The County will not reimburse any Bidder for bid preparation costs . Owner reserves the right to cancel the award of any Contract at any time before the execution of such Contract by all parties without any liability to the Owner. For and in consideration of the Owner considering Bids submitted , the Bidder, by submitting its Bid , expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercises its right to cancel the award in accordance herewith . 19 . 02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered . Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 19. 03 In evaluating Bids , OWNER will consider whether or not the Bids comply with the prescribed requirements, and such alternates , unit prices and other data , as may be requested in the Bid Form or prior to the Notice of Award . It is the OWNER's intent to accept alternates (if any are accepted ) in the order in which they are listed on the Bid form , but OWNER may accept them in any order or combination . 19. 04 In evaluating Bidders, OWNER will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors , Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors , 00200 - Instructions to Bidders REV 04-07 00200 - 9 F \Engineering\Capital Projects\992045th St, 74th Ave to 65th Ave\9920 Contract Documents & Specs\00200 - Instructions to Bidoers REV 04-07.doc Rev. 05101 Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19. 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility , qualifications, and financial ability of Bidders , proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19. 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20. 01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to performance and payment Bonds and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bonds , unless the Bonds have been waived due to the total contract being less than $50,000. ARTICLE 21 - SIGNING OF AGREEMENT 21 .01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen ( 15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21 .02 OWNER shall return one fully signed counterpart to Successful Bidder. 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly complete the documents will be deducted , in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires. * * END OF SECTION * ar 00200 - Instructions to Bidders REV 04-07 00200 - 10 F:tEngineennglCapital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00200 - Instructions to &riders REV 04-07 doc Rev. 05101 Suppliers , and other individuals or entities must be submitted as provided in the Supplementary Conditions . 19. 05 OWNER may conduct such investigations as OWNER deems necessary to establish the responsibility , qualifications, and financial ability of Bidders , proposed Subcontractors, Suppliers, individuals, or entities to perform the Work in accordance with the Contract Documents. 19. 06 If the Contract is to be awarded , OWNER will award the Contract to the Bidder whose Bid is in the best interests of the Project. ARTICLE 20 - CONTRACT SECURITY AND INSURANCE 20. 01 Article 5 of the General Conditions, as may be modified by the Supplementary Conditions, sets forth OWNER's requirements as to performance and payment Bonds and insurance. When the Successful Bidder delivers the executed Agreement to OWNER, it must be accompanied by such Bonds , unless the Bonds have been waived due to the total contract being less than $50,000. ARTICLE 21 - SIGNING OF AGREEMENT 21 .01 When OWNER gives a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement with the other Contract Documents which are identified in the Agreement as attached thereto. Within fifteen ( 15) days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to OWNER. 21 .02 OWNER shall return one fully signed counterpart to Successful Bidder. 21 . 03 Should Bidder to whom the Contract has been awarded refuse or fail to complete the requirements of Article 21 . 01 above , the additional time in calendar days , required to correctly complete the documents will be deducted , in equal amount, from the Contract time. Or, the OWNER may elect to revoke the Award and the OWNER shall hold the Bid Bond for consequential damages incurred , and the Contract may be awarded as the OWNER desires. * * END OF SECTION * ar 00200 - Instructions to Bidders REV 04-07 00200 - 10 F:tEngineennglCapital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00200 - Instructions to &riders REV 04-07 doc Rev. 05101 SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS : SECTION TITLE SECTION NUMBER Bid Form 00310 AIA Document A310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 General Information Required of Bidders 00456 List of Subcontractors 00458 SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07 003001 FAEngineeing\Capital Pnojecta49920-16th St, 74th Ave to 66th Ave9920 Contract Documents 8 Specs100300 - Bid Package Contents - REV 0407 doc SECTION 00300 - Bid Package Contents THIS PACKAGE CONTAINS : SECTION TITLE SECTION NUMBER Bid Form 00310 AIA Document A310 Bid Bond 00430 Sworn Statement on Disclosure of Relationships 00452 Sworn Statement Under the Florida Trench Safety Act 00454 General Information Required of Bidders 00456 List of Subcontractors 00458 SUBMIT TWO (2) COPIES OF THIS COMPLETE PACKAGE WITH YOUR BID * * END OF SECTION * * 00300 - Bid Package Contents - REV 04-07 003001 FAEngineeing\Capital Pnojecta49920-16th St, 74th Ave to 66th Ave9920 Contract Documents 8 Specs100300 - Bid Package Contents - REV 0407 doc d. SECTION 00310 - Bid Form PROJECT IDENTIFICATION : Project Name : Roadway Improvements to 16`h Street from 74`" Avenue to 6e Avenue and 66`h Avenue from 16Street to S. R. 60 County Project Number: 79920121110-Ay 0545 Project Address : 16 Street and 66th inIndian River County Florida Project Description : The Proiect consists of Paving and Draina e Improvements to W' Street from 74th Avenue to 66 Avenue and 66"' Avenue from 16`h Street to S. R, 50 owned and maintained b Indian River County Florida THIS BID IS SUBMITTED- TO: INDIAN RIVER COUNTY PURCHASING DIVISION 180027 th Street, Bldg . " B" VERO BEACH , FLORIDA 32960 1 .01 The undersigned Bidder proposes and agrees, if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening , or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3. 01 In submitting this Bid , Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents , and the following Addenda , receipt of all which is hereby acknowledged. Addendum Date Addendum Number 3 / 2- 5- /ofl -J+ f 313a / I # v B. Bidder has visited the Site and become familiar with and is satisfied as to the general , local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work . 003101 F hEngineerfngCapical Projec[a19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Spec M310 - Bitl Formtlac d. SECTION 00310 - Bid Form PROJECT IDENTIFICATION : Project Name : Roadway Improvements to 16`h Street from 74`" Avenue to 6e Avenue and 66`h Avenue from 16Street to S. R. 60 County Project Number: 79920121110-Ay 0545 Project Address : 16 Street and 66th inIndian River County Florida Project Description : The Proiect consists of Paving and Draina e Improvements to W' Street from 74th Avenue to 66 Avenue and 66"' Avenue from 16`h Street to S. R, 50 owned and maintained b Indian River County Florida THIS BID IS SUBMITTED- TO: INDIAN RIVER COUNTY PURCHASING DIVISION 180027 th Street, Bldg . " B" VERO BEACH , FLORIDA 32960 1 .01 The undersigned Bidder proposes and agrees, if this Bid is accepted , to enter into an Agreement with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for 60 days after the Bid opening , or for such longer period of time that Bidder may agree to in writing upon request of OWNER. 3. 01 In submitting this Bid , Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents , and the following Addenda , receipt of all which is hereby acknowledged. Addendum Date Addendum Number 3 / 2- 5- /ofl -J+ f 313a / I # v B. Bidder has visited the Site and become familiar with and is satisfied as to the general , local and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work . 003101 F hEngineerfngCapical Projec[a19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Spec M310 - Bitl Formtlac D . Bidder has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and (2) reports and drawings of a Hazardous Environmental Condition , if any, which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques, sequences , and procedures of construction to be employed by Bidder, including applying the specific means , methods, techniques , sequences , and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations , investigations , explorations , tests, studies , or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H . Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations, investigations , explorations , tests, studies , and data with the Bidding Documents . 1 . Bidder has given ENGINEER written notice of all conflicts, errors , ambiguities , or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted . 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OW NER. (The remainder of page intentionally left blank] I F. gineeringiCagtsl Proleclsl9920-161h St, 741h Ave to 66m Ave\9929 Contmd00031 oenls& 5 ecs100310 - P Bid Form.eoc D . Bidder has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4 . 02 of the General Conditions , and (2) reports and drawings of a Hazardous Environmental Condition , if any, which have been identified in the Supplementary Conditions as provided in paragraph 4 . 06 of the General Conditions . E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations , investigations , explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress , or performance of the Work or which relate to any aspect of the means , methods , techniques, sequences , and procedures of construction to be employed by Bidder, including applying the specific means , methods, techniques , sequences , and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto. F. Bidder does not consider that any further examinations , investigations , explorations , tests, studies , or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents . G . Bidder is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Bidding Documents. H . Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site , reports and drawings identified in the Bidding Documents , and all additional examinations, investigations , explorations , tests, studies , and data with the Bidding Documents . 1 . Bidder has given ENGINEER written notice of all conflicts, errors , ambiguities , or discrepancies that Bidder has discovered in the Bidding Documents , and the written resolution thereof by ENGINEER is acceptable to Bidder. J . The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted . 4.01 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association , organization or corporation ; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid ; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OW NER. (The remainder of page intentionally left blank] I F. gineeringiCagtsl Proleclsl9920-161h St, 741h Ave to 66m Ave\9929 Contmd00031 oenls& 5 ecs100310 - P Bid Form.eoc e- ITEMIZED BID SCHEDULE ADDENDUM 92 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-1A, #9920,,1-#0545 IBID 42009037 BIDDER'S NAME: T- w. ( K c... J ✓I (,H.y L- L k � REVISED LINE ITEMS ttem No. ] Description Unit Quantity Un tt ince Amount ROADWAY IMPROVEMENTS ROADWAY MATERIALS 101-i MOBILIZATION LS t 204151 .00 $204151 .00 102-1 MAINTENANCE OF TRAFFIC LS 1 84197.00 $84,197.00 102-1-A TRAFFICCONTROLOFRCER OFF-DUTY IAW ENFORCEMEN MH 56 4800 $268800 102-74-2 TEMPORARY BARRICADE TYPE III 6 EA 7 200-00 $1 ,400.00 104-1 EROSION & WATER POLLUTION CONTROL LS t 35 726.00 $35,726.00 108-1 RECORD DRAWINGS I AS-BUILT DRAWINGS LS 1 1000.00 $1000.00 108-2 N.P.D.E.S. PERMITTING LS 1 500.00 $500.00 108-3 AERIAL PHOTOGRAPHY EA 45 100.00 $4,500.00 110-1-1 CLEARING AND GRUBBING LS 1 314.943.00 x $314,943.00 110-5 PLUG ARTESIAN WELL EA 2 S 100.00 $10,20000 11074 MAILBOX RELOCATE EA 1 66.00 $68.00 * 120-1 EXCAVATION REGULAR ROADWA CY 27,248 1 .50 $40872.00 EXCAVATION, SUB-SOIL (LAKE) (INCLUDES STOCK PILE & 120-4 RESTORATION) CY 6,423 1 .35 $8 6]1 .05 120-6 EMBANKMENT ICOMPACTED IN PLACE) CY 79,940 0.10 S7 994.00 125-3 SELECT BEDDING MATERIAL UNDERDRAIN CY 155 22.10 $342150 142-]0 CLEAN SAND FILL - HYDROLOGIC GROUP 'A' Gy 4,911 1 .35 $6629.85 160-0-12 TYPE B STABILIZATION LBR 40) (121 BY 47,525 1 .30 $61 ,782M 160-0-12-A TYPE B STABILIZATION LBR K) 12 EMPORAR BY 7 341 130 $1 ,743.30 285706 CEMENTED COQUINA SHELL BAS E GROUP 68' OLIFTS SY 34069 915 $311,731 ,35 285-706-A CEMENTED COQUINA SHELL BASE GROUP 6 EMPORAR SY 1 089 9. 15 $9964.35 285709 CEMENTED GOQUINASHELL BASE GROUPS (10-) OLIFTS BY 7,846 1095 $85913.70 286-1 TURN-OUT CONSTRUCTION SY 268 18.40 $4,931 .20 327-70-6 MILLING EXISTING ASPHALT PAVEMENT 1' AVERAGE SV 1 663 5.45 $10,153.35 334-1-12 SUPERPAVE ASPHALTIC CONCRETE 1- SP 9.5 (TRAFFIC LEVEL C BY 35,804 4.35 $155.747.40 vKwoo.zls 003103 e- ITEMIZED BID SCHEDULE ADDENDUM 92 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-1A, #9920,,1-#0545 IBID 42009037 BIDDER'S NAME: T- w. ( K c... J ✓I (,H.y L- L k � REVISED LINE ITEMS ttem No. ] Description Unit Quantity Un tt ince Amount ROADWAY IMPROVEMENTS ROADWAY MATERIALS 101-i MOBILIZATION LS t 204151 .00 $204151 .00 102-1 MAINTENANCE OF TRAFFIC LS 1 84197.00 $84,197.00 102-1-A TRAFFICCONTROLOFRCER OFF-DUTY IAW ENFORCEMEN MH 56 4800 $268800 102-74-2 TEMPORARY BARRICADE TYPE III 6 EA 7 200-00 $1 ,400.00 104-1 EROSION & WATER POLLUTION CONTROL LS t 35 726.00 $35,726.00 108-1 RECORD DRAWINGS I AS-BUILT DRAWINGS LS 1 1000.00 $1000.00 108-2 N.P.D.E.S. PERMITTING LS 1 500.00 $500.00 108-3 AERIAL PHOTOGRAPHY EA 45 100.00 $4,500.00 110-1-1 CLEARING AND GRUBBING LS 1 314.943.00 x $314,943.00 110-5 PLUG ARTESIAN WELL EA 2 S 100.00 $10,20000 11074 MAILBOX RELOCATE EA 1 66.00 $68.00 * 120-1 EXCAVATION REGULAR ROADWA CY 27,248 1 .50 $40872.00 EXCAVATION, SUB-SOIL (LAKE) (INCLUDES STOCK PILE & 120-4 RESTORATION) CY 6,423 1 .35 $8 6]1 .05 120-6 EMBANKMENT ICOMPACTED IN PLACE) CY 79,940 0.10 S7 994.00 125-3 SELECT BEDDING MATERIAL UNDERDRAIN CY 155 22.10 $342150 142-]0 CLEAN SAND FILL - HYDROLOGIC GROUP 'A' Gy 4,911 1 .35 $6629.85 160-0-12 TYPE B STABILIZATION LBR 40) (121 BY 47,525 1 .30 $61 ,782M 160-0-12-A TYPE B STABILIZATION LBR K) 12 EMPORAR BY 7 341 130 $1 ,743.30 285706 CEMENTED COQUINA SHELL BAS E GROUP 68' OLIFTS SY 34069 915 $311,731 ,35 285-706-A CEMENTED COQUINA SHELL BASE GROUP 6 EMPORAR SY 1 089 9. 15 $9964.35 285709 CEMENTED GOQUINASHELL BASE GROUPS (10-) OLIFTS BY 7,846 1095 $85913.70 286-1 TURN-OUT CONSTRUCTION SY 268 18.40 $4,931 .20 327-70-6 MILLING EXISTING ASPHALT PAVEMENT 1' AVERAGE SV 1 663 5.45 $10,153.35 334-1-12 SUPERPAVE ASPHALTIC CONCRETE 1- SP 9.5 (TRAFFIC LEVEL C BY 35,804 4.35 $155.747.40 vKwoo.zls 003103 ITEMIZED BID SCHEDULE ADDENDUM 92 3-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, #0�5..4j5 /BID #2009037 * BIDDER'S NAME:_ Z. V. - CL p,,, 1 it lli,,•g L- L L REVISED LINE ITEMS Hem No. Description . . Unfit Qua Unit Price Amount SUPERPAVE ASPHALTIC CONCRETE 1-112" SP 12.5 334-1 -12A (TRAFFIC LEVEL C SY 42,638 5.85 $249432.30 334-1-13 TYPE SP STRUCTURAL COARSE RC 50LBS/S EMPORAR SY 1 089 4.35 $41737A5 334-1-13-A SUPERPAVE ASPHALTIC CONCRETE RC OVERBUILD SP 12.5 TN 3000 54.90 $164700.00 ASPHALT CONCRETE FRICTION COURSE V FCSS 337-7-5 RAFFIC LEVEL 2) SY 0,595 5.85 $38580.75 339.1 ASPHALT MISCELLANEOUS TN 151 15000 $22 6 * 50.00 400-1 -2 CLASS I CONCRETE ENDWALLB CY 13.1 614.00 $8,043,40 400-2-2 CLASS II CONCRETE FWnWAI Al CY 11 .4 947.00 $10 79580 4151-1 REINFORCING STEEL ENDWALLS LBS 2,086 105 $2,189.25 425-1J31 INLET CURB, TYPE "P-3- <10' EA 1 2845.00 $2,845.00 4251 -341 INLET, CURB TYPE "P-4" <70 EA 2 3214M $6,428.00 425-1-351 INLET CURB, TYPE "P-T <1U EA i 2730.00 * $2,730,00 425-1 -361 INLET CURB TYPE "P-T <17 EA 13 2938.00 $38, 194.00 425-1-363 INLET CURB TYPE "P-X" <10' EA 2308900 $6, 17&00 4251-521 INLET DITCH BOTTOM TYPE "C' EA 4 1 ,393,00 $5,572.00 425-1-541 INLET DITCH BOTTOM TYPED" EA 2 201200 $4.024.00 425-1 -551 INLET DITCH BOTTOM TYPE 'E' EA 2 2,423,W $4846.00 4251-903 INLET. DITCH BOTTOM TYPE SPECIAL P' BOTTOMJ EA 2 3,229.0 S6 458.00 425-1-9W INLET DITCH BOTTOM TYPE SPECIAL 'J- SOTTO EA t 4467.00 $4.467.00 425-2-01 MANHOLE TYPE "P-T EA 4 1 ,540.00 $6160.00 425-2-41A MANHOLE TYPE "P" EA 6 1 ,540,W $9 240.00 4252-71 MANHOLE TVPE 'J-T * EA 2 1 ,98200 $3,954m 425-2-91 MANHOLE TYPE "J-8' <10' EA 9 2 356 W $21 204.00 4253.81 CONTROLSTRUCTURE EA 1 705600 * $7 056.00 430-171-101 CONCRETE PIPE IO LF 1 ,5u 23.25 * $36,363.00 430-171-101-A CONCRETE PIPE 24" LF 2,640 30.00 $79 200.00 Vem ob As 003104 ITEMIZED BID SCHEDULE ADDENDUM 92 3-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, #0�5..4j5 /BID #2009037 * BIDDER'S NAME:_ Z. V. - CL p,,, 1 it lli,,•g L- L L REVISED LINE ITEMS Hem No. Description . . Unfit Qua Unit Price Amount SUPERPAVE ASPHALTIC CONCRETE 1-112" SP 12.5 334-1 -12A (TRAFFIC LEVEL C SY 42,638 5.85 $249432.30 334-1-13 TYPE SP STRUCTURAL COARSE RC 50LBS/S EMPORAR SY 1 089 4.35 $41737A5 334-1-13-A SUPERPAVE ASPHALTIC CONCRETE RC OVERBUILD SP 12.5 TN 3000 54.90 $164700.00 ASPHALT CONCRETE FRICTION COURSE V FCSS 337-7-5 RAFFIC LEVEL 2) SY 0,595 5.85 $38580.75 339.1 ASPHALT MISCELLANEOUS TN 151 15000 $22 6 * 50.00 400-1 -2 CLASS I CONCRETE ENDWALLB CY 13.1 614.00 $8,043,40 400-2-2 CLASS II CONCRETE FWnWAI Al CY 11 .4 947.00 $10 79580 4151-1 REINFORCING STEEL ENDWALLS LBS 2,086 105 $2,189.25 425-1J31 INLET CURB, TYPE "P-3- <10' EA 1 2845.00 $2,845.00 4251 -341 INLET, CURB TYPE "P-4" <70 EA 2 3214M $6,428.00 425-1-351 INLET CURB, TYPE "P-T <1U EA i 2730.00 * $2,730,00 425-1 -361 INLET CURB TYPE "P-T <17 EA 13 2938.00 $38, 194.00 425-1-363 INLET CURB TYPE "P-X" <10' EA 2308900 $6, 17&00 4251-521 INLET DITCH BOTTOM TYPE "C' EA 4 1 ,393,00 $5,572.00 425-1-541 INLET DITCH BOTTOM TYPED" EA 2 201200 $4.024.00 425-1 -551 INLET DITCH BOTTOM TYPE 'E' EA 2 2,423,W $4846.00 4251-903 INLET. DITCH BOTTOM TYPE SPECIAL P' BOTTOMJ EA 2 3,229.0 S6 458.00 425-1-9W INLET DITCH BOTTOM TYPE SPECIAL 'J- SOTTO EA t 4467.00 $4.467.00 425-2-01 MANHOLE TYPE "P-T EA 4 1 ,540.00 $6160.00 425-2-41A MANHOLE TYPE "P" EA 6 1 ,540,W $9 240.00 4252-71 MANHOLE TVPE 'J-T * EA 2 1 ,98200 $3,954m 425-2-91 MANHOLE TYPE "J-8' <10' EA 9 2 356 W $21 204.00 4253.81 CONTROLSTRUCTURE EA 1 705600 * $7 056.00 430-171-101 CONCRETE PIPE IO LF 1 ,5u 23.25 * $36,363.00 430-171-101-A CONCRETE PIPE 24" LF 2,640 30.00 $79 200.00 Vem ob As 003104 ITEMIZED BID SCHEDULE ADDENDUM #23,30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT 99810-A, #9920, #0545 IBID #2009037 BIDDER'S NAME: � JL4 LLL- * REVISED LINE ITEMS Item No. Descri ion bnQuartfity Unit Price Amount 430.171-101-B POLYETHYLENE PIPE 6" LF 160 * 630 $1008.00 430-171-102 CONCRETE PIPE LF i 425 * 4475 $63768.75 430471-702-A CONCRETE PIPE 36" LF 483 * 58. 70 $2835210 430.171 .102-6 BITUMINOUS COATED CORRUGATED METAL PIPE 36' LF 88 64.70 S5,139160 430-171-103 CONCRETE PIPE 48' LF 168 * BSm $14784.00 436171-104 CONCRETE PIPE BO" LF 521 136.W $70856.00 430-172-101-A CONCRETE PIPE (IT) LF 48 36.70 $1761 .60 4 3 0.172-101-B CONCRETE PIPE 15' LF 32 35.00 $1 , 120.00 430.772.1010 ADS PIPE CULVERT 6" LF 6 11 .00 $66.00 430.172-101-0 BITUMINOUS COATED CORRUGATED METAL PIPE 18" LF 60 26.40 $1704.00 * 430-1 ]2-201 CONCRETE PIPE 14'X23 LF 336 33.30 $11188.80 430-172-201-A CONCRETE PIPE 12"X18 LF 92 48.50 $4 462 00 * 430.172-201-8 BITUMINOUS COATED CORRUGATED METAL PIPE 13'X17'1 LF 12 34.50 $414.00 430.174-101 BITUMINOUS COATED CORRUGATED METAL PIPE 121 LF 299 21 .30 $6,368.70 430.174-101-A BITUMINOUS COATED CORRUGATED METAL PIPE 15' LF 20 25.50 $510.00 436174-101-6 BITUMINOUS COATED CORRUGATED METAL PIPE 18" LF 107 * 32.00 $3,424 W 436174-101C BITUMINOUS COATED CORRUGATED METAL PIPE 24" LF 325 38.50 $12,512.50 430-174-102 BITUMINOUS COATED CORRUGATED METAL PIPE 0 LF 20 BITUMINOUS COATED CORRUGATED METAL PIPE (12") 51 '00 $1 020.00 (PERFORATED) (TO INCLUDE #4 COURSE AGGRAGATE AND FILTER 430.]21 FABRIC LF 1580 25.30 $39,974.00 436984-121 MITERED END SECTION 117 BCCM SIDE DRAIN) EA 1 692.00 $692.00 430882-125 MITERED END SECTION 18" RCP) CROSS DRAIN EA 2 611 .00 $1622.00 440 UNDERDRAIN CLEANOUT 2 297.00 $594.00 4461-50 UNDERDRAIN TYPE 5 (41 LF 171 16.25 $2,778,75 44670 UNDERDRAIN INSPECTION BOX * EA 12 1 113.00 $13,356,00 515-1-2 ALUMINUM HANDRAIL GUIDERAIL LF 65 26.00 $1690.00 5204-7 CONCRETE CURBAND GUT TER TYPE -EF 463 11 .00 $5 093.00 Ve,aoc.as 00310-5 ITEMIZED BID SCHEDULE ADDENDUM #23,30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT 99810-A, #9920, #0545 IBID #2009037 BIDDER'S NAME: � JL4 LLL- * REVISED LINE ITEMS Item No. Descri ion bnQuartfity Unit Price Amount 430.171-101-B POLYETHYLENE PIPE 6" LF 160 * 630 $1008.00 430-171-102 CONCRETE PIPE LF i 425 * 4475 $63768.75 430471-702-A CONCRETE PIPE 36" LF 483 * 58. 70 $2835210 430.171 .102-6 BITUMINOUS COATED CORRUGATED METAL PIPE 36' LF 88 64.70 S5,139160 430-171-103 CONCRETE PIPE 48' LF 168 * BSm $14784.00 436171-104 CONCRETE PIPE BO" LF 521 136.W $70856.00 430-172-101-A CONCRETE PIPE (IT) LF 48 36.70 $1761 .60 4 3 0.172-101-B CONCRETE PIPE 15' LF 32 35.00 $1 , 120.00 430.772.1010 ADS PIPE CULVERT 6" LF 6 11 .00 $66.00 430.172-101-0 BITUMINOUS COATED CORRUGATED METAL PIPE 18" LF 60 26.40 $1704.00 * 430-1 ]2-201 CONCRETE PIPE 14'X23 LF 336 33.30 $11188.80 430-172-201-A CONCRETE PIPE 12"X18 LF 92 48.50 $4 462 00 * 430.172-201-8 BITUMINOUS COATED CORRUGATED METAL PIPE 13'X17'1 LF 12 34.50 $414.00 430.174-101 BITUMINOUS COATED CORRUGATED METAL PIPE 121 LF 299 21 .30 $6,368.70 430.174-101-A BITUMINOUS COATED CORRUGATED METAL PIPE 15' LF 20 25.50 $510.00 436174-101-6 BITUMINOUS COATED CORRUGATED METAL PIPE 18" LF 107 * 32.00 $3,424 W 436174-101C BITUMINOUS COATED CORRUGATED METAL PIPE 24" LF 325 38.50 $12,512.50 430-174-102 BITUMINOUS COATED CORRUGATED METAL PIPE 0 LF 20 BITUMINOUS COATED CORRUGATED METAL PIPE (12") 51 '00 $1 020.00 (PERFORATED) (TO INCLUDE #4 COURSE AGGRAGATE AND FILTER 430.]21 FABRIC LF 1580 25.30 $39,974.00 436984-121 MITERED END SECTION 117 BCCM SIDE DRAIN) EA 1 692.00 $692.00 430882-125 MITERED END SECTION 18" RCP) CROSS DRAIN EA 2 611 .00 $1622.00 440 UNDERDRAIN CLEANOUT 2 297.00 $594.00 4461-50 UNDERDRAIN TYPE 5 (41 LF 171 16.25 $2,778,75 44670 UNDERDRAIN INSPECTION BOX * EA 12 1 113.00 $13,356,00 515-1-2 ALUMINUM HANDRAIL GUIDERAIL LF 65 26.00 $1690.00 5204-7 CONCRETE CURBAND GUT TER TYPE -EF 463 11 .00 $5 093.00 Ve,aoc.as 00310-5 ITEMIZED BID SCHEDULE ADDENDUM #2 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9610-A, #9920, 150545 IBIO #2009037 # BIDDER'S NAME:_ REVISED LINE ITEMS ftem No. ` Descri tion Unit Qu Unit Price Amount 520-1-8 CONCRETE DROPCURB LF 445 k 9.50 $4227,50 520-1-10 CONCRETE CURB AND GUTTER TYPE -F- LF 10509 050 $99 - - - 522.2 CONCRETE SIDEWALK 6- THICK SY 5955 33.00 $196515.00 536-1-1 GUARDRAIL wt PIPE RAIL LF 4410 19.75 $87097,50 5357 SPECIAL STEEL GUARDRAIL POSTS WI ACCESSORIES EA 5 • GUARDRAIL BRIDGE ANCHORAGE ASSEMBLY (ET-2000) 73000 - $65000 (INSTALLATION ONLY, MATERIALS SUPPLIED BY INDIAN RIVER 536-8 COUNTY) AT 16TH ST. 874TH AVE. BRIDGE lS 1 406.00 $406.00 536-85 END ANCHORAGE ASSEMBLIES PE MEL EA 1 1744.00 $1144.00 53585-25 END ANCHORAGE ASSEMBLIES CFYPE it EA 1 375.00 x $3]5.00 536-85.26 END ANCHORAGE ASSEMBLIES PE ET2000 EA 5 x 1 ,690.00 $845000 536-&5.268 END ANCHORAGE ASSEMBLIES PE CR EA 1 1246.00 $1246.00 550-10222 FENCING TYPE "B" BLACK VINYL COATED LF 1,009 11 .50 $11603.50 55060-225 24' WIDE FENCE GATE TYPE "B" DOUBLE 12' SWING EA 1 1545.00 $1545.00 570-1-1 HYDRO SEED AND MULCH SY 4,841 0.37 $1 ,791 . 17 570-1 .2 SODDING BAHIA OR MATCH EXISTING � SV 65.039 1 .13 $73494.0] 5]01 -3 SODDING BERMUDA 14191 SY 250 w 4.15 $1 ,037.50 570-1 -4 SODDING ST. AUGUSTINE BY 100 • 3.00 $30000 570-13 30DDING FLORATA SV 100 3.00 $300.00 580-1 LANDSCAPING COMPLETE SMALL PLANTS LESS THAN 7 GAL. LS 1 3.250.00 $3,25(L00 5852 LANDSCAPING COMPLETE LARGE PLANTS GREATER THAN 7 GAL. IS 1 906000 $9,1360,00 590-70 IRRIGATION SYSTEM REQUIRED AT LAKEI LS 1 40150.00 $40150.00 ROADWAY MATERIALS SUBTOTAL 2,952,281.74 TRAFFIC SIGNALS 5551-1 DIRECTIONAL BORE LESS THAN LF 475 15.80 $750500 630-1-72 CONDUIT SIGNALS UNDERGROUND LF 5, 148 1 .60 $8 236.80 ±633-121 �1 1 SIGNALS CABLE PI i 2,287.00 $2287.00 CABLE FIBER OPTIC UNDERGROUND) SINGLE 51-100 LF 1 2,675 2.00 1 $5,350.00 Verolob.xl 00310-6 ITEMIZED BID SCHEDULE ADDENDUM #2 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9610-A, #9920, 150545 IBIO #2009037 # BIDDER'S NAME:_ REVISED LINE ITEMS ftem No. ` Descri tion Unit Qu Unit Price Amount 520-1-8 CONCRETE DROPCURB LF 445 k 9.50 $4227,50 520-1-10 CONCRETE CURB AND GUTTER TYPE -F- LF 10509 050 $99 - - - 522.2 CONCRETE SIDEWALK 6- THICK SY 5955 33.00 $196515.00 536-1-1 GUARDRAIL wt PIPE RAIL LF 4410 19.75 $87097,50 5357 SPECIAL STEEL GUARDRAIL POSTS WI ACCESSORIES EA 5 • GUARDRAIL BRIDGE ANCHORAGE ASSEMBLY (ET-2000) 73000 - $65000 (INSTALLATION ONLY, MATERIALS SUPPLIED BY INDIAN RIVER 536-8 COUNTY) AT 16TH ST. 874TH AVE. BRIDGE lS 1 406.00 $406.00 536-85 END ANCHORAGE ASSEMBLIES PE MEL EA 1 1744.00 $1144.00 53585-25 END ANCHORAGE ASSEMBLIES CFYPE it EA 1 375.00 x $3]5.00 536-85.26 END ANCHORAGE ASSEMBLIES PE ET2000 EA 5 x 1 ,690.00 $845000 536-&5.268 END ANCHORAGE ASSEMBLIES PE CR EA 1 1246.00 $1246.00 550-10222 FENCING TYPE "B" BLACK VINYL COATED LF 1,009 11 .50 $11603.50 55060-225 24' WIDE FENCE GATE TYPE "B" DOUBLE 12' SWING EA 1 1545.00 $1545.00 570-1-1 HYDRO SEED AND MULCH SY 4,841 0.37 $1 ,791 . 17 570-1 .2 SODDING BAHIA OR MATCH EXISTING � SV 65.039 1 .13 $73494.0] 5]01 -3 SODDING BERMUDA 14191 SY 250 w 4.15 $1 ,037.50 570-1 -4 SODDING ST. AUGUSTINE BY 100 • 3.00 $30000 570-13 30DDING FLORATA SV 100 3.00 $300.00 580-1 LANDSCAPING COMPLETE SMALL PLANTS LESS THAN 7 GAL. LS 1 3.250.00 $3,25(L00 5852 LANDSCAPING COMPLETE LARGE PLANTS GREATER THAN 7 GAL. IS 1 906000 $9,1360,00 590-70 IRRIGATION SYSTEM REQUIRED AT LAKEI LS 1 40150.00 $40150.00 ROADWAY MATERIALS SUBTOTAL 2,952,281.74 TRAFFIC SIGNALS 5551-1 DIRECTIONAL BORE LESS THAN LF 475 15.80 $750500 630-1-72 CONDUIT SIGNALS UNDERGROUND LF 5, 148 1 .60 $8 236.80 ±633-121 �1 1 SIGNALS CABLE PI i 2,287.00 $2287.00 CABLE FIBER OPTIC UNDERGROUND) SINGLE 51-100 LF 1 2,675 2.00 1 $5,350.00 Verolob.xl 00310-6 ITEMIZED BID SCHEDULE ADDENDUM 423-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, 405�4L5 IBID #2009037 BIDDER'S NAME:_ � • W - r � � 7ii l/-az.y yL � REVISED LINE ITEMS Item TELECTR Unit QuanF - Unit Price Amount 635-1TION BOXES PULL BOX EA 24 314.00 $753600 6351TION BOXES FIBER OPTICS EA 1 841 .00 $841 .00 619-1WER SER VICE AS 1 983.00 R9ft3.00 639-2-1 ELECTRICALSERVICE WIRE LF 100 110 $110.00 649.31 -108 MAST ARM ASSEMBLY (SINGLE ARM W/ LUMINAIRE EA 2 31260.00 $6252000 64 431-11 8 MAST ARM ASSEMBLY DOUBLE ARM WO/ LUMINAIRE EA 1 44,406.00 $44.4G6 00 650.51 -311 TRAFFIC SIGNAL 3 SECTION, 1 WAY STANDARD AS 8 803.00 $6 424 00 653191 PEDESTRIAN SIGNAL LED 1 WA COUNTDOWN 1 DIRECTION AS 8 60200 $4816.00 659-107 SIGNAL HEAD AUXILIARIES ALUMINUM PEDESTAL EA 8 429.00 $3 432.00 663-74-11 VEHICLE DETECTOR ASSEMBLIES OPTICAL EA q 5773.00 $2309200 665-11 PEDESTRIAN DETECTOR POLE MOUNTED EA 8 74,00 $592.00 TRAFFIC CONTROLLER ASSEMBLY (NEMA) (SPECIAL) 670.5-110 SEE IRC TRAFFIC SIGNAL DESIGN SPECIFICATION STANDARDS AS 1 20262.00 $20,262.00 685-106 SIGNAL AUXILIARIES UNINTERUPTABLE POWER SOURCE EA 1 12100 $121 .00 685-120 SYSTEM AUXILIARIES TELEMETRY TRANSCEIVER EA 1 189600 $1 896.00 685-128 SYSTEM AUXILIARIES (INTERFACE PANEL) EA 1 41400 $414.00 686-101 CLOSED CIRCUIT TELEVISION EQUIPMENT CAMERA ASSEMBLYI EA 1 3100.00 S3,100.00 INTERNALLY ILLUMINATED SIGN (16TH ST, 2EA) (66TH AVE, IEA) 699-1-1 4TH AVE 1 EA EA 4 1 ,361 .00 $5'444m 700-08.18 SIGN PANEL 150R LESS EA 8 284.00 x $2,272,M 7832-31 ITS FIBER OPTIC CONNECTION SPLICE EA 12 62.00 $]44.00 783-3-1 ITS FIBER OPTIC CONNECTION HARDWARE SPLICE ENCLOSURE EA 1 416.00 $416.00 ]841-1 ITB MANAGED FIELD ETHERNETSWITCH EA i 506.00 $506.00 ITS DIGITALVIDEO ENCOOER Wl SOFTWARE DECODER (HARDENED 784-3-11 IENCODERJ EA 7 374.00 $374.00 TRAFFIC SIGNALS sus 7orAL SIGNING AND PAVEMENT MARKINGS 213,679.80 700-20-11 STREET NAME SIGN 12" HIGH) (D-3) EA 6 MAD x $780.00 700.2(M 1A SPEED LIMIT SIGN 4"x W) R2-7 EA 6 203.00 $1218.00 700.20.116 MARKER SIGN (OM1 -1) EA 4 1s1 .aD $6B4.DB V�Job.xls 00310-7 ITEMIZED BID SCHEDULE ADDENDUM 423-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, 405�4L5 IBID #2009037 BIDDER'S NAME:_ � • W - r � � 7ii l/-az.y yL � REVISED LINE ITEMS Item TELECTR Unit QuanF - Unit Price Amount 635-1TION BOXES PULL BOX EA 24 314.00 $753600 6351TION BOXES FIBER OPTICS EA 1 841 .00 $841 .00 619-1WER SER VICE AS 1 983.00 R9ft3.00 639-2-1 ELECTRICALSERVICE WIRE LF 100 110 $110.00 649.31 -108 MAST ARM ASSEMBLY (SINGLE ARM W/ LUMINAIRE EA 2 31260.00 $6252000 64 431-11 8 MAST ARM ASSEMBLY DOUBLE ARM WO/ LUMINAIRE EA 1 44,406.00 $44.4G6 00 650.51 -311 TRAFFIC SIGNAL 3 SECTION, 1 WAY STANDARD AS 8 803.00 $6 424 00 653191 PEDESTRIAN SIGNAL LED 1 WA COUNTDOWN 1 DIRECTION AS 8 60200 $4816.00 659-107 SIGNAL HEAD AUXILIARIES ALUMINUM PEDESTAL EA 8 429.00 $3 432.00 663-74-11 VEHICLE DETECTOR ASSEMBLIES OPTICAL EA q 5773.00 $2309200 665-11 PEDESTRIAN DETECTOR POLE MOUNTED EA 8 74,00 $592.00 TRAFFIC CONTROLLER ASSEMBLY (NEMA) (SPECIAL) 670.5-110 SEE IRC TRAFFIC SIGNAL DESIGN SPECIFICATION STANDARDS AS 1 20262.00 $20,262.00 685-106 SIGNAL AUXILIARIES UNINTERUPTABLE POWER SOURCE EA 1 12100 $121 .00 685-120 SYSTEM AUXILIARIES TELEMETRY TRANSCEIVER EA 1 189600 $1 896.00 685-128 SYSTEM AUXILIARIES (INTERFACE PANEL) EA 1 41400 $414.00 686-101 CLOSED CIRCUIT TELEVISION EQUIPMENT CAMERA ASSEMBLYI EA 1 3100.00 S3,100.00 INTERNALLY ILLUMINATED SIGN (16TH ST, 2EA) (66TH AVE, IEA) 699-1-1 4TH AVE 1 EA EA 4 1 ,361 .00 $5'444m 700-08.18 SIGN PANEL 150R LESS EA 8 284.00 x $2,272,M 7832-31 ITS FIBER OPTIC CONNECTION SPLICE EA 12 62.00 $]44.00 783-3-1 ITS FIBER OPTIC CONNECTION HARDWARE SPLICE ENCLOSURE EA 1 416.00 $416.00 ]841-1 ITB MANAGED FIELD ETHERNETSWITCH EA i 506.00 $506.00 ITS DIGITALVIDEO ENCOOER Wl SOFTWARE DECODER (HARDENED 784-3-11 IENCODERJ EA 7 374.00 $374.00 TRAFFIC SIGNALS sus 7orAL SIGNING AND PAVEMENT MARKINGS 213,679.80 700-20-11 STREET NAME SIGN 12" HIGH) (D-3) EA 6 MAD x $780.00 700.2(M 1A SPEED LIMIT SIGN 4"x W) R2-7 EA 6 203.00 $1218.00 700.20.116 MARKER SIGN (OM1 -1) EA 4 1s1 .aD $6B4.DB V�Job.xls 00310-7 ITEMIZED BID SCHEDULE ADDENDUM #23�30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9870-A, #9920, #05451BID #2009037 * BIDDER'S NAME- 21 • \N . c- k Ck r REVISED LINE ITEMS Rem No, Descri ion Unit Quant- Unit Price Amount 700-20-12 SIGN SINGLE POST - LESS THAN 12 R1 -1 STOP EA Z 203-W $406.00 700-21-12 PAVEMENT ENDS SIGN 8- EA 1 172.00 $172.00 700-2142A SIGN MULTI -POST TWO DIRECTION ARROW SIGN 1 - EA 1 307.00 $307.00 RETRO-REFLECTIVE PAVEMENT MARKER MONO-DIRECTIONAL 708-3 WHITE EA 43 3.65 $15695 RETRO-REFLECTIVE PAVEMENT MARKER 81-DIRECTIONAL 706-3-A AMBER/AMBER EA 615 3.65 $224475 RETRO-REFLECTIVE PAVEMENT MARKER BI-DIRECTIONAL 706-3-B WHITE/RED * EA 121 3.65 441 .65 711-11-17 SOLID WHITE TRAFFIC ARROW EA 58 * 58,00 $3 364.CA 711-11-121 SOLID TRAFFIC STRIPE 6" WHITE iHERMOPLAS7IC LF 19897 0.55 * 10 943.35 711-11-125 24" WHITE NERMOPLASTIC STOP BARS LF 416 * 2.50 $1040.00 71141 -131 SKIP TRAFFIC STRIPE 6" WHITE THERMOPLASTIC 6-10' LF 1 ,417 0,55 $779.35 711-11-131-A SKIP TRAFFIC STRIPE IS, WHITE THERMOPLASTIC) (2.-0.) LF 54 0.55 $29.70 711-11-160 THERMOPLASTIC STANDARD WHITE MESSAGE (SIKEj. LF 2 78.00 $156m 711-11 -221 SOLID TRAFFIC STRIPE 6' YELLOW THERMOPLASTIC LF 5,754 0.55 $3164.70 711 -11-221-A SOLID TRAFFIC STRIPE 6' YELLOW THERMOPLASTIC (DOUBLE LF 5,824 1 . 10 $6406.40 711-11-224 SOUI) TRAFFIC STRIPE 18" SOLID YELLOWTHERMOPLASTIC) LF 419 1 .80 $754.20 711-11-241 SKIP TRAFFIC STRIPE "YELLOW THERMOPLASTIC 16-30' LF 6,580 0.55 $3 619.00 711-11-241 SKIP TRAFFIC STRIPE T YELLOW THERMOPLASTIC 6--109 LF 546 0.55 $301 .40 711-11 -251 SKIP TRAFFIC STRIPE 6'YELLOW THERMOPLASTIC 2'-4' LF 160 0.55 $68.00 SIGNING AND PAVEMENT MARKINGS SUB TorAL 36,9]6.45 ROADWAY IMPROVEMENTS TOTAL 3,202,937.99 UTILITY IMPROVEMENTS 10008 UTILITY WORK SERVICE TAP 6' EA 3 * 3 973.00 11 919.00 1000-6A UTILITY WORK SERVICE TAP B" 2 * 4493.00 $8986.00 1050-11-224 UTILITY PIPE 12" PVC * LF 2,503 18.20 $45554.60 7050-11-224A UTILITY PIPE 6 PVC : LF 80 6.80 $544.00 1050-11-2248 UTILITY PIPE 8- PVC * LF 285 25.50 $7267.50 1050-11-2240 UTILITY PIPE 16" PVC LF 4600 Vc wab As 2].75 5127 65p.OD ITEMIZED BID SCHEDULE ADDENDUM #23�30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9870-A, #9920, #05451BID #2009037 * BIDDER'S NAME- 21 • \N . c- k Ck r REVISED LINE ITEMS Rem No, Descri ion Unit Quant- Unit Price Amount 700-20-12 SIGN SINGLE POST - LESS THAN 12 R1 -1 STOP EA Z 203-W $406.00 700-21-12 PAVEMENT ENDS SIGN 8- EA 1 172.00 $172.00 700-2142A SIGN MULTI -POST TWO DIRECTION ARROW SIGN 1 - EA 1 307.00 $307.00 RETRO-REFLECTIVE PAVEMENT MARKER MONO-DIRECTIONAL 708-3 WHITE EA 43 3.65 $15695 RETRO-REFLECTIVE PAVEMENT MARKER 81-DIRECTIONAL 706-3-A AMBER/AMBER EA 615 3.65 $224475 RETRO-REFLECTIVE PAVEMENT MARKER BI-DIRECTIONAL 706-3-B WHITE/RED * EA 121 3.65 441 .65 711-11-17 SOLID WHITE TRAFFIC ARROW EA 58 * 58,00 $3 364.CA 711-11-121 SOLID TRAFFIC STRIPE 6" WHITE iHERMOPLAS7IC LF 19897 0.55 * 10 943.35 711-11-125 24" WHITE NERMOPLASTIC STOP BARS LF 416 * 2.50 $1040.00 71141 -131 SKIP TRAFFIC STRIPE 6" WHITE THERMOPLASTIC 6-10' LF 1 ,417 0,55 $779.35 711-11-131-A SKIP TRAFFIC STRIPE IS, WHITE THERMOPLASTIC) (2.-0.) LF 54 0.55 $29.70 711-11-160 THERMOPLASTIC STANDARD WHITE MESSAGE (SIKEj. LF 2 78.00 $156m 711-11 -221 SOLID TRAFFIC STRIPE 6' YELLOW THERMOPLASTIC LF 5,754 0.55 $3164.70 711 -11-221-A SOLID TRAFFIC STRIPE 6' YELLOW THERMOPLASTIC (DOUBLE LF 5,824 1 . 10 $6406.40 711-11-224 SOUI) TRAFFIC STRIPE 18" SOLID YELLOWTHERMOPLASTIC) LF 419 1 .80 $754.20 711-11-241 SKIP TRAFFIC STRIPE "YELLOW THERMOPLASTIC 16-30' LF 6,580 0.55 $3 619.00 711-11-241 SKIP TRAFFIC STRIPE T YELLOW THERMOPLASTIC 6--109 LF 546 0.55 $301 .40 711-11 -251 SKIP TRAFFIC STRIPE 6'YELLOW THERMOPLASTIC 2'-4' LF 160 0.55 $68.00 SIGNING AND PAVEMENT MARKINGS SUB TorAL 36,9]6.45 ROADWAY IMPROVEMENTS TOTAL 3,202,937.99 UTILITY IMPROVEMENTS 10008 UTILITY WORK SERVICE TAP 6' EA 3 * 3 973.00 11 919.00 1000-6A UTILITY WORK SERVICE TAP B" 2 * 4493.00 $8986.00 1050-11-224 UTILITY PIPE 12" PVC * LF 2,503 18.20 $45554.60 7050-11-224A UTILITY PIPE 6 PVC : LF 80 6.80 $544.00 1050-11-2248 UTILITY PIPE 8- PVC * LF 285 25.50 $7267.50 1050-11-2240 UTILITY PIPE 16" PVC LF 4600 Vc wab As 2].75 5127 65p.OD ITEMIZED BID SCHEDULE ADDENDUM #2 3-30-2009 PROJECT NAME: 18TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, #0645 /BID 92009037 BIDDER'S NAME: � • W . L L1 c ! h L-(- (_, REVISED LINE ITEMS Item No. Oescri tiod Unit Un@ Price * Ouard Amount 1050-11-224D INSTALL 16 18" HOPE DIRECTIONAL DRILL WATER MAIN LF 800 118.40 * $94 720.00 RELOCATE 6' FORCE MAIN (OFF-SETS CONSTRUCTED WITH 1050-14-223 6' HDPE z LF 280 49.40 $13832.00 10.50-19.223 UTILITY PIPE 6 PVC FORCE MAIN EMPORARY JUMPER EA 3 10]2.00 43,216.00 1055-11 -294 UTILITY FITTINGS SPECIAL 12' NIPPLE EA 1 474.00 $474.00 1055-11-294A UTILITY FITTINGS SPECIAL 16 NIPPLE EA 2 * 676.00 $1352.00 * 1055-11414 UTILITY FITTINGS 45 DEGREE BEND J12'1 EA 10 385.00 $3850.00 1055-11-414A UTILITY FITTINGS 45 DEGREE BEND 16° tLF185 * 754.00 $3 ]70.00 1055-11-4148 UTILITY FITTINGS 90 DEGREE BEND 16 * 864.00 $$ 4$6 W 1050-11-424 UTILITY PIPE 16' DIP* 4585 $8482.25 1050-11-424A UTILITY PIPE 12° DIP z 29.25 $3802.50 1050-11-0248 UTILITY PIPE 6' DIP LF 65 15.60 $1 ,014.W 1055-71 -424 UTILITY FITTINGS I2'X6' ANCHORING TEE FA 6 * 526.00 $3156.00 1055-11-424A UTILITY FITTINGS 16X6' TEE EA 2 * 1004.0 $2008Dp 1055-11 -4248 UTILITY FITTINGS 16"X8" TEE EA 5 z 1 056.00 $523 0.0 0 1055-11424C UTILITY FITTINGS 16"X20' TEE EA 1 3 952.00 z $3 952.00 1055-11-q34 UTILITY FITTINGS B"x6' REDUCER 2 * 198.00 $396.00 105511434. UTILITY FITTINGS 10'x8• REDUCER FA 1 271 .00 $271 .0 1055.11154 UTILITY FITTINGS 16 M.J. PLUG EA 2 364m $7z6.60 105541-054A UTILITY FITTINGS 12' M.J. PLUG EA 1 mp0 $m 00 1055-11-494 UTILITY FITTINGS SPECIAL 16'x12" CROSS EA 1 * 1602.00 $1602.00 1080-000 TESTING AND INSPECTION LS 1 * 5 637.00 $5637.00 1080.11 UTILITY FIXTURES SPECIAL EMPORARY JUMPER CONNECTION EA 2 * 1098.00 $2196.00 1080-IIA UTILITY FIXTURES SPECIAL BACTERIOLOGICAL SAMPLE COIN p EA 7 OD $251300 1080-11-04 UTILITY FIXTURES 12' M.J. GATE VALVE) 3 * 758.00 $5,274.00 1080-11-44A UTILITY FIXTURES 16 M.J. GATE VALVE * EA 13 3333.0 $43329D0 1080-111413 UTILITY FIXTURES 8' M.J. GATE VALVE EA 6 * 1 004.00 $6 024.00 1080-11 -04B UTILITY FIXTURES - M.J. GATE VALVE) CA 3 697.00 S2 091 .00 verwo6.I: 00310-9 ITEMIZED BID SCHEDULE ADDENDUM #2 3-30-2009 PROJECT NAME: 18TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9810-A, #9920, #0645 /BID 92009037 BIDDER'S NAME: � • W . L L1 c ! h L-(- (_, REVISED LINE ITEMS Item No. Oescri tiod Unit Un@ Price * Ouard Amount 1050-11-224D INSTALL 16 18" HOPE DIRECTIONAL DRILL WATER MAIN LF 800 118.40 * $94 720.00 RELOCATE 6' FORCE MAIN (OFF-SETS CONSTRUCTED WITH 1050-14-223 6' HDPE z LF 280 49.40 $13832.00 10.50-19.223 UTILITY PIPE 6 PVC FORCE MAIN EMPORARY JUMPER EA 3 10]2.00 43,216.00 1055-11 -294 UTILITY FITTINGS SPECIAL 12' NIPPLE EA 1 474.00 $474.00 1055-11-294A UTILITY FITTINGS SPECIAL 16 NIPPLE EA 2 * 676.00 $1352.00 * 1055-11414 UTILITY FITTINGS 45 DEGREE BEND J12'1 EA 10 385.00 $3850.00 1055-11-414A UTILITY FITTINGS 45 DEGREE BEND 16° tLF185 * 754.00 $3 ]70.00 1055-11-4148 UTILITY FITTINGS 90 DEGREE BEND 16 * 864.00 $$ 4$6 W 1050-11-424 UTILITY PIPE 16' DIP* 4585 $8482.25 1050-11-424A UTILITY PIPE 12° DIP z 29.25 $3802.50 1050-11-0248 UTILITY PIPE 6' DIP LF 65 15.60 $1 ,014.W 1055-71 -424 UTILITY FITTINGS I2'X6' ANCHORING TEE FA 6 * 526.00 $3156.00 1055-11-424A UTILITY FITTINGS 16X6' TEE EA 2 * 1004.0 $2008Dp 1055-11 -4248 UTILITY FITTINGS 16"X8" TEE EA 5 z 1 056.00 $523 0.0 0 1055-11424C UTILITY FITTINGS 16"X20' TEE EA 1 3 952.00 z $3 952.00 1055-11-q34 UTILITY FITTINGS B"x6' REDUCER 2 * 198.00 $396.00 105511434. UTILITY FITTINGS 10'x8• REDUCER FA 1 271 .00 $271 .0 1055.11154 UTILITY FITTINGS 16 M.J. PLUG EA 2 364m $7z6.60 105541-054A UTILITY FITTINGS 12' M.J. PLUG EA 1 mp0 $m 00 1055-11-494 UTILITY FITTINGS SPECIAL 16'x12" CROSS EA 1 * 1602.00 $1602.00 1080-000 TESTING AND INSPECTION LS 1 * 5 637.00 $5637.00 1080.11 UTILITY FIXTURES SPECIAL EMPORARY JUMPER CONNECTION EA 2 * 1098.00 $2196.00 1080-IIA UTILITY FIXTURES SPECIAL BACTERIOLOGICAL SAMPLE COIN p EA 7 OD $251300 1080-11-04 UTILITY FIXTURES 12' M.J. GATE VALVE) 3 * 758.00 $5,274.00 1080-11-44A UTILITY FIXTURES 16 M.J. GATE VALVE * EA 13 3333.0 $43329D0 1080-111413 UTILITY FIXTURES 8' M.J. GATE VALVE EA 6 * 1 004.00 $6 024.00 1080-11 -04B UTILITY FIXTURES - M.J. GATE VALVE) CA 3 697.00 S2 091 .00 verwo6.I: 00310-9 ITEMIZED BID SCHEDULE ADDENDUM #2 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9610-A, 9992110, 90545IBID #2009037 BIDDER'S NAME:_ C. N c .. . ! �j p,.yt L 1 * REVISED LINE ITEMS Item No. Description Unit CQuantity Unit Price Amount 1OW-11-45 UTILITY FIXTURES 2" SLOW-0FFI EA 1 1 451 .00 * 31 451 00 1050-11-46 UTILITY FIXTURES AIR RELEASE VALVE EA 11 6090.00 * $66,990.00 1080-11-49 UTILITY FIXTURES SPECIAL I6 JOINT RESTRAINERED EA 42 609.00 $25578.00 1080.11-09-A UTILITY FIXTURES SPECIAL 12" JOINT RESTRAINERZO EA 32 390.00 $12 480.00 1643-700 VALVE SOX ADJUSTMENT EA 8 364.00 * $2,912.00 1644-133-06 FIRE HYDRANT ASSEMBLY AVI ANCHORING FITTINGS EA 12 2, 11700 $25,404.00 1644-800 FIRE HYDRANT ASSEMBLY RELOCATION EA 1 112400 $1 , 124,00 1645-800 WATER METER RELOCATION EA 1 843.00 $843.00 UTILITY IMPROVEMENTS TOTAL 661,306.85 MISCELLANEOUS 800 PAYMENT BOND LS 1 14000.00 $14 000.00 801 PERFORMANCE BOND LS i 13000.00 $13000.00 802 TRENCH SAFETY COMPLIANCE OVER 5' SEE SEC. 00454 LS 1 1 ,040 00 $1 ,040.0 803 TRENCH SAFETY COMPLIANCE ISHORING SEE SEC. 00454 LS It 2,080.00 $2,080.00 MISCELLANEOUS TOTAL 30,120.50 OVERALL PROJECT TOTAL 3,794,363.84 LS = Lump Sum LF = Linear Foot EA = Each Sy = Square Yard TN = Ton CY = Cubic Yards AS= Assembly LBS = Pounds NM = Net Miles PI = Per Intersection MH = Man Hours NOTE: IF THERE IS A DISCREPENCY BETWEEN THE PLANS SUMMARY OF PAY ITEMS AND THE ITEMIZED BID SCHEDULE THE BID DOCUMENTS WILL GOVERN vewab.xs 00310-10 ITEMIZED BID SCHEDULE ADDENDUM #2 330-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S.R. 60 PROJECT #9610-A, 9992110, 90545IBID #2009037 BIDDER'S NAME:_ C. N c .. . ! �j p,.yt L 1 * REVISED LINE ITEMS Item No. Description Unit CQuantity Unit Price Amount 1OW-11-45 UTILITY FIXTURES 2" SLOW-0FFI EA 1 1 451 .00 * 31 451 00 1050-11-46 UTILITY FIXTURES AIR RELEASE VALVE EA 11 6090.00 * $66,990.00 1080-11-49 UTILITY FIXTURES SPECIAL I6 JOINT RESTRAINERED EA 42 609.00 $25578.00 1080.11-09-A UTILITY FIXTURES SPECIAL 12" JOINT RESTRAINERZO EA 32 390.00 $12 480.00 1643-700 VALVE SOX ADJUSTMENT EA 8 364.00 * $2,912.00 1644-133-06 FIRE HYDRANT ASSEMBLY AVI ANCHORING FITTINGS EA 12 2, 11700 $25,404.00 1644-800 FIRE HYDRANT ASSEMBLY RELOCATION EA 1 112400 $1 , 124,00 1645-800 WATER METER RELOCATION EA 1 843.00 $843.00 UTILITY IMPROVEMENTS TOTAL 661,306.85 MISCELLANEOUS 800 PAYMENT BOND LS 1 14000.00 $14 000.00 801 PERFORMANCE BOND LS i 13000.00 $13000.00 802 TRENCH SAFETY COMPLIANCE OVER 5' SEE SEC. 00454 LS 1 1 ,040 00 $1 ,040.0 803 TRENCH SAFETY COMPLIANCE ISHORING SEE SEC. 00454 LS It 2,080.00 $2,080.00 MISCELLANEOUS TOTAL 30,120.50 OVERALL PROJECT TOTAL 3,794,363.84 LS = Lump Sum LF = Linear Foot EA = Each Sy = Square Yard TN = Ton CY = Cubic Yards AS= Assembly LBS = Pounds NM = Net Miles PI = Per Intersection MH = Man Hours NOTE: IF THERE IS A DISCREPENCY BETWEEN THE PLANS SUMMARY OF PAY ITEMS AND THE ITEMIZED BID SCHEDULE THE BID DOCUMENTS WILL GOVERN vewab.xs 00310-10 ITEMIZED BID SCHEDULE ADDENDUM #23-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S. R. 60 PROJECT #9810-A, #99210, #0545 /BID #2009037 * BIDDER'S NAME : i) - �/✓ - ( eL c L REVISED LINE ITEMS kem No. lDescri&wn - lin,Unit _Quan Vnk Price Amount ROADWAY IMPROVEMENTS SUB-TOTAL: $ 3,202,937.99 SUB-TOTAL AMOUNT OF BIO (IN WORDS) Three Million Two Hundred Two Thousand Nine Hundred Thirly Seven DollarsAND Nine Nine Cents UTILITY IMPROVMENTS SUB-TOTAL: $ 561,305.85 SUB-TOTAL AMOUNT OF 131D (IN WORDS) Five Hundred Sixty One Thousand Three Hundred Five Dollars AND Eighty Five Cents MISCELLANEOUS SUB-TOTAL: $ 30,120.00 SUB-TOTAL AMOUNT OF BID (IN WORDS) Thirty Thousand On Hundred Twenty Dollars AND No Cents FORCE ACCOUNT: $ 200,000.00 FORCE ACCOUNT (IN WORDS): TWO HUNDRED-THOUSAND DOLLARS AND NO CENTS TOTAL BID AMOUNT: $ 31994,363.84 TOTAL BID AMOUNT (IN WORDS(: Three Million Nine Hundred Ninety Four Thousand Three Hundred Sixty Three Dollars AND Eighty Four Cents Vewve xis 00310-11 ITEMIZED BID SCHEDULE ADDENDUM #23-30-2009 PROJECT NAME: 16TH STREET FROM 74TH AVE TO 66TH AVENUE AND 66TH AVENUE FROM 16TH STREET TO S. R. 60 PROJECT #9810-A, #99210, #0545 /BID #2009037 * BIDDER'S NAME : i) - �/✓ - ( eL c L REVISED LINE ITEMS kem No. lDescri&wn - lin,Unit _Quan Vnk Price Amount ROADWAY IMPROVEMENTS SUB-TOTAL: $ 3,202,937.99 SUB-TOTAL AMOUNT OF BIO (IN WORDS) Three Million Two Hundred Two Thousand Nine Hundred Thirly Seven DollarsAND Nine Nine Cents UTILITY IMPROVMENTS SUB-TOTAL: $ 561,305.85 SUB-TOTAL AMOUNT OF 131D (IN WORDS) Five Hundred Sixty One Thousand Three Hundred Five Dollars AND Eighty Five Cents MISCELLANEOUS SUB-TOTAL: $ 30,120.00 SUB-TOTAL AMOUNT OF BID (IN WORDS) Thirty Thousand On Hundred Twenty Dollars AND No Cents FORCE ACCOUNT: $ 200,000.00 FORCE ACCOUNT (IN WORDS): TWO HUNDRED-THOUSAND DOLLARS AND NO CENTS TOTAL BID AMOUNT: $ 31994,363.84 TOTAL BID AMOUNT (IN WORDS(: Three Million Nine Hundred Ninety Four Thousand Three Hundred Sixty Three Dollars AND Eighty Four Cents Vewve xis 00310-11 5. 01 Bidder shall complete the Work in accordance with the Contract Documents for the price (s ) contained in the Itemized Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct i sum . Discrepancies between words and figures will be resolved in favor of the words . S B . The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . C . Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract and work may be less or more than so estimated , and , if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D . Unit Prices have been computed in accordance with paragraph 11 . 03. 13 of the General Conditions . 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14 .07. 13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the Agreement. 7. 01 The following documents are attached to and made a condition of this Bid : A. Required Bid security in the form of B . A tabulation of Subcontractors, Suppliers [and other] individuals and entities required to be identified in this Bid ; C. Sworn Statement under Section 105 . 08 , Indian River County Code, on Disclosure of Relationships; D . Sworn Statement Under the Florida Trench Safety Act; E. General Information Required of Bidders; F . List of Subcontractors; and G . Itemized Bid Schedule . 8 .01 The terms used in this Bid with initial capital letters have- the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on t 1 22 20 Oq F.\Englneering\Capltal Projects\9920-16th St, 75th Ave to "66th Ave\9920 Contract Docvmenls d Spe¢M310 - Bid Form.doc 5. 01 Bidder shall complete the Work in accordance with the Contract Documents for the price (s ) contained in the Itemized Bid Schedule : A. The Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct i sum . Discrepancies between words and figures will be resolved in favor of the words . S B . The Owner reserves the right to omit or add to the construction of any portion or portions of the work heretofore enumerated or shown on the plans. Furthermore , the Owner reserves the right to omit in its entirety any one or more items of the Contract without forfeiture of Contract or claims for loss of anticipated profits or any claims by the Contractor on account of such omissions . C . Bidder acknowledges that estimated quantities are not guaranteed , and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided . The quantities actually required to complete the contract and work may be less or more than so estimated , and , if so, no action for damages or for loss of profits shall accrue to the Contractor by reason thereof. D . Unit Prices have been computed in accordance with paragraph 11 . 03. 13 of the General Conditions . 6.01 Bidder agrees that the Work will be substantially completed and ready for final payment in accordance with paragraph 14 .07. 13 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified , which shall be stated in the Agreement. 7. 01 The following documents are attached to and made a condition of this Bid : A. Required Bid security in the form of B . A tabulation of Subcontractors, Suppliers [and other] individuals and entities required to be identified in this Bid ; C. Sworn Statement under Section 105 . 08 , Indian River County Code, on Disclosure of Relationships; D . Sworn Statement Under the Florida Trench Safety Act; E. General Information Required of Bidders; F . List of Subcontractors; and G . Itemized Bid Schedule . 8 .01 The terms used in this Bid with initial capital letters have- the meanings indicated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions. SUBMITTED on t 1 22 20 Oq F.\Englneering\Capltal Projects\9920-16th St, 75th Ave to "66th Ave\9920 Contract Docvmenls d Spe¢M310 - Bid Form.doc SUBMITTED on Ll /2- z- 20 o `1. State Contractor License No. CGCv / z3 tt 6 If Bidder is : An Individual Name (typed or printed): By. (SEAL) (Individual's signature) Doing business as : Business address : Phone No. : FAX No . : A Partnership Partnership Name : (SEAL) 1 By . (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed) : Business address : Phone No. : FAX No . : LL (. A CorAotation Corporation Name : a- w • L k m.-Rc„,.,,, , LL (SEA'") of Incorporation : L . Type (General Business, Professional , Servic Limited Liabilit _ f By: (Signature -- attach evidence of authority to sign) Name (typed or printed) : S 0) LL I Title: AttestTress: ---�1 (CORPOP.ATE SEAL) rporate Secretary) /lS t" P c Busin73 gT�tP, . f Fl . w P !3i jr:;: L.• 33 kI Phone No. : � ���rl � / — yl , , FAX No . : Date of Qualification to do business is 00310 - 12 100310 - Bid Form.doc SUBMITTED on Ll /2- z- 20 o `1. State Contractor License No. CGCv / z3 tt 6 If Bidder is : An Individual Name (typed or printed): By. (SEAL) (Individual's signature) Doing business as : Business address : Phone No. : FAX No . : A Partnership Partnership Name : (SEAL) 1 By . (Signature of general partner -- attach evidence of authority to sign) Name (typed or printed) : Business address : Phone No. : FAX No . : LL (. A CorAotation Corporation Name : a- w • L k m.-Rc„,.,,, , LL (SEA'") of Incorporation : L . Type (General Business, Professional , Servic Limited Liabilit _ f By: (Signature -- attach evidence of authority to sign) Name (typed or printed) : S 0) LL I Title: AttestTress: ---�1 (CORPOP.ATE SEAL) rporate Secretary) /lS t" P c Busin73 gT�tP, . f Fl . w P !3i jr:;: L.• 33 kI Phone No. : � ���rl � / — yl , , FAX No . : Date of Qualification to do business is 00310 - 12 100310 - Bid Form.doc A Joint Venture " Joint Venture Name : /��/T (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed ) : Title : Business address : Phone No . : FAX No . : Joint Venture Name : (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed) : Title : Business address : Phone No . : FAX No . : Phone and FAX Number, and Address for receipt of official communications : (Each joint venturor must sign . The manner of signing for each individual , partnership , and corporation that is a party to the joint venture should be in the manner indicated above . ) END OF SECTION " 00310 - 13 Bid Doccm=mst003 10 - Bid r ora ]n- A Joint Venture " Joint Venture Name : /��/T (SEAL) By: (Signature of joint venture partner -- attach evidence of authority to sign) Name (typed or printed ) : Title : Business address : Phone No . : FAX No . : Joint Venture Name : (SEAL) By: (Signature -- attach evidence of authority to sign) Name (typed or printed) : Title : Business address : Phone No . : FAX No . : Phone and FAX Number, and Address for receipt of official communications : (Each joint venturor must sign . The manner of signing for each individual , partnership , and corporation that is a party to the joint venture should be in the manner indicated above . ) END OF SECTION " 00310 - 13 Bid Doccm=mst003 10 - Bid r ora ]n- THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we J. W. Cheatham , LLC (Here insert full name and address or legal title of Contractor) 7396 Westport Place, West Palm Beach, FL 33413 as Principal , hereinafter called the Principal , and SAFECO Insurance Company of America ( Here insert full name and address or legal title of Surely) 5792 Widewaters Parkway, DeWitt, NY 13214 a corporation duly organized under the laws of the State of Washington as Surety , hereinafter called the Surety , are held and firmly bound unto Indian River County (Here insert full name and address or legal title of Owner) Board of Commissioners, 1800 27th Street, Vero Beach , FL 32960 as Obligee , hereinafter called the Obligee , In the SUM of Five Percent of Amount of Attached Bid ----- --------------------------- ---------------------------------------------------- Dollars ( $ ---5 % of Bid--- ), for the payment of which sum well and truly to be made , the said Principal and the said Surety , bind ourselves, our heirs , executors , administrators , successors and assigns , jointly and severally , firmly by these presents. WHEREAS , the Principal has submitted a bid for (Here insert full name, address and description of project) Roadway Improvements to 16th Street from 74th Avenue to 66th Avenue and 66th Avenue from 16th Street to S .R. 60 Bid No . 2009037, Project No. 9920, 9810-A, 0545 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid , and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid , then this obligation shall be null and void , otherwise to remain in full force and effect. Signe ealed this 10th day of March, 2009 (NAJ. W. Cheatham, LLC S ((Principal) !Seal) (Witness) r v • —� (Title) \ !! SAFECO Insurance Company of America EC �.'•.. �. tr L t•. Cl %C. .t (Surety) (Seal) ... _ ) (Witness) Richard W. Heinmiller (Title) Attorney-In-Fact AA DOCUMENT A310 - BID BOND - AIA - FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 N . Y. AVE. , N . W. , WASHINGTON , D . C . 20006 0 Printed on Recycled Paper 9/93 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we J. W. Cheatham , LLC (Here insert full name and address or legal title of Contractor) 7396 Westport Place, West Palm Beach, FL 33413 as Principal , hereinafter called the Principal , and SAFECO Insurance Company of America ( Here insert full name and address or legal title of Surely) 5792 Widewaters Parkway, DeWitt, NY 13214 a corporation duly organized under the laws of the State of Washington as Surety , hereinafter called the Surety , are held and firmly bound unto Indian River County (Here insert full name and address or legal title of Owner) Board of Commissioners, 1800 27th Street, Vero Beach , FL 32960 as Obligee , hereinafter called the Obligee , In the SUM of Five Percent of Amount of Attached Bid ----- --------------------------- ---------------------------------------------------- Dollars ( $ ---5 % of Bid--- ), for the payment of which sum well and truly to be made , the said Principal and the said Surety , bind ourselves, our heirs , executors , administrators , successors and assigns , jointly and severally , firmly by these presents. WHEREAS , the Principal has submitted a bid for (Here insert full name, address and description of project) Roadway Improvements to 16th Street from 74th Avenue to 66th Avenue and 66th Avenue from 16th Street to S .R. 60 Bid No . 2009037, Project No. 9920, 9810-A, 0545 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid , and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid , then this obligation shall be null and void , otherwise to remain in full force and effect. Signe ealed this 10th day of March, 2009 (NAJ. W. Cheatham, LLC S ((Principal) !Seal) (Witness) r v • —� (Title) \ !! SAFECO Insurance Company of America EC �.'•.. �. tr L t•. Cl %C. .t (Surety) (Seal) ... _ ) (Witness) Richard W. Heinmiller (Title) Attorney-In-Fact AA DOCUMENT A310 - BID BOND - AIA - FEBRUARY 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS , 1735 N . Y. AVE. , N . W. , WASHINGTON , D . C . 20006 0 Printed on Recycled Paper 9/93 ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of (�, On this day of March, 2009 before me personally came and appeared 5 e-e'j r . P+ � 3 > � � , to me known, who being by me duty sworn , did depose and say that he resides in the City of P. n . G ; that he is the v • F ofJ . W . Cheatham , LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company; that one of the seals affixed to said instrument is such seal; that it was so affixed b of the managing members of said limited liability company, and that he Signe hi n m� t eto by like order. €% t(rbdt;�isslon # DD833968 noZwllNDED FxPires: OCT. 26, 2012 THRU ATLAMnC BONDING Co., LNC, SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 10th day of March , 2009, before me personally appeared Richard W . Heinmiller to me known, who being by me duly sworn , did depose and say : that he resides in the City of Tully NY; that he is the Attorney-In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation ; that the seal affixed to said instrument is such corporate seal ; that it was so affixed by order of the Board of Directors of said corporation ; and that he signed his name thereto by like order. Notary Public JEAN C. MCCARTHY Notary Public; State of New York No . 01 iMC6071225 Qualified in Onondaga County My Commission Expires March 11 , [ i ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of (�, On this day of March, 2009 before me personally came and appeared 5 e-e'j r . P+ � 3 > � � , to me known, who being by me duty sworn , did depose and say that he resides in the City of P. n . G ; that he is the v • F ofJ . W . Cheatham , LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company; that one of the seals affixed to said instrument is such seal; that it was so affixed b of the managing members of said limited liability company, and that he Signe hi n m� t eto by like order. €% t(rbdt;�isslon # DD833968 noZwllNDED FxPires: OCT. 26, 2012 THRU ATLAMnC BONDING Co., LNC, SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 10th day of March , 2009, before me personally appeared Richard W . Heinmiller to me known, who being by me duly sworn , did depose and say : that he resides in the City of Tully NY; that he is the Attorney-In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation ; that the seal affixed to said instrument is such corporate seal ; that it was so affixed by order of the Board of Directors of said corporation ; and that he signed his name thereto by like order. Notary Public JEAN C. MCCARTHY Notary Public; State of New York No . 01 iMC6071225 Qualified in Onondaga County My Commission Expires March 11 , [ i Sancu Insurance Company of Amzoca a 3encral Irsurance Company of A soca � POWER loo, mnnve-.ue - OF ATTORNEY Swle 1700 Scalia, 'WA 98154 KNOW ALL 13YNo 13013Y THESE PRESENTS : _ That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation , does each hereby appoint ***"*************** RICHARD W, HEINMILLER; FRANCIS A. LOWTHER; BARBARA O' CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New its true and lawful attorney(s)-in-fact, with full authority to execute orf its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents y� (( this 13th day of January 2009 "KiF Dexter R- Legg, Secretary Timothy A Mkolajewski, Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13 . - FIDELITY AND SURETY BONDS _ the President, any Vice President, the Secretary , and any Assistant Vice President appointed for that purpose by the officer in charge of surety Operations , shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile . On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided , however, that the seal shall not be necessary to the validity of any such instrument or undertaking ." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile , and the seal of the Company may be a facsimile thereof.,, I , 0exter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that bath the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 10th day of March 2009 GopPo�` � �ECDMp9 o �� CORPORATE '" SEAL w SEAL ri ai l953A. lsya Ah Of IVASrit �� 0( y{ds� \s Dexter R. Legg, Secretary SafecoO) and the Safocc logo are rnyisfered traderi of Safeco Corparalion. 3-0974/0S 1/09 WEB PDF Sancu Insurance Company of Amzoca a 3encral Irsurance Company of A soca � POWER loo, mnnve-.ue - OF ATTORNEY Swle 1700 Scalia, 'WA 98154 KNOW ALL 13YNo 13013Y THESE PRESENTS : _ That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation , does each hereby appoint ***"*************** RICHARD W, HEINMILLER; FRANCIS A. LOWTHER; BARBARA O' CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New its true and lawful attorney(s)-in-fact, with full authority to execute orf its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents y� (( this 13th day of January 2009 "KiF Dexter R- Legg, Secretary Timothy A Mkolajewski, Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13 . - FIDELITY AND SURETY BONDS _ the President, any Vice President, the Secretary , and any Assistant Vice President appointed for that purpose by the officer in charge of surety Operations , shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile . On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided , however, that the seal shall not be necessary to the validity of any such instrument or undertaking ." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile , and the seal of the Company may be a facsimile thereof.,, I , 0exter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that bath the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 10th day of March 2009 GopPo�` � �ECDMp9 o �� CORPORATE '" SEAL w SEAL ri ai l953A. lsya Ah Of IVASrit �� 0( y{ds� \s Dexter R. Legg, Secretary SafecoO) and the Safocc logo are rnyisfered traderi of Safeco Corparalion. 3-0974/0S 1/09 WEB PDF . S .t. fnUi ` SAr"ECO 1NSIJR:ANICB COMP.'1NY OF :VI,LERICA a FLNANiCLA L STATEMENT — DEC.E<IdBER 319 260: Assets Liabilities Cash andBank Dcposits ...... ........_.._........._ _.. .... S 33j483126 Unearned Prsmiw>n._...._......... .... .............„ ... ...... $ 728,534,00? *Bonds — U.S Chwn meat..... .................... ..... 16,728,067 Reserve for Claims and Claims Eapens4 ........ ...........1,560913950 Funds Heid Under Rcinsursnce Treaties.. _.._...... 430y79 *Other Bonds... ............_..... .. ............. ........_......._ 2,475,711,287 Reserve for Dividends to Policyholders..... .. ............._... 2,421,611 *Stocks .............. ....................._.... ................. .._.... 499,235054 Additional Statutory Rtserve._......... .. ....... ........... Real Estate .......... ..................... ..... .,,,,,,,,,,, 0 Reserve for Commissions. Taxes and — Olhcr uabigiUs ............. .................... ............. 93fi 'r36 881 Agents' Balances or Uncollected Premiums................. 625 553421 Total ...... ............. 43,228437423 Accrued Interest and Resits...... ....._....................... 33,936,490 Special Surplus Funds........ $ 226,334 Other Adrreticd Assets................._.... ............. 359,599,572 Capital Stock............._.._............ 5poo000 Paid m Supnm ,.« . .............. •.'.. „. 275402,873 Unassigned Snmpius....__...___.. 398381A87 Total Admitted Assets .___.«.«.__..._...._.... Adtlfi'1.7dR.t 17 Sr¢pinrs to Pollryhdders....._.«em_ 833,610,694 Tatal LlabOdes and Sarphns_..«. $4.Od7Jsu J t7 Bonds are stated at amortized or investmenteIue; Stocks at Association Market Values. Seenuities carried at $124,368976 arc deposited as required bylaw. SEAL a f W9a L TLVi 1 MIKOSLAJEWSa Senior Vice-President of SAFECO Insurance Company of America, do hereby eertifytlmtthe faregoing-is"a-- nue, and correct statement of the Assets and Liabilities of said Corporation, as of Decunber 31, 2007, to the best of my knowledge and belief. IN V=SS WHEREOF, I have haeumto set my hand and affixed the seal of said Corporffiou at Seatie, Washington, this 1st day of Mach, 2008. Senior Vice-President $-12623 NO - OA reoered aadgMk or WEC6 Co a,,D. . S .t. fnUi ` SAr"ECO 1NSIJR:ANICB COMP.'1NY OF :VI,LERICA a FLNANiCLA L STATEMENT — DEC.E<IdBER 319 260: Assets Liabilities Cash andBank Dcposits ...... ........_.._........._ _.. .... S 33j483126 Unearned Prsmiw>n._...._......... .... .............„ ... ...... $ 728,534,00? *Bonds — U.S Chwn meat..... .................... ..... 16,728,067 Reserve for Claims and Claims Eapens4 ........ ...........1,560913950 Funds Heid Under Rcinsursnce Treaties.. _.._...... 430y79 *Other Bonds... ............_..... .. ............. ........_......._ 2,475,711,287 Reserve for Dividends to Policyholders..... .. ............._... 2,421,611 *Stocks .............. ....................._.... ................. .._.... 499,235054 Additional Statutory Rtserve._......... .. ....... ........... Real Estate .......... ..................... ..... .,,,,,,,,,,, 0 Reserve for Commissions. Taxes and — Olhcr uabigiUs ............. .................... ............. 93fi 'r36 881 Agents' Balances or Uncollected Premiums................. 625 553421 Total ...... ............. 43,228437423 Accrued Interest and Resits...... ....._....................... 33,936,490 Special Surplus Funds........ $ 226,334 Other Adrreticd Assets................._.... ............. 359,599,572 Capital Stock............._.._............ 5poo000 Paid m Supnm ,.« . .............. •.'.. „. 275402,873 Unassigned Snmpius....__...___.. 398381A87 Total Admitted Assets .___.«.«.__..._...._.... Adtlfi'1.7dR.t 17 Sr¢pinrs to Pollryhdders....._.«em_ 833,610,694 Tatal LlabOdes and Sarphns_..«. $4.Od7Jsu J t7 Bonds are stated at amortized or investmenteIue; Stocks at Association Market Values. Seenuities carried at $124,368976 arc deposited as required bylaw. SEAL a f W9a L TLVi 1 MIKOSLAJEWSa Senior Vice-President of SAFECO Insurance Company of America, do hereby eertifytlmtthe faregoing-is"a-- nue, and correct statement of the Assets and Liabilities of said Corporation, as of Decunber 31, 2007, to the best of my knowledge and belief. IN V=SS WHEREOF, I have haeumto set my hand and affixed the seal of said Corporffiou at Seatie, Washington, this 1st day of Mach, 2008. Senior Vice-President $-12623 NO - OA reoered aadgMk or WEC6 Co a,,D. 4 : 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 . 2009037 for the ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60, C . P . 9920198110-A, 0545 . 1 . This sworn statement is submitted by : :ar - w - C �X eu #i c . L L c. ( Name of entity submitting sworn statement) whose business address is: '73 y - -+ ft Waif Q" � n^ 43 � � ✓i , GL • � 3 >7 ! 3 and (if applicable) its Federal Employer Identification Number ( FEIN) is 2 0 I R 2- S k 7 2. My name is 5e, ),- d r-'t • /� oksSF} ✓ I (Please print name of individual signing ) and my relationship to the entity named above is v C C- c- R ,5 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, S shareholders, employees, members, and agents who are active in the management 1 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 . 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 . F:\Ene neerin,\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00452 Disclosure of Aelationships.doc 00452- 1 4 : 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 . 2009037 for the ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60, C . P . 9920198110-A, 0545 . 1 . This sworn statement is submitted by : :ar - w - C �X eu #i c . L L c. ( Name of entity submitting sworn statement) whose business address is: '73 y - -+ ft Waif Q" � n^ 43 � � ✓i , GL • � 3 >7 ! 3 and (if applicable) its Federal Employer Identification Number ( FEIN) is 2 0 I R 2- S k 7 2. My name is 5e, ),- d r-'t • /� oksSF} ✓ I (Please print name of individual signing ) and my relationship to the entity named above is v C C- c- R ,5 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, S shareholders, employees, members, and agents who are active in the management 1 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 . 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 . F:\Ene neerin,\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00452 Disclosure of Aelationships.doc 00452- 1 The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee : Name of Affiliate Name of County Relationship or Entity Commissioner or employee 2 - 3 - 4. .3 .4. 5 . 6. . 8 8 . (signature) 11122 /0 (date) STATE OF COUNTY OF _p Ct non c� Personally appeared before me , the undersigned authority, Se r'� tl fl >.,$ A t who after first being sworn by me , affixed his/her signature in the space provided above on this Z of NOTARY PUB 'C- TATE OF FLORIDA :_ Comm; he Brown on #DD833968 Notary q10611ic, State at IarW .•�` FxPires: OCT. 26, 2012 s en ruao A't'LAN77cBotrnurc ca, utc My Co mission Expires : END OF SECTION P:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00452 Disclosure of Relationships.doc 00452-2 The entity submitting this sworn statement , or one or more of the officers , directors , executives , partners , shareholders , employees , members , or agents who are active in management of the entity have the following relationships with a County Commissioner or County employee : Name of Affiliate Name of County Relationship or Entity Commissioner or employee 2 - 3 - 4. .3 .4. 5 . 6. . 8 8 . (signature) 11122 /0 (date) STATE OF COUNTY OF _p Ct non c� Personally appeared before me , the undersigned authority, Se r'� tl fl >.,$ A t who after first being sworn by me , affixed his/her signature in the space provided above on this Z of NOTARY PUB 'C- TATE OF FLORIDA :_ Comm; he Brown on #DD833968 Notary q10611ic, State at IarW .•�` FxPires: OCT. 26, 2012 s en ruao A't'LAN77cBotrnurc ca, utc My Co mission Expires : END OF SECTION P:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00452 Disclosure of Relationships.doc 00452-2 SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ( " BIDDER") , OR ITS AUTHORIZED REPRESENTATIVE , IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS . 1 . This Sworn Statement is submitted with Project No . 9920 9810-A 0545 for Roadway Improvements to 16`h Street from 74rh Avenue to 6 Avenue and 66h Avenue from 16`" Street to S. R. 60 2 . This Sworn Statement is submitted by G � ot� � L L L. (LegalName of Entity Submitting Sworn Statement) -7316 INcsfpo -f Pl , w , P . l3 , FL - 33Li 13 hereinafter `BIDDER" . The BIDDER's address is BIDDER's Federal Employer Identification Number ( FEIN ) is Zo Iq z $h 7 c 3 . My name is f- • p-t0 u s s Or and my relationship to the BIDDER (Print Name of Individual Signing) IS Vi Cc Qua Sf • � � „ "r (Position or Title) I certify, through my signature at the end of this Sworn Statement, that 1 am an authorized representative of the BIDDER. 4 . The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act , Section 553 . 60 et. seg . Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation (s ) and include the "effective date ” in the citation (s ). Reference to and compliance with the applicable Florida Statute(s ) and OSHA Regulation (s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER' s compliance with the Trench Safety Standards . 5 . The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards . 6 . The BIDDER has allocated and included in its bid the total amount of $ 5a o based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards , and intends to comply with said standards by instituting the following specific method (s) of compliance on this Project: e 1nDc . The determination of the appropriate method (s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness , or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards . 7) The BIDDER has allocated and included in its bid the total amount of $ Z b $ o . o 0 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method (s ) of compliance on this Project : S I u rr 00454 - Florida Trench Safety Act 00454 - 1 F\Engineering\Capital Pmects19920- 15th St, 74th Ave to 66th Ave19920 Contract Documents 3 Specs00454 - Runde Trench Safety Act doc SECTION 00454 - Sworn Statement Under the Florida Trench Safety Act THIS FORM MUST BE SIGNED BY THE BIDDER WHO WILL BE RESPONSIBLE FOR THE EXCAVATION WORK ( " BIDDER") , OR ITS AUTHORIZED REPRESENTATIVE , IN THE PRESENCE OF A NOTARY PUBLIC AUTHORIZED TO ADMINISTER OATHS . 1 . This Sworn Statement is submitted with Project No . 9920 9810-A 0545 for Roadway Improvements to 16`h Street from 74rh Avenue to 6 Avenue and 66h Avenue from 16`" Street to S. R. 60 2 . This Sworn Statement is submitted by G � ot� � L L L. (LegalName of Entity Submitting Sworn Statement) -7316 INcsfpo -f Pl , w , P . l3 , FL - 33Li 13 hereinafter `BIDDER" . The BIDDER's address is BIDDER's Federal Employer Identification Number ( FEIN ) is Zo Iq z $h 7 c 3 . My name is f- • p-t0 u s s Or and my relationship to the BIDDER (Print Name of Individual Signing) IS Vi Cc Qua Sf • � � „ "r (Position or Title) I certify, through my signature at the end of this Sworn Statement, that 1 am an authorized representative of the BIDDER. 4 . The Trench Safety Standards that will be in effect during the construction of this Project are contained within the Trench Safety Act , Section 553 . 60 et. seg . Florida Statutes and refer to the applicable Florida Statue(s) and/or OSHA Regulation (s ) and include the "effective date ” in the citation (s ). Reference to and compliance with the applicable Florida Statute(s ) and OSHA Regulation (s) is the complete and sole responsibility of the BIDDER. Such reference will not be checked by OWNER or ENGINEER and they shall have no responsibility to review or check the BIDDER' s compliance with the Trench Safety Standards . 5 . The BIDDER assures the OWNER that it will comply with the applicable Trench Safety Standards . 6 . The BIDDER has allocated and included in its bid the total amount of $ 5a o based on the linear feet of trench to be excavated over five (5) feet deep, for compliance with the applicable Trench Safety Standards , and intends to comply with said standards by instituting the following specific method (s) of compliance on this Project: e 1nDc . The determination of the appropriate method (s) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness , or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards . 7) The BIDDER has allocated and included in its bid the total amount of $ Z b $ o . o 0 based on the square feet of shoring to be used for compliance with shoring safety requirements and intends to comply with said shoring requirements by instituting the following specific method (s ) of compliance on this Project : S I u rr 00454 - Florida Trench Safety Act 00454 - 1 F\Engineering\Capital Pmects19920- 15th St, 74th Ave to 66th Ave19920 Contract Documents 3 Specs00454 - Runde Trench Safety Act doc The determination of the appropriate method (s ) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards . 8 ) The BIDDER, in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that, based on such information and the BIDDER's own information , the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. � C BIDDER: w C, �, L c By: S . jt�� Position or Title : U • 4 Date : L, STATE OF f L COUNTY OF Personally appeared before me , the undersigned authority, Toch • (-+ oasoA, � 1 who after first being sworn py me, affixed his/her signature in the space provided above on this Z, ay of AQP ; I , 20 o q - NO1111f nTrrcpATH OF FWRIDA /t — •� Sherry Brown Nota t Public, State at large., pw , W(on # DD833968 NayUommission Expires : aaxuEDMUAnaM CONDTix6arna * END OF SECTION 00454 - 2 00454 - Florida Trench Safety Act F\Engineering\Capital Projects\99204 61M1 SC 74th Ove 10 561) ,1ve19920 Contract Documents aSpecs\CC454 - Ronda Trench Safely Actdoc The determination of the appropriate method (s ) of compliance is the complete and sole responsibility of the BIDDER. Such methods will not be checked by the OWNER or ENGINEER for accuracy, completeness or any other purpose . The OWNER and ENGINEER shall have no responsibility to review or check the BIDDER's compliance with the Trench Safety Standards . 8 ) The BIDDER, in submitting this bid , represents that it has obtained and considered all available geotechnical information , has utilized said geotechnical information and that, based on such information and the BIDDER's own information , the BIDDER has sufficient knowledge of the Project's surface and subsurface site conditions and characteristics to assure BIDDER's compliance with the applicable Trench Safety Standards in designing the trench safety system(s) for the Project. � C BIDDER: w C, �, L c By: S . jt�� Position or Title : U • 4 Date : L, STATE OF f L COUNTY OF Personally appeared before me , the undersigned authority, Toch • (-+ oasoA, � 1 who after first being sworn py me, affixed his/her signature in the space provided above on this Z, ay of AQP ; I , 20 o q - NO1111f nTrrcpATH OF FWRIDA /t — •� Sherry Brown Nota t Public, State at large., pw , W(on # DD833968 NayUommission Expires : aaxuEDMUAnaM CONDTix6arna * END OF SECTION 00454 - 2 00454 - Florida Trench Safety Act F\Engineering\Capital Projects\99204 61M1 SC 74th Ove 10 561) ,1ve19920 Contract Documents aSpecs\CC454 - Ronda Trench Safely Actdoc SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS . UNDER PENALTY OF PERJURY, 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. Attach additional sheets as required . Documentation Submitted with Project No : 9920 , 9810-A, 0545 Project Name : Roadway Improvements to 16th Street from 74th Avenue to 68th Avenue and 66 ' Avenue from 16 Street to S R 60 1 . Bidder's Name / Address : W . C � ow ! h c, Y , L L L ------__7 3q Q f P 1 w P F 3 3 y / 3 2 . Bidder's Telephone & FAX Numbers : j b 1 ) L1 -7 1 - Lt ItS 6 $ 3 t-, a? 3 . Licensing and Corporate Status: a . Is Contractor License current? �' G -5 b . Bidder's Contractor License No: _C (:; Cc I S- ut 6 [Attach a copy of Contractor' s License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4 . Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 33 Yea 5 . What is the last project OF THIS NATURE that the firm has completed? Gtr« VILw Qt, l - -�a - t0a " 13 z--; Cr " + Y 5 ✓IN1 " 4 qi� Pi- v6taL 1-L! � 1� 6 . Has the firm ever failed to complete work awarded to you? /y [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which the firm failed to complete the work . ] 7 . Has the firm ever been assessed liquidated damages? N o [ If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed . ] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations? Na 00456 - Qualifications Questionnaire 00456 - i F^.engineering\Capital Pmjecls\9920-16th St, 74th Ave to 66th Ave19920 Contrad Documents 3 Specsl00456 - Qualifications Queobrtnaire.doo SECTION 00456 - QUALIFICATIONS QUESTIONNAIRE NOTICE : THE OWNER RETAINS THE DISCRETION TO REJECT THE BIDS OF NON - RESPONSIBLE BIDDERS . UNDER PENALTY OF PERJURY, 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. Attach additional sheets as required . Documentation Submitted with Project No : 9920 , 9810-A, 0545 Project Name : Roadway Improvements to 16th Street from 74th Avenue to 68th Avenue and 66 ' Avenue from 16 Street to S R 60 1 . Bidder's Name / Address : W . C � ow ! h c, Y , L L L ------__7 3q Q f P 1 w P F 3 3 y / 3 2 . Bidder's Telephone & FAX Numbers : j b 1 ) L1 -7 1 - Lt ItS 6 $ 3 t-, a? 3 . Licensing and Corporate Status: a . Is Contractor License current? �' G -5 b . Bidder's Contractor License No: _C (:; Cc I S- ut 6 [Attach a copy of Contractor' s License to the bid] c. Attach documentation from the State of Florida Division of Corporations that indicates the business entity's status is active and that lists the names and titles of all officers. 4 . Number of years the firm has performed business as a Contractor in construction work of the type involved in this contract: 33 Yea 5 . What is the last project OF THIS NATURE that the firm has completed? Gtr« VILw Qt, l - -�a - t0a " 13 z--; Cr " + Y 5 ✓IN1 " 4 qi� Pi- v6taL 1-L! � 1� 6 . Has the firm ever failed to complete work awarded to you? /y [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which the firm failed to complete the work . ] 7 . Has the firm ever been assessed liquidated damages? N o [ If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which liquidated damages have been assessed . ] 8 . Has the firm ever been charged by OSHA for violating any OSHA regulations? Na 00456 - Qualifications Questionnaire 00456 - i F^.engineering\Capital Pmjecls\9920-16th St, 74th Ave to 66th Ave19920 Contrad Documents 3 Specsl00456 - Qualifications Queobrtnaire.doo [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which OSHA violations were alleged .] 9 . Has the firm ever been charged with noncompliance of any public policy or rules ? Nv [ If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner' s telephone number for each project .] 10 . Attach to this questionnaire , a notarized financial statement and other information that documents the firm 's financial strength and history . Av. ; ( cblG wpo ., 11 . Has the firm ever defaulted on any of its projects? N [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which a default occurred .] 12 . Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule . 13 . Name of person who inspected the site of the proposed work for the firm : Name: 5 c- Y�Gd h • t10 � �s k - \ Date of Inspections: 14 . Name of on-site Project Foreman : 5ka � J v C0 " Number of years of experience with similar projects as a Project Foreman : s 15 . Name of Project Manager: Mom f-t. � w > > ok � � Number of years of experience with similar projects as a Project Manager: 16 . State your total bonding capacity: Zq E X C 7 > 17 . State your bonding capacity per job : Sr C—x C -F 22- t-L j ] r ' e 18 . Please provide name , address , telephone number, and contact person of your ybonding company: Sa-�co Co (7 G , ; st . , t--t ci. r Gam. lloKa , ,v. �( . 13 !o a' D' eo 1 7z 7 - z [The remainder of this page was left blank intentionally] / D0456 - Qualifications Questionnaire 00456 - 2 F.',Engineenng\Capital Projects\9920-16tM1 St, 14th .Ave 10 661h Ave\9920 Contract Documents 8 Spacsill0456 - Qualifications Quealionnaire Joc [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which OSHA violations were alleged .] 9 . Has the firm ever been charged with noncompliance of any public policy or rules ? Nv [ If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner' s telephone number for each project .] 10 . Attach to this questionnaire , a notarized financial statement and other information that documents the firm 's financial strength and history . Av. ; ( cblG wpo ., 11 . Has the firm ever defaulted on any of its projects? N [If your answer is "yes , then attach a separate page to this questionnaire that explains the circumstances and list the project name , Owner, and the Owner's telephone number for each project in which a default occurred .] 12 . Attach a separate page to this questionnaire that summarizes the firm's current workload and that demonstrates its ability to meet the project schedule . 13 . Name of person who inspected the site of the proposed work for the firm : Name: 5 c- Y�Gd h • t10 � �s k - \ Date of Inspections: 14 . Name of on-site Project Foreman : 5ka � J v C0 " Number of years of experience with similar projects as a Project Foreman : s 15 . Name of Project Manager: Mom f-t. � w > > ok � � Number of years of experience with similar projects as a Project Manager: 16 . State your total bonding capacity: Zq E X C 7 > 17 . State your bonding capacity per job : Sr C—x C -F 22- t-L j ] r ' e 18 . Please provide name , address , telephone number, and contact person of your ybonding company: Sa-�co Co (7 G , ; st . , t--t ci. r Gam. lloKa , ,v. �( . 13 !o a' D' eo 1 7z 7 - z [The remainder of this page was left blank intentionally] / D0456 - Qualifications Questionnaire 00456 - 2 F.',Engineenng\Capital Projects\9920-16tM1 St, 14th .Ave 10 661h Ave\9920 Contract Documents 8 Spacsill0456 - Qualifications Quealionnaire Joc JN JE M J0 JO AN AN AM 16 . Complete the following table for SIMILAR projects : Date Contact Person : Name Original Contract Final Contract Nam ;U � c �v roject Completed Owner and Telephone Number Amount Amount �Y 5km- , 1 � 2 = s � F . cam . E � � � ' %' `, 5ti5, n7z �� GIJ kyr p p ( SGt �Sti - rt $ c � Sly � L� Zao � cV tL� L4 \. i � IGn � � � L(JCfo � ZG( 7 � 3JL� � }}� ✓L ✓ wli �2 � v t , L Zoo ? // / / Lf , L1 ) 7, D7 6 � � ly l 7 n7d EE 00456 - Qualifications Questionnaire 00456 - 7 P aFnnrneerina\Capital Prolecls\9920-161h St, 741h Ave to 661n Ave\9920 Contract Documents d Specs\00450 - Q0a1111Ca110n$ Ques0onnaire.doc JN JE M J0 JO AN AN AM 16 . Complete the following table for SIMILAR projects : Date Contact Person : Name Original Contract Final Contract Nam ;U � c �v roject Completed Owner and Telephone Number Amount Amount �Y 5km- , 1 � 2 = s � F . cam . E � � � ' %' `, 5ti5, n7z �� GIJ kyr p p ( SGt �Sti - rt $ c � Sly � L� Zao � cV tL� L4 \. i � IGn � � � L(JCfo � ZG( 7 � 3JL� � }}� ✓L ✓ wli �2 � v t , L Zoo ? // / / Lf , L1 ) 7, D7 6 � � ly l 7 n7d EE 00456 - Qualifications Questionnaire 00456 - 7 P aFnnrneerina\Capital Prolecls\9920-161h St, 741h Ave to 661n Ave\9920 Contract Documents d Specs\00450 - Q0a1111Ca110n$ Ques0onnaire.doc [NOTE : If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] By : �✓ • it '" ( Signature ) (Position or Title) * * END OF SECTION * (Date ) S i F iEngineeringrCapiral Projeclsl9920-16tM1 SI, 74fh Ave [056th Ave19920 Contract 00456 - a 00456 - Qualifcations Questionnaire 0ocumenIs 3 Specst00456 - Qualifcations Qvestlonnaire.doc [NOTE : If requested by the County, the Bidder shall furnish references, and other information, sufficiently comprehensive to permit an appraisal of its abilities as a contractor.] By : �✓ • it '" ( Signature ) (Position or Title) * * END OF SECTION * (Date ) S i F iEngineeringrCapiral Projeclsl9920-16tM1 SI, 74fh Ave [056th Ave19920 Contract 00456 - a 00456 - Qualifcations Questionnaire 0ocumenIs 3 Specst00456 - Qualifcations Qvestlonnaire.doc SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price , and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids , changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No . 9920 9810-A 0545 for Roadway Improvements to 16r Street from 74t" Avenue to 66r Avenue and 66` Avenue from 16` Sfreet to S. R. 60. Work to be Performed Subcontractor's Name/Address 1 . U 3616 Fi �' Cwl Fit- 2. 3 . Slyhw � CK ✓ � o eft- . �-fior G `7k � SE � L1ti Vic ... . Ok � ctol, ac� � . 4 . 3y9 ��, 12zGs SR 7, 130Y" +'• - 3 3L0 5 . P {3a >e 202 Lv [ 4ryo � ch .o , � [ . 37 t! >j 6 . 7 . 8 . 9 . 10 . 11 . 12 . 13 . 14. 15 . 16 , 17 . Note : Attach additional sheets if required . * * END OF SECTION 00458 - List of Subcontractors 00458 - 1 F\Engineering\Capital Projecls19920-16th St. 74th Ave to 66th .Ave19920 Conlract Documents 3 Specst0045a - List of Subcontractors boc SECTION 00458 - List of Subcontractors The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price , and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids , changes or substitutions will not be allowed unless approved by Indian River County after a request for such a change has been submitted in writing by the Contractor, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No . 9920 9810-A 0545 for Roadway Improvements to 16r Street from 74t" Avenue to 66r Avenue and 66` Avenue from 16` Sfreet to S. R. 60. Work to be Performed Subcontractor's Name/Address 1 . U 3616 Fi �' Cwl Fit- 2. 3 . Slyhw � CK ✓ � o eft- . �-fior G `7k � SE � L1ti Vic ... . Ok � ctol, ac� � . 4 . 3y9 ��, 12zGs SR 7, 130Y" +'• - 3 3L0 5 . P {3a >e 202 Lv [ 4ryo � ch .o , � [ . 37 t! >j 6 . 7 . 8 . 9 . 10 . 11 . 12 . 13 . 14. 15 . 16 , 17 . Note : Attach additional sheets if required . * * END OF SECTION 00458 - List of Subcontractors 00458 - 1 F\Engineering\Capital Projecls19920-16th St. 74th Ave to 66th .Ave19920 Conlract Documents 3 Specst0045a - List of Subcontractors boc Ln HPma) 1pppl�IIIN C O v h rS E]. 4] M vJ (l Cd w �, h' C7 L7' " V , p p L.il xillilppppp� G ^ O . � �;.- [ rar cr t7'. t� r Hqv, l � bH7TJ YN m, � -Di C ` Ha1C] pl l f'•:'.7' N Cz+] N : N 41 , _ ., lnn KP%[ � � IlipliWI �« 0 N2 � G1 CQ , it O (D r ro a N` Vx ,Om D O O x1 . ro eta p O O u N s y t I rr rr C}' m•G3 N Cr' deny C ' rd E °' zrf !nH t tD .H Q C7 m itzV MH C" rnHH H 3 68 O m "� x n D o m ro < r' .' [s1 - H .'yL'��" q W 0 �•i C] L O� ',�J �.Q" 'r�' O: C�]4 p . i r CJl OZ w D w � n 3n QC] MO32h " I . NFS• U] O' p zl A7* r ., C�+7 Y + kY M3Prry '- �< �: Z F r ..'U xi � yco r, k �S` :l •• '_r-`n-i-3 4 d, ' ,. ' ,M i` ' ?+ , i}4,� !'a " (wr -Q . - 4Ill �rr11� RI o+ O -� H _ l N (] H . N. �; '� ... xi 631p) IDN rPt �'f, b l4l.. D Z m m. H in xro� CJ' Q p H h' H p ro ' "�to j nC" `C m ; P 9F [+] lC � n A N d o r Q ca H N . ',i7 OC.1' D < CI, � , i7 W .O iQ L+J 7i Ciloo HHO •• w W Z n �:w . m w) t li _ " I-� Iryil �il , . fld 1l1 L?] 'ri GAN HN H M Z p a a (� C flC9 ' f/] r!7 ll r�xN y 0 y a. a r. = H i ' pl 1 Y(1 l r+] i U] M W O" H"t1 � K] N n 'N: m' n !" . (Id '. C" I•' H + ,, . Jk( � H, % �7 l ty p w Y �O . La] Via I 17,,,�i¢ W C) in �,z •�l1 z � �� n y /V I II I rthl � (A aP U1V '�] ' o 1 O *7 14114"� MZ µ1h30 w 1' W Cy N r p O om W A p roON U w �! rpt Ca] '.ilYI ,• . ' 1 r 11 W H tW" C� Utl d pit � w � �i°' �r �' If ' ^' a Tm '*J r vJ Ql D W ,,,� h1 (41 II 7j ��1Ir4 h :1 . 11f " zn mw, o C r N Y ,x x7H -i 'HI .,O : N bi F'1 mu d , y ',y, .D ,! ° rp ro r�O "H�,r H �1 � MX m Z , m �Y ^4 Dm O T m m {11 ;,F' 'V] i r�Il if� l,l {' Ip ° {l'' Il , $ lQ . -� H '� . rN D O ITI b " O ' lt "tM't 1r< O $t � , l!M' 3 •-I D 0 7Y ��I�" ���� r �+`y� ( Ti r aG� . [q ;L ':] .`r' dJ v ).0 Ll pin x am r - I f7 ' O' m v . r pin O z o kro ;r 0 io r Lo W NroO , r 1 ri . I�,� "10 wm C , m •�(� D M� OW D - fjj ?V41 yl� ' ll9 m . W `¢ Z W LH>C� l O]H , Z m awe pd-IIV m 1m O O C �r41 Id, WIf � X cp oro kl, mr.l k > D �*m Oro 10 co O 0 v r C� po- i ` Lj t7 Z N —nCO t7' l tC „ , . � 0 i N A O c � Pd H � z o Z n ti N '�' 7y il, � . 5 O C+l $ m r . Y' , N m N "( r m y , ` d13 D n r Ii ,Pxn h ,Ln ' i ' q . Ir m N £ ?+ r 011 , 4A . m m w w n -Di m r r , . � . .. ,.:. Ln HPma) 1pppl�IIIN C O v h rS E]. 4] M vJ (l Cd w �, h' C7 L7' " V , p p L.il xillilppppp� G ^ O . � �;.- [ rar cr t7'. t� r Hqv, l � bH7TJ YN m, � -Di C ` Ha1C] pl l f'•:'.7' N Cz+] N : N 41 , _ ., lnn KP%[ � � IlipliWI �« 0 N2 � G1 CQ , it O (D r ro a N` Vx ,Om D O O x1 . ro eta p O O u N s y t I rr rr C}' m•G3 N Cr' deny C ' rd E °' zrf !nH t tD .H Q C7 m itzV MH C" rnHH H 3 68 O m "� x n D o m ro < r' .' [s1 - H .'yL'��" q W 0 �•i C] L O� ',�J �.Q" 'r�' O: C�]4 p . i r CJl OZ w D w � n 3n QC] MO32h " I . NFS• U] O' p zl A7* r ., C�+7 Y + kY M3Prry '- �< �: Z F r ..'U xi � yco r, k �S` :l •• '_r-`n-i-3 4 d, ' ,. ' ,M i` ' ?+ , i}4,� !'a " (wr -Q . - 4Ill �rr11� RI o+ O -� H _ l N (] H . N. �; '� ... xi 631p) IDN rPt �'f, b l4l.. D Z m m. H in xro� CJ' Q p H h' H p ro ' "�to j nC" `C m ; P 9F [+] lC � n A N d o r Q ca H N . ',i7 OC.1' D < CI, � , i7 W .O iQ L+J 7i Ciloo HHO •• w W Z n �:w . m w) t li _ " I-� Iryil �il , . fld 1l1 L?] 'ri GAN HN H M Z p a a (� C flC9 ' f/] r!7 ll r�xN y 0 y a. a r. = H i ' pl 1 Y(1 l r+] i U] M W O" H"t1 � K] N n 'N: m' n !" . (Id '. C" I•' H + ,, . Jk( � H, % �7 l ty p w Y �O . La] Via I 17,,,�i¢ W C) in �,z •�l1 z � �� n y /V I II I rthl � (A aP U1V '�] ' o 1 O *7 14114"� MZ µ1h30 w 1' W Cy N r p O om W A p roON U w �! rpt Ca] '.ilYI ,• . ' 1 r 11 W H tW" C� Utl d pit � w � �i°' �r �' If ' ^' a Tm '*J r vJ Ql D W ,,,� h1 (41 II 7j ��1Ir4 h :1 . 11f " zn mw, o C r N Y ,x x7H -i 'HI .,O : N bi F'1 mu d , y ',y, .D ,! ° rp ro r�O "H�,r H �1 � MX m Z , m �Y ^4 Dm O T m m {11 ;,F' 'V] i r�Il if� l,l {' Ip ° {l'' Il , $ lQ . -� H '� . rN D O ITI b " O ' lt "tM't 1r< O $t � , l!M' 3 •-I D 0 7Y ��I�" ���� r �+`y� ( Ti r aG� . [q ;L ':] .`r' dJ v ).0 Ll pin x am r - I f7 ' O' m v . r pin O z o kro ;r 0 io r Lo W NroO , r 1 ri . I�,� "10 wm C , m •�(� D M� OW D - fjj ?V41 yl� ' ll9 m . W `¢ Z W LH>C� l O]H , Z m awe pd-IIV m 1m O O C �r41 Id, WIf � X cp oro kl, mr.l k > D �*m Oro 10 co O 0 v r C� po- i ` Lj t7 Z N —nCO t7' l tC „ , . � 0 i N A O c � Pd H � z o Z n ti N '�' 7y il, � . 5 O C+l $ m r . Y' , N m N "( r m y , ` d13 D n r Ii ,Pxn h ,Ln ' i ' q . Ir m N £ ?+ r 011 , 4A . m m w w n -Di m r r , . � . .. ,.:. Moe at J .W. Cheatham , LLC Page 1 of 1 From : " NOTIFY USER@IRCGOV. COM " < NOTIFY_USER@ircgcv. com> To : <JWCMOE@JWCHEATHAM . COM > Sent : Friday , March 06 , 2009 2 :26 PM Subject: Certificate Status Change Notification From : Indian River County Building Department Dear Customer, This notification has been sent from Indian River County's Automated Notification System . The information below pertains to the specific event that has triggered this automated notification. CERTIFICATE : 14207 OLD STATUS = INACTIVE NEW STATUS= ACTIVE If you are no longer the contact for this certificate holder or wish to be removed from this notification Moe at J .W. Cheatham , LLC Page 1 of 1 From : " NOTIFY USER@IRCGOV. COM " < NOTIFY_USER@ircgcv. com> To : <JWCMOE@JWCHEATHAM . COM > Sent : Friday , March 06 , 2009 2 :26 PM Subject: Certificate Status Change Notification From : Indian River County Building Department Dear Customer, This notification has been sent from Indian River County's Automated Notification System . The information below pertains to the specific event that has triggered this automated notification. CERTIFICATE : 14207 OLD STATUS = INACTIVE NEW STATUS= ACTIVE If you are no longer the contact for this certificate holder or wish to be removed from this notification CERTIFICATE a`,rOn ) LL C The undersigned hereby certifies that the following are true and correct statements : // Z-/- C' i . That he / she is the Secretary of; Zt •j NL Lf1Cwt GGC f a organized and existing in good stard�ng under the laws of the State of hereinafter referred to as the and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of theG�_as the day of 4 1 2,- , 2005 in accordance with the laws of the State of the state of ins n of the C - the Articles of Incorporation and the By- laws of the �cL RESOLVED , that theme ^� -� � shall enter into that certain Agreement between Indian River County , a political subdivision of the State of Florida and the - "" ;-r a copy of which is attached hereto , and /be it FURTHER RESOLVED , tha the _ !/ L'• of the L o7at un , is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for theCe-aLga��at e to fulfill its obligations under the Agreement . 2 . That the foregoing resolutions have not been modified , amended , rescinded , revoked or otherwise changed and remain in full force and efrFect as of the date hereof . .-G C _ 3 . That the C> r is in good standing under the laws of the State of Florida or its state of incorporation , if other , and has qualified , if legally required , to do business in the State of Florida and has the full power and authority to enter into such Agreement . IN WITNESS WHEREOF , the undersigned has set his hand and affixed the Corporate Seal of the he yZday of r. • ? , 2C crJ . ( CORPORATE SIAL ; , ( Print Sign ory ' s nametiY tle ) SWORN TO AND SUBSCRIBED before me this a�j C) day of C. 1 r 20 Qct_, by the Secretary of the aforesaid Corporation , who is personally knowA to me OR who produced as identification and who did take an oath . uta y Signature ) IKEDAMRON ( Print Notary ' s Name ) NOTARY PUBLIC KMI Public - Stale of FloridaState of Floridaat Large ission Expires Mar 12, 2011 My Commission Expires : mission # DD 631902Through National Notary Assn. CC- 1 CERTIFICATE a`,rOn ) LL C The undersigned hereby certifies that the following are true and correct statements : // Z-/- C' i . That he / she is the Secretary of; Zt •j NL Lf1Cwt GGC f a organized and existing in good stard�ng under the laws of the State of hereinafter referred to as the and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of theG�_as the day of 4 1 2,- , 2005 in accordance with the laws of the State of the state of ins n of the C - the Articles of Incorporation and the By- laws of the �cL RESOLVED , that theme ^� -� � shall enter into that certain Agreement between Indian River County , a political subdivision of the State of Florida and the - "" ;-r a copy of which is attached hereto , and /be it FURTHER RESOLVED , tha the _ !/ L'• of the L o7at un , is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for theCe-aLga��at e to fulfill its obligations under the Agreement . 2 . That the foregoing resolutions have not been modified , amended , rescinded , revoked or otherwise changed and remain in full force and efrFect as of the date hereof . .-G C _ 3 . That the C> r is in good standing under the laws of the State of Florida or its state of incorporation , if other , and has qualified , if legally required , to do business in the State of Florida and has the full power and authority to enter into such Agreement . IN WITNESS WHEREOF , the undersigned has set his hand and affixed the Corporate Seal of the he yZday of r. • ? , 2C crJ . ( CORPORATE SIAL ; , ( Print Sign ory ' s nametiY tle ) SWORN TO AND SUBSCRIBED before me this a�j C) day of C. 1 r 20 Qct_, by the Secretary of the aforesaid Corporation , who is personally knowA to me OR who produced as identification and who did take an oath . uta y Signature ) IKEDAMRON ( Print Notary ' s Name ) NOTARY PUBLIC KMI Public - Stale of FloridaState of Floridaat Large ission Expires Mar 12, 2011 My Commission Expires : mission # DD 631902Through National Notary Assn. CC- 1 � RIVER Indian River County Purchasing Division A Z 180027 th Street Vero Beach, FL 32960 Phone (772) 226-1986 Fax (772) 770-5095 �LoRI�A ADDENDUM NO . 1 Date: March 25, 2009 Project Name: ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66" AVENUE FROM 16" STREET TO S .R. 60 BID NO, 2009037 PROJECT No. 992019810-A, 0545 Bid Opening Date : The Bid Opening date Wednesday, April 1 , 2009 at 2 : 00 pm is hereby amended to Wednesday April IS 2009 at 2 . 00 p. m . We will be sending out ADDENDUM NO. 2, containing revised plans and Itemized Bid Schedule via FedEx in the next few days. TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than rive days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 2 F..'tEngineeringl Capital Projectsl9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Spec"ddendum #Ldoc � RIVER Indian River County Purchasing Division A Z 180027 th Street Vero Beach, FL 32960 Phone (772) 226-1986 Fax (772) 770-5095 �LoRI�A ADDENDUM NO . 1 Date: March 25, 2009 Project Name: ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66" AVENUE FROM 16" STREET TO S .R. 60 BID NO, 2009037 PROJECT No. 992019810-A, 0545 Bid Opening Date : The Bid Opening date Wednesday, April 1 , 2009 at 2 : 00 pm is hereby amended to Wednesday April IS 2009 at 2 . 00 p. m . We will be sending out ADDENDUM NO. 2, containing revised plans and Itemized Bid Schedule via FedEx in the next few days. TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than rive days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 2 F..'tEngineeringl Capital Projectsl9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Spec"ddendum #Ldoc * * * * * * * * * * * * *This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO. 1 is submitted bygn�////" lchael D. Nixon, P.E., Roadway Production Manager and Jer avis urchasing Manager Company Name i> - w - G L Name: 5 lie I ^ , r v 4 550 Title: V � . (Type / Printed) Authorized Signature: '2 ' h^ Jlvi w ?� I Date: cl Telephone: LS 1/ 1 1 71 ' �l lea Fax : L56 Li 7f , S 3 h g Page 2 of 2 FJEngineeringl Capital Projects19920-16th St. 741h Ave to 661h Ave19920 Contract Documents & SpecslAddendum kl.doc * * * * * * * * * * * * *This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO. 1 is submitted bygn�////" lchael D. Nixon, P.E., Roadway Production Manager and Jer avis urchasing Manager Company Name i> - w - G L Name: 5 lie I ^ , r v 4 550 Title: V � . (Type / Printed) Authorized Signature: '2 ' h^ Jlvi w ?� I Date: cl Telephone: LS 1/ 1 1 71 ' �l lea Fax : L56 Li 7f , S 3 h g Page 2 of 2 FJEngineeringl Capital Projects19920-16th St. 741h Ave to 661h Ave19920 Contract Documents & SpecslAddendum kl.doc Indian River County tslVEk � Purchasing Division q z 180027 th Street Vero Beach , FL 32960 Phone (772) 226- 1986 Fax (772) 770-5095 �LORI��' ADDENDUM NO , 2 Date : March 30, 2009 Project Name : ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S.R. 60 BID NO, 2009037 PROJECT No. 9920 , 9810-A50545 Bid Opening Date : The Bid Opening date Wednesday April 15 2009 at 2 . 00 0mm , TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 4 F-Xngeneeringl Capita! Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsAddendum #2 doc Indian River County tslVEk � Purchasing Division q z 180027 th Street Vero Beach , FL 32960 Phone (772) 226- 1986 Fax (772) 770-5095 �LORI��' ADDENDUM NO , 2 Date : March 30, 2009 Project Name : ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S.R. 60 BID NO, 2009037 PROJECT No. 9920 , 9810-A50545 Bid Opening Date : The Bid Opening date Wednesday April 15 2009 at 2 . 00 0mm , TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties through the Issuing Office as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 4 F-Xngeneeringl Capita! Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsAddendum #2 doc PRE-BID MEETING March 18 , 2009 (Questions, clarifications, corrections and changes) : General : • Construction of 66th Avenue shall be completed first. 16'h Street shall remain open during this construction. • No work vehicles or detouring will be allowed through 71St Avenue. • The pipe rail on the guardrail is to remain. • The Testing Lab for the project will be Universal Engineering Sciences, Inc. Clarification I Correction : The Itemized Bid Schedule in the Contract Documents and Specifications shall be amended by replacing the attached revised Itemized Bid Schedule dated March 30, 2009. Clarification : Sequence of Construction & Maintenance of Traffic The contractor shall submit Maintenance of Traffic Plan and schedule prior to construction. To be approved by IRC Traffic Engineer. • 66th Avenue — North of SR 60 , traffic must be maintained at all times . Temporary pavement shall be provided. • 66th Avenue — Between SR 60 and 16th Street, traffic may be closed to through traffic during construction; however 16`h Street must be open to traffic during this phase . • 16th Street — The road may be closed to through traffic in sections. Access to several home owners will be required to be maintained. Plan Revisions : 16th Street — County plans : • The drainage trunk line will be relocated several feet northward to be out of the wheel line. • The Project will include a 16" water main along the south side of the road. A new set of plans provided by the IRC Utilities Department will be included in this addendum and labeled 161h Street Improvements between 74 `h Avenue and 66th Avenue Water Main Construction and Force Main Relocation, 7 sheets, dated December 2008. The Itemized Bid Schedule was revised to include this work. • A small amount of landscaping was added near Ansley Way. See plans labeled 16th Street Improvements between 74th Avenue and 66th, revised sheet 20 . The Itemized Bid Schedule was revised to include this work. I Two flow wells as indicated on the revised plans shall be properly grouted, capped and cut three (3 ) feet below the proposed surface. • The County will provide the bridge guardrail material for the bridge approach and connection to the 16th Street/74th Avenue Bridge. The remaining guardrail in the project will include materials and installation by the contractor. • The installation of the drainage pipe and drainage structure shall be coordinated with the Pointe West golf course owner during periodic golf course closures. The sand trap area and golf cart path shall be properly restored. The golf course grass shall be replaced with Bermuda/419 sod. • Miscellaneous changes. • Sheets revised were : Cover Sheet, 3 through 11 , 13 through 19 , 24 through 37 • A complete revised set of plans will be provided. Page 2 of 4 F.9Engineeringicapital Projectsi9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Spec" ddendum #2. doe PRE-BID MEETING March 18 , 2009 (Questions, clarifications, corrections and changes) : General : • Construction of 66th Avenue shall be completed first. 16'h Street shall remain open during this construction. • No work vehicles or detouring will be allowed through 71St Avenue. • The pipe rail on the guardrail is to remain. • The Testing Lab for the project will be Universal Engineering Sciences, Inc. Clarification I Correction : The Itemized Bid Schedule in the Contract Documents and Specifications shall be amended by replacing the attached revised Itemized Bid Schedule dated March 30, 2009. Clarification : Sequence of Construction & Maintenance of Traffic The contractor shall submit Maintenance of Traffic Plan and schedule prior to construction. To be approved by IRC Traffic Engineer. • 66th Avenue — North of SR 60 , traffic must be maintained at all times . Temporary pavement shall be provided. • 66th Avenue — Between SR 60 and 16th Street, traffic may be closed to through traffic during construction; however 16`h Street must be open to traffic during this phase . • 16th Street — The road may be closed to through traffic in sections. Access to several home owners will be required to be maintained. Plan Revisions : 16th Street — County plans : • The drainage trunk line will be relocated several feet northward to be out of the wheel line. • The Project will include a 16" water main along the south side of the road. A new set of plans provided by the IRC Utilities Department will be included in this addendum and labeled 161h Street Improvements between 74 `h Avenue and 66th Avenue Water Main Construction and Force Main Relocation, 7 sheets, dated December 2008. The Itemized Bid Schedule was revised to include this work. • A small amount of landscaping was added near Ansley Way. See plans labeled 16th Street Improvements between 74th Avenue and 66th, revised sheet 20 . The Itemized Bid Schedule was revised to include this work. I Two flow wells as indicated on the revised plans shall be properly grouted, capped and cut three (3 ) feet below the proposed surface. • The County will provide the bridge guardrail material for the bridge approach and connection to the 16th Street/74th Avenue Bridge. The remaining guardrail in the project will include materials and installation by the contractor. • The installation of the drainage pipe and drainage structure shall be coordinated with the Pointe West golf course owner during periodic golf course closures. The sand trap area and golf cart path shall be properly restored. The golf course grass shall be replaced with Bermuda/419 sod. • Miscellaneous changes. • Sheets revised were : Cover Sheet, 3 through 11 , 13 through 19 , 24 through 37 • A complete revised set of plans will be provided. Page 2 of 4 F.9Engineeringicapital Projectsi9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Spec" ddendum #2. doe 66" Avenue — Carter plans : • The drainage trunk line was raised. • Revisions to the 16" water main will be modified to match what was actually installed with the recently constructed bridge at 66th Avenue and 161h Street. • Temporary Construction Easements were corrected at various locations on the plans. • The materials excavated for the 66th Avenue Lake shall be stockpiled on and remain the property of property owner (Kings Highway LLC). The stock pile shall be 8 feet high, with seed and mulch and configured as shown on the attached sheet labeled 66`h 60 . Avenue Lake Site 16`h Street to S.R. • W1 -7 sign is shown on the plans, Sheet 28 . • The 60" RCP at Station 90+ 15 and headwalls will be deleted from the scope of work. • The CRT end anchorage assembly was revised to the ET 2000 . • Line Item 783 -2-31 ITS FIBER OPTIC CONNECTION (SPLICE) on the Itemized Bid Schedule Quantity 2 is hereby revised to read Quantity 12. See Revised Itemized Bid Schedule attached. Sheet 46 Bid Form line item 783 -2-31 on the drawings Quantity 2 is hereby revised to read Quantity 12 . • Miscellaneous changes . • Sheets revised were : Cover, Sheets 2, 53 7, 103 11 , 125 16 through 23 , 29 , 30, and 35 through 40. • A complete revised set of plans will be provided . 66`h Avenue — Arcadis plans : • The drainage trunk line was raised. • Clarification : there will be no signal included in the project at SR 60. • Miscellaneous changes . • Sheets revised were : Cover, 2, 12, 13 , 22, 11A(added) • A complete revised set of plans will be provided. Attachments : Itemized Bid Schedule, Revised March 30, 2009 New Plans : 16th Street Improvements between 74h Avenue and 66th Avenue Water Main construction and Force Main Relocation, by IRC Utilities Department, 7 sheets, dated December 2008 . New Plan : 66th Avenue Lake Site 16`h Street to SR 60, By IRC Engineering Division, 1 sheet, Project Number 9810, dated 3 /26/09 . Revised plans : 16th Street Improvements from 74th Avenue to 66th Avenue, by IRC Engineering Division, Project Number 9920, marked BID SET ADDENDUM #2 . 66TH Avenue Roadway Improvements — Phase 1 ( 16th Street to South of State Road 60), by Carter Associates, Inc . , IRC Project Number 9810A, dated March 18, 2009, marked BID SET ADDENDUM 92. 66th Avenue South of State Road 60 to North of State Road 60, By Arcadis U. S ., Inc. , Project Number A1053 , marked BID SET ADDENDUM #2 - Pre-bid Meeting Minutes March 18, 2009 . Page 3 of 4 F.•IEngineenngl Capital Projectsl9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslAddendum k2.doc 66" Avenue — Carter plans : • The drainage trunk line was raised. • Revisions to the 16" water main will be modified to match what was actually installed with the recently constructed bridge at 66th Avenue and 161h Street. • Temporary Construction Easements were corrected at various locations on the plans. • The materials excavated for the 66th Avenue Lake shall be stockpiled on and remain the property of property owner (Kings Highway LLC). The stock pile shall be 8 feet high, with seed and mulch and configured as shown on the attached sheet labeled 66`h 60 . Avenue Lake Site 16`h Street to S.R. • W1 -7 sign is shown on the plans, Sheet 28 . • The 60" RCP at Station 90+ 15 and headwalls will be deleted from the scope of work. • The CRT end anchorage assembly was revised to the ET 2000 . • Line Item 783 -2-31 ITS FIBER OPTIC CONNECTION (SPLICE) on the Itemized Bid Schedule Quantity 2 is hereby revised to read Quantity 12. See Revised Itemized Bid Schedule attached. Sheet 46 Bid Form line item 783 -2-31 on the drawings Quantity 2 is hereby revised to read Quantity 12 . • Miscellaneous changes . • Sheets revised were : Cover, Sheets 2, 53 7, 103 11 , 125 16 through 23 , 29 , 30, and 35 through 40. • A complete revised set of plans will be provided . 66`h Avenue — Arcadis plans : • The drainage trunk line was raised. • Clarification : there will be no signal included in the project at SR 60. • Miscellaneous changes . • Sheets revised were : Cover, 2, 12, 13 , 22, 11A(added) • A complete revised set of plans will be provided. Attachments : Itemized Bid Schedule, Revised March 30, 2009 New Plans : 16th Street Improvements between 74h Avenue and 66th Avenue Water Main construction and Force Main Relocation, by IRC Utilities Department, 7 sheets, dated December 2008 . New Plan : 66th Avenue Lake Site 16`h Street to SR 60, By IRC Engineering Division, 1 sheet, Project Number 9810, dated 3 /26/09 . Revised plans : 16th Street Improvements from 74th Avenue to 66th Avenue, by IRC Engineering Division, Project Number 9920, marked BID SET ADDENDUM #2 . 66TH Avenue Roadway Improvements — Phase 1 ( 16th Street to South of State Road 60), by Carter Associates, Inc . , IRC Project Number 9810A, dated March 18, 2009, marked BID SET ADDENDUM 92. 66th Avenue South of State Road 60 to North of State Road 60, By Arcadis U. S ., Inc. , Project Number A1053 , marked BID SET ADDENDUM #2 - Pre-bid Meeting Minutes March 18, 2009 . Page 3 of 4 F.•IEngineenngl Capital Projectsl9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslAddendum k2.doc Addendum MUST be returned with your Bid ' ADDENDUM NO. 2 is submitted by Michael D. Nixon, P.E., Roadway Production Manager and J Davis, Purchasing Manager Company Name Name : v (Type / Printed) 5 s Title: / 1' ' Authorized Signature : 5 o , n C „� Date : AZ �o Telephone : S G f Li 71 - 1,10 �s 1 � � 7 i - 83 h Fax : Page 4 of 4 F.'IEngineeringl Capital projeetsI9920-16,1+ St, 741h Ave to 661h Ave19920 Contract Documents & SpecsL4 ddendum #2.doc Addendum MUST be returned with your Bid ' ADDENDUM NO. 2 is submitted by Michael D. Nixon, P.E., Roadway Production Manager and J Davis, Purchasing Manager Company Name Name : v (Type / Printed) 5 s Title: / 1' ' Authorized Signature : 5 o , n C „� Date : AZ �o Telephone : S G f Li 71 - 1,10 �s 1 � � 7 i - 83 h Fax : Page 4 of 4 F.'IEngineeringl Capital projeetsI9920-16,1+ St, 741h Ave to 661h Ave19920 Contract Documents & SpecsL4 ddendum #2.doc , r � gIVEk Indian River County Purchasing Division Q 1800 27th Street Vero Beach , FL 32960 Phone (772) 226-1986 Fax (772) 770-5095 ADDENDUM NO , 3 Date : April 14, 2009 Project Name : ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66" AVENUE FROM 16th STREET TO S .R. 60 BID NO . 2009037 PROJECT No. 9920, 9810-A, 0545 Bid Opening Date : The Bid Opening date Wednesday, April 15, 2009 at 2 : 00 pm is hereby amended to Wednesday, April 22 2009 at 2 . 00 p.m . No questions, clarifications, corrections or changes will be addressed beyond the date of this addendum . TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in - — response to-such questions-will be-issued -by Addenda mailed or-delivered to all parties through the - - Issuing Office as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 4 F.9Engweeringl Capita! Projectsl9920-76th St, 74111 Ave to 66th A ve19920 Contract Documents & SpecsUddendum 93.doc , r � gIVEk Indian River County Purchasing Division Q 1800 27th Street Vero Beach , FL 32960 Phone (772) 226-1986 Fax (772) 770-5095 ADDENDUM NO , 3 Date : April 14, 2009 Project Name : ROADWAY IMPROVEMENTS TO 16" STREET FROM 74th AVENUE TO 66th AVENUE AND 66" AVENUE FROM 16th STREET TO S .R. 60 BID NO . 2009037 PROJECT No. 9920, 9810-A, 0545 Bid Opening Date : The Bid Opening date Wednesday, April 15, 2009 at 2 : 00 pm is hereby amended to Wednesday, April 22 2009 at 2 . 00 p.m . No questions, clarifications, corrections or changes will be addressed beyond the date of this addendum . TO ALL PROSPECTIVE BIDDERS : TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED : This ADDENDUM is intended to clarify, correct, or change the Bidding Requirements of the Contract Documents. Therefore, it hereby supersedes anything to the contrary in the Bidding Requirements or contract Documents. This ADDENDUM is hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. All questions about the meaning or intent of the Bidding Documents are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in - — response to-such questions-will be-issued -by Addenda mailed or-delivered to all parties through the - - Issuing Office as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960 prior to the date and time shown above. Late bids will be returned unopened. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by OWNER or ENGINEER. Page I of 4 F.9Engweeringl Capita! Projectsl9920-76th St, 74111 Ave to 66th A ve19920 Contract Documents & SpecsUddendum 93.doc QUESTIONS, CLARIFICATIONS, CORRECTIONS AND CHANGES Question: Bid Item 1050- 11 -224D Directional Drill for 16" Water main — Plans do not indicate any directional drilling; please clarify where the directional drilling is to be performed. Answer: Directional drill is optional . All work will be open cut. H.T.P . may be used at conflict points . Question: Plan Sheet 14 of the 66 h Avenue Set (Arcadis set) indicates mast arms and junction boxes to be removed but no new mast arms or signals . Please clarify what is to be done here. Answer: New mast arms and other signal equipment at SR60/66th Avenue will be installed by others. Question: Plan Sheets 15 and 37 of the 16th Street Set (IRC set) indicates work to be performed at the 74th Street/ 16th Street intersection, but there are no items or quantities in the Summary of Quantities or Bid Form to reflect what is to be done . Please clarify what is to be done at this intersection. Answer: Asphalt overlay, base work and pavement markings are included in line item quantities. Question: Bid Item 120-4 Excavation, Subsoil (Lake) . FDOT Spec 120-4 Subsoil excavation is for the removal of unsuitable materials. Spec 120-4. 1 is for the removal of muck, rock, clay or other unsuitable material. Is this the correct description of this bid item, or should it be for the lake excavation on 66`h Avenue? Answer: Line Item 120-4 Excavation, Sub-soil (LAKE) (Includes Stockpile & Restoration) shall include disposal of unsuitable material, stockpiling of suitable material and restoration of stockpile. Question: There are bid items for 12" and 16" joint restraints (Bid Items 1080- I1 -49A and 1080- 11 - 49) but no bid items for 6" and 8" joint restraints. Answer: Restraint joints for 6" and 8" pipe shall be included in the pipe cost. -- - . . - - Question :... _ _. Plans for- 66`11 Ave . _(IRC set) and- 66`h Ave... (Arcadis-set).indicate existing soil to-be removed within 3 ' below the proposed subgrade . However, there is no provision for this requirement on the 16"' Street Plans (Carter set) . Please clarify. Answer: The removal and material 3 ' below the proposed sub-grade is indicated on Sheets 8 & 9 on the Carter Associates, Inc. set of plans. Page 2 of 4 F:IEngineeringl Capita( ProjecW9920-16111 St, 74th Ave to 66th AM9920 Contract Documents & Spec" ddendum 43.doc QUESTIONS, CLARIFICATIONS, CORRECTIONS AND CHANGES Question: Bid Item 1050- 11 -224D Directional Drill for 16" Water main — Plans do not indicate any directional drilling; please clarify where the directional drilling is to be performed. Answer: Directional drill is optional . All work will be open cut. H.T.P . may be used at conflict points . Question: Plan Sheet 14 of the 66 h Avenue Set (Arcadis set) indicates mast arms and junction boxes to be removed but no new mast arms or signals . Please clarify what is to be done here. Answer: New mast arms and other signal equipment at SR60/66th Avenue will be installed by others. Question: Plan Sheets 15 and 37 of the 16th Street Set (IRC set) indicates work to be performed at the 74th Street/ 16th Street intersection, but there are no items or quantities in the Summary of Quantities or Bid Form to reflect what is to be done . Please clarify what is to be done at this intersection. Answer: Asphalt overlay, base work and pavement markings are included in line item quantities. Question: Bid Item 120-4 Excavation, Subsoil (Lake) . FDOT Spec 120-4 Subsoil excavation is for the removal of unsuitable materials. Spec 120-4. 1 is for the removal of muck, rock, clay or other unsuitable material. Is this the correct description of this bid item, or should it be for the lake excavation on 66`h Avenue? Answer: Line Item 120-4 Excavation, Sub-soil (LAKE) (Includes Stockpile & Restoration) shall include disposal of unsuitable material, stockpiling of suitable material and restoration of stockpile. Question: There are bid items for 12" and 16" joint restraints (Bid Items 1080- I1 -49A and 1080- 11 - 49) but no bid items for 6" and 8" joint restraints. Answer: Restraint joints for 6" and 8" pipe shall be included in the pipe cost. -- - . . - - Question :... _ _. Plans for- 66`11 Ave . _(IRC set) and- 66`h Ave... (Arcadis-set).indicate existing soil to-be removed within 3 ' below the proposed subgrade . However, there is no provision for this requirement on the 16"' Street Plans (Carter set) . Please clarify. Answer: The removal and material 3 ' below the proposed sub-grade is indicated on Sheets 8 & 9 on the Carter Associates, Inc. set of plans. Page 2 of 4 F:IEngineeringl Capita( ProjecW9920-16111 St, 74th Ave to 66th AM9920 Contract Documents & Spec" ddendum 43.doc Question: Please provide more specific specifications for the Clean Sand Fill — Hydrologic Group A material . Answer: See Sheet 19 of the IRC Plans . Soil to be removed and replaced to elevation 17 . 5 with a Hydrologic Group A soil having a permeability rate of 20 in/hr or greater. (See detail on Sheet 10 .) Question: Requirements for Asphalt Course in Arcadis Plans calls for 1 " sp-9 . 5 and 1 ''/i" sp- 12. 5 . But in prentices it says (300LB/SY) . Please clarify. Answer: The thickness specified governs over the 300 LB/SY. Question: Embankment quantity in Arcadis plans includes adjustments for compaction and truck measurements. The other plans are in-place quantities . The bid quantity is combination of both methods . Please clarify. Answer: Embankment quantities are intended to be all in-place quantities. Question: It appears that the area of stabilized subgrade and shoulders are not included in fill quantities in Carter Associates Plans. Please advise. Answer: Stabilized shoulder and stabilization shall be included in Item 160-4 12" Stabilization. Question: It appears that sub-soil excavation is included with regular roadway excavation. Please confirm. Are there any other sub-soil excavation areas in the project? Answer: Item 142-70 Clean Sand fill should include removal of sub-surface material . The excavation of the LAKE KE on the Carter Associates. , Inc. plans shall include removal of sub-surface material and is to be stockpiled. Question: Are we to clear Temporary Construction Easements completely or as required for tie-in as shown on plans? Answer: Clearing within Temporary Construction Easements is as required for tie-in as shown on _. _ _ — plans _ Question: Are we to clear south bank of Drainage Easement completely or as required for tie-ins as shown on plans? Answer: Clearing within the south bank of drainage easement is as required for tie-in as shown on plans. Page 3 of 4 F.•IEngineeringl Capita! Projects19920-16th St, 7,011 Ave to 661h Ave19920 Contract Documents & SpeeslAddendum #3.doc Question: Please provide more specific specifications for the Clean Sand Fill — Hydrologic Group A material . Answer: See Sheet 19 of the IRC Plans . Soil to be removed and replaced to elevation 17 . 5 with a Hydrologic Group A soil having a permeability rate of 20 in/hr or greater. (See detail on Sheet 10 .) Question: Requirements for Asphalt Course in Arcadis Plans calls for 1 " sp-9 . 5 and 1 ''/i" sp- 12. 5 . But in prentices it says (300LB/SY) . Please clarify. Answer: The thickness specified governs over the 300 LB/SY. Question: Embankment quantity in Arcadis plans includes adjustments for compaction and truck measurements. The other plans are in-place quantities . The bid quantity is combination of both methods . Please clarify. Answer: Embankment quantities are intended to be all in-place quantities. Question: It appears that the area of stabilized subgrade and shoulders are not included in fill quantities in Carter Associates Plans. Please advise. Answer: Stabilized shoulder and stabilization shall be included in Item 160-4 12" Stabilization. Question: It appears that sub-soil excavation is included with regular roadway excavation. Please confirm. Are there any other sub-soil excavation areas in the project? Answer: Item 142-70 Clean Sand fill should include removal of sub-surface material . The excavation of the LAKE KE on the Carter Associates. , Inc. plans shall include removal of sub-surface material and is to be stockpiled. Question: Are we to clear Temporary Construction Easements completely or as required for tie-in as shown on plans? Answer: Clearing within Temporary Construction Easements is as required for tie-in as shown on _. _ _ — plans _ Question: Are we to clear south bank of Drainage Easement completely or as required for tie-ins as shown on plans? Answer: Clearing within the south bank of drainage easement is as required for tie-in as shown on plans. Page 3 of 4 F.•IEngineeringl Capita! Projects19920-16th St, 7,011 Ave to 661h Ave19920 Contract Documents & SpeeslAddendum #3.doc Question: Is an office trailer required for this project? Answer: An office trailer is not required for this project. Question: Would you please indicate on the bid form which Item No . we have to price the electrical plans EO E3 . 1 , under 66th Avenue Roadway Improvements — Phase 1 ? Please clarify. Answer: This price should be included in line item 590-70 irrigation system (required at lake) Attachments : NONE " " ' This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO . 3 is submitted by,���`^ Michael D. Nixon, P.E . , Roadway Production Manager and e D rs, Purchasing Manager Company Name C Vt e w cwh LL L Name : S e Kew -( f_ vu ss A- � _ Title: \ / . (Type / Printed) - - - -y - Authorized Signature : S ' /t` - �I,r, cyw'�- 1 Date : ' 1/zZ/a L761) t, 7 �S � J � 7J - z3.3Ll Telephone: Fax: Page 4 of 4 F. Engineeringl Capital Prolects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents A Specsl4ddendum #3.doc Question: Is an office trailer required for this project? Answer: An office trailer is not required for this project. Question: Would you please indicate on the bid form which Item No . we have to price the electrical plans EO E3 . 1 , under 66th Avenue Roadway Improvements — Phase 1 ? Please clarify. Answer: This price should be included in line item 590-70 irrigation system (required at lake) Attachments : NONE " " ' This Addendum MUST be returned with your Bid * * * * * * * * * * * * * * ADDENDUM NO . 3 is submitted by,���`^ Michael D. Nixon, P.E . , Roadway Production Manager and e D rs, Purchasing Manager Company Name C Vt e w cwh LL L Name : S e Kew -( f_ vu ss A- � _ Title: \ / . (Type / Printed) - - - -y - Authorized Signature : S ' /t` - �I,r, cyw'�- 1 Date : ' 1/zZ/a L761) t, 7 �S � J � 7J - z3.3Ll Telephone: Fax: Page 4 of 4 F. Engineeringl Capital Prolects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents A Specsl4ddendum #3.doc BOARD OF COUNTY COMMISSIONERS July 7, 2009 VIA OVERNIGHT DELIVERY J.W. Cheatham, LLC Attn: Mr. Seyed M. Moussaui 7396 Westport Place West Palm Beach, FL 33413 NOTICE OF AWARD Reference: Indian River County Bid No. 2009037 Roadway Improvements to 160 Street from 7e Avenue to 660` Avenue, and 6e Avenue from 16'" Street to SR 60 Dear Mr. Moussaui: I am pleased to inform you that on July 7, 2009 the Board of County Commissioners awarded the above-referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1 . Performance Bond in the amount of 100% of the contract amount. (S 3,994,363.84) 2 . Payment Bond in the amount of 100% of the contract amount. (S 35994,363.84) 3 . Certificate of Insurance, must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255 . 05( 1)(a), Florida Statutes, you are required to execute a Performance Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the Certificate of Insurance to this office at the address provided below no later than July 28, 2009 . Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. In addition, enclosed are two (2) copies of the Agreement. PLEASE EXECUTE BOTH COPIES AND RETURN THEM TOGETHER WITH THE REOUH2ED BONDS AND CERTIFICATE OF INSURANCE TO THIS OFFICE. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact this office. Sincerely, P Jerry Davis, Purchasing Manager cc: Michael D. Nixon, P.E., Roadway Production Manager General Services Departments Purchasing Division 1800 276 Street, Vero Beach, Florida 32960•{772) 567-8000 Eat 1416•Faz: (772) 770-5140 E-mail: purchasing @ircgov.com BOARD OF COUNTY COMMISSIONERS July 7, 2009 VIA OVERNIGHT DELIVERY J.W. Cheatham, LLC Attn: Mr. Seyed M. Moussaui 7396 Westport Place West Palm Beach, FL 33413 NOTICE OF AWARD Reference: Indian River County Bid No. 2009037 Roadway Improvements to 160 Street from 7e Avenue to 660` Avenue, and 6e Avenue from 16'" Street to SR 60 Dear Mr. Moussaui: I am pleased to inform you that on July 7, 2009 the Board of County Commissioners awarded the above-referenced project to your company. The following documents are required before the applicable County department can issue a "Notice to Proceed" letter. 1 . Performance Bond in the amount of 100% of the contract amount. (S 3,994,363.84) 2 . Payment Bond in the amount of 100% of the contract amount. (S 35994,363.84) 3 . Certificate of Insurance, must name Indian River County as an additional insured and must provide for a 30 day Notice of Cancellation. In accordance with section 255 . 05( 1)(a), Florida Statutes, you are required to execute a Performance Bond and a Payment Bond for the above referenced project. Please submit the Bonds and the Certificate of Insurance to this office at the address provided below no later than July 28, 2009 . Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. In addition, enclosed are two (2) copies of the Agreement. PLEASE EXECUTE BOTH COPIES AND RETURN THEM TOGETHER WITH THE REOUH2ED BONDS AND CERTIFICATE OF INSURANCE TO THIS OFFICE. Thank you for your prompt attention and if you have any questions, please do not hesitate to contact this office. Sincerely, P Jerry Davis, Purchasing Manager cc: Michael D. Nixon, P.E., Roadway Production Manager General Services Departments Purchasing Division 1800 276 Street, Vero Beach, Florida 32960•{772) 567-8000 Eat 1416•Faz: (772) 770-5140 E-mail: purchasing @ircgov.com SECTION 00520 - Agreement ( Public Works) TABLE OF CONTENTS Title page ARTICLE1 - WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE2 - THE PROJECT . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 3 - ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 4 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 5 - CONTRACT PRICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 6 - PAYMENT PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 7 - INDEMNIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 6 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 9 - CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE10 - MISCELLANEOUS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works).doc 00520 - 1 CADocuments and SettingsMindaughlin\-wal Settings\Temporary Internet Files\01-Kili - Agreement (Public Works).doc SECTION 00520 - Agreement ( Public Works) TABLE OF CONTENTS Title page ARTICLE1 - WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE2 - THE PROJECT . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 ARTICLE 3 - ENGINEER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 4 - CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ARTICLE 5 - CONTRACT PRICE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 6 - PAYMENT PROCEDURES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 7 - INDEMNIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 6 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE 9 - CONTRACT DOCUMENTS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 ARTICLE10 - MISCELLANEOUS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 [THE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY] 00520 - Agreement (Public Works).doc 00520 - 1 CADocuments and SettingsMindaughlin\-wal Settings\Temporary Internet Files\01-Kili - Agreement (Public Works).doc SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER/COUNTY) and J . W . Cheatham , LLC (hereinafter called CONTRACTOR) . OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth , agree as follows: ARTICLE 1 - WORK 1 .01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The ro 'ect consists of Pavin and Draina a Im rovements to 16th Street from 74th Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60, owned and maintained by Indian River County, Florida. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: Roadway Improvements to le Street from 74th Avenue to 6e Avenue and 66m Avenue from ir Street to S. R. 60. County Project Number: 9920, 9810-A, 0545 Project Address : 16th Street and 6e Avenue. in Indian River County, Florida. ARTICLE 3 — ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A . All time limits for Milestones, if any, Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works).doc 00520 - 2 C\0acuments wd SebingsVwclaughlin\Lccal Settings\Temporary Intemet Files\01-KIM0520 - Agreement (Public Woft).ccc SECTION 00520 - Agreement (Public Works) THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER/COUNTY) and J . W . Cheatham , LLC (hereinafter called CONTRACTOR) . OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth , agree as follows: ARTICLE 1 - WORK 1 .01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The ro 'ect consists of Pavin and Draina a Im rovements to 16th Street from 74th Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60, owned and maintained by Indian River County, Florida. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: Roadway Improvements to le Street from 74th Avenue to 6e Avenue and 66m Avenue from ir Street to S. R. 60. County Project Number: 9920, 9810-A, 0545 Project Address : 16th Street and 6e Avenue. in Indian River County, Florida. ARTICLE 3 — ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A . All time limits for Milestones, if any, Substantial Completion , and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00520 - Agreement (Public Works).doc 00520 - 2 C\0acuments wd SebingsVwclaughlin\Lccal Settings\Temporary Intemet Files\01-KIM0520 - Agreement (Public Woft).ccc 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed on or before the 210 day after the date when the Contract Times commence to run as provided in paragraph 2 .03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 240 day after the date when the Contract Times commence to run . 4.03 Days to Achieve Final Completion and Final Payment A. The Work will be fully completed (Final Completion) and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 240 day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions. 4.04 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $ 3.057.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $ 3.057.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5. 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01 .A and summarized in paragraph 5.01 . 6, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: : Numerical Amount: $3 , 994 , 363 , 84 Written Amount: Three Million nine hundred ninty four thousand three hundred sixty three dollars and eigthy four cents 00520 - Agreement (Public Works).doc 00520 - 3 C:Oocuments and Setngs\ nclaughlin\ ccal SeningsJenporary Internet Files\01-1<8=52a - Agreement (Public WOBs).doc 4.02 Days to Achieve Substantial Completion and Final Payment A. The Work will be substantially completed on or before the 210 day after the date when the Contract Times commence to run as provided in paragraph 2 .03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 240 day after the date when the Contract Times commence to run . 4.03 Days to Achieve Final Completion and Final Payment A. The Work will be fully completed (Final Completion) and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 240 day after the date when the Contract Times commence to run as provided in paragraph 2 . 03 of the General Conditions. 4.04 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions . Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $ 3.057.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $ 3.057.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5. 01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01 .A and summarized in paragraph 5.01 . 6, below: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: : Numerical Amount: $3 , 994 , 363 , 84 Written Amount: Three Million nine hundred ninty four thousand three hundred sixty three dollars and eigthy four cents 00520 - Agreement (Public Works).doc 00520 - 3 C:Oocuments and Setngs\ nclaughlin\ ccal SeningsJenporary Internet Files\01-1<8=52a - Agreement (Public WOBs).doc ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6 .02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218. 70 et. seq . The OWNER shall retain ten percent ( 10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing , OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents . Pursuant to Florida Statutes section 218. 735(8) (b) , fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6 .03 Pay Requests. A . Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification . All progress payments will be on the basis of progress of the work measured by the schedule of values established , or in the case of unit price work based on the number of units completed . After fifty percent (50%) completion , and pursuant to Florida Statutes section 218. 735(8) (d) , the CONTRACTOR may submit a pay request to the County as OWNER for up to one half ( 1 /2) of the retainage held by the County as OWNER , and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255 .05(2005) ; or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR . The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers . Pursuant to Florida Statutes section 218 .735(8)(c)(2005) , CONTRACTOR further acknowledges and agrees that: 1 ) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion ; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6. 04 Paragraphs 6 .02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are 00520 - Agreement (Public Works).doc 00520 - 4 C Owuments and setlingsV molaughhn\Local Settings\Temporary Intemet Files�OLKM0520 - Agreement (Public WDtl ).dcc ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6 .02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218. 70 et. seq . The OWNER shall retain ten percent ( 10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing , OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents . Pursuant to Florida Statutes section 218. 735(8) (b) , fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 6 .03 Pay Requests. A . Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR'S certification . All progress payments will be on the basis of progress of the work measured by the schedule of values established , or in the case of unit price work based on the number of units completed . After fifty percent (50%) completion , and pursuant to Florida Statutes section 218. 735(8) (d) , the CONTRACTOR may submit a pay request to the County as OWNER for up to one half ( 1 /2) of the retainage held by the County as OWNER , and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255 .05(2005) ; or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR . The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers . Pursuant to Florida Statutes section 218 .735(8)(c)(2005) , CONTRACTOR further acknowledges and agrees that: 1 ) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion ; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 6. 04 Paragraphs 6 .02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are 00520 - Agreement (Public Works).doc 00520 - 4 C Owuments and setlingsV molaughhn\Local Settings\Temporary Intemet Files�OLKM0520 - Agreement (Public WDtl ).dcc subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6 .05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise , shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER , and others in accordance with paragraph 6.20 ( Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR' S REPRESENTATIONS 8 .01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal , state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 .06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means , methods, techniques , sequences, and procedures of construction , if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto 00520 - Agreement (Public Works).doc 00520 - 5 C\Documents and SettingsVn=1aughlin\Local Servings\Temporary Internet Files\OLKMO520 - Agreement (Public Works).dm subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6 .05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise , shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER , and others in accordance with paragraph 6.20 ( Indemnification) of the General Conditions to the Construction Contract. ARTICLE 8 - CONTRACTOR' S REPRESENTATIONS 8 .01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents . B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general , local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal , state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all : ( 1 ) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition , if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4 .06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means , methods, techniques , sequences, and procedures of construction , if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto 00520 - Agreement (Public Works).doc 00520 - 5 C\Documents and SettingsVn=1aughlin\Local Servings\Temporary Internet Files\OLKMO520 - Agreement (Public Works).dm F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I . CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following : 1 . This Agreement (pages 00520- 1 to 00520-9) ; 2. Performance Bond (pages 00610- 1 to 00610-4) ; 3. Payment Bond (pages 00612-1 to 00612-4) ; 4. General Conditions (pages 00700- 1 to 00700-45) ; 5. Supplementary Conditions (pages 00800- 1 to 00800-10) ; 6. Specifications as listed in the table of contents of the Project Manual; 7. A. Drawings by Indian River County Engineering Division titled : 16th Street Improvements from 74th Avenue to 66th Avenue . C.P. # 9920 dated February 10 . 2009 , consisting of: • Coversheet & sheets numbered 1 through 38 inclusive • Survey Control points, sheets numbered SC- 1 through SC-3 • Pavement Markings, sheets numbered PI through P4 • Stormwater plans, sheets numbered SWI through SW5 00520 - Agreement (Public Works).doc 00520 - 6 C90ocuments and Senings\mrmlaughlinU tical Settings\Teaporary Intemet Filas\OLW00520 - Agreement (Public WoBsydoc F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G . CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H . CONTRACTOR has correlated the information known to CONTRACTOR , information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I . CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J . The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following : 1 . This Agreement (pages 00520- 1 to 00520-9) ; 2. Performance Bond (pages 00610- 1 to 00610-4) ; 3. Payment Bond (pages 00612-1 to 00612-4) ; 4. General Conditions (pages 00700- 1 to 00700-45) ; 5. Supplementary Conditions (pages 00800- 1 to 00800-10) ; 6. Specifications as listed in the table of contents of the Project Manual; 7. A. Drawings by Indian River County Engineering Division titled : 16th Street Improvements from 74th Avenue to 66th Avenue . C.P. # 9920 dated February 10 . 2009 , consisting of: • Coversheet & sheets numbered 1 through 38 inclusive • Survey Control points, sheets numbered SC- 1 through SC-3 • Pavement Markings, sheets numbered PI through P4 • Stormwater plans, sheets numbered SWI through SW5 00520 - Agreement (Public Works).doc 00520 - 6 C90ocuments and Senings\mrmlaughlinU tical Settings\Teaporary Intemet Filas\OLW00520 - Agreement (Public WoBsydoc B. Drawings by Carter Associates, Inc. titled: 66th Avenue Roadway Improvements — Phase 1 ( 16th Street to South of S . R . 60) C P # 9810-A dated February 10. 2009, consisting of: • Coversheet & sheets numbered 1 through 34 inclusive • Landscape Plans, sheets numbered L- 1 through L-3 • Irrigation Plans, sheets numbered LI- 1 through LI -9 • Electrical Plans, sheets numbered EO. 1 through E3. C. Drawings by Arcadis U .S . , Inc. titled: 66th Avenue. South of S . R . 60 to North of S . R. 60. C. P . # 0545 . dated February 10 2009 consisting of • Coversheet & sheets numbered 1 through 44 • Signing & Pavement Marking Plans, sheets numbered S- 1 through S-6 9. Addenda (numbers 1 to 3 inclusive); 10. Appendices to this Agreement Appendix A — Permits Appendix B — Chapter 4, Best Management Practices Appendix C- Soil Survey Report 11 . Notice to Proceed ( Page 1 , inclusive) 12. CONTRACTOR'S BID (pages 1 to 5, inclusive) 13. Bid Bond (pages 1 to 4, inclusive) , Qualifications Questionnaire (page 1 to 4, inclusive) , List of Subcontractors (page 1 inclusive) . 14 . Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2 , inclusive) 15. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 1 to 2, inclusive) 16. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s) . 17. Contractor's Final Certificate of the Work (page 00632 — 1 & 2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10 .01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 00520 - 7 00520 - Agreement (Public Works).doc C:\Oocumems and SeningsMmclaughlin\Local Setlings\Tartporary Intamet Files\OLKSW0520 - Hpreement (Public Works).doc B. Drawings by Carter Associates, Inc. titled: 66th Avenue Roadway Improvements — Phase 1 ( 16th Street to South of S . R . 60) C P # 9810-A dated February 10. 2009, consisting of: • Coversheet & sheets numbered 1 through 34 inclusive • Landscape Plans, sheets numbered L- 1 through L-3 • Irrigation Plans, sheets numbered LI- 1 through LI -9 • Electrical Plans, sheets numbered EO. 1 through E3. C. Drawings by Arcadis U .S . , Inc. titled: 66th Avenue. South of S . R . 60 to North of S . R. 60. C. P . # 0545 . dated February 10 2009 consisting of • Coversheet & sheets numbered 1 through 44 • Signing & Pavement Marking Plans, sheets numbered S- 1 through S-6 9. Addenda (numbers 1 to 3 inclusive); 10. Appendices to this Agreement Appendix A — Permits Appendix B — Chapter 4, Best Management Practices Appendix C- Soil Survey Report 11 . Notice to Proceed ( Page 1 , inclusive) 12. CONTRACTOR'S BID (pages 1 to 5, inclusive) 13. Bid Bond (pages 1 to 4, inclusive) , Qualifications Questionnaire (page 1 to 4, inclusive) , List of Subcontractors (page 1 inclusive) . 14 . Sworn Statement Under the Florida Trench Safety Act (pages 1 to 2 , inclusive) 15. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 1 to 2, inclusive) 16. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s) . 17. Contractor's Final Certificate of the Work (page 00632 — 1 & 2 of the Specifications) ARTICLE 10 - MISCELLANEOUS 10 .01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 00520 - 7 00520 - Agreement (Public Works).doc C:\Oocumems and SeningsMmclaughlin\Local Setlings\Tartporary Intamet Files\OLKSW0520 - Hpreement (Public Works).doc 10 .02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another parry hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10. 03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners , successors, assigns, and legal representatives to the other party hereto , its partners, successors, assigns , and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10. 04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof intention of the stricken provision . 10 .05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . 10 .06 Other Provisions NOTE TO USER 1. Insert other provisions here if applicable. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works).doc 00520 - 8 CiCocunnents and Satungs�nclau0hlin�ocal Senings\Tenporary Internet Files\01-M00520 - Agreerrent (Public Woft).doc 10 .02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another parry hereto without the written consent of the party sought to be bound ; and , specifically but without limitation , moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law) , and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents . 10. 03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners , successors, assigns, and legal representatives to the other party hereto , its partners, successors, assigns , and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10. 04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof intention of the stricken provision . 10 .05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction , in the United States District Court for the Southern District of Florida . 10 .06 Other Provisions NOTE TO USER 1. Insert other provisions here if applicable. [The remainder of this page was left blank intentionally] 00520 - Agreement (Public Works).doc 00520 - 8 CiCocunnents and Satungs�nclau0hlin�ocal Senings\Tenporary Internet Files\01-M00520 - Agreerrent (Public Woft).doc IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on Jul y 7 2009 (the date the Contract is approved by the -Indian River County Board of County Commissioners, which is the Effective Date of the Agreeme l:4� OWNER: - CONTRACTOR : INDIAN RIVER COUNTY J . W . CHEATHAM , LLC esley . !Mavis Cha' an (Contractor) By: J j(CRPORATE- SEAL) /J seph A. B ird, CountyAdmi istrator AttestM� b(o. •.; ..t f Se-c A ROVED AS TO OR D LEGAL SUFFJCI�Fy: 7 By: By: / William G . Collins , II , County Attorney Address for giving notices : ` 7396 Westport Place Jeffrey K. Barton , Clerk of Court Wzex Pn , m RParh , F1 - 4441 9 License No. CGCo18468 Attest: l 7K (Where applicable) Deputy Clerk (SEAL) Agent for service of process: Designated Representative: Name: Christopher J . Kafer Jr. , P. E. Designated Representative: Title: County Engineer Name : _ cPyP i M - Mnnccavi 180127th Street Title: vire President Vero Beach , Florida 32960 Address: (772) 226- 1221 7396 Westport Place Facsimile: (772) 778-9391 West Palm Beach , FL . 33413 Phone: ( 561 ) 471 - 4100 Facsimile: ( 561 ) 471 -8348 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign. ) * * END OF SECTION * * 00520 - Agreement (Public Works).doc 00520 - 9 C \Docur nts wd Setlingstr claughlin\Local Settings\Tee rary Intemet Files\OLKWO520 - Agreement (Public WoMs).doc IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on Jul y 7 2009 (the date the Contract is approved by the -Indian River County Board of County Commissioners, which is the Effective Date of the Agreeme l:4� OWNER: - CONTRACTOR : INDIAN RIVER COUNTY J . W . CHEATHAM , LLC esley . !Mavis Cha' an (Contractor) By: J j(CRPORATE- SEAL) /J seph A. B ird, CountyAdmi istrator AttestM� b(o. •.; ..t f Se-c A ROVED AS TO OR D LEGAL SUFFJCI�Fy: 7 By: By: / William G . Collins , II , County Attorney Address for giving notices : ` 7396 Westport Place Jeffrey K. Barton , Clerk of Court Wzex Pn , m RParh , F1 - 4441 9 License No. CGCo18468 Attest: l 7K (Where applicable) Deputy Clerk (SEAL) Agent for service of process: Designated Representative: Name: Christopher J . Kafer Jr. , P. E. Designated Representative: Title: County Engineer Name : _ cPyP i M - Mnnccavi 180127th Street Title: vire President Vero Beach , Florida 32960 Address: (772) 226- 1221 7396 Westport Place Facsimile: (772) 778-9391 West Palm Beach , FL . 33413 Phone: ( 561 ) 471 - 4100 Facsimile: ( 561 ) 471 -8348 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign. ) * * END OF SECTION * * 00520 - Agreement (Public Works).doc 00520 - 9 C \Docur nts wd Setlingstr claughlin\Local Settings\Tee rary Intemet Files\OLKWO520 - Agreement (Public WoMs).doc Certificate (Limited Liability Company) The undersigned hereby certifies that the following are true and correct statements : 1 . That he/she is the assistant Secretary of J. W. Cheatham, LLC, a Limited Liability Company organized and existing in good standing under the laws of the State of Florida hereinafter referred to as the "LLC" and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of the LLC as of the 15th. day of July, 2009, in accordance with the laws of the State of the state of incorporation of the LLC, the Articles of Incorporation and the By-laws of the LLC . RESOLVED, that the LLC shall enter into that certain Agreement between Indian River County, a political subdivision of the State of Florida and the LLC, a copy of which is attached hereto , and be it. FURTHER RESOLVED, that Seved M. Moussavi, the Vice President of the LLC, is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for the LLC to fulfill its obligations under the Agreement. 2 . That the foregoing resolutions have not been modified, amended, rescinded, revoked or otherwise changed and remain in full force and effect as of the date hereof. 3 . That the LLC is in good standing under the laws of the State of Florida or its state of Incorporation and has qualified, if legally required, to do business in the State of Florida and has the full power and authority to enter into such Agreement. IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate Seal of the LLC the 15th. day of July, 2009. (Signatare) (Corporate Seal) Sherry Y. Brown, Assistant Secretary (Print Signatory' s name & title) SWORN TO AND SUBSCRIBED before me this 15th day of July . 2009 by the assistant Secretary of the aforesaid LLC, who is personally known to me OR who produced s identification and who did take an oath. - - � gzo%"g4p�e', MIKE DAMRON (Notary TNotary .Signature) Notary Public . State ate of Florida = My Commission Expires Mar 12, 2011 ^F10 %two Commission p OD 631902 (Print Notary ' s Name) NOTARY PUBLIC Banded Through National Notary Assn. State of Florida at Large My commission Expires : Certificate (Limited Liability Company) The undersigned hereby certifies that the following are true and correct statements : 1 . That he/she is the assistant Secretary of J. W. Cheatham, LLC, a Limited Liability Company organized and existing in good standing under the laws of the State of Florida hereinafter referred to as the "LLC" and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of the LLC as of the 15th. day of July, 2009, in accordance with the laws of the State of the state of incorporation of the LLC, the Articles of Incorporation and the By-laws of the LLC . RESOLVED, that the LLC shall enter into that certain Agreement between Indian River County, a political subdivision of the State of Florida and the LLC, a copy of which is attached hereto , and be it. FURTHER RESOLVED, that Seved M. Moussavi, the Vice President of the LLC, is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for the LLC to fulfill its obligations under the Agreement. 2 . That the foregoing resolutions have not been modified, amended, rescinded, revoked or otherwise changed and remain in full force and effect as of the date hereof. 3 . That the LLC is in good standing under the laws of the State of Florida or its state of Incorporation and has qualified, if legally required, to do business in the State of Florida and has the full power and authority to enter into such Agreement. IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate Seal of the LLC the 15th. day of July, 2009. (Signatare) (Corporate Seal) Sherry Y. Brown, Assistant Secretary (Print Signatory' s name & title) SWORN TO AND SUBSCRIBED before me this 15th day of July . 2009 by the assistant Secretary of the aforesaid LLC, who is personally known to me OR who produced s identification and who did take an oath. - - � gzo%"g4p�e', MIKE DAMRON (Notary TNotary .Signature) Notary Public . State ate of Florida = My Commission Expires Mar 12, 2011 ^F10 %two Commission p OD 631902 (Print Notary ' s Name) NOTARY PUBLIC Banded Through National Notary Assn. State of Florida at Large My commission Expires : SECTION 00550 - Notice to Proceed Dated [Certified Mail -- Return Receipt Requested] TO : (BIDDER) ADDRESS : Contract For: (Insert name of Contract as it appears in the Contract Documents) Project: Roadwa fm rovements to 1 e Street from 74"' Avenue to 66`6 Avenue and 6e Avenue from 1 Street to S. R. 60 Bid No. 2009037 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents . The contract has allocated 240 days for the completion of this project. In accordance with Article 4 of the Agreement the date of Substantial Completion is 210 and the date of readiness for final payment is 240. Before you may start any work at the site, paragraph 2. 05. 0 of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insured ) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents . Also , before you may start any Work at the Site , you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) END OF SECTION 00550 - Notice to Proceed 00550 - 1 F:\Engineering\Capital Projectst9920-16th 51, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00550 - Notice to Proceed.4oc Rev. 05101 SECTION 00550 - Notice to Proceed Dated [Certified Mail -- Return Receipt Requested] TO : (BIDDER) ADDRESS : Contract For: (Insert name of Contract as it appears in the Contract Documents) Project: Roadwa fm rovements to 1 e Street from 74"' Avenue to 66`6 Avenue and 6e Avenue from 1 Street to S. R. 60 Bid No. 2009037 You are notified that the Contract Times under the above contract will commence to run on By that date, you are to start performing your obligations under the Contract Documents . The contract has allocated 240 days for the completion of this project. In accordance with Article 4 of the Agreement the date of Substantial Completion is 210 and the date of readiness for final payment is 240. Before you may start any work at the site, paragraph 2. 05. 0 of the General Conditions provides that you and Owner must each deliver to the other (with copies to Engineer and other identified additional insured ) certificates of insurance which each is required to purchase and maintain in accordance with the Contract Documents . Also , before you may start any Work at the Site , you must: (add other requirements, if applicable) INDIAN RIVER COUNTY (OWNER) By: (AUTHORIZED SIGNATURE) (TITLE) END OF SECTION 00550 - Notice to Proceed 00550 - 1 F:\Engineering\Capital Projectst9920-16th 51, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00550 - Notice to Proceed.4oc Rev. 05101 2007e53 THIS DOCUMENT HAS BEEN RECORDED IN THE PUBLIC RECORDS SECTION 00610 - Performance Bond OF INDIAN RIVER COUNTY FL BIC 2356 PG:2240, Papel of 14 07r2Br2 M at 02:30 PM, KNOW ALL MEN BY THESE PRESENTS : JEFFREY K BARTON, CLERK OF COURT BY THIS BOND , we J . W . Cheatham , LLC 7396 Westport Place West Palm Beach FL 33413 561 -471 -4100 as Principal (Contractor), (Insert name, principal business address, and telephone number of Principal/Contractor) and _ SAFECO Insurance Company of America 5792 Widewaters Parkway DeWitt , NY 13214 315- 449 - 2842 a corporation , as Surety, (insert name, principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1800, 27th Street, Vero Beach , Florida,2960 . 1717� 567p00) ree M1} on ine Hundred Ninety Four in the sum of T n,lcan T YPP 1h nd a Sixty Th x RG / 1 nn Dollars ($ 3 , 994 , 363), 84 amounting to 100 % of the total bid price. For the payment of said sum we bind ourselves , our heirs , executors, administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the 7th day of July 20091 entered into between the Principal and the County of Indian River, for: Bond Number: 6647973 Project Name Roadwa fm rovements to 16h Street from 74th Avenue to 606 Avenue and 66"' Avenue from 1 Street to S. R. 60 County Project Number: 9920, 8910-A, 0545 Project Address: 16'h Street and 60h Avenue in Indian River County Florida Project Description : The-0 consists of Pavfn and Draina e lm rovements to 16J6 Street from 741h Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60 owned and maintained by Indian River County, Florida. A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for , and shall indemnify and save harmless the County of Indian River against and from all expenses, damages, injury or conduct, want of care of skill , negligence or default , including patent infringement on the part of the Principal , his agents or employees , in the execution or performance of said Contract, including errors in the Drawings furnished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, then this obligation shall be null and void; otherwise , the Principal 00610 - Performance Bond 00610 - 1 F:\EngnoerinV`�aplial Prgetlsl9920.161e St. 9aID Ave to Mill Avm9920 Conloto ❑ocumenlit & SpecsW0610 Petlunenpe eon0.0oc 2007e53 THIS DOCUMENT HAS BEEN RECORDED IN THE PUBLIC RECORDS SECTION 00610 - Performance Bond OF INDIAN RIVER COUNTY FL BIC 2356 PG:2240, Papel of 14 07r2Br2 M at 02:30 PM, KNOW ALL MEN BY THESE PRESENTS : JEFFREY K BARTON, CLERK OF COURT BY THIS BOND , we J . W . Cheatham , LLC 7396 Westport Place West Palm Beach FL 33413 561 -471 -4100 as Principal (Contractor), (Insert name, principal business address, and telephone number of Principal/Contractor) and _ SAFECO Insurance Company of America 5792 Widewaters Parkway DeWitt , NY 13214 315- 449 - 2842 a corporation , as Surety, (insert name, principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida , 1800, 27th Street, Vero Beach , Florida,2960 . 1717� 567p00) ree M1} on ine Hundred Ninety Four in the sum of T n,lcan T YPP 1h nd a Sixty Th x RG / 1 nn Dollars ($ 3 , 994 , 363), 84 amounting to 100 % of the total bid price. For the payment of said sum we bind ourselves , our heirs , executors, administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the 7th day of July 20091 entered into between the Principal and the County of Indian River, for: Bond Number: 6647973 Project Name Roadwa fm rovements to 16h Street from 74th Avenue to 606 Avenue and 66"' Avenue from 1 Street to S. R. 60 County Project Number: 9920, 8910-A, 0545 Project Address: 16'h Street and 60h Avenue in Indian River County Florida Project Description : The-0 consists of Pavfn and Draina e lm rovements to 16J6 Street from 741h Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60 owned and maintained by Indian River County, Florida. A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE , THE CONDITIONS OF THIS OBLIGATION ARE SUCH , that if the Principal shall in all respects comply with the terms and conditions of said Contract and its obligations thereunder, including all of the Contract Documents therein referred to and made a part thereof, and such alterations as may be made in the Contract Drawings and Specifications as therein provided for , and shall indemnify and save harmless the County of Indian River against and from all expenses, damages, injury or conduct, want of care of skill , negligence or default , including patent infringement on the part of the Principal , his agents or employees , in the execution or performance of said Contract, including errors in the Drawings furnished by the Principal , and further, if the Principal shall promptly make payments to all who supply him with labor and/or materials used directly or indirectly by the Principal in the prosecution of the Work provided for in said Contract, then this obligation shall be null and void; otherwise , the Principal 00610 - Performance Bond 00610 - 1 F:\EngnoerinV`�aplial Prgetlsl9920.161e St. 9aID Ave to Mill Avm9920 Conloto ❑ocumenlit & SpecsW0610 Petlunenpe eon0.0oc and Surety, jointly and severally , agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work , by contract or otherwise, and any damages , whether direct , indirect, or consequential, including reasonable attorney's fees (including appellate proceedings), which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. AND , the said Principal and Surety hereby further bind themselves , their successors , executors , administrators and assigns , jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts , damages, costs and judgments which may be recovered against or which the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work, repair or maintenance thereof, or the manner of doing the same , or his agents or his servants, or the infringements of any patent rights by reason of the use of any material furnished or work done, as aforesaid or otherwise. AND , the said Surety , for value received , hereby stipulates and agrees that no change , extension of time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same , shall in any way affect its obligations on this Bond , and it does hereby waive notice of any such change, extension of time , alteration or addition to the terms of the Contract or to the Work or to the Specifications or Drawings . AND, the said Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Substantial Completion as established on the Certificate of Substantial Completion as issued by the County of Indian River. IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals , this 15th day of ,luly , 2009, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. ++x++x+xxx++++++xx+xxxx+xx+xx++x+++++++++x+xx+xx+x++xx++++xxxxxxx+x+xfx+xxxx +++x x+r++xxx+++x+++xxrx++++ ++++ [The remainder of this page was left blank intentionally] 00610 - 2 00610 - Performance Bond F:1EngineeringlCapilnl Prggg4\9920.1610 SL 7410 Ave Io 6610 Aee19920 Conttatl Documanls 8 Spec5WO6ID . P2afarmnce BonO.doc and Surety, jointly and severally , agree to pay the County of Indian River any difference between the sum that the County of Indian River may be obliged to pay for the completion of said Work , by contract or otherwise, and any damages , whether direct , indirect, or consequential, including reasonable attorney's fees (including appellate proceedings), which the County of Indian River may incur as a result of the failure of the Principal to properly execute all of the provisions of the Contract. AND , the said Principal and Surety hereby further bind themselves , their successors , executors , administrators and assigns , jointly and severally, that they will amply and fully protect the County of Indian River against, and will pay any and all amounts , damages, costs and judgments which may be recovered against or which the County of Indian River may be called upon to pay to any person or corporation by reason of any damage arising from the performance of the said work, repair or maintenance thereof, or the manner of doing the same , or his agents or his servants, or the infringements of any patent rights by reason of the use of any material furnished or work done, as aforesaid or otherwise. AND , the said Surety , for value received , hereby stipulates and agrees that no change , extension of time , alteration or addition to the terms of the Contract or to the work to be performed thereunder, or the Specifications or Drawings accompanying the same , shall in any way affect its obligations on this Bond , and it does hereby waive notice of any such change, extension of time , alteration or addition to the terms of the Contract or to the Work or to the Specifications or Drawings . AND, the said Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Substantial Completion as established on the Certificate of Substantial Completion as issued by the County of Indian River. IN WITNESS WHEREOF , the above bound parties executed this instrument under their several seals , this 15th day of ,luly , 2009, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. ++x++x+xxx++++++xx+xxxx+xx+xx++x+++++++++x+xx+xx+x++xx++++xxxxxxx+x+xfx+xxxx +++x x+r++xxx+++x+++xxrx++++ ++++ [The remainder of this page was left blank intentionally] 00610 - 2 00610 - Performance Bond F:1EngineeringlCapilnl Prggg4\9920.1610 SL 7410 Ave Io 6610 Aee19920 Conttatl Documanls 8 Spec5WO6ID . P2afarmnce BonO.doc WHEN THE PRINCIPAL IS ACORPORATION : Attest: q 5sr ,t. f Setroiily Name of Corporation J . W ° Cheatham , LLC . BY: S • 1 anti l r�s(( (t3ti "+ 441y C , (Affix CorRti�a'Fg $LCL) Printed Name S � y� l J - e • a • Official Title v • P . . rrrrrrr111 ro Cf IHiI( ( CERTIFICATE AS TO CORPORATE PRINCIPAL uSsM _t I 5 � ^ � Y (3 " � ' ✓ certify that I am the 5�ecretary of the corporation named as Principal in the within bond ; that 5c Ya -A h% • iia tis .) A � % , who signed the said bond on behalf of the Principal was then w t(, . PW . of said corporation: that l k( qW his signature , and his signature thereto is genuine ; and that said Bond was duly signed,`(�'�jklealu�c ;, 14.1 11 ,_ and attested for and on behalf o oration by authority of Its governing body r' k2v. ti ° ,der fd�£S t Sec i r' # y��Gr`j •° F TO BE EXECUTED BY CORPORATE SURETY : ,t o" $EMEaM Witness Corporate Surety SAFECO 2nsunc@a`�ogkp' ny of 'America B iness dress579 lf7 PAr9eway De itt , NY 1311:i BY: /< {Affix Corporate SE' L .f U_ S l Robert B . Parrish ; ;; " , . : , . _ •''' Attorney-In- Fact Name of Local Agency James P . Reagan Agency , Inc . 8 E . Main Street , P . O . Box 191 Business Address Marcellus , NY 13108 [The remainder of this page was left blank intentionally] 00610 - 3 00610 - Performance Bond F.(Fnglnee,inglCaPiWI Projeclsl9920481h S6 761hAve l0 661h Ave199X1 CoMraG Od"umanls E SpecsW0616 ' Partormnce pond Coc WHEN THE PRINCIPAL IS ACORPORATION : Attest: q 5sr ,t. f Setroiily Name of Corporation J . W ° Cheatham , LLC . BY: S • 1 anti l r�s(( (t3ti "+ 441y C , (Affix CorRti�a'Fg $LCL) Printed Name S � y� l J - e • a • Official Title v • P . . rrrrrrr111 ro Cf IHiI( ( CERTIFICATE AS TO CORPORATE PRINCIPAL uSsM _t I 5 � ^ � Y (3 " � ' ✓ certify that I am the 5�ecretary of the corporation named as Principal in the within bond ; that 5c Ya -A h% • iia tis .) A � % , who signed the said bond on behalf of the Principal was then w t(, . PW . of said corporation: that l k( qW his signature , and his signature thereto is genuine ; and that said Bond was duly signed,`(�'�jklealu�c ;, 14.1 11 ,_ and attested for and on behalf o oration by authority of Its governing body r' k2v. ti ° ,der fd�£S t Sec i r' # y��Gr`j •° F TO BE EXECUTED BY CORPORATE SURETY : ,t o" $EMEaM Witness Corporate Surety SAFECO 2nsunc@a`�ogkp' ny of 'America B iness dress579 lf7 PAr9eway De itt , NY 1311:i BY: /< {Affix Corporate SE' L .f U_ S l Robert B . Parrish ; ;; " , . : , . _ •''' Attorney-In- Fact Name of Local Agency James P . Reagan Agency , Inc . 8 E . Main Street , P . O . Box 191 Business Address Marcellus , NY 13108 [The remainder of this page was left blank intentionally] 00610 - 3 00610 - Performance Bond F.(Fnglnee,inglCaPiWI Projeclsl9920481h S6 761hAve l0 661h Ave199X1 CoMraG Od"umanls E SpecsW0616 ' Partormnce pond Coc STATE OF FLORIDA SEE ATTACHED COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned , qualified and acting , personally appeared , to me well known , who being by me first duly sworn upon oath , says that he is the attorney-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to before me this _ day of 2009. Notary Public, State of Florida My Commission Expires: ' * END OF SECTION 00610 - 4 00610 - Performance Bond F:1BngineEvinglCepilel PropcLs1g920 i6N St, )<N Ave l066tp Avel992p Conbacl D umenls 8 3PecsW0610 - Perlmma Bond Eoc STATE OF FLORIDA SEE ATTACHED COUNTY OF INDIAN RIVER Before me, a Notary Public, duly commissioned , qualified and acting , personally appeared , to me well known , who being by me first duly sworn upon oath , says that he is the attorney-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida. Subscribed and sworn to before me this _ day of 2009. Notary Public, State of Florida My Commission Expires: ' * END OF SECTION 00610 - 4 00610 - Performance Bond F:1BngineEvinglCepilel PropcLs1g920 i6N St, )<N Ave l066tp Avel992p Conbacl D umenls 8 3PecsW0610 - Perlmma Bond Eoc ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of I? . B On this 15th day of July 2009 before me personally came and appeared 5c Ye. 1 ll` ., JKeM ss A t tome known, who being by me duly sworn, did depose and say that he resides in the City of P . B . G ; that he is the V ;L � of J.W. Cheatham LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company ; that one of the seals affixed to said instrument is such seal; that it was so affix der of the managing members of said limited liability company, and that he signe _ m thereto by like order. .STATE Of F1, WA Notary ubliSbOrry I Corot es, NAD832012 Expires; OCT. 26, BOt1D6D TNRD nTWNnc BODING Co., INC SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 15th day of July. 2009, before me personally appeared Robert B. Parrish to me known, who being by me duly sworn, did depose and say : that he resides in the City of Marcellus. NY: that he/she is the Attorney-In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he/she s' ned his/her name thereto by like order. Notary Public NATALIE DeVIVO Notary Public • State of New York No. 01 DE6178914 Appointed in Onondaga County My Commission Expires December 17, 20 ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of I? . B On this 15th day of July 2009 before me personally came and appeared 5c Ye. 1 ll` ., JKeM ss A t tome known, who being by me duly sworn, did depose and say that he resides in the City of P . B . G ; that he is the V ;L � of J.W. Cheatham LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company ; that one of the seals affixed to said instrument is such seal; that it was so affix der of the managing members of said limited liability company, and that he signe _ m thereto by like order. .STATE Of F1, WA Notary ubliSbOrry I Corot es, NAD832012 Expires; OCT. 26, BOt1D6D TNRD nTWNnc BODING Co., INC SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 15th day of July. 2009, before me personally appeared Robert B. Parrish to me known, who being by me duly sworn, did depose and say : that he resides in the City of Marcellus. NY: that he/she is the Attorney-In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; and that he/she s' ned his/her name thereto by like order. Notary Public NATALIE DeVIVO Notary Public • State of New York No. 01 DE6178914 Appointed in Onondaga County My Commission Expires December 17, 20 Safeco Insurance Company of America General Insurance Company of Amence LI CT{V POWER 10014th Avenue Mutual , OF ATTORNEY suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 13043 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "*'**'****"********RICHARD W, HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York*****"******+*******»+r*«+****««.*«.....,*.*,*****,„,******,*„,,, its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day of March 2009 lacer Dexter R. Long, Se( etary Timoth A. Mikola ewskt Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS . .. the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By-Laws, and III) A copy of the powerof-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANX _ OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these, corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Res (sti5ii Power of Attorney are still in full force and effect. :. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporalion�' 3 : this 15th dayof July CAMg A vPf CUIMO _ SEAL J CORPOM s SEAL l4xl�' �. � .r.,, ,•,,.. , , , .; . 1953 lata Of 'q}Of Dexter R. Legg, Secretary 5-0974/DS 3109 WEB PDF Safeco Insurance Company of America General Insurance Company of Amence LI CT{V POWER 10014th Avenue Mutual , OF ATTORNEY suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 13043 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "*'**'****"********RICHARD W, HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York*****"******+*******»+r*«+****««.*«.....,*.*,*****,„,******,*„,,, its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day of March 2009 lacer Dexter R. Long, Se( etary Timoth A. Mikola ewskt Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS . .. the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V, Section 13 of the By-Laws, and III) A copy of the powerof-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANX _ OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these, corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Res (sti5ii Power of Attorney are still in full force and effect. :. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporalion�' 3 : this 15th dayof July CAMg A vPf CUIMO _ SEAL J CORPOM s SEAL l4xl�' �. � .r.,, ,•,,.. , , , .; . 1953 lata Of 'q}Of Dexter R. Legg, Secretary 5-0974/DS 3109 WEB PDF Lisa-}ter SAFECO INSURANCE COMPANY OF AIv1ERICA mut 7l d1. FMANC746L STATEMENT — DECEMBER 31, 2008 Assets Uab[Bties CashandBankDeposits ..................... ................. S 267,363,750 UnesmedPremiums......... _..........._...................... S 666,660955 *Bonds — US Government.. .... .........................._. ... 13 f 59$52 Reserve for Claims and Claims Fapense ................... 1 ,577,767,462 .... 2,353906,395 *OtlterSondt....._.....__... Funds Held Under Rdnsurame 'Bellies...... _._.._ 430979 ........................................ Resetvct" DividendstoPolicyholders ........... .. 0........... 2,164985 *Stocks ...._.......................... ............... ..................... 281831,749 Additional Statutory Reserve............ .................... _ RealEstate.........................................0...................... ..... 0 Reserve for Commissions, Taxes and Agents' Balances or Uncollected Premiums................. 557,216809 Other Liabilities ...._... ......... ............................ 935383360 ..«. 3«_ 53,1281107,771 �«. AcesuTotal ."... _..._W...__...__. ed Interest end Rents.................._................ 34,037869 Special Surplus Funds...... S 399 5 Other Admitted Assets...... ................ ...... ............... 444317.784 Capital Stock................... .......... 5,000A00 Paid in Surplus ...0............._... ...... .... 346,118,108 Unassigned SurPlw...... ... ........ .. 415307334 Total Admitted Assets .K t fSv hes to Pail __.�. 769825Ab7 C y,� Total Llablildes and Sa splas___.�_,,.,_,,,,,__ MWt M Bolds an stated at amortized or imestment value; Stocks at Association Market Values. Securities tamed at 51134iN922 ase deposited as required by law. SEAL ayl� 1g5 L TIM MLKOL VEWSM, VietPresident of SAFECO Insurance Company OfAmcrica, do hereby certify that do foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31 , 2008, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have herramto set my hand and af5xed the seal of said Corporation at Seattle, Washington, this 1st day of Msrch, 2009. '� nI r br-1 y� �T1 t `yd vice-President 9 8.1262a Xs Lisa-}ter SAFECO INSURANCE COMPANY OF AIv1ERICA mut 7l d1. FMANC746L STATEMENT — DECEMBER 31, 2008 Assets Uab[Bties CashandBankDeposits ..................... ................. S 267,363,750 UnesmedPremiums......... _..........._...................... S 666,660955 *Bonds — US Government.. .... .........................._. ... 13 f 59$52 Reserve for Claims and Claims Fapense ................... 1 ,577,767,462 .... 2,353906,395 *OtlterSondt....._.....__... Funds Held Under Rdnsurame 'Bellies...... _._.._ 430979 ........................................ Resetvct" DividendstoPolicyholders ........... .. 0........... 2,164985 *Stocks ...._.......................... ............... ..................... 281831,749 Additional Statutory Reserve............ .................... _ RealEstate.........................................0...................... ..... 0 Reserve for Commissions, Taxes and Agents' Balances or Uncollected Premiums................. 557,216809 Other Liabilities ...._... ......... ............................ 935383360 ..«. 3«_ 53,1281107,771 �«. AcesuTotal ."... _..._W...__...__. ed Interest end Rents.................._................ 34,037869 Special Surplus Funds...... S 399 5 Other Admitted Assets...... ................ ...... ............... 444317.784 Capital Stock................... .......... 5,000A00 Paid in Surplus ...0............._... ...... .... 346,118,108 Unassigned SurPlw...... ... ........ .. 415307334 Total Admitted Assets .K t fSv hes to Pail __.�. 769825Ab7 C y,� Total Llablildes and Sa splas___.�_,,.,_,,,,,__ MWt M Bolds an stated at amortized or imestment value; Stocks at Association Market Values. Securities tamed at 51134iN922 ase deposited as required by law. SEAL ayl� 1g5 L TIM MLKOL VEWSM, VietPresident of SAFECO Insurance Company OfAmcrica, do hereby certify that do foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31 , 2008, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have herramto set my hand and af5xed the seal of said Corporation at Seattle, Washington, this 1st day of Msrch, 2009. '� nI r br-1 y� �T1 t `yd vice-President 9 8.1262a Xs SECTION 00612 - Payment Bond KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we J . W. Cheathame LLC 7396 Westport Place West Palm Beach , FL 33413 561 -471 -4100 (Contractor), as Principal (Insert name, principal business address, and telephone number of Principal/Contractor) and SAFECO Insurance Company of America 5792 Widewaters Parkway DeWitt NY 13214 as Surety, 115 -449- 2842 a corporation , (Insert name, principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida, 1800, 27th Street, Vero Beach , Florida 8960 , W771i567->i00d, ree 1 on n , Hundred Ningty Fou in the sum of Thrn a -„ Th 1 nr T UP F 41 t nn Dollars $ 3 v . amounting to 100% of the total bid price. For the payment of said sum we bind ourselves , our 84 heirs, executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the 7th day of July 2004 entered into between the Principal and the County of Indian River, for: Bond Number: , 6647973 Project Name: Roadwa !m rovements to 161" Street from 74th Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60 County Project Number: 9920, 9810-A, 0545 Project Address: 1 Street and 6 Avenue in Indian River Count Florida. Project Description : The Rrol.ect consists of Paving and Drainage Im rovements to 16' Street from 74 Avenue to 6fflrAvenue and 66' Avenue from 1 Street to S. R. 60 owned and maintained bj� indian River County Florida A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall be void ; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1 . A claimant, as defined in Florida Statutes Section 255.05 ( 1 ) , supplying Principal with labor, materials , or supplies , used directly or indirectly by Principal in the prosecution of the Work provided for in the Contract. 2. Florida Statutes Section 255 . 05 (2002) , as amended from time to time, together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . 00612 - 1 00612 Payment Bond F kEnglneertngl aNWt PrOJ sIS 620-1615 St. 741h Ave to Mttl Ave19020 Cwtead Doc Is 8 SNcM0612 PaYn+en1 eon6Am Rev 0901 SECTION 00612 - Payment Bond KNOW ALL MEN BY THESE PRESENTS : BY THIS BOND , we J . W. Cheathame LLC 7396 Westport Place West Palm Beach , FL 33413 561 -471 -4100 (Contractor), as Principal (Insert name, principal business address, and telephone number of Principal/Contractor) and SAFECO Insurance Company of America 5792 Widewaters Parkway DeWitt NY 13214 as Surety, 115 -449- 2842 a corporation , (Insert name, principal business address, and telephone number of Surety) are held and firmly bound unto the County of Indian River, Florida, 1800, 27th Street, Vero Beach , Florida 8960 , W771i567->i00d, ree 1 on n , Hundred Ningty Fou in the sum of Thrn a -„ Th 1 nr T UP F 41 t nn Dollars $ 3 v . amounting to 100% of the total bid price. For the payment of said sum we bind ourselves , our 84 heirs, executors , administrators and assigns , jointly and severally, for the faithful performance of a certain written Contract, dated the 7th day of July 2004 entered into between the Principal and the County of Indian River, for: Bond Number: , 6647973 Project Name: Roadwa !m rovements to 161" Street from 74th Avenue to 6 Avenue and 6 Avenue from 1 Street to S. R. 60 County Project Number: 9920, 9810-A, 0545 Project Address: 1 Street and 6 Avenue in Indian River Count Florida. Project Description : The Rrol.ect consists of Paving and Drainage Im rovements to 16' Street from 74 Avenue to 6fflrAvenue and 66' Avenue from 1 Street to S. R. 60 owned and maintained bj� indian River County Florida A copy of said Contract is incorporated herein by reference and is made a part hereof as if fully copied herein . NOW , THEREFORE, THE CONDITIONS OF THIS OBLIGATION ARE SUCH, that, if the Principal shall promptly make payments to all claimants , as herein below defined , then this obligation shall be void ; otherwise, this Bond shall remain in full force and effect, subject to the following terms and conditions: 1 . A claimant, as defined in Florida Statutes Section 255.05 ( 1 ) , supplying Principal with labor, materials , or supplies , used directly or indirectly by Principal in the prosecution of the Work provided for in the Contract. 2. Florida Statutes Section 255 . 05 (2002) , as amended from time to time, together with all notice and time provisions contained therein , is incorporated herein in its entirety by this reference . 00612 - 1 00612 Payment Bond F kEnglneertngl aNWt PrOJ sIS 620-1615 St. 741h Ave to Mttl Ave19020 Cwtead Doc Is 8 SNcM0612 PaYn+en1 eon6Am Rev 0901 The Surety , for value received , hereby stipulates and agrees that no charge , extension of time , alteration of or addition to the terms of the Contract or to the work to be performed there under or to the Specifications applicable thereto, shall in any way affect its obligations on this Bond , and the Surety hereby waives notice of any such change , extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Class 'X" . The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River. The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses, damages, expenses , costs, and attorney's fees , including appellate proceedings , that the County of Indian River sustains because of a default by the Principal under the Contract. [The remainder of this page was left blank intentionally) 00612 . 2 D0612 -Payment Bond FAineelin9�CePllal ROWAS19 MA61h 51. 74Ih Ave b 66th Ave !)X) CDn,ac1 Dwumenls 8 SPm=612 -Pey,„enI amd.dm Rev. D5N1 The Surety , for value received , hereby stipulates and agrees that no charge , extension of time , alteration of or addition to the terms of the Contract or to the work to be performed there under or to the Specifications applicable thereto, shall in any way affect its obligations on this Bond , and the Surety hereby waives notice of any such change , extension of time, alterations of or addition to the terms of the Contract, or to the work or to the Specifications. The Surety represents and warrants to the County of Indian River that it has a Best's Key Rating Guide, General Policyholder's rating of "A" and Financial Size Category of Class 'X" . The Principal and Surety jointly and severally covenant and agree that this Bond will remain in full force and effect for a period of one year commencing on the date of Final Completion as established on the Certificate of Final Completion as issued by the County of Indian River. The Principal and Surety jointly and severally, agree to pay the County of Indian River all losses, damages, expenses , costs, and attorney's fees , including appellate proceedings , that the County of Indian River sustains because of a default by the Principal under the Contract. [The remainder of this page was left blank intentionally) 00612 . 2 D0612 -Payment Bond FAineelin9�CePllal ROWAS19 MA61h 51. 74Ih Ave b 66th Ave !)X) CDn,ac1 Dwumenls 8 SPm=612 -Pey,„enI amd.dm Rev. D5N1 IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals , this 15th day of July 2009 , the name and corporate seal of each corporate parry being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WHEN THE PRINGIPAL IS A CORPORATION : Att 4 z 4551%51*%4 Se tary Name of Corporation J . W . Cheatham , LLC acucturuui-jil BY: $ . �— ft c nom, rl < 1 0> � LL C (Affix Corporateln' ° - CC Q .. ... - Printed Name 5 Y a1 t-,% . o c f 4t Gy �igN: Official Title V1 Le P � � s 1 '1 � i 's^t tVl/p7ttcetPtttttt CERTIFICATE AS TO CORPORATE PRINCIPAL 4ss ats . + I S ` { Q ° `"� '^ certify that I am the Secretary of the corporation named as Principal in the within bond; that _ 5 o Y� d f-t. • H o r ss * u I , who signed the said bond on behalf of the Principal was then _ v iC� of said corporation: that I know his signature, and his signature thereto is genuine; and that said Bond was duly signed , sealed and attested for and on behalf of Said corporation by authority of Its governing body. ``tt`t4t LLC * ; • ecret (SEAL) [The remainder of this page was left blank intentionally] � M 00612 - 3 00612 -Payment Bond F1Engineeiinq\(;apigl PmjedS9920-161p $1, 7416Ave (0661h Ave\9920 CowedOocun M & $POmM612 Pay l Bond doc Rev. 05101 IN WITNESS WHEREOF, the above bound parties executed this instrument under their several seals , this 15th day of July 2009 , the name and corporate seal of each corporate parry being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WHEN THE PRINGIPAL IS A CORPORATION : Att 4 z 4551%51*%4 Se tary Name of Corporation J . W . Cheatham , LLC acucturuui-jil BY: $ . �— ft c nom, rl < 1 0> � LL C (Affix Corporateln' ° - CC Q .. ... - Printed Name 5 Y a1 t-,% . o c f 4t Gy �igN: Official Title V1 Le P � � s 1 '1 � i 's^t tVl/p7ttcetPtttttt CERTIFICATE AS TO CORPORATE PRINCIPAL 4ss ats . + I S ` { Q ° `"� '^ certify that I am the Secretary of the corporation named as Principal in the within bond; that _ 5 o Y� d f-t. • H o r ss * u I , who signed the said bond on behalf of the Principal was then _ v iC� of said corporation: that I know his signature, and his signature thereto is genuine; and that said Bond was duly signed , sealed and attested for and on behalf of Said corporation by authority of Its governing body. ``tt`t4t LLC * ; • ecret (SEAL) [The remainder of this page was left blank intentionally] � M 00612 - 3 00612 -Payment Bond F1Engineeiinq\(;apigl PmjedS9920-161p $1, 7416Ave (0661h Ave\9920 CowedOocun M & $POmM612 Pay l Bond doc Rev. 05101 TO BE EXECUTED BY CORPORATE SURETY: Attest: $9111IR C Witness Corporate Surety SAFECO I ra Company of America Business/ Ad 5792 idew s Parkway ]}e}W t , NY 13214 BY: ,NPUHu (Affix Corporate Robert B . Parrish Attorney-In-Fact Name of Local Agency James P . Reaggrf Agency , Igc. 8 E . Main Streee�;-P :O;,. B6x 191 Marcellus , NY 13108 Business Address STATE OF FLORIDA COUNTY OF INDIAN RIVER SEE ATTACHED Before me, a Notary Public, duly commissioned, qualified and acting , personally appeared to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this day of 20 Notary Public, State of Florida My Commission Expires: * " END OF SECTION 00612 - 4 00612 -Payment Bond F tEngineerirpXGdtdl Projeq,l%10-181 St, Illn Aw 10 86th Avo14920 CwUSG I)Oo~ls & SW" NQ -Peyn,pnl Bond.dn Pa , OW1 TO BE EXECUTED BY CORPORATE SURETY: Attest: $9111IR C Witness Corporate Surety SAFECO I ra Company of America Business/ Ad 5792 idew s Parkway ]}e}W t , NY 13214 BY: ,NPUHu (Affix Corporate Robert B . Parrish Attorney-In-Fact Name of Local Agency James P . Reaggrf Agency , Igc. 8 E . Main Streee�;-P :O;,. B6x 191 Marcellus , NY 13108 Business Address STATE OF FLORIDA COUNTY OF INDIAN RIVER SEE ATTACHED Before me, a Notary Public, duly commissioned, qualified and acting , personally appeared to me well known, who being by me first duly sworn upon oath, says that he is the attorney-in-fact for the and that he has been authorized by to execute the foregoing bond on behalf of the CONTRACTOR named therein in favor of the County of Indian River, Florida . Subscribed and sworn to before me this day of 20 Notary Public, State of Florida My Commission Expires: * " END OF SECTION 00612 - 4 00612 -Payment Bond F tEngineerirpXGdtdl Projeq,l%10-181 St, Illn Aw 10 86th Avo14920 CwUSG I)Oo~ls & SW" NQ -Peyn,pnl Bond.dn Pa , OW1 ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of p , B On this 15th day of July 2009 before me personally came and appeared 5C- T'C 'r% * #. a rss A � l tome known, who being by me duly sworn, did depose and say that he resides in the City of V . Q • 6 ; that he is theylLa of J. W. Cheatham. LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company; that one of the seals affixed to said instrument is such seal ; that it was so affixed by order of the managing members of said limited liability company, and that he sign me thereto by like order. LICATATEorp C 99PII-- OD &PIM: OCT.2833968 BONDED 78RV ATLANne HOAy� Rfle. SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 15th day of Ju1y, 2009, before me personally appeared Robert B . Parrish to me known, who being by me duly sworn, did depose and say : that he resides in the City of Marcellus. NY ; that he/she is the Attorney- In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation ; that the seal affixed to said instrument is such corporate seal ; that it was so affixed by order of the Board of Directors of said corporation; and that he/she igned his/her name thereto by like order. Notary Public NATALIE DeVIVO Notary Public • State of New York No . 01DE6178914 Appointed in Onondaga County My Commission Expires December 17, 201 ACKNOWLEDGMENT OF PRINCIPAL, IF A LIMITED LIABILITY COMPANY State of Florida County of p , B On this 15th day of July 2009 before me personally came and appeared 5C- T'C 'r% * #. a rss A � l tome known, who being by me duly sworn, did depose and say that he resides in the City of V . Q • 6 ; that he is theylLa of J. W. Cheatham. LLC, the limited liability company described in and which executed the foregoing instrument; that he knows the seal of said limited liability company; that one of the seals affixed to said instrument is such seal ; that it was so affixed by order of the managing members of said limited liability company, and that he sign me thereto by like order. LICATATEorp C 99PII-- OD &PIM: OCT.2833968 BONDED 78RV ATLANne HOAy� Rfle. SURETY ACKNOWLEDGMENT State of New York County of Onondaga On this 15th day of Ju1y, 2009, before me personally appeared Robert B . Parrish to me known, who being by me duly sworn, did depose and say : that he resides in the City of Marcellus. NY ; that he/she is the Attorney- In-Fact of the above signed surety, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation ; that the seal affixed to said instrument is such corporate seal ; that it was so affixed by order of the Board of Directors of said corporation; and that he/she igned his/her name thereto by like order. Notary Public NATALIE DeVIVO Notary Public • State of New York No . 01DE6178914 Appointed in Onondaga County My Commission Expires December 17, 201 Safeco Insurance Company of America General Insurance Company of Amenca Llbertz7lPOWER 10014th Avenue �UtUcl , OF ATTORNEY Suite 1700 + Beattie, WA 98154 KNOW ALL BY THESE PRESENTS: No. 13043 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "_......._ "***"RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York***''.... .....*******_�*********__ »*•** *_� » its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents Jam, this 21St day of March 2009 1?ac7G1 Rik,, Dexter R. Long, Secretary Timothy A. Mikolalewski Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as aftomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. .. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. ,On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the,Resol4tipn pt;1 the Power of Attorney am still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporatioq,:le this 15th day of JulyCMAa `2QQ9 1� SEAL SEAL Q'� Y rtakS Dexter R. Legg, Secretary' - - S-0974/DS 3109 WEB PDF Safeco Insurance Company of America General Insurance Company of Amenca Llbertz7lPOWER 10014th Avenue �UtUcl , OF ATTORNEY Suite 1700 + Beattie, WA 98154 KNOW ALL BY THESE PRESENTS: No. 13043 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "_......._ "***"RICHARD W. HEINMILLER; FRANCIS A. LOWTHER; BARBARA O'CONNOR; ROBERT B. PARRISH; J. MICHAEL REAGAN; Marcellus, New York***''.... .....*******_�*********__ »*•** *_� » its true and lawful attomey(s}in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents Jam, this 21St day of March 2009 1?ac7G1 Rik,, Dexter R. Long, Secretary Timothy A. Mikolalewski Vice President CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as aftomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. .. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. ,On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the,Resol4tipn pt;1 the Power of Attorney am still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporatioq,:le this 15th day of JulyCMAa `2QQ9 1� SEAL SEAL Q'� Y rtakS Dexter R. Legg, Secretary' - - S-0974/DS 3109 WEB PDF Liberty SAFECO INSURANCE COMPANY OF AMERICA Alutuil. FINANCIAL STATEMENT — DECEMBER 312 2008 Assets IJsbl►ldes Cashand Bank Deposits .......... ............................ S 267363,750 Unearned I'Mmtmn................................. ............. $ 666,660983 'Bonds — U.SGovernment........ ............... ...................... 13,359332 Reserve for Claims and Claims Expense ................... 1,377,767,462 3 906393 Funds Held Under Reinsurance Treaties...... ......... 430079 •Other Bonds. ........................ ........... ....................... 2 53 Reserve for Dividends to Policyholders......... ................ 2,164983 'Stocks . .. ..... .. .. .. ..... ................. ........... ..................... 281 ,831 ,749 Additional Statutory Reserve.............. ............. ..... _ Real Estate.............. .. ............... ........... .. ....... .... .. ............ 0 Reserve for Commissions, Taxes and Other Liabilities ............... ..... .. ........................ 935383 .3 Agents' Balances or Uncollected Premiums................. 557,216,809 Total ................««__...«.«__. 53,128407,771 Accrued Interest and Rents.................................... 34037369 Special Surplus Funds .... .. S 3399993 Other Admitted Assets........... ...... ..... ..................... 444,51-7,794 Cap"" Stock....... .. .. ......... .. ... .. ..... 3,000,000 Paid in Surplus ........................ .. ...... 346118,108 Unassigned Surplus................... 4 1 3 3073 3 4 Taal Admitted Assets ..."...... er oro Tix '711A Surplus to polleyholders.........«___.. 76932SA37 Total Liabillda and Surplus_«.___....._«__ Bonds are stated at amortized or investment value; Stocks at Association Market Values. t Securities caned at $113984922 are deposited as required bylaw. SEAL aryl 195 I, TIM MIKOLAIEWSEI, Vice-President of SAFECO Insurance Company of America, do hereby certify that the faregoing is a trot, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2008, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2009. Vice-President Q &1282a 399 Liberty SAFECO INSURANCE COMPANY OF AMERICA Alutuil. FINANCIAL STATEMENT — DECEMBER 312 2008 Assets IJsbl►ldes Cashand Bank Deposits .......... ............................ S 267363,750 Unearned I'Mmtmn................................. ............. $ 666,660983 'Bonds — U.SGovernment........ ............... ...................... 13,359332 Reserve for Claims and Claims Expense ................... 1,377,767,462 3 906393 Funds Held Under Reinsurance Treaties...... ......... 430079 •Other Bonds. ........................ ........... ....................... 2 53 Reserve for Dividends to Policyholders......... ................ 2,164983 'Stocks . .. ..... .. .. .. ..... ................. ........... ..................... 281 ,831 ,749 Additional Statutory Reserve.............. ............. ..... _ Real Estate.............. .. ............... ........... .. ....... .... .. ............ 0 Reserve for Commissions, Taxes and Other Liabilities ............... ..... .. ........................ 935383 .3 Agents' Balances or Uncollected Premiums................. 557,216,809 Total ................««__...«.«__. 53,128407,771 Accrued Interest and Rents.................................... 34037369 Special Surplus Funds .... .. S 3399993 Other Admitted Assets........... ...... ..... ..................... 444,51-7,794 Cap"" Stock....... .. .. ......... .. ... .. ..... 3,000,000 Paid in Surplus ........................ .. ...... 346118,108 Unassigned Surplus................... 4 1 3 3073 3 4 Taal Admitted Assets ..."...... er oro Tix '711A Surplus to polleyholders.........«___.. 76932SA37 Total Liabillda and Surplus_«.___....._«__ Bonds are stated at amortized or investment value; Stocks at Association Market Values. t Securities caned at $113984922 are deposited as required bylaw. SEAL aryl 195 I, TIM MIKOLAIEWSEI, Vice-President of SAFECO Insurance Company of America, do hereby certify that the faregoing is a trot, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2008, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2009. Vice-President Q &1282a 399 ACORD CERTIFICATE OF LIABILITY INSURANCE ?/W2"°"°09" PRODUCER (56i ) 746-4546 FAX : ( 561 ) 746- 9599 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Tequesta Agency , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 218 S . US Highway One ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Teguesta. FL 33469 INSURERS AFFORDING COVERAGE NAIC @ INSURED INSURER A- Transportation Insurance 20494 J . R . Cheatham , LLC INSURER B: National Fire Insurance 20893C 7396 Westport Place INSURERoValley Forge Insurance 20508C INSURER D. West Palm Beach FL 33413 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING A NY 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. -W gIEQ kTE LIMITS SHOWN MAY HAVE BEF N REDUCED Uy PAID CLAIMS MR ADIYL TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION .LM am POLICY NUMBER DATNIMMIDGM1 LIMITS GENERAL LABILITY EACHOCCURRENCE $ 11000 , 000 X COM.IERCIALGENERALLUIBILRYPONN TO R(EsE=Dm $ 100 , 000 B X corms MADE 0 occUR D2053039906 3/ 1 /2009 3/ 1 /2010 MED EXP aw Nr, $ 51000 PERSONAL B ADV INA)RY S 1 , 000 , 000 GENERAL AGGREGATE $ 2 , 0001000 GENL AGGREGATE LIMpIIT. APPLIES PER: PRODUCT$ - COMPIOPAGG $ 2 , 000 , 000 POLICY X JPRRe LOC AUTOMOBILE LABILITY COMBINED SINGLE LIMIT X ANYAUTo I (Es sea;de,d) $ 1 , 000 , 000 B ALL OVYHED AUTOS 02055533016 3/ 1 /2009 3/1/2010 BODILY INJURY SCHEDULEDAUTOS (Par Pram) S HIRED AUTOS BODILY INJURY $ NONOVdEO AUTOS (Per smda leU) PROPERTYDAMAGE $ (Pe,aocHrN) GARAGE LIABILITY AUTO ONLY - FA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGO S A EXCESSIUMBRELLA UABILITY U2067525954 3/ 1 / 2009 3/ 1 /2010 EACHS 10 , 000 , 000 X OCCUR CLAIMS MADE AGGREGATE S-1010001000 The EbAbrella provides $ DEDUCTIBLE Bxcess Limits over the S X RETENTION s10 , 0o0 NC Employers Liab Limits C WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS' LABILTTY X IUr ANY PROPRIETORIPARTNER,EXECUi1VE E.L. EACH ACCIDENT S 500 , 000 OFFICERAIEMBER EXCLUDED? MC2055533047 3 / 1 /2009 3 / 1/2010 I yea, deaoba mdm DISEASE E.L. - FA EMPLOYEE $ 500 , 000 SPECIAL PROVISICNS OeIvn OTHER E.L. DISEASE - POLICY LIMIT $ 500 , 000 DESCRIPTION OF OPERATIONSMOCATIONSIVEHICLESIEXC WSIONS ADDED BY ENDORSUIMT13PECAL PROVISIONS The Certificate holder is sn additional insured per form G140331A attached to the General Liability policy . A copy of form 0140331A is attached fox reference . Pr0ject : 1ndian River County Bid No . 2009037 Roadway Improvemaats to 16th Street from 74th Avenue to 66th Avenue , and 66th Avenvs from 16th street to SR60 *Except 10 days caacelalton notice for noupaynlant CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Indian River County EXPIRATION DATE THEREOF, THE ISSUNG INSURER WILL ENDEAVOR TO MAR 1800 27th Street * 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Vero Beach , FL 32960 — FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE p Mark Kasten /DEBBIE ACORD 25 (2001108) IMC095 mme\ nu.. 0 ACORD CORPORATION 1988 ACORD CERTIFICATE OF LIABILITY INSURANCE ?/W2"°"°09" PRODUCER (56i ) 746-4546 FAX : ( 561 ) 746- 9599 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Tequesta Agency , Inc . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 218 S . US Highway One ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 Teguesta. FL 33469 INSURERS AFFORDING COVERAGE NAIC @ INSURED INSURER A- Transportation Insurance 20494 J . R . Cheatham , LLC INSURER B: National Fire Insurance 20893C 7396 Westport Place INSURERoValley Forge Insurance 20508C INSURER D. West Palm Beach FL 33413 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING A NY 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. -W gIEQ kTE LIMITS SHOWN MAY HAVE BEF N REDUCED Uy PAID CLAIMS MR ADIYL TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION .LM am POLICY NUMBER DATNIMMIDGM1 LIMITS GENERAL LABILITY EACHOCCURRENCE $ 11000 , 000 X COM.IERCIALGENERALLUIBILRYPONN TO R(EsE=Dm $ 100 , 000 B X corms MADE 0 occUR D2053039906 3/ 1 /2009 3/ 1 /2010 MED EXP aw Nr, $ 51000 PERSONAL B ADV INA)RY S 1 , 000 , 000 GENERAL AGGREGATE $ 2 , 0001000 GENL AGGREGATE LIMpIIT. APPLIES PER: PRODUCT$ - COMPIOPAGG $ 2 , 000 , 000 POLICY X JPRRe LOC AUTOMOBILE LABILITY COMBINED SINGLE LIMIT X ANYAUTo I (Es sea;de,d) $ 1 , 000 , 000 B ALL OVYHED AUTOS 02055533016 3/ 1 /2009 3/1/2010 BODILY INJURY SCHEDULEDAUTOS (Par Pram) S HIRED AUTOS BODILY INJURY $ NONOVdEO AUTOS (Per smda leU) PROPERTYDAMAGE $ (Pe,aocHrN) GARAGE LIABILITY AUTO ONLY - FA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGO S A EXCESSIUMBRELLA UABILITY U2067525954 3/ 1 / 2009 3/ 1 /2010 EACHS 10 , 000 , 000 X OCCUR CLAIMS MADE AGGREGATE S-1010001000 The EbAbrella provides $ DEDUCTIBLE Bxcess Limits over the S X RETENTION s10 , 0o0 NC Employers Liab Limits C WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS' LABILTTY X IUr ANY PROPRIETORIPARTNER,EXECUi1VE E.L. EACH ACCIDENT S 500 , 000 OFFICERAIEMBER EXCLUDED? MC2055533047 3 / 1 /2009 3 / 1/2010 I yea, deaoba mdm DISEASE E.L. - FA EMPLOYEE $ 500 , 000 SPECIAL PROVISICNS OeIvn OTHER E.L. DISEASE - POLICY LIMIT $ 500 , 000 DESCRIPTION OF OPERATIONSMOCATIONSIVEHICLESIEXC WSIONS ADDED BY ENDORSUIMT13PECAL PROVISIONS The Certificate holder is sn additional insured per form G140331A attached to the General Liability policy . A copy of form 0140331A is attached fox reference . Pr0ject : 1ndian River County Bid No . 2009037 Roadway Improvemaats to 16th Street from 74th Avenue to 66th Avenue , and 66th Avenvs from 16th street to SR60 *Except 10 days caacelalton notice for noupaynlant CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Indian River County EXPIRATION DATE THEREOF, THE ISSUNG INSURER WILL ENDEAVOR TO MAR 1800 27th Street * 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT Vero Beach , FL 32960 — FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE p Mark Kasten /DEBBIE ACORD 25 (2001108) IMC095 mme\ nu.. 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. L� ACORD 25 (2001108) INS0251onapae Page 2 a 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement($). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. L� ACORD 25 (2001108) INS0251onapae Page 2 a 2 G 140331 -) can (Ed. 01 /01 ) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C . 1 . OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization : Designated Project: As per written contract (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 3. The coverage provided to the additional insured include as an insured any person or organization, by this endorsement and paragraph L of the including any person or organization shown in the definition of "insured contract" under schedule above, (called additional insured) whom DEFINITIONS (Section V) do not apply to you are required to add as an additional insured on "bodily injury* or "property damage" arising out this policy under a written contract or written of the "products-completed operations hazard" agreement; but the written contract or written unless required by the written contract or agreement must be: written agreement. 1 . Currently in effect or becoming effective during 4. The insurance provided to the additional the term of this policy; and insured does not apply to "bodily injury ," 2. Executed prior to the "bodily injury," "property "property damage," or "personal and advertising damage," or "personal and advertising injury". injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render B. The insurance provided to the additional insured is any professional services including: limited as follows: a. The preparing, approving, or failing to 1 . That person or organization is an additional prepare or approve maps, shop drawings, insured solely for liability due to your negligence opinions, reports, surveys, field orders, specifically resulting from "your work" for the change orders or drawings and additional insured which is the subject of the specifications; and written contract or written agreement. No b. Supervisory , or inspection activities coverage applies to liability resulting from the performed as sole negligence of the additional insured. P part of any related architectural or engineering activities. 2. The Limits of Insurance applicable to the coverage C. As res respects the additional insured are those specified in the Pprovided under this written contract or written agreement or in the endorsement, SECTION IV — COMMERCIAL Declarations of this policy, whichever is less. GENERAL LIABILITY CONDITIONS are amended These Limits of Insurance are inclusive of, and as follows: not in addition to, the Limits of Insurance shown 1 . The following is added to the Duties In The in the Declarations. Event of Occurrence, Offense, Claim or Suit Condition: G-140331 -A (Ed. 01101 ) Page 1 of 2 G 140331 -) can (Ed. 01 /01 ) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C . 1 . OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization : Designated Project: As per written contract (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to 3. The coverage provided to the additional insured include as an insured any person or organization, by this endorsement and paragraph L of the including any person or organization shown in the definition of "insured contract" under schedule above, (called additional insured) whom DEFINITIONS (Section V) do not apply to you are required to add as an additional insured on "bodily injury* or "property damage" arising out this policy under a written contract or written of the "products-completed operations hazard" agreement; but the written contract or written unless required by the written contract or agreement must be: written agreement. 1 . Currently in effect or becoming effective during 4. The insurance provided to the additional the term of this policy; and insured does not apply to "bodily injury ," 2. Executed prior to the "bodily injury," "property "property damage," or "personal and advertising damage," or "personal and advertising injury". injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render B. The insurance provided to the additional insured is any professional services including: limited as follows: a. The preparing, approving, or failing to 1 . That person or organization is an additional prepare or approve maps, shop drawings, insured solely for liability due to your negligence opinions, reports, surveys, field orders, specifically resulting from "your work" for the change orders or drawings and additional insured which is the subject of the specifications; and written contract or written agreement. No b. Supervisory , or inspection activities coverage applies to liability resulting from the performed as sole negligence of the additional insured. P part of any related architectural or engineering activities. 2. The Limits of Insurance applicable to the coverage C. As res respects the additional insured are those specified in the Pprovided under this written contract or written agreement or in the endorsement, SECTION IV — COMMERCIAL Declarations of this policy, whichever is less. GENERAL LIABILITY CONDITIONS are amended These Limits of Insurance are inclusive of, and as follows: not in addition to, the Limits of Insurance shown 1 . The following is added to the Duties In The in the Declarations. Event of Occurrence, Offense, Claim or Suit Condition: G-140331 -A (Ed. 01101 ) Page 1 of 2 G -) CM (Ed.d. 01/01/01 ) e. An additional insured under this until we receive written notice of a claim or endorsement will as soon as practicable: °suit from the additional insured. (1 ) Give written notice of an occurrence or 2. Paragraph 4.b. of the Other Insurance an offense to us which may result in a Condition is deleted and replaced with the claim or "suit under this insurance; following: (2) Tender the defense and indemnity of 4. Otherinsurance any claim or "suit to any other insurer b. Excess Insurance which also has insurance for a loss we cover under this Coverage Part; and This insurance is excess over any other (3) Agree to make available any other insurance naming the additional insurance which the additional insured insured as an insured whether primary, has for a loss we cover under this excess, contingent or on any other Coverage Part. basis unless a written contract or written agreement specifically requires f. We have no duty to defend or indemnify an that this insurance be either primary or additional insured under this endorsement primary and noncontributing. G-140331 -A Page 2 of 2 (Ed. 01 /01 ) G -) CM (Ed.d. 01/01/01 ) e. An additional insured under this until we receive written notice of a claim or endorsement will as soon as practicable: °suit from the additional insured. (1 ) Give written notice of an occurrence or 2. Paragraph 4.b. of the Other Insurance an offense to us which may result in a Condition is deleted and replaced with the claim or "suit under this insurance; following: (2) Tender the defense and indemnity of 4. Otherinsurance any claim or "suit to any other insurer b. Excess Insurance which also has insurance for a loss we cover under this Coverage Part; and This insurance is excess over any other (3) Agree to make available any other insurance naming the additional insurance which the additional insured insured as an insured whether primary, has for a loss we cover under this excess, contingent or on any other Coverage Part. basis unless a written contract or written agreement specifically requires f. We have no duty to defend or indemnify an that this insurance be either primary or additional insured under this endorsement primary and noncontributing. G-140331 -A Page 2 of 2 (Ed. 01 /01 ) SECTION 00622 - Contractor's Application for Payment. doc Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From : (CONTRACTOR) Project No . 9920, 9810-A, 0545 Project: Roadway Improvements to 16`h Street from 74th Avenue to 66th Avenue and 66th Avenue from 16` Street to S . R. 60 Bid No. 2009037 ENGINEER Indian River County 1 . Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price ( 1 plus 2): $ 4. Total Work to date: 4 .a Percentage of Work completed to date : % 4 . b Total Work completed to date: $ 4 . c Total equipment and material stored to date : $ ( 1 ) 4 . d Total Work completed and stored to date : (4. b plus 4. c) $ 5. Retainage (per Agreement) : 5. a 10% of completed Work (0. 10 x 4 . b) : 5 . b 20% of stored equipment and material (0.20 x 4. c): 5. c Total Retainage (5.a plus 5. b): $ 6 . Total Work completed and stored to date less retainage (4.d minus 5. c) : $ 7. Previous Payments: $ 8. AMOUNT DUE THIS APPLICATION (6 MINUS 7) : $ (1 ) Attach detailed schedule and copies of all paid invoices. 1 . Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -) : $ 3. Current Contract Price ( 1 plus 2) : $ 4. Total completed and stored to date : $ 5 . Retainage (per Agreement) : % of completed Work: $ % of stored material : $ Total Retainage : $ 6 . Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments : $ 8 . DUE THIS APPLICATION (6 MINUS 7) : L- 00622 - Contractor's Application for Payment 00622 - 1 F\Engineering%Capital Prgects19920- 16th St, 741h Ave to 66th AveG9920 Contract Documents 8 SpecsW0622 - Contractors Application for Payment doe Rev. 06/01 SECTION 00622 - Contractor's Application for Payment. doc Application for Payment No. For Work Accomplished through the period of through To: Indian River County (OWNER) From : (CONTRACTOR) Project No . 9920, 9810-A, 0545 Project: Roadway Improvements to 16`h Street from 74th Avenue to 66th Avenue and 66th Avenue from 16` Street to S . R. 60 Bid No. 2009037 ENGINEER Indian River County 1 . Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -): $ 3. Current Contract Price ( 1 plus 2): $ 4. Total Work to date: 4 .a Percentage of Work completed to date : % 4 . b Total Work completed to date: $ 4 . c Total equipment and material stored to date : $ ( 1 ) 4 . d Total Work completed and stored to date : (4. b plus 4. c) $ 5. Retainage (per Agreement) : 5. a 10% of completed Work (0. 10 x 4 . b) : 5 . b 20% of stored equipment and material (0.20 x 4. c): 5. c Total Retainage (5.a plus 5. b): $ 6 . Total Work completed and stored to date less retainage (4.d minus 5. c) : $ 7. Previous Payments: $ 8. AMOUNT DUE THIS APPLICATION (6 MINUS 7) : $ (1 ) Attach detailed schedule and copies of all paid invoices. 1 . Original Contract Price: $ 2. Net change by Change Orders and Written Amendments (+ or -) : $ 3. Current Contract Price ( 1 plus 2) : $ 4. Total completed and stored to date : $ 5 . Retainage (per Agreement) : % of completed Work: $ % of stored material : $ Total Retainage : $ 6 . Total completed and stored to date less retainage (4 minus 5): $ 7. Less previous Application for Payments : $ 8 . DUE THIS APPLICATION (6 MINUS 7) : L- 00622 - Contractor's Application for Payment 00622 - 1 F\Engineering%Capital Prgects19920- 16th St, 741h Ave to 66th AveG9920 Contract Documents 8 SpecsW0622 - Contractors Application for Payment doe Rev. 06/01 CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY, 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 on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive ; (2 ) title of all Work , materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens , security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien , security interest or encumbrance ); (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective and (4) If this Periodic Estimate is for a Final payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by No. 212 Florida Statutes , (Sales and Use Tax Act, as Amended ) have been paid and discharged , and that I have no claims against the OWNER. Dated (CONTRACTOR) By: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE) : I certify that I have checked and verify the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it is a true and correct statement of the work performed and/or material supplied by the Contractor. Dated (ARCHITECT / ENGINEER) SIGNATURE CERTIFICATION OF ENGINEER / INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. It is my opinion that this statement of work performed and/or materials supplied is accurate, that the Contractor is observing the requirements of the Contract, and that the Contractor should be paid the amount requested above. Dated ( ENGINEER/INSPECTOR) SIGNATURE Accompanying Documentation : [The Remainder of Page Intentional Left Blankl 00622 - Contractor's Application for Payment 00622 - 2 F 9Engineering\Capital Projects\ 920-16th St, 74th Ave to 66th Ave19920 Contract Documents 8 Specsl00622 - Contractor's ApWlcation for Paymenl.doc Rev. 05!01 CONTRACTOR'S CERTIFICATION : UNDER PENALTY OF PERJURY, 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 on account to discharge CONTRACTOR's legitimate obligations incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive ; (2 ) title of all Work , materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens , security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien , security interest or encumbrance ); (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective and (4) If this Periodic Estimate is for a Final payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full , and that all taxes imposed by No. 212 Florida Statutes , (Sales and Use Tax Act, as Amended ) have been paid and discharged , and that I have no claims against the OWNER. Dated (CONTRACTOR) By: State of County of Subscribed and sworn to before me this day of Notary Public My Commission expires: CERTIFICATION OF ARCHITECT OR CONSULTING ENGINEER (WHERE APPLICABLE) : I certify that I have checked and verify the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it is a true and correct statement of the work performed and/or material supplied by the Contractor. Dated (ARCHITECT / ENGINEER) SIGNATURE CERTIFICATION OF ENGINEER / INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. It is my opinion that this statement of work performed and/or materials supplied is accurate, that the Contractor is observing the requirements of the Contract, and that the Contractor should be paid the amount requested above. Dated ( ENGINEER/INSPECTOR) SIGNATURE Accompanying Documentation : [The Remainder of Page Intentional Left Blankl 00622 - Contractor's Application for Payment 00622 - 2 F 9Engineering\Capital Projects\ 920-16th St, 74th Ave to 66th Ave19920 Contract Documents 8 Specsl00622 - Contractor's ApWlcation for Paymenl.doc Rev. 05!01 From : (CONTRACTOR) Contract: 2009037 Project: Roadway Improvements to 16th Street from 70 Avenue to 66th Avenue and 66`h Avenue from 16th Street to S R 60 Bid Schedule Percent Estimated Quantity Material Amount Completed Item Unit Price Of Values Amount Complete No. Quantity Amount Completed aha Stored and Stored 1 . 2 . 3 . 4 . 5 . 6 . 7 . 8 . 9 . 10 . 11 . 12. 13 . 14. 15 . 16 . 17 . 18 . 19- 20 . 21 . 22 . TOTAL AMOUNT [Note : Total Schedule of Values Amount should equal the current Contract Price.] * * END OF SECTION 00622 - Contractor's Application for Payment 00622 - 3 FtlEngineenng\Capital Projects\9920-16th St. 74th Ave to 661h Ave\9920 Contract Documents 8 Specs\00622 - Contractor's Application for Payment.doc Rev. 05/01 From : (CONTRACTOR) Contract: 2009037 Project: Roadway Improvements to 16th Street from 70 Avenue to 66th Avenue and 66`h Avenue from 16th Street to S R 60 Bid Schedule Percent Estimated Quantity Material Amount Completed Item Unit Price Of Values Amount Complete No. Quantity Amount Completed aha Stored and Stored 1 . 2 . 3 . 4 . 5 . 6 . 7 . 8 . 9 . 10 . 11 . 12. 13 . 14. 15 . 16 . 17 . 18 . 19- 20 . 21 . 22 . TOTAL AMOUNT [Note : Total Schedule of Values Amount should equal the current Contract Price.] * * END OF SECTION 00622 - Contractor's Application for Payment 00622 - 3 FtlEngineenng\Capital Projects\9920-16th St. 74th Ave to 661h Ave\9920 Contract Documents 8 Specs\00622 - Contractor's Application for Payment.doc Rev. 05/01 SECTION 00630 - Certificate of Substantial Completion Date of Issuance: 2009 OWNER: Indian River County CONTRACTOR - Bid No . 200an�7 Project: Roadway Improvements to 16th Street from 74th Avenue to 66`h Avenue and 66'h Avenue from 16` Street to S . R . 60 OWNER's Contract No. 2009037 ENGINEER's Project No . 9920 , 9810-A, 0545 CONTRACT FOR: Roadway Improvements to16th Street from 74th Avenue to 66th Avenue and 66t Avenue from 167 h Street to S. R. 60 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To - OWNER And To, CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on\ DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto . This list may not be all- inclusive , and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 days of the above date of Substantial Completion . The responsibilities between OWNER and CONTRACTOR for security, operation , safety, 00630 - Certificate of Substantial Completion 00630 - 1 F:\Engineenng\Capital Projects\9920-06m St, 74th Ave to 66th Ave\9920 Contract Documents & Specst00639 - Certificate of Substantial Completion boc SECTION 00630 - Certificate of Substantial Completion Date of Issuance: 2009 OWNER: Indian River County CONTRACTOR - Bid No . 200an�7 Project: Roadway Improvements to 16th Street from 74th Avenue to 66`h Avenue and 66'h Avenue from 16` Street to S . R . 60 OWNER's Contract No. 2009037 ENGINEER's Project No . 9920 , 9810-A, 0545 CONTRACT FOR: Roadway Improvements to16th Street from 74th Avenue to 66th Avenue and 66t Avenue from 167 h Street to S. R. 60 This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: To - OWNER And To, CONTRACTOR The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR and ENGINEER, and that Work is hereby declared to be substantially complete in accordance with the Contract Documents on\ DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto . This list may not be all- inclusive , and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within 30 days of the above date of Substantial Completion . The responsibilities between OWNER and CONTRACTOR for security, operation , safety, 00630 - Certificate of Substantial Completion 00630 - 1 F:\Engineenng\Capital Projects\9920-06m St, 74th Ave to 66th Ave\9920 Contract Documents & Specst00639 - Certificate of Substantial Completion boc maintenance , heat, utilities , insurance and warranties and guarantees shall be as follows : OWNER : CONTRACTOR : The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on : ( Date ). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date) . CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date ) . OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) END OF SECTION 00630 - Certificate of Substantial Completion 00630 - 2 FiEnginf ering\Capibl Projecls19920-161N St, 74th Ave to 66th Ave19920 Contract Documents 8 Specs\00630 - Certificate of Substantial Completion .doc maintenance , heat, utilities , insurance and warranties and guarantees shall be as follows : OWNER : CONTRACTOR : The following documents are attached to and made a part of this Certificate: [For items to be attached see definition of Substantial Completion as supplemented and other specifically noted conditions precedent to achieving Substantial Completion as required by Contract Documents.] This certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligation to complete the Work in accordance with the Contract Documents. Executed by ENGINEER on : ( Date ). ENGINEER: By: (Authorized Signature) CONTRACTOR accepts this Certificate of Substantial Completion on (date) . CONTRACTOR: By: (Authorized Signature) OWNER accepts this Certificate of Substantial Completion on (date ) . OWNER: INDIAN RIVER COUNTY By: (Authorized Signature) END OF SECTION 00630 - Certificate of Substantial Completion 00630 - 2 FiEnginf ering\Capibl Projecls19920-161N St, 74th Ave to 66th Ave19920 Contract Documents 8 Specs\00630 - Certificate of Substantial Completion .doc SECTION 00632 - CONTRACTOR' S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR' S FINAL APPLICATION FOR PAYMENT) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state, did on the day of 2009 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1 . CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 5. The Work is complete and ready for final acceptance by the OWNER. 6 . CONTRACTOR hereby certifies that it has no claims against the OWNER. 00632- 1 FSEngineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00632 - Contractor's Final Certifcation.doc SECTION 00632 - CONTRACTOR' S FINAL CERTIFICATION OF THE WORK (TO ACCOMPANY CONTRACTOR' S FINAL APPLICATION FOR PAYMENT) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state, did on the day of 2009 , enter into a contract for the performance of certain work, more particularly described as follows: UNDER PENALTY OF PERJURY, affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all liens of all firms and individuals contracting directly with or directly employed by such CONTRACTOR have been paid in full EXCEPT: Name Description/Amount who have not been paid and who are due the amount set forth. Affiant further says that: 1 . CONTRACTOR has reviewed the Contract Documents. 2. CONTRACTOR has reviewed the Work for compliance with the Contract Documents. 3. CONTRACTOR has completed the Work in accordance with the Contract Documents. 4 . All equipment and systems have been tested in the presence of the ENGINEER or his representative and are fully operational with no defects or deficiencies except as listed below. 5. The Work is complete and ready for final acceptance by the OWNER. 6 . CONTRACTOR hereby certifies that it has no claims against the OWNER. 00632- 1 FSEngineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00632 - Contractor's Final Certifcation.doc (Corporate Seal ) (Contractor) By: Subscribed and sworn to before me this _ day of 2009 . Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + 00632-2 F:\Engineenng\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00632 - Contractor's Final Certification.doc (Corporate Seal ) (Contractor) By: Subscribed and sworn to before me this _ day of 2009 . Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + 00632-2 F:\Engineenng\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00632 - Contractor's Final Certification.doc SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: ( Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME : Roadway Improvements to 16th Street from 74 In Avenue to 66th Avenue, and 66th Avenue from 16th Street to S. R. 60. INDIAN RIVER COUNTY PROJECT # 9920, 9810-A, 0545 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision . I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents , except for discrepancies listed below. [Attach additional sheets as necessary) (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name : Company Address: Telephone Number: 00634 - Professional Surveyor and Mapper's certification as to Elevations and Locations of the Work REV 04-07 00634 - 1 F:\Engineenng\Capital Prgects\9920-16h St, 74th Ave to 66th Ave\9920 Conlracl Documents 8 Specs\00634 - Professional Surveyor and Mappers Certification as to Elevations and Locations of the Work REV 04-07.doc Rev. 06101 SECTION 00634 - PROFESSIONAL SURVEYOR AND MAPPER'S CERTIFICATION AS TO ELEVATIONS AND LOCATIONS OF THE WORK (TO BE COMPLETED BY A FLORIDA PROFESSIONAL SURVEYOR AND MAPPER RETAINED BY THE CONTRACTOR AND TO ACCOMPANY CONTRACTOR'S FINAL APPLICATION FOR PAYMENT) CERTIFY that I am a Florida Professional Surveyor and Mapper retained by: ( Insert name of CONTRACTOR) Who is the CONTRACTOR for the following Project: PROJECT NAME : Roadway Improvements to 16th Street from 74 In Avenue to 66th Avenue, and 66th Avenue from 16th Street to S. R. 60. INDIAN RIVER COUNTY PROJECT # 9920, 9810-A, 0545 I FURTHER CERTIFY that I have personally performed the survey work for the preparation of Record Drawings for the CONTRACTOR for this project or that such work was performed under my direct control and supervision . I FURTHER CERTIFY that all constructed elevations and locations of the Work are in conformance with the Contract Documents , except for discrepancies listed below. [Attach additional sheets as necessary) (SURVEYOR'S SEAL) CERTIFIED BY: Printed Name: Florida Professional Surveyor and Mapper Registration Number: Date Signed and Sealed by Professional Surveyor and Mapper: Company Name : Company Address: Telephone Number: 00634 - Professional Surveyor and Mapper's certification as to Elevations and Locations of the Work REV 04-07 00634 - 1 F:\Engineenng\Capital Prgects\9920-16h St, 74th Ave to 66th Ave\9920 Conlracl Documents 8 Specs\00634 - Professional Surveyor and Mappers Certification as to Elevations and Locations of the Work REV 04-07.doc Rev. 06101 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N .W. , Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly By PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE a practice division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN CONSULTING ENGINEERS COUNCIL AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by The Associated General Contractors of America Construction Specifications Institute Copyright ©1996 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Consulting Engineers Council 1015 15th Street N .W. , Washington, DC 20005 American Society of Civil Engineers 345 East 47th Street, New York, NY 10017 TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . ... . . . . . . . . . . . . . 5 1 .01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . .. .. . . .. . . . . 5 1 .02 Terminology. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . ARTICLE 2 - PRELIMINARY MATTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .8 2. 01 Delivery of Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . .8 2.02 Copies of Documents . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . .. . .. . . . . . . . . . . . . . 8 2.03 Commencement of Contract Times; Notice to Proceed. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . .8 2.04 Starting the Work. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . .. . . . . . . . .. . . .. . . . . ... . . . . . . . .8 2 .05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . .. . . . . .. . . . . . . . . . . . . . .. . . ..8 2 .06 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .9 2.07 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . .. . . . . . . .. .. . . .. . .. . . . . . ... ... . . . . . . . . . .. . . . . .. . . . . . . . .. . . . .9 ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, AMENDING , REUSE .. . . . . . . . . ... ... . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . .9 3.01 Intent . . . . .. . . . . .. .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . .. . . .. . . . . ... .. . . . . . . . . . ..9 3 .02 Reference Standards . . . . . . . . . . . .. . . . . .. . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . .. . . . . . . .. . . . . .. . . . . . . . . . . . . . . . .. . . .. . . . . .. . . . . . . . .. . .. . . . . 10 3 .03 Reporting and Resolving Discrepancies . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . 10 3.04 Amending and Supplementing Contract Documents . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . ... . . . . . . .. . . . .. . . . . 10 3.05 Reuse of Documents. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . . . . . . .. . . . .. . . . . . . . . . .. .. . . . . 10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . ... . . . . . .. . . . . . . . . . . . .. 11 4 .01 Availability of Lands. . .. . . . . . . . . . . .. . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . ... . .. . . . . . . . . . . 11 4.02 Subsurface and Physical Conditions . . .. .. . .. . . . . .. . . . . . . .. . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. .. . .. . . . . . .. . . . . .. . . . . . . . . . . . . . .. . . .. 11 4 .03 Differing Subsurface or Physical Conditions. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . .. . . . . . . . . . . . .. . . . .. . . . . .. . . ... . .. . . . . . .. . . . . 11 4.04 Underground Facilities . . . . . .. . . .. . . . . . . . . ... . . . ... .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . 12 4 .05 Reference Points . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . ... ... . . . . . . . . . . . . . . . . . . .. . . . . . . .. . ... . .. . . . . . .. . . . . . . 13 4 .06 Hazardous Environmental Condition at Site . .. . . . . . .. . . . . . . . . . . . .. . . . . . .. . . . . . . . .. . ... . . . . . . . . ... . ... . . .. . . . . .. . . .. . . .. . . . . . . . . . 13 ARTICLE 5 - BONDS AND INSURANCE . . . . . . . . . . . .. . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . .. . . . . . . . . .. . . . . . . .. . . . . . . . . . ... . . . . . . .. . . ... . . . 14 5.01 Performance, Payment, and Other Bonds. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . _ 14 5.02 Licensed Sureties and Insurers . ... . . . . . . . .. . . .. .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . ... . .. .. . . . .. .. . . 15 5.03 Certificates of Insurance . . . . . . . . . ... . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . .. . . . . . . . . . . . . .. . . . . . .. . . .. . . . .. .. . . . . . .. . . . . . . 15 5.04 CONTRACTOR'S Liability Insurance . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . 15 5.05 OWNER's LiabilityInsurance . . .. . . . . .. . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . ... . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 5.06 Property Insurance . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . 16 5.07 Waiver of Rights . ... . . .. . . . . . . . . . . ... . . . . . . . . . . . .. . . .. . . . .. . . . .. .. . . . . . . . . .. . . . .... ... . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . 17 5 .08 Receipt and Application of Insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ... . .. . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . .. 18 5. 09 Acceptance of Bonds and Insurance; Option to Replace. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . . 18 5. 10 Partial Utilization, Acknowledgment of Property Insurer. . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . 18 6 .01 Supervision and Superintendence . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6.02 Labor, Working Hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6.03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . 19 6.04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . _ . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6.05 Substitutes and "Or-Equals". . . . . . . . . . . . . . . 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . 19 6 .07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . .21 00700 - General Conditions REV 04-07 00700 - 2 F:'d9ngineenng\Capital Ptojects\9920-161h St, 74th A.c to 661h Ave\9920 Con' act Docnnvn[s & Speest0070D - Gcneral Conditions REV 04-09.doc TABLE OF CONTENTS Title Page ARTICLE 1 - DEFINITIONS AND TERMINOLOGY . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . ... . . . . . . . . . . . . . 5 1 .01 Defined Terms . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . .. .. . . .. . . . . 5 1 .02 Terminology. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . ARTICLE 2 - PRELIMINARY MATTERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .8 2. 01 Delivery of Bonds . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . .8 2.02 Copies of Documents . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . .. . .. . . . . . . . . . . . . . 8 2.03 Commencement of Contract Times; Notice to Proceed. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . .8 2.04 Starting the Work. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . .. . . . . . . . .. . . .. . . . . ... . . . . . . . .8 2 .05 Before Starting Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . .. . . . . .. . . . . . . . . . . . . . .. . . ..8 2 .06 Preconstruction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .9 2.07 Initial Acceptance of Schedules . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . .. . . . . . . .. .. . . .. . .. . . . . . ... ... . . . . . . . . . .. . . . . .. . . . . . . . .. . . . .9 ARTICLE 3 - CONTRACT DOCUMENTS : INTENT, AMENDING , REUSE .. . . . . . . . . ... ... . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . .9 3.01 Intent . . . . .. . . . . .. .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . .. . . .. . . . . ... .. . . . . . . . . . ..9 3 .02 Reference Standards . . . . . . . . . . . .. . . . . .. . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . .. . . . . . . .. . . . . .. . . . . . . . . . . . . . . . .. . . .. . . . . .. . . . . . . . .. . .. . . . . 10 3 .03 Reporting and Resolving Discrepancies . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . 10 3.04 Amending and Supplementing Contract Documents . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . ... . . . . . . .. . . . .. . . . . 10 3.05 Reuse of Documents. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . . . . . . .. . . . .. . . . . . . . . . .. .. . . . . 10 ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . ... . . . . . .. . . . . . . . . . . . .. 11 4 .01 Availability of Lands. . .. . . . . . . . . . . .. . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . ... . .. . . . . . . . . . . 11 4.02 Subsurface and Physical Conditions . . .. .. . .. . . . . .. . . . . . . .. . . .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. .. . .. . . . . . .. . . . . .. . . . . . . . . . . . . . .. . . .. 11 4 .03 Differing Subsurface or Physical Conditions. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . .. . . . . . . . . . . . .. . . . .. . . . . .. . . ... . .. . . . . . .. . . . . 11 4.04 Underground Facilities . . . . . .. . . .. . . . . . . . . ... . . . ... .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . 12 4 .05 Reference Points . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . ... ... . . . . . . . . . . . . . . . . . . .. . . . . . . .. . ... . .. . . . . . .. . . . . . . 13 4 .06 Hazardous Environmental Condition at Site . .. . . . . . .. . . . . . . . . . . . .. . . . . . .. . . . . . . . .. . ... . . . . . . . . ... . ... . . .. . . . . .. . . .. . . .. . . . . . . . . . 13 ARTICLE 5 - BONDS AND INSURANCE . . . . . . . . . . . .. . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . .. . . . . . . . . .. . . . . . . .. . . . . . . . . . ... . . . . . . .. . . ... . . . 14 5.01 Performance, Payment, and Other Bonds. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . _ 14 5.02 Licensed Sureties and Insurers . ... . . . . . . . .. . . .. .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . ... . .. .. . . . .. .. . . 15 5.03 Certificates of Insurance . . . . . . . . . ... . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . .. . . . . . . . . . . . . .. . . . . . .. . . .. . . . .. .. . . . . . .. . . . . . . 15 5.04 CONTRACTOR'S Liability Insurance . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . 15 5.05 OWNER's LiabilityInsurance . . .. . . . . .. . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . ... . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 5.06 Property Insurance . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . 16 5.07 Waiver of Rights . ... . . .. . . . . . . . . . . ... . . . . . . . . . . . .. . . .. . . . .. . . . .. .. . . . . . . . . .. . . . .... ... . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . 17 5 .08 Receipt and Application of Insurance Proceeds . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ... . .. . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . .. 18 5. 09 Acceptance of Bonds and Insurance; Option to Replace. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . . . . . . . . 18 5. 10 Partial Utilization, Acknowledgment of Property Insurer. . . . . . . . . . . . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . 18 6 .01 Supervision and Superintendence . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6.02 Labor, Working Hours . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 6.03 Services, Materials, and Equipment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . 19 6.04 Progress Schedule . . . . . . . . . . . . . . . . . . . . . . _ . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 6.05 Substitutes and "Or-Equals". . . . . . . . . . . . . . . 11 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . 19 6 .07 Patent Fees and Royalties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . .21 00700 - General Conditions REV 04-07 00700 - 2 F:'d9ngineenng\Capital Ptojects\9920-161h St, 74th A.c to 661h Ave\9920 Con' act Docnnvn[s & Speest0070D - Gcneral Conditions REV 04-09.doc 6.08 Permits. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . ..22 6.09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 10 Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 6. 14 Safety Representative . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 6 . 15 Hazard Communication Programs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6. 16 Emergencies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6. 17 Shop Drawings and Samples. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6 . 18 Continuing the Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . .25 6 . 19 CONTRACTOR 's General Warranty and Guarantee. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 6 .20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 ARTICLE7 - OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 7.01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 7.02 Coordination . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .27 ARTICLE 8 - OWNER'S RESPONSIBILITIES .. . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . ..27 8 . 01 Communications to Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8 .02 Replacement of ENGINEER . . . . . . . . . . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . .27 8.03 Furnish Data . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8.04 Pay Promptly When Due. . . . . . . .. . .. . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . .. . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . .. . . .27 8.05 Lands and Easements; Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .27 8.06 Insurance . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8.07 Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .27 8 .08 Inspections, Tests, and Approvals . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . .27 8 .09 Limitations on OWNER's Responsibilities . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . ..27 8. 10 Undisclosed Hazardous Environmental Condition . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 8. 11 Evidence of Financial Arrangements . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . . .. . . . .28 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.01 OWNERS Representative . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . .28 9 .02 Visits to Site . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . ... . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..28 9 .03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.04 Clarifications and Interpretations. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . ... . . .28 9.05 Authorized Variations in Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.06 Rejecting Defective Work. .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 9.07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . . . . . . . . . . . . . . . .. . . .29 9. 10 Limitations on ENGINEER's Authority and Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .29 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 10.01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . .30 10.02 Unauthorized Changes in the Work. . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .30 10 .03 Execution of Change Orders. . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .30 10.04 Notification to Surety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . ..31 11 .01 Cost of the Work. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 11 .02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 11 . 03 Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 00700 - General Conditions REV 04-07 00700 - 3 FSEngine nng\Capital Projecto\ 20- 16th St, 74th Ave to 66th Av W920 Contract D unxnts A Specs`.00700 - Gmeral Conditions REV 04-07.doc 6.08 Permits. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . ..22 6.09 Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 10 Taxes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 11 Use of Site and Other Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .22 6 . 13 Safety and Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 6. 14 Safety Representative . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .23 6 . 15 Hazard Communication Programs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6. 16 Emergencies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6. 17 Shop Drawings and Samples. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 6 . 18 Continuing the Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . .25 6 . 19 CONTRACTOR 's General Warranty and Guarantee. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 6 .20 Indemnification . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .25 ARTICLE7 - OTHER WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 7.01 Related Work at Site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 7.02 Coordination . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .27 ARTICLE 8 - OWNER'S RESPONSIBILITIES .. . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . ..27 8 . 01 Communications to Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8 .02 Replacement of ENGINEER . . . . . . . . . . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . .27 8.03 Furnish Data . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8.04 Pay Promptly When Due. . . . . . . .. . .. . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . .. . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . .. . . .27 8.05 Lands and Easements; Reports and Tests . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .27 8.06 Insurance . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .27 8.07 Change Orders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .27 8 .08 Inspections, Tests, and Approvals . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . .27 8 .09 Limitations on OWNER's Responsibilities . . . . . . . . . . . . . . .. . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . ..27 8. 10 Undisclosed Hazardous Environmental Condition . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 8. 11 Evidence of Financial Arrangements . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . . .. . . . .28 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.01 OWNERS Representative . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . .28 9 .02 Visits to Site . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . ... . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..28 9 .03 Project Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.04 Clarifications and Interpretations. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . ... . . .28 9.05 Authorized Variations in Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .28 9.06 Rejecting Defective Work. .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 9.07 Shop Drawings, Change Orders and Payments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . .29 9.09 Decisions on Requirements of Contract Documents and Acceptability of Work . . . . . . . . . . . . . . . . . . . . . . . . .. . . .29 9. 10 Limitations on ENGINEER's Authority and Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .29 ARTICLE 10 - CHANGES IN THE WORK; CLAIMS . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 10.01 Authorized Changes in the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . .30 10.02 Unauthorized Changes in the Work. . . . . . . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .30 10 .03 Execution of Change Orders. . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .30 10.04 Notification to Surety . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10.05 Claims and Disputes . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 ARTICLE 11 - COST OF THE WORK; CASH ALLOWANCES; UNIT PRICE WORK . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . ..31 11 .01 Cost of the Work. . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .31 11 .02 Cash Allowances . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 11 . 03 Unit Price Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 00700 - General Conditions REV 04-07 00700 - 3 FSEngine nng\Capital Projecto\ 20- 16th St, 74th Ave to 66th Av W920 Contract D unxnts A Specs`.00700 - Gmeral Conditions REV 04-07.doc 1201. Change of Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .34 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 .02 Change of Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . .. . _ _ . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .35 12 .03 Delays Beyond CONTRACTOR's Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . - . . . . .. 35 . . . . . . . . . .. . . . . . . . . 12.04 Delays Within CONTRACTORS Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . 12 .06 Delay Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 ARTICLE 13 - TESTS AND INSPECTIONS , CORRECTION , REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK . . . . . . . . . . . .. . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . .35 13.01 Notice of Defects . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . 35 . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13.02 Access to Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . . . . . . . . . . . 13.03 Tests and Inspections . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . 13.04 Uncovering Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .36 . . . . 13.05 OWNER May Stop the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . . . .36 13.06 Correction or Removal of Defective Work . . . . . . . . . .. . . .. . . . . .. . . ... . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 13.07 Correction Period ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . .37 13 .08 Acceptance of Defective Work. . . . . . .. . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . .. .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . .. . . .. . . . . . . . . . . . . .. ..37 13.09 OWNER May Correct Defective Work. . . .. . . . . . . .. . . . . . . ... .. . . . . . . . . . . .. . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . .. . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. ... . .. . . . . . . . . . . .38 14 .01 Schedule of Values . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . ... . . . .. . ... .. . .. . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . .. ..38 14.02 Progress Payments . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . .. . .. . . .. . . .. . . .. . . . . .. .. . . . . . . . ... .. . . . . . . . . . . ..38 . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . 14.03 CONTRACTOR's Warranty of Title . . . . .. . . . . ... . .. . . .. ... . .. . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . .. . . . . . .. .. . . . . .. . . . . . . . . . .40 14.04 Substantial Completion . . . . . . .. . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . ... . .. . . .. . . . . . . . .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . . . . .. .41 14.05 Partial Utilization . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . .. . . . . . . .. .. . . . . . . . . . . . .. . . . . .. . . . . . . . . .. . . . . . . . . . . . .. . . . . .. . . . . . . .. . . .41 14 .06 Final Inspection . . . .. . . . . . . . . . . . . ... . . . . . .. . . . . . . . . . .. . . . . .. . . . .. . . . . . . ... . . . . . .. . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 14.07 Final Payment. . . . . . . . . . ... . . . . . . . .. . . . .. . . . .. . . . . .. . . .. . . . .. . .. . .. . . . ... .. . ... .. . . . . . . . .. .. . .. . . . .. . . . . . . . . . . . . . . .. . . . . ..42 . . . . . . .. . .. . . . . . . . . . . 14.09 Waiver of Claims . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . .. . . . . ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . .43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . . . . . . . . .... . .. .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .. ... ..43 15.01 OWNER May Suspend Work . .. . . . . . . . . . . . .. ... . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 . . . . . . . . . . . . . . . . . . . . . . . . 15.02 OWNER May Terminate for Cause . . . . . . . . . . .. . .. . . .. . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .43 15.03 OWNER May Terminate For Convenience . . . . .. . . . . . . . . . . . . . .. . . . . . . .. . ... . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . .43 15.04 CONTRACTOR May Stop Work or Terminate. .. . . .. . .. . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .44 ARTICLE 16 - DISPUTE RESOLUTION . .. . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . ... . .... . . . . . ... . .. . . . . . . . . . .. . . . . . . . .. . . . . . . . . .. . ... .. . . . . . . . . . . .. . .. ...44 16.01 Methods and Procedures . . . .. . . . .. . . .. . .. . ... .. . . . .. . . . . . . . . . . . . . ... . .. .. ... . . . ... ... . .. . ... . . . . . . . .. . . . . . .. . . . . . .. . . . . . .. . . . . . .. . . . . . . .44 ARTICLE17 - MISCELLANEOUS . . . . . . . . . . .. . . .. . . . . . . . . .. . . .. . . . . . .. . . ... . . . . .. . . . . . . .. . . . . . . ... .. . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . .. . .. . ... . . . .. . . . .44 17.01 Giving Notice . . .. . . . . . . . . . . ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . .. .. . .. . . .. . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . .. .. .. . .. .. . . . . . . . . . . .44 17.02 Computation of Times .. . ... . . .. . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . .. . . . .. . . . . . . . . 44 .. . . .. ... .. . . . .. . .. . . . . . . . . . . .. . . .. . . . . . . . .. . . . . . . . . . . . . . . . . 17.03 Cumulative Remedies . . . . . . .. . .. . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .44 . . . 17.04 Survival of Obligations. . . .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . .. .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . .45 17.05 Controlling Law. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . .45 00700 - General Conditions REV 04 -07 00700 - 4 F9 ngineennffaDota] ProjensW920-16th S1, 74th Ave to 66th A.69920 Contract Documents & SpecsM700 - General Conditions REV 04-07 &C 1201. Change of Contract Price . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .34 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 .02 Change of Contract Times . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . .. . _ _ . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .35 12 .03 Delays Beyond CONTRACTOR's Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . - . . . . .. 35 . . . . . . . . . .. . . . . . . . . 12.04 Delays Within CONTRACTORS Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . 12 .06 Delay Damages . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 ARTICLE 13 - TESTS AND INSPECTIONS , CORRECTION , REMOVAL OR ACCEPTANCE OF DEFECTIVEWORK . . . . . . . . . . . .. . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . .35 13.01 Notice of Defects . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . . . 35 . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13.02 Access to Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . . . . . . . . . . . 13.03 Tests and Inspections . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .35 . . . . . . . 13.04 Uncovering Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .36 . . . . 13.05 OWNER May Stop the Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .. . . . . . .. . . . . . . . . . . .36 13.06 Correction or Removal of Defective Work . . . . . . . . . .. . . .. . . . . .. . . ... . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 13.07 Correction Period ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . .37 13 .08 Acceptance of Defective Work. . . . . . .. . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . .. .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . . . .. . . .. . . .. . . . . . . . . . . . . .. ..37 13.09 OWNER May Correct Defective Work. . . .. . . . . . . .. . . . . . . ... .. . . . . . . . . . . .. . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .37 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION . . . . . . . . . . .. . .. . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. ... . .. . . . . . . . . . . .38 14 .01 Schedule of Values . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . ... . . . .. . ... .. . .. . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . .. . .. ..38 14.02 Progress Payments . . . . . . . . . . . . .. . . . . . . . . . . . .. . . . .. . . . . .. . .. . . .. . . .. . . .. . . . . .. .. . . . . . . . ... .. . . . . . . . . . . ..38 . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . 14.03 CONTRACTOR's Warranty of Title . . . . .. . . . . ... . .. . . .. ... . .. . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . .. . . . . . . . . .. . . . . . .. .. . . . . .. . . . . . . . . . .40 14.04 Substantial Completion . . . . . . .. . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . ... . .. . . .. . . . . . . . .. . .. . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . .. . . . . .. .41 14.05 Partial Utilization . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . . . . .. . . . . . . .. .. . . . . . . . . . . . .. . . . . .. . . . . . . . . .. . . . . . . . . . . . .. . . . . .. . . . . . . .. . . .41 14 .06 Final Inspection . . . .. . . . . . . . . . . . . ... . . . . . .. . . . . . . . . . .. . . . . .. . . . .. . . . . . . ... . . . . . .. . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .42 14.07 Final Payment. . . . . . . . . . ... . . . . . . . .. . . . .. . . . .. . . . . .. . . .. . . . .. . .. . .. . . . ... .. . ... .. . . . . . . . .. .. . .. . . . .. . . . . . . . . . . . . . . .. . . . . ..42 . . . . . . .. . .. . . . . . . . . . . 14.09 Waiver of Claims . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . .. . . . . ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . .. . . . .43 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION . . . . . . . . .... . .. .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .. ... ..43 15.01 OWNER May Suspend Work . .. . . . . . . . . . . . .. ... . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .43 . . . . . . . . . . . . . . . . . . . . . . . . 15.02 OWNER May Terminate for Cause . . . . . . . . . . .. . .. . . .. . . . . . . . . . . .. . . . . . . .. . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .43 15.03 OWNER May Terminate For Convenience . . . . .. . . . . . . . . . . . . . .. . . . . . . .. . ... . . . . .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . . .43 15.04 CONTRACTOR May Stop Work or Terminate. .. . . .. . .. . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .44 ARTICLE 16 - DISPUTE RESOLUTION . .. . . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . ... . .... . . . . . ... . .. . . . . . . . . . .. . . . . . . . .. . . . . . . . . .. . ... .. . . . . . . . . . . .. . .. ...44 16.01 Methods and Procedures . . . .. . . . .. . . .. . .. . ... .. . . . .. . . . . . . . . . . . . . ... . .. .. ... . . . ... ... . .. . ... . . . . . . . .. . . . . . .. . . . . . .. . . . . . .. . . . . . .. . . . . . . .44 ARTICLE17 - MISCELLANEOUS . . . . . . . . . . .. . . .. . . . . . . . . .. . . .. . . . . . .. . . ... . . . . .. . . . . . . .. . . . . . . ... .. . . . .. . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . .. . .. . ... . . . .. . . . .44 17.01 Giving Notice . . .. . . . . . . . . . . ... . .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . .. .. . .. . . .. . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . .. .. .. . .. .. . . . . . . . . . . .44 17.02 Computation of Times .. . ... . . .. . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . .. . . . .. . . . . . . . . 44 .. . . .. ... .. . . . .. . .. . . . . . . . . . . .. . . .. . . . . . . . .. . . . . . . . . . . . . . . . . 17.03 Cumulative Remedies . . . . . . .. . .. . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . .. . . . . . . . . . . . . . .. . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . . . . . . . .44 . . . 17.04 Survival of Obligations. . . .. .. . . . .. . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . .. .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . .45 17.05 Controlling Law. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . .45 00700 - General Conditions REV 04 -07 00700 - 4 F9 ngineennffaDota] ProjensW920-16th S1, 74th Ave to 66th A.69920 Contract Documents & SpecsM700 - General Conditions REV 04-07 &C GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10. Claim--A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both , or other 1 , 01 Defined Terms relief with respect to the terms of the Contract. A demand for money or services by a third party is not a A. Wherever used in the Contract Documents Claim . and printed with initial or all capital letters, the terms listed below will have the meanings indicated which 11 . Contract--The entire and integrated are applicable to both the singular and plural thereof. written agreement between the OWNER and CONTRACTOR concerning the Work . The Contract 1 . Addenda—Written or graphic instruments supersedes prior negotiations, representations, or issued prior to the opening of Bids which clarify, agreements, whether written or oral . correct, or change the Bidding Requirements or the Contract Documents. 12. Contract Documents--The Contract Documents establish the rights and obligations of the 2 . Agreement—The written instrument which parties and include the Agreement, Addenda (which is evidence of the agreement between OWNER and pertain to the Contract Documents), CONTRACTOR's CONTRACTOR covering the Work . Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the 3 . Application for Payment--The form Notice of Award) when attached as an exhibit to the acceptable to ENGINEER which is to be used by Agreement, the Notice to Proceed, the Bonds, these CONTRACTOR during the course of the Work in General Conditions, the Supplementary Conditions, requesting progress or final payments and which is to the Specifications and the Drawings as the same are be accompanied by such supporting documentation more specifically identified in the Agreement, together as is required by the Contract Documents. with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's 4. Asbestos--Any material that contains written interpretations and clarifications issued on or more than one percent asbestos and is friable or is after the Effective Date of the Agreement. Approved releasing asbestos fibers into the air above current Shop Drawings and the reports and drawings of action levels established by the United States Occupa- subsurface and physical conditions are not Contract tional Safety and Health Administration . Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files 5. Bid—The offer or proposal of a bidder in electronic media format of text, data, graphics, and submitted on the prescribed form setting forth the the like that may be furnished by OWNER to prices for the Work to be performed. CONTRACTOR are not Contract Documents . 6. Bidding Documents—The Bidding 13. Contract Price--The moneys payable by Requirements and the proposed Contract Documents OWNER to CONTRACTOR for completion of the (including all Addenda issued prior to receipt of Bids). Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of 7. Bidding Requirements—The paragraph 11 .03 in the case of Unit Price Work). Advertisement or Invitation to Bid , Instructions to Bidders, Bid security form , if any, and the Bid form 14. Contract Times—The number of days or with any supplements. the dates stated in the Agreement to: (i) achieve Substantial Completion ; and (ii) complete the Work so 8. Bonds--Performance and payment bonds that it is ready for final payment as evidenced by and other instruments of security. ENGINEER's written recommendation of final pay- ment. 9 . Change Order--A document recommend- ed by ENGINEER which is signed by CONTRACTOR 15. CONTRACTOR--The individual or entity and OWNER and authorizes an addition, deletion, or with whom OWNER has entered into the Agreement. revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the 16. Cost of the Work--See paragraph 11 .01 .A Effective Date of the Agreement. for definition . 00700 - General Conditions REV 04-07 00700 - 5 F Tngineering\Capital Noject0920-16th St, 74th Ave to 66th Aver9920 Contraa Docummts & SpeceQ0700 - General Conditions REV 00.07.doe GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 10. Claim--A demand or assertion by OWNER or CONTRACTOR seeking an adjustment of Contract Price or Contract Times, or both , or other 1 , 01 Defined Terms relief with respect to the terms of the Contract. A demand for money or services by a third party is not a A. Wherever used in the Contract Documents Claim . and printed with initial or all capital letters, the terms listed below will have the meanings indicated which 11 . Contract--The entire and integrated are applicable to both the singular and plural thereof. written agreement between the OWNER and CONTRACTOR concerning the Work . The Contract 1 . Addenda—Written or graphic instruments supersedes prior negotiations, representations, or issued prior to the opening of Bids which clarify, agreements, whether written or oral . correct, or change the Bidding Requirements or the Contract Documents. 12. Contract Documents--The Contract Documents establish the rights and obligations of the 2 . Agreement—The written instrument which parties and include the Agreement, Addenda (which is evidence of the agreement between OWNER and pertain to the Contract Documents), CONTRACTOR's CONTRACTOR covering the Work . Bid (including documentation accompanying the Bid and any post Bid documentation submitted prior to the 3 . Application for Payment--The form Notice of Award) when attached as an exhibit to the acceptable to ENGINEER which is to be used by Agreement, the Notice to Proceed, the Bonds, these CONTRACTOR during the course of the Work in General Conditions, the Supplementary Conditions, requesting progress or final payments and which is to the Specifications and the Drawings as the same are be accompanied by such supporting documentation more specifically identified in the Agreement, together as is required by the Contract Documents. with all Written Amendments, Change Orders, Work Change Directives, Field Orders, and ENGINEER's 4. Asbestos--Any material that contains written interpretations and clarifications issued on or more than one percent asbestos and is friable or is after the Effective Date of the Agreement. Approved releasing asbestos fibers into the air above current Shop Drawings and the reports and drawings of action levels established by the United States Occupa- subsurface and physical conditions are not Contract tional Safety and Health Administration . Documents. Only printed or hard copies of the items listed in this paragraph are Contract Documents. Files 5. Bid—The offer or proposal of a bidder in electronic media format of text, data, graphics, and submitted on the prescribed form setting forth the the like that may be furnished by OWNER to prices for the Work to be performed. CONTRACTOR are not Contract Documents . 6. Bidding Documents—The Bidding 13. Contract Price--The moneys payable by Requirements and the proposed Contract Documents OWNER to CONTRACTOR for completion of the (including all Addenda issued prior to receipt of Bids). Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of 7. Bidding Requirements—The paragraph 11 .03 in the case of Unit Price Work). Advertisement or Invitation to Bid , Instructions to Bidders, Bid security form , if any, and the Bid form 14. Contract Times—The number of days or with any supplements. the dates stated in the Agreement to: (i) achieve Substantial Completion ; and (ii) complete the Work so 8. Bonds--Performance and payment bonds that it is ready for final payment as evidenced by and other instruments of security. ENGINEER's written recommendation of final pay- ment. 9 . Change Order--A document recommend- ed by ENGINEER which is signed by CONTRACTOR 15. CONTRACTOR--The individual or entity and OWNER and authorizes an addition, deletion, or with whom OWNER has entered into the Agreement. revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the 16. Cost of the Work--See paragraph 11 .01 .A Effective Date of the Agreement. for definition . 00700 - General Conditions REV 04-07 00700 - 5 F Tngineering\Capital Noject0920-16th St, 74th Ave to 66th Aver9920 Contraa Docummts & SpeceQ0700 - General Conditions REV 00.07.doe 17 . Drawings--That part of the Contract completion date or time prior to Substantial Comple- Documents prepared or approved by ENGINEER tion of all the Work . which graphically shows the scope, extent, and character of the Work to be performed by 28 . Notice of Award--The written notice by CONTRACTOR. Shop Drawings and other OWNER to the apparent successful bidder stating that CONTRACTOR submittals are not Drawings as so upon timely compliance by the apparent successful defined , bidder with the conditions precedent listed therein , OWNER will sign and deliver the Agreement. 18. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes 29. Notice to Proceed--A written notice given effective, but if no such date is indicated , it means the by OWNER to CONTRACTOR fixing the date on date on which the Agreement is signed and delivered which the Contract Times will commence to run and by the last of the two parties to sign and deliver. on which CONTRACTOR shall start to perform the Work under the Contract Documents . 19. ENGINEER--The individual or entity named as such in the Agreement. 30. OWNER—The individual , entity, public body, or authority with whom CONTRACTOR has n cn�r_ rn�cco�� r` .. �... n ,+ .� t entered into the Agreement and for whom the Work is entity having a contract with ENGINEE rnish to be performed. services as ENGINEER's an�d p ent professional associate or consult� espect to the Project and 31 . Portia! Utilization--Use by OWNER of a who is ' i as such in the Supplementary substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) 21 . Field Order—A written order issued by prior to Substantial Completion of all the Work. ENGINEER which requires minor changes in the 32. PCBs--Polychlorinated biphenyls. Work but which does not involve a change in the Contract Price or the Contract Times. 33. Petroleum—Petroleum , including crude oil or any fraction thereof which is liquid at standard 22 . General Requirements-Sections of conditions of temperature and pressure (60 degrees Division 1 of the Specifications. The General Fahrenheit and 14.7 pounds per square inch Requirements pertain to all sections of the Specifica- absolute), such as oil, petroleum , fuel oil, oil sludge, oil tions. refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils . 23 . Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum , 34. Project--The total construction of which Hazardous Waste, or Radioactive Material in such the Work to be performed under the Contract quantities or circumstances that may present a Documents may be the whole, or a part as may be substantial danger to persons or property exposed indicated elsewhere in the Contract Documents . thereto in connection with the Work. 35. Project Manual--The bound documentary 24. Hazardous Waste--The term Hazardous information prepared for bidding and constructing the Waste shall have the meaning provided in Section Work. A listing of the contents of the Project Manual , 1004 of the Solid Waste Disposal Act (42 USC which may be bound in one or more volumes, is Section 6903) as amended from time to time. contained in the table(s) of contents. 25. Laws and Regulations; Laws or Regulat- 36. Radioactive Material--Source, special ions—Any and all applicable laws , rules, regulations , nuclear, or byproduct material as defined by the ordinances, codes, and orders of any and all govern- Atomic Energy Act of 1954 (42 USC Section 2011 et mental bodies, agencies, authorities, and courts seq . ) as amended from time to time. having jurisdiction. 37. Resident Project Representative--The 26 . Liens--Charges, security interests , or authorized representative of ENGINEER who may be encumbrances upon Project funds , real property, or assigned to the Site or any part thereof. personal property. 38. Samples--Physical examples of 27. Milestone--A principal event specified in materials, equipment, or workmanship that are the Contract Documents relating to an intermediate representative of some portion of the Work and which 00700 - General Conditions REV 04-07 00700 - 6 F\Engineering\Capital PoojectsM20-16th St. 74th Ave 10 661h Ave\sS20 Contract Docurrenls & Specs\00700 - General Conditions REV 04-07.doc 17 . Drawings--That part of the Contract completion date or time prior to Substantial Comple- Documents prepared or approved by ENGINEER tion of all the Work . which graphically shows the scope, extent, and character of the Work to be performed by 28 . Notice of Award--The written notice by CONTRACTOR. Shop Drawings and other OWNER to the apparent successful bidder stating that CONTRACTOR submittals are not Drawings as so upon timely compliance by the apparent successful defined , bidder with the conditions precedent listed therein , OWNER will sign and deliver the Agreement. 18. Effective Date of the Agreement--The date indicated in the Agreement on which it becomes 29. Notice to Proceed--A written notice given effective, but if no such date is indicated , it means the by OWNER to CONTRACTOR fixing the date on date on which the Agreement is signed and delivered which the Contract Times will commence to run and by the last of the two parties to sign and deliver. on which CONTRACTOR shall start to perform the Work under the Contract Documents . 19. ENGINEER--The individual or entity named as such in the Agreement. 30. OWNER—The individual , entity, public body, or authority with whom CONTRACTOR has n cn�r_ rn�cco�� r` .. �... n ,+ .� t entered into the Agreement and for whom the Work is entity having a contract with ENGINEE rnish to be performed. services as ENGINEER's an�d p ent professional associate or consult� espect to the Project and 31 . Portia! Utilization--Use by OWNER of a who is ' i as such in the Supplementary substantially completed part of the Work for the pur- pose for which it is intended (or a related purpose) 21 . Field Order—A written order issued by prior to Substantial Completion of all the Work. ENGINEER which requires minor changes in the 32. PCBs--Polychlorinated biphenyls. Work but which does not involve a change in the Contract Price or the Contract Times. 33. Petroleum—Petroleum , including crude oil or any fraction thereof which is liquid at standard 22 . General Requirements-Sections of conditions of temperature and pressure (60 degrees Division 1 of the Specifications. The General Fahrenheit and 14.7 pounds per square inch Requirements pertain to all sections of the Specifica- absolute), such as oil, petroleum , fuel oil, oil sludge, oil tions. refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils . 23 . Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum , 34. Project--The total construction of which Hazardous Waste, or Radioactive Material in such the Work to be performed under the Contract quantities or circumstances that may present a Documents may be the whole, or a part as may be substantial danger to persons or property exposed indicated elsewhere in the Contract Documents . thereto in connection with the Work. 35. Project Manual--The bound documentary 24. Hazardous Waste--The term Hazardous information prepared for bidding and constructing the Waste shall have the meaning provided in Section Work. A listing of the contents of the Project Manual , 1004 of the Solid Waste Disposal Act (42 USC which may be bound in one or more volumes, is Section 6903) as amended from time to time. contained in the table(s) of contents. 25. Laws and Regulations; Laws or Regulat- 36. Radioactive Material--Source, special ions—Any and all applicable laws , rules, regulations , nuclear, or byproduct material as defined by the ordinances, codes, and orders of any and all govern- Atomic Energy Act of 1954 (42 USC Section 2011 et mental bodies, agencies, authorities, and courts seq . ) as amended from time to time. having jurisdiction. 37. Resident Project Representative--The 26 . Liens--Charges, security interests , or authorized representative of ENGINEER who may be encumbrances upon Project funds , real property, or assigned to the Site or any part thereof. personal property. 38. Samples--Physical examples of 27. Milestone--A principal event specified in materials, equipment, or workmanship that are the Contract Documents relating to an intermediate representative of some portion of the Work and which 00700 - General Conditions REV 04-07 00700 - 6 F\Engineering\Capital PoojectsM20-16th St. 74th Ave 10 661h Ave\sS20 Contract Docurrenls & Specs\00700 - General Conditions REV 04-07.doc establish the standards by which such portion of the Work will be judged . 47 . Unit Price Work—Work to be paid for on the basis of unit prices. 39 . Shop Drawings—All drawings , diagrams , illustrations, schedules, and other data or information 48 . Work--The entire completed construction which are specifically prepared or assembled by or for or the various separately identifiable parts thereof re- CONTRACTOR and submitted by CONTRACTOR to quired to be provided under the Contract Documents. illustrate some portion of the Work. Work includes and is the result of performing or providing all labor, services , and documentation 40 . Site--Lands or areas indicated in the necessary to produce such construction , and Contract Documents as being furnished by OWNER furnishing, installing, and incorporating all materials upon which the Work is to be performed , including and equipment into such construction , all as required rights-of-way and easements for access thereto, and by the Contract Documents. such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the 41 . Specifications--That part of the Contract Effective Date of the Agreement and signed by Documents consisting of written technical descriptions OWNER and recommended by ENGINEER ordering of materials, equipment, systems, standards, and an addition, deletion, or revision in the Work, or workmanship as applied to the Work and certain responding to differing or unforeseen subsurface or administrative details applicable thereto. physical conditions under which the Work is to be performed or to emergencies . A Work Change 42 . Subcontractor--An individual or entity Directive will not change the Contract Price or the having a direct contract with CONTRACTOR or with Contract Times but is evidence that the parties expect any other Subcontractor for the performance of a part that the change ordered or documented by a Work of the Work at the Site. Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by 43. Substantial Completion—The time at the parties as to its effect, if any, on the Contract Price which the Work (or a specified part thereof) has or Contract Times . progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is 50. Written Amendment—A written statement sufficiently complete, in accordance with the Contract modifying the Contract Documents, signed by Documents, so that the Work (or a specified part OWNER and CONTRACTOR on or after the Effective thereof) can be utilized for the purposes for which it is Date of the Agreement and normally dealing with the intended. The terms "substantially complete" and nonengineering or nontechnical rather than strictly "substantially completed" as applied to all or part of the construction-related aspects of the Contract DOCU- Work refer to Substantial Completion thereof. ments . 44. Supplementary Conditions—That part of 1 .02 Terminology the Contract Documents which amends or supplements these General Conditions. A. Intent of Certain Terms or Adjectives 45. Supplier--A manufacturer, fabricator, 1 . Whenever in the Contract Documents the supplier, distributor, materialman, or vendor having a terms "as allowed ," "as approved ," or terms of like direct contract with CONTRACTOR or with any effect or import are used , or the adjectives Subcontractor to furnish materials or equipment to be `reasonable," "suitable," "acceptable," "proper," incorporated in the Work by CONTRACTOR or any "satisfactory," or adjectives of like effect or import Subcontractor. are used to describe an action or determination of ENGINEER as to the Work, it is intended that such 46. Underground Facilities--All underground action or determination will be solely to evaluate, in pipelines, conduits, ducts, cables, wires, manholes, general, the completed Work for compliance with vaults, tanks, tunnels, or other such facilities or the requirements of and information in the Contract attachments , and any encasements containing such Documents and conformance with the design facilities, including those that convey electricity, gases, concept of the completed Project as a functioning steam , liquid petroleum products, telephone or other whole as shown or indicated in the Contract communications, cable television, water, wastewater, Documents (unless there is a specific statement storm water, other liquids or chemicals, or traffic or indicating otherwise). The use of any such term or other control systems. adjective shall not be effective to assign to ENGI- 00700 - General Conditions REV 04-07 00700 - 7 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs=700 - General Conditions REV 04-07ortc establish the standards by which such portion of the Work will be judged . 47 . Unit Price Work—Work to be paid for on the basis of unit prices. 39 . Shop Drawings—All drawings , diagrams , illustrations, schedules, and other data or information 48 . Work--The entire completed construction which are specifically prepared or assembled by or for or the various separately identifiable parts thereof re- CONTRACTOR and submitted by CONTRACTOR to quired to be provided under the Contract Documents. illustrate some portion of the Work. Work includes and is the result of performing or providing all labor, services , and documentation 40 . Site--Lands or areas indicated in the necessary to produce such construction , and Contract Documents as being furnished by OWNER furnishing, installing, and incorporating all materials upon which the Work is to be performed , including and equipment into such construction , all as required rights-of-way and easements for access thereto, and by the Contract Documents. such other lands furnished by OWNER which are designated for the use of CONTRACTOR. 49. Work Change Directive—A written statement to CONTRACTOR issued on or after the 41 . Specifications--That part of the Contract Effective Date of the Agreement and signed by Documents consisting of written technical descriptions OWNER and recommended by ENGINEER ordering of materials, equipment, systems, standards, and an addition, deletion, or revision in the Work, or workmanship as applied to the Work and certain responding to differing or unforeseen subsurface or administrative details applicable thereto. physical conditions under which the Work is to be performed or to emergencies . A Work Change 42 . Subcontractor--An individual or entity Directive will not change the Contract Price or the having a direct contract with CONTRACTOR or with Contract Times but is evidence that the parties expect any other Subcontractor for the performance of a part that the change ordered or documented by a Work of the Work at the Site. Change Directive will be incorporated in a subse- quently issued Change Order following negotiations by 43. Substantial Completion—The time at the parties as to its effect, if any, on the Contract Price which the Work (or a specified part thereof) has or Contract Times . progressed to the point where, in the opinion of ENGINEER, the Work (or a specified part thereof) is 50. Written Amendment—A written statement sufficiently complete, in accordance with the Contract modifying the Contract Documents, signed by Documents, so that the Work (or a specified part OWNER and CONTRACTOR on or after the Effective thereof) can be utilized for the purposes for which it is Date of the Agreement and normally dealing with the intended. The terms "substantially complete" and nonengineering or nontechnical rather than strictly "substantially completed" as applied to all or part of the construction-related aspects of the Contract DOCU- Work refer to Substantial Completion thereof. ments . 44. Supplementary Conditions—That part of 1 .02 Terminology the Contract Documents which amends or supplements these General Conditions. A. Intent of Certain Terms or Adjectives 45. Supplier--A manufacturer, fabricator, 1 . Whenever in the Contract Documents the supplier, distributor, materialman, or vendor having a terms "as allowed ," "as approved ," or terms of like direct contract with CONTRACTOR or with any effect or import are used , or the adjectives Subcontractor to furnish materials or equipment to be `reasonable," "suitable," "acceptable," "proper," incorporated in the Work by CONTRACTOR or any "satisfactory," or adjectives of like effect or import Subcontractor. are used to describe an action or determination of ENGINEER as to the Work, it is intended that such 46. Underground Facilities--All underground action or determination will be solely to evaluate, in pipelines, conduits, ducts, cables, wires, manholes, general, the completed Work for compliance with vaults, tanks, tunnels, or other such facilities or the requirements of and information in the Contract attachments , and any encasements containing such Documents and conformance with the design facilities, including those that convey electricity, gases, concept of the completed Project as a functioning steam , liquid petroleum products, telephone or other whole as shown or indicated in the Contract communications, cable television, water, wastewater, Documents (unless there is a specific statement storm water, other liquids or chemicals, or traffic or indicating otherwise). The use of any such term or other control systems. adjective shall not be effective to assign to ENGI- 00700 - General Conditions REV 04-07 00700 - 7 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs=700 - General Conditions REV 04-07ortc NEER any duty or authority to supervise or direct E. Unless stated otherwise in the Contract Docu- the performance of the Work or any duty or ments, words or phrases which have a well-known authority to undertake responsibility contrary to the technical or construction industry or trade meaning are provisions of paragraph 9. 10 or any other provision used in the Contract Documents in accordance with of the Contract Documents . such recognized meaning. B. Day ARTICLE 2 - PRELIMINARY MATTERS 1 . The word "day' shall constitute a calendar day of 24 hours measured from midnight to the next midnight . 2 .01 Delivery of Bonds C. Defective A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also 1 . The word "defective," when modifying deliver to OWNER such Bonds as CONTRACTOR the word "Work," refers to Work that is may be required to furnish . unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does 2 .02 Copies of Documents not meet the requirements of any inspection, reference standard , test, or approval referred to A. OWNER shall furnish to CONTRACTOR up in the Contract Documents, or has been to ten copies of the Contract Documents. Additional damaged prior to ENGINEER's recom- copies will be furnished upon request at the cost of mendation of final payment (unless responsi- reproduction . bility for the protection thereof has been assumed by OWNER at Substantial 2.03 Commencement of Contract Times; Notice Completion in accordance with paragraph to Proceed 14.04 or 14.05). A. The Contract Times will commence to run on D. Furnish, Install, Perform, Provide the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day 1 . The werd "f-i nish ," when ElSed in indicated in the Notice to Proceed. A Notice to Pro- l;onne6tlen with services, materials, or ceed may be given at any time within 30 days after the equipment, shall mean W Supply and delive Effective Date of the Agreement. In no event will the said seFviGes , ^ nater al` ^y r ' to the Contract Times commence to run later than the Site (OF SeFA^ OtheF Sp^,. fied IOG@t;On) Feady fer sixtieth day after the day of Bid opening or the thirtieth ige @F inst;;Ilati(AR and on usable or eperatil day after the Effective Date of the Agreement, cendtieR whichever date is earlier. 2– The werd "iR6tal'," when used --in 2.04 Starting the Work aannastien with—services, materials, op A. CONTRACTOR shall start to perform the 'n final pestieR said seRrii;es, materials, Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior USE) . to the date on which the Contract Times commence to run. with ReRiGes , 2 .05 Before Starting Construction And install— Said Services, materials, er A. CONTRACTOR's Review of Contract Docu- Y rm ^^' ` ,^ Y'^'^ and ready for inteRdPd ments: Before undertaking each part of the Work, use. CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent 4. When "furnish," "install," "perform ," or figures therein and all applicable field measurements . "provide" is not used in connection with services , CONTRACTOR shall promptly report in writing to materials, or equipment in a context clearly ENGINEER any conflict, error, ambiguity, or requiring an obligation of CONTRACTOR, discrepancy which CONTRACTOR may discover and "provide" is implied . shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected 00700 - General Conditions REV 04-07 00700 - 8 F\Engineering\Capital Projecls\9920-161h St, 74th Ave to 661h Ave4920 Conlrad Documents 8 Spet \00700 - General Conditions REV 04-07doc NEER any duty or authority to supervise or direct E. Unless stated otherwise in the Contract Docu- the performance of the Work or any duty or ments, words or phrases which have a well-known authority to undertake responsibility contrary to the technical or construction industry or trade meaning are provisions of paragraph 9. 10 or any other provision used in the Contract Documents in accordance with of the Contract Documents . such recognized meaning. B. Day ARTICLE 2 - PRELIMINARY MATTERS 1 . The word "day' shall constitute a calendar day of 24 hours measured from midnight to the next midnight . 2 .01 Delivery of Bonds C. Defective A. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also 1 . The word "defective," when modifying deliver to OWNER such Bonds as CONTRACTOR the word "Work," refers to Work that is may be required to furnish . unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents or does 2 .02 Copies of Documents not meet the requirements of any inspection, reference standard , test, or approval referred to A. OWNER shall furnish to CONTRACTOR up in the Contract Documents, or has been to ten copies of the Contract Documents. Additional damaged prior to ENGINEER's recom- copies will be furnished upon request at the cost of mendation of final payment (unless responsi- reproduction . bility for the protection thereof has been assumed by OWNER at Substantial 2.03 Commencement of Contract Times; Notice Completion in accordance with paragraph to Proceed 14.04 or 14.05). A. The Contract Times will commence to run on D. Furnish, Install, Perform, Provide the thirtieth day after the Effective Date of the Agree- ment or, if a Notice to Proceed is given, on the day 1 . The werd "f-i nish ," when ElSed in indicated in the Notice to Proceed. A Notice to Pro- l;onne6tlen with services, materials, or ceed may be given at any time within 30 days after the equipment, shall mean W Supply and delive Effective Date of the Agreement. In no event will the said seFviGes , ^ nater al` ^y r ' to the Contract Times commence to run later than the Site (OF SeFA^ OtheF Sp^,. fied IOG@t;On) Feady fer sixtieth day after the day of Bid opening or the thirtieth ige @F inst;;Ilati(AR and on usable or eperatil day after the Effective Date of the Agreement, cendtieR whichever date is earlier. 2– The werd "iR6tal'," when used --in 2.04 Starting the Work aannastien with—services, materials, op A. CONTRACTOR shall start to perform the 'n final pestieR said seRrii;es, materials, Work on the date when the Contract Times com- mence to run. No Work shall be done at the Site prior USE) . to the date on which the Contract Times commence to run. with ReRiGes , 2 .05 Before Starting Construction And install— Said Services, materials, er A. CONTRACTOR's Review of Contract Docu- Y rm ^^' ` ,^ Y'^'^ and ready for inteRdPd ments: Before undertaking each part of the Work, use. CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent 4. When "furnish," "install," "perform ," or figures therein and all applicable field measurements . "provide" is not used in connection with services , CONTRACTOR shall promptly report in writing to materials, or equipment in a context clearly ENGINEER any conflict, error, ambiguity, or requiring an obligation of CONTRACTOR, discrepancy which CONTRACTOR may discover and "provide" is implied . shall obtain a written interpretation or clarification from ENGINEER before proceeding with any Work affected 00700 - General Conditions REV 04-07 00700 - 8 F\Engineering\Capital Projecls\9920-161h St, 74th Ave to 661h Ave4920 Conlrad Documents 8 Spet \00700 - General Conditions REV 04-07doc thereby; however, CONTRACTOR shall not be liable 2 . 07 Initial Acceptance of Schedules to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the A. Unless otherwise provided in the Contract Contract Documents unless CONTRACTOR knew or Documents, at least ten days before submission of the reasonably should have known thereof. first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- B. Preliminary Schedules: Within ten days after ate will be held to review for acceptability to ENGI- the Effective Date of the Agreement (unless otherwise NEER as provided below the schedules submitted in specified in the General Requirements), CONTRAC- accordance with paragraph 2.05.B . CONTRACTOR TOR shall submit to ENGINEER for its timely review: shall have an additional ten days to make corrections and adjustments and to complete and resubmit the 1 . a preliminary progress schedule schedules. No progress payment shall be made to indicating the times (numbers of days or dates) CONTRACTOR until acceptable schedules are for starting and completing the various stages submitted to ENGINEER. of the Work, including any Milestones specified in the Contract Documents; 1 . The progress schedule will be acceptable to ENGINEER if it provides an 2. a preliminary schedule of Shop orderly progression of the Work to completion Drawing and Sample submittals which will list within any specified Milestones and the each required submittal and the times for sub- Contract Times. Such acceptance will not miffing, reviewing, and processing such impose on ENGINEER responsibility for the submittal; and progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or 3. a preliminary schedule of values for relieve CONTRACTOR from CONTRACTOR's all of the Work which includes quantities and full responsibility therefor. prices of items which when added together equal the Contract Price and subdivides the 2 . CONTRACTOR's schedule of Shop Work into component parts in sufficient detail to Drawing and Sample submittals will be serve as the basis for progress payments acceptable to ENGINEER if it provides a during performance of the Work. Such prices workable arrangement for reviewing and will include an appropriate amount of overhead processing the required submittals. and profit applicable to each item of Work . 3 . CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form the Site is started , CONTRACTOR and OW NEall and substance if it provides a reasonable each deliver to the other, with copi o each allocation of the Contract Price to component additional insured identified in t upplementary parts of the Work. Conditions, certificates of urance (and other evidence of insuran ich either of them or any additional insur may reasonably request) which ARTICLE 3 - CONTRACT DOCUMENTS : INTENT , CONTRA and OWNER respectively are AMENDING , REUSE 3 .01 Intent 2 .06 Preconstruction Conference A. The Contract Documents are comple- mentary; what is called for by one is as binding as if A . \nr�20 d;;y-%; a� called for by all. to run , but before any Wo i e is started, a conference y CONTRACTOR, ENGINEER, B. It is the intent of the Contract Documents to �a o ers as appropriate will be held to establish a describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract %N nrk And to 669 ISS the RGhGdl 'IRS FPfGFFed to in PaFa Documents. Any labor, documentation , services, graph 2 .06 . 9 , Pr9G8duFes #)F h@Rdling Shop IDF24FI96 materials, or equipment that may reasonably be inferred from the Contract Documents or from o d MaintainingFed FeGGFds. prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. 00700 - General Conditions REV 174-07 00700 - 9 F : En9ineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\o0700 - General Condilions REV 04-07.doc thereby; however, CONTRACTOR shall not be liable 2 . 07 Initial Acceptance of Schedules to OWNER or ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the A. Unless otherwise provided in the Contract Contract Documents unless CONTRACTOR knew or Documents, at least ten days before submission of the reasonably should have known thereof. first Application for Payment a conference attended by CONTRACTOR, ENGINEER, and others as appropri- B. Preliminary Schedules: Within ten days after ate will be held to review for acceptability to ENGI- the Effective Date of the Agreement (unless otherwise NEER as provided below the schedules submitted in specified in the General Requirements), CONTRAC- accordance with paragraph 2.05.B . CONTRACTOR TOR shall submit to ENGINEER for its timely review: shall have an additional ten days to make corrections and adjustments and to complete and resubmit the 1 . a preliminary progress schedule schedules. No progress payment shall be made to indicating the times (numbers of days or dates) CONTRACTOR until acceptable schedules are for starting and completing the various stages submitted to ENGINEER. of the Work, including any Milestones specified in the Contract Documents; 1 . The progress schedule will be acceptable to ENGINEER if it provides an 2. a preliminary schedule of Shop orderly progression of the Work to completion Drawing and Sample submittals which will list within any specified Milestones and the each required submittal and the times for sub- Contract Times. Such acceptance will not miffing, reviewing, and processing such impose on ENGINEER responsibility for the submittal; and progress schedule, for sequencing, scheduling, or progress of the Work nor interfere with or 3. a preliminary schedule of values for relieve CONTRACTOR from CONTRACTOR's all of the Work which includes quantities and full responsibility therefor. prices of items which when added together equal the Contract Price and subdivides the 2 . CONTRACTOR's schedule of Shop Work into component parts in sufficient detail to Drawing and Sample submittals will be serve as the basis for progress payments acceptable to ENGINEER if it provides a during performance of the Work. Such prices workable arrangement for reviewing and will include an appropriate amount of overhead processing the required submittals. and profit applicable to each item of Work . 3 . CONTRACTOR's schedule of values will be acceptable to ENGINEER as to form the Site is started , CONTRACTOR and OW NEall and substance if it provides a reasonable each deliver to the other, with copi o each allocation of the Contract Price to component additional insured identified in t upplementary parts of the Work. Conditions, certificates of urance (and other evidence of insuran ich either of them or any additional insur may reasonably request) which ARTICLE 3 - CONTRACT DOCUMENTS : INTENT , CONTRA and OWNER respectively are AMENDING , REUSE 3 .01 Intent 2 .06 Preconstruction Conference A. The Contract Documents are comple- mentary; what is called for by one is as binding as if A . \nr�20 d;;y-%; a� called for by all. to run , but before any Wo i e is started, a conference y CONTRACTOR, ENGINEER, B. It is the intent of the Contract Documents to �a o ers as appropriate will be held to establish a describe a functionally complete Project (or part there- of) to be constructed in accordance with the Contract %N nrk And to 669 ISS the RGhGdl 'IRS FPfGFFed to in PaFa Documents. Any labor, documentation , services, graph 2 .06 . 9 , Pr9G8duFes #)F h@Rdling Shop IDF24FI96 materials, or equipment that may reasonably be inferred from the Contract Documents or from o d MaintainingFed FeGGFds. prevailing custom or trade usage as being required to produce the intended result will be provided whether or not specifically called for at no additional cost to OWNER. 00700 - General Conditions REV 174-07 00700 - 9 F : En9ineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\o0700 - General Condilions REV 04-07.doc shall not be liable to OWNER or ENGINEER for C . Clarifications and interpretations of the failure to report any such conflict, error, Contract Documents shall be issued by ENGINEER ambiguity, or discrepancy unless CON- as provided in Article 9. TRACTOR knew or reasonably should have known thereof. 3 .02 Reference Standards B . Resolving Discrepancies A. Standards, Specifications, Codes, Laws, and Regulations 1 . Except as may be otherwise specifically stated in the Contract Documents, 1 . Reference to standards, specifica- the provisions of the Contract Documents shall tions, manuals , or codes of any technical take precedence in resolving any conflict, error, society, organization, or association, or to Laws ambiguity, or discrepancy between the or Regulations, whether such reference be provisions of the Contract Documents and : specific or by implication , shall mean the stan- dard, specification , manual, code, or Laws or a. the provisions of any standard , Regulations in effect at the time of opening of specification, manual, code, or instruction Bids (or on the Effective Date of the Agreement (whether or not specifically incorporated by if there were no Bids), except as may be reference in the Contract Documents); or otherwise specifically stated in the Contract Documents. b. the provisions of any Laws or Regulations applicable to the performance 2. No provision of any such standard, of the Work (unless such an interpretation of specification, manual or code, or any instruction the provisions of the Contract Documents of a Supplier shall be effective to change the would result in violation of such Law or duties or responsibilities of OWNER, Regulation). CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- 3 .04 Amending and Supplementing Contract ees from those set forth in the Contract Documents Documents, nor shall any such provision or instruction be effective to assign to OWNER, A. The Contract Documents may be amended to ENGINEER, or any of ENGINEER's provide for additions, deletions, and revisions in the Consultants, agents, or employees any duty or Work or to modify the terms and conditions thereof in authority to supervise or direct the performance one or more of the following ways: (i) a Written of the Work or any duty or authority to Amendment; (ii) a Change Order; or (iii) a Work undertake responsibility inconsistent with the Change Directive. provisions of the Contract Documents. B. The requirements of the Contract Documents 3 .03 Reporting and Resolving Discrepancies may be supplemented, and minor variations and deviations in the Work may be authorized, by one or A. Reporting Discrepancies more of the following ways : (i) a Field Order, (ii) ENGINEER's approval of a Shop Drawing or Sample; 1 . If, during the performance of the or (iii) ENGINEER's written interpretation or clarifi- Work, CONTRACTOR discovers any conflict, cation. error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract 3 .05 Reuse of Documents Documents and any provision of any Law or Regulation applicable to the performance of the A. CONTRACTOR and any Subcontractor or Work or of any standard , specification, manual Supplier or other individual or entity performing or or code, or of any instruction of any Supplier, furnishing any of the Work under a direct or indirect CONTRACTOR shall report it to ENGINEER in contract with OWNER: (i) shall not have or acquire writing at once. CONTRACTOR shall not any title to or ownership rights in any of the Drawings, proceed with the Work affected thereby (except Specifications, or other documents (or copies of any in an emergency as required by paragraph thereof) prepared by or bearing the seal of 6. 16 .A) until an amendment or supplement to ENGINEER or ENGINEER's Consultant, including the Contract Documents has been issued by electronic media editions ; and (ii) shall not reuse any one of the methods indicated in paragraph of such Drawings, Specifications, other documents, or 3.04, provided, however, that CONTRACTOR copies thereof on extensions of the Project or any 00700 - General Conditions REV 04-07 00100 - 10 F%Engineering\Capital Projects\9920-16th St, 74th Ave to 661h Ave\9920 Conlract Documenls € SpecsT(17C - General Cond,tions REV 04-07 doc shall not be liable to OWNER or ENGINEER for C . Clarifications and interpretations of the failure to report any such conflict, error, Contract Documents shall be issued by ENGINEER ambiguity, or discrepancy unless CON- as provided in Article 9. TRACTOR knew or reasonably should have known thereof. 3 .02 Reference Standards B . Resolving Discrepancies A. Standards, Specifications, Codes, Laws, and Regulations 1 . Except as may be otherwise specifically stated in the Contract Documents, 1 . Reference to standards, specifica- the provisions of the Contract Documents shall tions, manuals , or codes of any technical take precedence in resolving any conflict, error, society, organization, or association, or to Laws ambiguity, or discrepancy between the or Regulations, whether such reference be provisions of the Contract Documents and : specific or by implication , shall mean the stan- dard, specification , manual, code, or Laws or a. the provisions of any standard , Regulations in effect at the time of opening of specification, manual, code, or instruction Bids (or on the Effective Date of the Agreement (whether or not specifically incorporated by if there were no Bids), except as may be reference in the Contract Documents); or otherwise specifically stated in the Contract Documents. b. the provisions of any Laws or Regulations applicable to the performance 2. No provision of any such standard, of the Work (unless such an interpretation of specification, manual or code, or any instruction the provisions of the Contract Documents of a Supplier shall be effective to change the would result in violation of such Law or duties or responsibilities of OWNER, Regulation). CONTRACTOR, or ENGINEER, or any of their subcontractors, consultants, agents, or employ- 3 .04 Amending and Supplementing Contract ees from those set forth in the Contract Documents Documents, nor shall any such provision or instruction be effective to assign to OWNER, A. The Contract Documents may be amended to ENGINEER, or any of ENGINEER's provide for additions, deletions, and revisions in the Consultants, agents, or employees any duty or Work or to modify the terms and conditions thereof in authority to supervise or direct the performance one or more of the following ways: (i) a Written of the Work or any duty or authority to Amendment; (ii) a Change Order; or (iii) a Work undertake responsibility inconsistent with the Change Directive. provisions of the Contract Documents. B. The requirements of the Contract Documents 3 .03 Reporting and Resolving Discrepancies may be supplemented, and minor variations and deviations in the Work may be authorized, by one or A. Reporting Discrepancies more of the following ways : (i) a Field Order, (ii) ENGINEER's approval of a Shop Drawing or Sample; 1 . If, during the performance of the or (iii) ENGINEER's written interpretation or clarifi- Work, CONTRACTOR discovers any conflict, cation. error, ambiguity, or discrepancy within the Con- tract Documents or between the Contract 3 .05 Reuse of Documents Documents and any provision of any Law or Regulation applicable to the performance of the A. CONTRACTOR and any Subcontractor or Work or of any standard , specification, manual Supplier or other individual or entity performing or or code, or of any instruction of any Supplier, furnishing any of the Work under a direct or indirect CONTRACTOR shall report it to ENGINEER in contract with OWNER: (i) shall not have or acquire writing at once. CONTRACTOR shall not any title to or ownership rights in any of the Drawings, proceed with the Work affected thereby (except Specifications, or other documents (or copies of any in an emergency as required by paragraph thereof) prepared by or bearing the seal of 6. 16 .A) until an amendment or supplement to ENGINEER or ENGINEER's Consultant, including the Contract Documents has been issued by electronic media editions ; and (ii) shall not reuse any one of the methods indicated in paragraph of such Drawings, Specifications, other documents, or 3.04, provided, however, that CONTRACTOR copies thereof on extensions of the Project or any 00700 - General Conditions REV 04-07 00100 - 10 F%Engineering\Capital Projects\9920-16th St, 74th Ave to 661h Ave\9920 Conlract Documenls € SpecsT(17C - General Cond,tions REV 04-07 doc other project without written consent of OWNER and subsurface structures at or contiguous to the ENGINEER and specific written verification or Site (except Underground Facilities) that ENGI- adaption by ENGINEER. This prohibition will survive NEER has used in preparing the Contract final payment, completion, and acceptance of the Documents. Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from B . Limited Reliance by CONTRACTOR on retaining copies of the Contract Documents for record Technical Data Authorized: CONTRACTOR may rely purposes. upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents . ARTICLE 4 - AVAILABILITY OF LANDS; Such "technical data" is identified in the Supplementa- SUBSURFACE AND PHYSICAL CONDITIONS; ry Conditions. Except for such reliance on such REFERENCE POINTS "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 4 .01 Availability of Lands 1 . the completeness of such reports A. OWNER shall furnish the Site. OWNER shall and drawings for CONTRACTOR's purposes, notify CONTRACTOR of any encumbrances or including, but not limited to, any aspects of the restrictions not of general application but specifically means, methods, techniques, sequences, and related to use of the Site with which CONTRACTOR procedures of construction to be employed by must comply in performing the Work. OWNER will CONTRACTOR, and safety precautions and obtain in a timely manner and pay for easements for programs incident thereto; or permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are 2. other data, interpretations, opinions, unable to agree on entitlement to or on the amount or and information contained in such reports or extent, if any, of any adjustment in the Contract Price shown or indicated in such drawings; or or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may 3. any CONTRACTOR interpretation of make a Claim therefor as provided in paragraph or conclusion drawn from any "technical data" 10.05. or any such other data, interpretations, opinions, or information . B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement 4 .03 Differing Subsurface or Physical Conditions of record legal title and legal description of the lands upon which the Work is to be performed and A. Notice: If CONTRACTOR believes that any OWNER's interest therein as necessary for giving subsurface or physical condition at or contiguous to notice of or filing a mechanic's or construction lien the Site that is uncovered or revealed either: against such lands in accordance with applicable Laws and Regulations. 1 . is of such a nature as to establish that any "technical data' on which CONTRAC- C . CONTRACTOR shall provide for all additional TOR is entitled to rely as provided in paragraph lands and access thereto that may be required for 4 .02 is materially inaccurate; or temporary construction facilities or storage of materials and equipment. 2. is of such a nature as to require a change in the Contract Documents; or 4 .02 Subsurface and Physical Conditions 3. differs materially from that shown or A. Reports and Drawings: The Supplementary indicated in the Contract Documents ; or Conditions identify: 4. is of an unusual nature, and differs 1 . those reports of explorations and materially from conditions ordinarily tests of subsurface conditions at or contiguous encountered and generally recognized as inher- to the Site that ENGINEER has used in ent in work of the character provided for in the preparing the Contract Documents ; and Contract Documents; 2. those drawings of physical then CONTRACTOR shall, promptly after becoming conditions in or relating to existing surface or aware thereof and before further disturbing the OD700 - General Conditions REV D4-D7 00700 - 11 F:\Engineering\Capital Projects� O-l6th St, 74th Ave to 66th Ave\9920 Contract Domments 8 Specs\DOWDO - General Conditions REV D4-07.doc other project without written consent of OWNER and subsurface structures at or contiguous to the ENGINEER and specific written verification or Site (except Underground Facilities) that ENGI- adaption by ENGINEER. This prohibition will survive NEER has used in preparing the Contract final payment, completion, and acceptance of the Documents. Work, or termination or completion of the Contract. Nothing herein shall preclude CONTRACTOR from B . Limited Reliance by CONTRACTOR on retaining copies of the Contract Documents for record Technical Data Authorized: CONTRACTOR may rely purposes. upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents . ARTICLE 4 - AVAILABILITY OF LANDS; Such "technical data" is identified in the Supplementa- SUBSURFACE AND PHYSICAL CONDITIONS; ry Conditions. Except for such reliance on such REFERENCE POINTS "technical data," CONTRACTOR may not rely upon or make any Claim against OWNER, ENGINEER, or any of ENGINEER's Consultants with respect to: 4 .01 Availability of Lands 1 . the completeness of such reports A. OWNER shall furnish the Site. OWNER shall and drawings for CONTRACTOR's purposes, notify CONTRACTOR of any encumbrances or including, but not limited to, any aspects of the restrictions not of general application but specifically means, methods, techniques, sequences, and related to use of the Site with which CONTRACTOR procedures of construction to be employed by must comply in performing the Work. OWNER will CONTRACTOR, and safety precautions and obtain in a timely manner and pay for easements for programs incident thereto; or permanent structures or permanent changes in existing facilities. If CONTRACTOR and OWNER are 2. other data, interpretations, opinions, unable to agree on entitlement to or on the amount or and information contained in such reports or extent, if any, of any adjustment in the Contract Price shown or indicated in such drawings; or or Contract Times, or both, as a result of any delay in OWNER's furnishing the Site, CONTRACTOR may 3. any CONTRACTOR interpretation of make a Claim therefor as provided in paragraph or conclusion drawn from any "technical data" 10.05. or any such other data, interpretations, opinions, or information . B. Upon reasonable written request, OWNER shall furnish CONTRACTOR with a current statement 4 .03 Differing Subsurface or Physical Conditions of record legal title and legal description of the lands upon which the Work is to be performed and A. Notice: If CONTRACTOR believes that any OWNER's interest therein as necessary for giving subsurface or physical condition at or contiguous to notice of or filing a mechanic's or construction lien the Site that is uncovered or revealed either: against such lands in accordance with applicable Laws and Regulations. 1 . is of such a nature as to establish that any "technical data' on which CONTRAC- C . CONTRACTOR shall provide for all additional TOR is entitled to rely as provided in paragraph lands and access thereto that may be required for 4 .02 is materially inaccurate; or temporary construction facilities or storage of materials and equipment. 2. is of such a nature as to require a change in the Contract Documents; or 4 .02 Subsurface and Physical Conditions 3. differs materially from that shown or A. Reports and Drawings: The Supplementary indicated in the Contract Documents ; or Conditions identify: 4. is of an unusual nature, and differs 1 . those reports of explorations and materially from conditions ordinarily tests of subsurface conditions at or contiguous encountered and generally recognized as inher- to the Site that ENGINEER has used in ent in work of the character provided for in the preparing the Contract Documents ; and Contract Documents; 2. those drawings of physical then CONTRACTOR shall, promptly after becoming conditions in or relating to existing surface or aware thereof and before further disturbing the OD700 - General Conditions REV D4-D7 00700 - 11 F:\Engineering\Capital Projects� O-l6th St, 74th Ave to 66th Ave\9920 Contract Domments 8 Specs\DOWDO - General Conditions REV D4-07.doc subsurface or physical conditions or performing any c. CONTRACTOR failed to give the Work in connection therewith (except in an emergency written notice within the time and as ye- as required by paragraph 6. 16 .A), notify OWNER and quired by paragraph 4 .03.A. ENGINEER in writing about such condition . CONTRACTOR shall not further disturb such 3. If OWNER and CONTRACTOR are condition or perform any Work in connection therewith unable to agree on entitlement to or on the (except as aforesaid) until receipt of written order to do amount or extent, if any, of any adjustment in so . the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in B. ENGINEER's Review: After receipt of written paragraph 10.05. However, OWNER, notice as required by paragraph 4.03.A, ENGINEER ENGINEER, and ENGINEER's Consultants will promptly review the pertinent condition , determine shall not be liable to CONTRACTOR for any the necessity of OWNER's obtaining additional claims, costs, losses , or damages (including exploration or tests with respect thereto, and advise but not limited to all fees and charges of OWNER in writing (with a copy to CONTRACTOR) of engineers, architects, attorneys , and other ENGINEER's findings and conclusions . professionals and all court or arbitration or other dispute resolution costs) sustained by C. Possible Price and Times Adjustments CONTRACTOR on or in connection with any other project or anticipated project. 1 . The Contract Price or the Contract Times, or both, will be equitably adjusted to the 4.04 Underground Facilities extent that the existence of such differing subsurface or physical condition causes an in- A. Shown or Indicated., The information and data crease or decrease in CONTRACTOR's cost shown or indicated in the Contract Documents with of, or time required for, performance of the respect to existing Underground Facilities at or Work; subject, however, to the fallowing: contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the a. such condition must meet any one or owners of such Underground Facilities, including more of the categories described in para- OWNER, or by others. Unless it is otherwise graph 4.03.A; and expressly provided in the Supplementary Conditions: b. with respect to Work that is paid for 1 . OWNER and ENGINEER shall not on a Unit Price Basis, any adjustment in be responsible for the accuracy or com- Contract Price will be subject to the pleteness of any such information or data; and provisions of paragraphs 9.08 and 11 .03 . 2 . the cost of all of the following will be 2 . CONTRACTOR shall not be entitled included in the Contract Price, and CONTRAC- to any adjustment in the Contract Price or TOR shall have full responsibility for: Contract Times if: a. reviewing and checking all such a. CONTRACTOR knew of the information and data, existence of such conditions at the time CONTRACTOR made a final commitment b. locating all Underground Facilities to OWNER in respect of Contract Price and shown or indicated in the Contract Contract Times by the submission of a Bid Documents , or becoming bound under a negotiated contract; or c. coordination of the Work with the owners of such Underground Facilities , b. the existence of such condition could including OWNER, during construction , and reasonably have been discovered or revealed as a result of any examination , d . the safety and protection of all such investigation, exploration , test, or study of Underground Facilities and repairing any the Site and contiguous areas required by damage thereto resulting from the Work . the Bidding Requirements or Contract Documents to be conducted by or for CON- B. Not Shown or Indicated TRACTOR prior to CONTRACTOR's making such final commitment, or 1 . If an Underground Facility is uncovered or revealed at or contiguous to the 00700 - General Conditions REV 04-07 00700 - 12 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Conlrad Documents 8 Specs\00700 - General Conditions REV 04-07.doc subsurface or physical conditions or performing any c. CONTRACTOR failed to give the Work in connection therewith (except in an emergency written notice within the time and as ye- as required by paragraph 6. 16 .A), notify OWNER and quired by paragraph 4 .03.A. ENGINEER in writing about such condition . CONTRACTOR shall not further disturb such 3. If OWNER and CONTRACTOR are condition or perform any Work in connection therewith unable to agree on entitlement to or on the (except as aforesaid) until receipt of written order to do amount or extent, if any, of any adjustment in so . the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in B. ENGINEER's Review: After receipt of written paragraph 10.05. However, OWNER, notice as required by paragraph 4.03.A, ENGINEER ENGINEER, and ENGINEER's Consultants will promptly review the pertinent condition , determine shall not be liable to CONTRACTOR for any the necessity of OWNER's obtaining additional claims, costs, losses , or damages (including exploration or tests with respect thereto, and advise but not limited to all fees and charges of OWNER in writing (with a copy to CONTRACTOR) of engineers, architects, attorneys , and other ENGINEER's findings and conclusions . professionals and all court or arbitration or other dispute resolution costs) sustained by C. Possible Price and Times Adjustments CONTRACTOR on or in connection with any other project or anticipated project. 1 . The Contract Price or the Contract Times, or both, will be equitably adjusted to the 4.04 Underground Facilities extent that the existence of such differing subsurface or physical condition causes an in- A. Shown or Indicated., The information and data crease or decrease in CONTRACTOR's cost shown or indicated in the Contract Documents with of, or time required for, performance of the respect to existing Underground Facilities at or Work; subject, however, to the fallowing: contiguous to the Site is based on information and data furnished to OWNER or ENGINEER by the a. such condition must meet any one or owners of such Underground Facilities, including more of the categories described in para- OWNER, or by others. Unless it is otherwise graph 4.03.A; and expressly provided in the Supplementary Conditions: b. with respect to Work that is paid for 1 . OWNER and ENGINEER shall not on a Unit Price Basis, any adjustment in be responsible for the accuracy or com- Contract Price will be subject to the pleteness of any such information or data; and provisions of paragraphs 9.08 and 11 .03 . 2 . the cost of all of the following will be 2 . CONTRACTOR shall not be entitled included in the Contract Price, and CONTRAC- to any adjustment in the Contract Price or TOR shall have full responsibility for: Contract Times if: a. reviewing and checking all such a. CONTRACTOR knew of the information and data, existence of such conditions at the time CONTRACTOR made a final commitment b. locating all Underground Facilities to OWNER in respect of Contract Price and shown or indicated in the Contract Contract Times by the submission of a Bid Documents , or becoming bound under a negotiated contract; or c. coordination of the Work with the owners of such Underground Facilities , b. the existence of such condition could including OWNER, during construction , and reasonably have been discovered or revealed as a result of any examination , d . the safety and protection of all such investigation, exploration , test, or study of Underground Facilities and repairing any the Site and contiguous areas required by damage thereto resulting from the Work . the Bidding Requirements or Contract Documents to be conducted by or for CON- B. Not Shown or Indicated TRACTOR prior to CONTRACTOR's making such final commitment, or 1 . If an Underground Facility is uncovered or revealed at or contiguous to the 00700 - General Conditions REV 04-07 00700 - 12 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Conlrad Documents 8 Specs\00700 - General Conditions REV 04-07.doc Site which was not shown or indicated, or not property monuments by professionally qualified shown or indicated with reasonable accuracy in personnel . the Contract Documents, CONTRACTOR shall , promptly after becoming aware thereof and 4.06 Hazardous Environmental Condition at Site before further disturbing conditions affected thereby or performing any Work in connection A. Reports and Drawings: Reference is made to therewith (except in an emergency as required the Supplementary Conditions for the identification of by paragraph 6. 16 .A), identify the owner of those reports and drawings relating to a Hazardous such Underground Facility and give written Environmental Condition identified at the Site, if any, notice to that owner and to OWNER and ENGI- that have been utilized by the ENGINEER in the NEER. ENGINEER will promptly review the preparation of the Contract Documents. Underground Facility and determine the extent, if any, to which a change is required in the B . Limited Reliance by CONTRACTOR on Contract Documents to reflect and document Technical Data Authorized: CONTRACTOR may rely the consequences of the existence or location upon the general accuracy of the "technical data" of the Underground Facility. During such time, contained in such reports and drawings, but such CONTRACTOR shall be responsible for the reports and drawings are not Contract Documents . safety and protection of such Underground Such "technical data' is identified in the Facility. Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely 2 . If ENGINEER concludes that a upon or make any Claim against OWNER, change in the Contract Documents is required, ENGINEER or any of ENGINEER's Consultants with a Work Change Directive or a Change Order respect to : will be issued to reflect and document such consequences. An equitable adjustment shall 1 . the completeness of such reports be made in the Contract Price or Contract and drawings for CONTRACTOR's purposes , Times, or both, to the extent that they are including, but not limited to, any aspects of the attributable to the existence or location of any means , methods, techniques, sequences and Underground Facility that was not shown or procedures of construction to be employed by indicated or not shown or indicated with CONTRACTOR and safety precautions and reasonable accuracy in the Contract programs incident thereto; or Documents and that CONTRACTOR did not know of and could not reasonably have been 2. other data, interpretations, opinions expected to be aware of or to have anticipated . and information contained in such reports or If OWNER and CONTRACTOR are unable to shown or indicated in such drawings; or agree on entitlement to or on the amount or extent, if any, of any such adjustment in 3. any CONTRACTOR interpretation of Contract Price or Contract Times , OWNER or or conclusion drawn from any "technical data" CONTRACTOR may make a Claim therefor as or any such other data, interpretations, opinions provided in paragraph 10.05. or information. 4.05 Reference Points C . CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or A. OWNER shall provide engineering surveys to revealed at the Site which was not shown or indicated establish reference points for construction which in in Drawings or Specifications or identified in the ENGINEER's judgment are necessary to enable Contract Documents to be within the scope of the CONTRACTOR to proceed with the Work. CON- Work. CONTRACTOR shall be responsible for a TRACTOR shall be responsible for laying out the Hazardous Environmental Condition created with any Work, shall protect and preserve the established materials brought to the Site by CONTRACTOR, reference points and property monuments, and shall Subcontractors, Suppliers, or anyone else for whom make no changes or relocations without the prior CONTRACTOR is responsible. written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or D. If CONTRACTOR encounters a Hazardous property monument is lost or destroyed or requires Environmental Condition or if CONTRACTOR or relocation because of necessary changes in grades or anyone for whom CONTRACTOR is responsible locations, and shall be responsible for the accurate creates a Hazardous Environmental Condition , replacement or relocation of such reference points or CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition ; (ii) stop all Work in D0700 - General Conditions REV 04-07 00700 - 13 F \Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsQ07W - General Conditions REV 04-07.doc Site which was not shown or indicated, or not property monuments by professionally qualified shown or indicated with reasonable accuracy in personnel . the Contract Documents, CONTRACTOR shall , promptly after becoming aware thereof and 4.06 Hazardous Environmental Condition at Site before further disturbing conditions affected thereby or performing any Work in connection A. Reports and Drawings: Reference is made to therewith (except in an emergency as required the Supplementary Conditions for the identification of by paragraph 6. 16 .A), identify the owner of those reports and drawings relating to a Hazardous such Underground Facility and give written Environmental Condition identified at the Site, if any, notice to that owner and to OWNER and ENGI- that have been utilized by the ENGINEER in the NEER. ENGINEER will promptly review the preparation of the Contract Documents. Underground Facility and determine the extent, if any, to which a change is required in the B . Limited Reliance by CONTRACTOR on Contract Documents to reflect and document Technical Data Authorized: CONTRACTOR may rely the consequences of the existence or location upon the general accuracy of the "technical data" of the Underground Facility. During such time, contained in such reports and drawings, but such CONTRACTOR shall be responsible for the reports and drawings are not Contract Documents . safety and protection of such Underground Such "technical data' is identified in the Facility. Supplementary Conditions. Except for such reliance on such "technical data," CONTRACTOR may not rely 2 . If ENGINEER concludes that a upon or make any Claim against OWNER, change in the Contract Documents is required, ENGINEER or any of ENGINEER's Consultants with a Work Change Directive or a Change Order respect to : will be issued to reflect and document such consequences. An equitable adjustment shall 1 . the completeness of such reports be made in the Contract Price or Contract and drawings for CONTRACTOR's purposes , Times, or both, to the extent that they are including, but not limited to, any aspects of the attributable to the existence or location of any means , methods, techniques, sequences and Underground Facility that was not shown or procedures of construction to be employed by indicated or not shown or indicated with CONTRACTOR and safety precautions and reasonable accuracy in the Contract programs incident thereto; or Documents and that CONTRACTOR did not know of and could not reasonably have been 2. other data, interpretations, opinions expected to be aware of or to have anticipated . and information contained in such reports or If OWNER and CONTRACTOR are unable to shown or indicated in such drawings; or agree on entitlement to or on the amount or extent, if any, of any such adjustment in 3. any CONTRACTOR interpretation of Contract Price or Contract Times , OWNER or or conclusion drawn from any "technical data" CONTRACTOR may make a Claim therefor as or any such other data, interpretations, opinions provided in paragraph 10.05. or information. 4.05 Reference Points C . CONTRACTOR shall not be responsible for any Hazardous Environmental Condition uncovered or A. OWNER shall provide engineering surveys to revealed at the Site which was not shown or indicated establish reference points for construction which in in Drawings or Specifications or identified in the ENGINEER's judgment are necessary to enable Contract Documents to be within the scope of the CONTRACTOR to proceed with the Work. CON- Work. CONTRACTOR shall be responsible for a TRACTOR shall be responsible for laying out the Hazardous Environmental Condition created with any Work, shall protect and preserve the established materials brought to the Site by CONTRACTOR, reference points and property monuments, and shall Subcontractors, Suppliers, or anyone else for whom make no changes or relocations without the prior CONTRACTOR is responsible. written approval of OWNER. CONTRACTOR shall report to ENGINEER whenever any reference point or D. If CONTRACTOR encounters a Hazardous property monument is lost or destroyed or requires Environmental Condition or if CONTRACTOR or relocation because of necessary changes in grades or anyone for whom CONTRACTOR is responsible locations, and shall be responsible for the accurate creates a Hazardous Environmental Condition , replacement or relocation of such reference points or CONTRACTOR shall immediately: (i) secure or otherwise isolate such condition ; (ii) stop all Work in D0700 - General Conditions REV 04-07 00700 - 13 F \Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsQ07W - General Conditions REV 04-07.doc connection with such condition and in any area by CONTRACTOR or by anyone for whom affected thereby (except in an emergency as required CONTRACTOR is responsible . Nothing in this para- by paragraph 6. 16); and (iii) notify OWNER and ENGI- graph 4.06 . E shall obligate OWNER to indemnify any NEER (and promptly thereafter confirm such notice in individual or entity from and against the consequences writing). OWNER shall promptly consult with of that individual's or entity's own negligence . ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or H . To the fullest extent permitted by Laws and take corrective action , if any. Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's E. CONTRACTOR shall not be required to Consultants, and the officers, directors, partners , resume Work in connection with such condition or in employees , agents, other consultants, and any affected area until after OWNER has obtained subcontractors of each and any of them from and any required permits related thereto and delivered to against all claims, costs, losses, and damages CONTRACTOR written notice: (i) specifying that such ( including but not limited to all fees and charges of condition and any affected area is or has been engineers, architects, attorneys, and other rendered safe for the resumption of Work; or (ii) professionals and all court or arbitration or other specifying any special conditions under which such dispute resolution costs) arising out of or relating to a Work may be resumed safely. If OWNER and Hazardous Environmental Condition created by CONTRACTOR cannot agree as to entitlement to or CONTRACTOR or by anyone for whom on the amount or extent, if any, of any adjustment in CONTRACTOR is responsible. Nothing in this Contract Price or Contract Times, or both, as a result paragraph 4 .06 . F shall obligate CONTRACTOR to of such Work stoppage or such special conditions indemnify any individual or entity from and against the under which Work is agreed to be resumed by consequences of that individual 's or entity's own negli- CONTRACTOR, either party may make a Claim gence. therefor as provided in paragraph 10.05. I. The provisions of paragraphs 4.02, 4.03, and F. If after receipt of such written notice 4.04 are not intended to apply to a Hazardous CONTRACTOR does not agree to resume such Work Environmental Condition uncovered or revealed at the based on a reasonable belief it is unsafe, or does not Site. agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be ARTICLE 5 - BONDS AND INSURANCE deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract 5.01 Performance, Payment, and Other Bonds Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. on s, each in an amount at least equal OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in MaRAR And accordance with Article 7. BAR[19 .9hRII remain iR effect at least until one yeaF G. To the fullest extent permitted by Laws and afterthed2tp wheR f Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other �. consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and B. All Bonds shall be in the form prescribed by damages (including but not limited to all fees and the Contract Documents except as provided otherwise charges of engineers, architects , attorneys, and other by Laws or Regulations, and shall be executed by professionals and all court or arbitration or other such sureties as are named in the current list of "Com- dispute resolution costs) arising out of or relating to a panies Holding Certificates of Authority as Acceptable Hazardous Environmental Condition, provided that Sureties on Federal Bonds and as Acceptable such Hazardous Environmental Condition : (i) was not Reinsuring Companies' as published in Circular 570 shown or indicated in the Drawings or Specifications (amended) by the Financial Management Service , or identified in the Contract Documents to be included Surety Bond Branch, U.S. Department of the within the scope of the Work , and (ii) was not created Treasury . All Bonds signed by an agent must be OD700 - General Conditions REV 04-07 ment8 Sp FiEngineenng\Capital Pro]ecis\9920-16th St, 74tM1 Ave to 661M1 Ave19920 Conlracl Docutss pGeneral Condltions REV 04- ecsl907004 - OLdx connection with such condition and in any area by CONTRACTOR or by anyone for whom affected thereby (except in an emergency as required CONTRACTOR is responsible . Nothing in this para- by paragraph 6. 16); and (iii) notify OWNER and ENGI- graph 4.06 . E shall obligate OWNER to indemnify any NEER (and promptly thereafter confirm such notice in individual or entity from and against the consequences writing). OWNER shall promptly consult with of that individual's or entity's own negligence . ENGINEER concerning the necessity for OWNER to retain a qualified expert to evaluate such condition or H . To the fullest extent permitted by Laws and take corrective action , if any. Regulations, CONTRACTOR shall indemnify and hold harmless OWNER, ENGINEER, ENGINEER's E. CONTRACTOR shall not be required to Consultants, and the officers, directors, partners , resume Work in connection with such condition or in employees , agents, other consultants, and any affected area until after OWNER has obtained subcontractors of each and any of them from and any required permits related thereto and delivered to against all claims, costs, losses, and damages CONTRACTOR written notice: (i) specifying that such ( including but not limited to all fees and charges of condition and any affected area is or has been engineers, architects, attorneys, and other rendered safe for the resumption of Work; or (ii) professionals and all court or arbitration or other specifying any special conditions under which such dispute resolution costs) arising out of or relating to a Work may be resumed safely. If OWNER and Hazardous Environmental Condition created by CONTRACTOR cannot agree as to entitlement to or CONTRACTOR or by anyone for whom on the amount or extent, if any, of any adjustment in CONTRACTOR is responsible. Nothing in this Contract Price or Contract Times, or both, as a result paragraph 4 .06 . F shall obligate CONTRACTOR to of such Work stoppage or such special conditions indemnify any individual or entity from and against the under which Work is agreed to be resumed by consequences of that individual 's or entity's own negli- CONTRACTOR, either party may make a Claim gence. therefor as provided in paragraph 10.05. I. The provisions of paragraphs 4.02, 4.03, and F. If after receipt of such written notice 4.04 are not intended to apply to a Hazardous CONTRACTOR does not agree to resume such Work Environmental Condition uncovered or revealed at the based on a reasonable belief it is unsafe, or does not Site. agree to resume such Work under such special condi- tions, then OWNER may order the portion of the Work that is in the area affected by such condition to be ARTICLE 5 - BONDS AND INSURANCE deleted from the Work. If OWNER and CON- TRACTOR cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract 5.01 Performance, Payment, and Other Bonds Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in paragraph 10.05. on s, each in an amount at least equal OWNER may have such deleted portion of the Work performed by OWNER's own forces or others in MaRAR And accordance with Article 7. BAR[19 .9hRII remain iR effect at least until one yeaF G. To the fullest extent permitted by Laws and afterthed2tp wheR f Regulations, OWNER shall indemnify and hold harmless CONTRACTOR, Subcontractors, ENGI- NEER, ENGINEER's Consultants and the officers, directors, partners, employees, agents, other �. consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and B. All Bonds shall be in the form prescribed by damages (including but not limited to all fees and the Contract Documents except as provided otherwise charges of engineers, architects , attorneys, and other by Laws or Regulations, and shall be executed by professionals and all court or arbitration or other such sureties as are named in the current list of "Com- dispute resolution costs) arising out of or relating to a panies Holding Certificates of Authority as Acceptable Hazardous Environmental Condition, provided that Sureties on Federal Bonds and as Acceptable such Hazardous Environmental Condition : (i) was not Reinsuring Companies' as published in Circular 570 shown or indicated in the Drawings or Specifications (amended) by the Financial Management Service , or identified in the Contract Documents to be included Surety Bond Branch, U.S. Department of the within the scope of the Work , and (ii) was not created Treasury . All Bonds signed by an agent must be OD700 - General Conditions REV 04-07 ment8 Sp FiEngineenng\Capital Pro]ecis\9920-16th St, 74tM1 Ave to 661M1 Ave19920 Conlracl Docutss pGeneral Condltions REV 04- ecsl907004 - OLdx accompanied by a certified copy of such agent's authority to act. 2 . claims for damages because of bodily injury, occupational sickness or disease , C . If the surety on any Bond furnished by CON- or death of CONTRACTOR's employees; TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state 3 . claims for damages because of where any part of the Project is located or it ceases to bodily injury, sickness or disease, or death of meet the requirements of paragraph 5.01 . 13 , any person other than CONTRACTOR's CONTRACTOR shall within 20 days thereafter employees; substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 4. claims for damages insured by 5.01 . 13 and 5.02 . reasonably available personal injury liability coverage which are sustained : (i) by any person 5.02 Licensed Sureties and Insurers as a result of an offense directly or indirectly related to the employment of such person by A. All Bonds and insurance required by the CONTRACTOR, or (ii) by any other person for Contract Documents to be purchased and maintained any other reason; by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed 5. claims for damages, other than to the or authorized in the jurisdiction in which the Project is Work itself, because of injury to or destruction located to issue Bonds or insurance policies for the of tangible property wherever located, including limits and coverages so required . Such surety and loss of use resulting therefrom; and insurance companies shall also meet such additional requirements and qualifications as may be provided in 6. claims for damages because of the Supplementary Conditions. bodily injury or death of any person or property damage arising out of the ownership, mainte- 5.03 Certificates of Insurance nance or use of any motor vehicle. A. CONTRACTOR shall deliver to OWNER, with B . The policies of insurance so required by this copies to each additional insured identified in the paragraph 5.04 to be purchased and maintained shall : Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- 1 . with respect to insurance required by ER or any other additional insured) which CON- paragraphs 5.04.A.3 through 5.04.A.6 inclusive, TRACTOR is required to purchase and maintain. include as additional insureds (subject to any CANISIFo Rhall dpliy customary exclusion in respect of professional to each additi asare n i ied in the Supple- liability) OWNER, ENGINEER, ENGINEER's ary Conditions, certificates of insurance (and Consultants, and any other individuals or other Aymden(314 Of in66lFaRG6 requested by QQWTRAQ entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, 5 .04 CONTRACTOR's Liability Insurance agents, and other consultants and subcontractors of each and any of all such A. CONTRACTOR shall purchase and maintain additional insureds, and the insurance afforded such liability and other insurance as is appropriate for to these additional insureds shall provide the Work being performed and as will provide primary coverage for all claims covered protection from claims set forth below which may arise thereby; out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations 2. include at least the specific under the Contract Documents, whether it is to be per- coverages and be written for not less than the formed by CONTRACTOR, any Subcontractor or limits of liability provided in the Supplementary Supplier, or by anyone directly or indirectly employed Conditions or required by Laws or Regulations, by any of them to perform any of the Work, or by whichever is greater; anyone for whose acts any of them may be liable: 3. include completed operations 1 . claims under workers' compensation , insurance; disability benefits, and other similar employee benefit acts; 007DO - General Conditions REV 04-07 00700 - 15 F\Engineering\Capital Projects\992D-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\007D0 - General Conditions REV 04-07 doc accompanied by a certified copy of such agent's authority to act. 2 . claims for damages because of bodily injury, occupational sickness or disease , C . If the surety on any Bond furnished by CON- or death of CONTRACTOR's employees; TRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state 3 . claims for damages because of where any part of the Project is located or it ceases to bodily injury, sickness or disease, or death of meet the requirements of paragraph 5.01 . 13 , any person other than CONTRACTOR's CONTRACTOR shall within 20 days thereafter employees; substitute another Bond and surety, both of which shall comply with the requirements of paragraphs 4. claims for damages insured by 5.01 . 13 and 5.02 . reasonably available personal injury liability coverage which are sustained : (i) by any person 5.02 Licensed Sureties and Insurers as a result of an offense directly or indirectly related to the employment of such person by A. All Bonds and insurance required by the CONTRACTOR, or (ii) by any other person for Contract Documents to be purchased and maintained any other reason; by OWNER or CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed 5. claims for damages, other than to the or authorized in the jurisdiction in which the Project is Work itself, because of injury to or destruction located to issue Bonds or insurance policies for the of tangible property wherever located, including limits and coverages so required . Such surety and loss of use resulting therefrom; and insurance companies shall also meet such additional requirements and qualifications as may be provided in 6. claims for damages because of the Supplementary Conditions. bodily injury or death of any person or property damage arising out of the ownership, mainte- 5.03 Certificates of Insurance nance or use of any motor vehicle. A. CONTRACTOR shall deliver to OWNER, with B . The policies of insurance so required by this copies to each additional insured identified in the paragraph 5.04 to be purchased and maintained shall : Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by OWN- 1 . with respect to insurance required by ER or any other additional insured) which CON- paragraphs 5.04.A.3 through 5.04.A.6 inclusive, TRACTOR is required to purchase and maintain. include as additional insureds (subject to any CANISIFo Rhall dpliy customary exclusion in respect of professional to each additi asare n i ied in the Supple- liability) OWNER, ENGINEER, ENGINEER's ary Conditions, certificates of insurance (and Consultants, and any other individuals or other Aymden(314 Of in66lFaRG6 requested by QQWTRAQ entities identified in the Supplementary Condi- tions, all of whom shall be listed as additional insureds, and include coverage for the respec- tive officers, directors, partners, employees, 5 .04 CONTRACTOR's Liability Insurance agents, and other consultants and subcontractors of each and any of all such A. CONTRACTOR shall purchase and maintain additional insureds, and the insurance afforded such liability and other insurance as is appropriate for to these additional insureds shall provide the Work being performed and as will provide primary coverage for all claims covered protection from claims set forth below which may arise thereby; out of or result from CONTRACTOR's performance of the Work and CONTRACTOR's other obligations 2. include at least the specific under the Contract Documents, whether it is to be per- coverages and be written for not less than the formed by CONTRACTOR, any Subcontractor or limits of liability provided in the Supplementary Supplier, or by anyone directly or indirectly employed Conditions or required by Laws or Regulations, by any of them to perform any of the Work, or by whichever is greater; anyone for whose acts any of them may be liable: 3. include completed operations 1 . claims under workers' compensation , insurance; disability benefits, and other similar employee benefit acts; 007DO - General Conditions REV 04-07 00700 - 15 F\Engineering\Capital Projects\992D-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\007D0 - General Conditions REV 04-07 doc 4. include contractual liability insurance FNIGINFFR's COnsultants , and any 9t� covering CONTRACTOR's indemnity individuals Or enfitieq irleRfifFld in the obligations under paragraphs 6.07 , 6. 11 , and c pplame t- 99RditARS , and the 6.20; direst^ r art l > agents , a 5. contain a provision or endorsement and ^ ^14 ^r th h Of WhOM , that the coverage afforded will not be canceled, have AR abl ' + pi:est RlRd Shall he listed As materially changed or renewal refused until at an 2rdt't'onal least thirty days prior written notice has been given to OWNER and CONTRACTOR and to 2 be wutteR en a Ri1lder'sRisk 9 each other additional insured identified in the 01 Gy Supplementary Conditions to whom a certificate f:or thy th ll 7I a r of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); pniqt the follow Rgpprillz; or Gauset; of lightn ^ + a s theft, vandglisrn fire, s 6 . remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or fel'^^^ment ofI-Eilini and o replacing defective Work in accordance with nage and Gh ++ paragraph 13 .07; and 7. with respect to completed operations insurance, and any insurance coverage written 3, ^^I deses a iR the on a claims-made basis, remain in effect for at ^Vr^^ -al-ges of least two years after final payment (and (includine + ^^+ l' '+ + r „a gh �9 CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a 4 sever materials certificate of insurance has been issued, stored at the Site or at another n teat6 that was evidence satisfactory to OWNER and any such agreed to in wri�ti 9 NER prior to being additional insured of continuation of such incoatr in in the Work, provided that such insurance at final payment and one year ri t ' t thereafter). ENGINEER; 5.05 OWNER's Liability Insurance 5. allow for partial utilization e Work A In addition to the dR91-1wrede by OWNER; provided by CONTRACTOR under par r p i 5.04, OWNER, at OWNER's option y purchase and 6. include testing startup; and maintain at OWNER's se OWNER's own liability insurance igh as protect OWNER against claims 7. be main ned in effect until final pay- ment is mad nless otherwise agreed to in writing b WNER, CONTRACTOR, and ENGIN R with 30 days written notice to each 5. 06 Property Insurance oth additional insured to whom a certificate of mentary Conditions, OWNER shall se and R OWNED h@l h d maintain property insurance upo ork at the Site n the amount of the eplacement cost thereof insurance as may be mquired by the SupplemeR%a (subject to su eductible amounts as may be provid e Supplementary Conditions or required the iRtRrests Of 9WN €R, CQNTWCT-QR , bTEaws and Regulations). This insurance shall: c bGnntFaGt • ENGINEER , EN t@^tc and aRy th dt' idA l enit41 'dJ 1 . include the interests of OWNER, the SUPPleMRRtaF)C QoRditi9EIS , each of Whom S CONTRArTOR 916G6ntracte , Cnlrlt FEF 00700 - General Conditions REV 04-07 00700 - 10 F \EngineeringlCapital Projects\9520-161M1 SI, 74th Ave to 66th Ave\9920 Contract Documents & Specs',00700 . General Conditions REV 04-07 Aoc 4. include contractual liability insurance FNIGINFFR's COnsultants , and any 9t� covering CONTRACTOR's indemnity individuals Or enfitieq irleRfifFld in the obligations under paragraphs 6.07 , 6. 11 , and c pplame t- 99RditARS , and the 6.20; direst^ r art l > agents , a 5. contain a provision or endorsement and ^ ^14 ^r th h Of WhOM , that the coverage afforded will not be canceled, have AR abl ' + pi:est RlRd Shall he listed As materially changed or renewal refused until at an 2rdt't'onal least thirty days prior written notice has been given to OWNER and CONTRACTOR and to 2 be wutteR en a Ri1lder'sRisk 9 each other additional insured identified in the 01 Gy Supplementary Conditions to whom a certificate f:or thy th ll 7I a r of insurance has been issued (and the certificates of insurance furnished by the CON- TRACTOR pursuant to paragraph 5.03 will so provide); pniqt the follow Rgpprillz; or Gauset; of lightn ^ + a s theft, vandglisrn fire, s 6 . remain in effect at least until final payment and at all times thereafter when CON- TRACTOR may be correcting, removing, or fel'^^^ment ofI-Eilini and o replacing defective Work in accordance with nage and Gh ++ paragraph 13 .07; and 7. with respect to completed operations insurance, and any insurance coverage written 3, ^^I deses a iR the on a claims-made basis, remain in effect for at ^Vr^^ -al-ges of least two years after final payment (and (includine + ^^+ l' '+ + r „a gh �9 CONTRACTOR shall furnish OWNER and each other additional insured identified in the Supplementary Conditions, to whom a 4 sever materials certificate of insurance has been issued, stored at the Site or at another n teat6 that was evidence satisfactory to OWNER and any such agreed to in wri�ti 9 NER prior to being additional insured of continuation of such incoatr in in the Work, provided that such insurance at final payment and one year ri t ' t thereafter). ENGINEER; 5.05 OWNER's Liability Insurance 5. allow for partial utilization e Work A In addition to the dR91-1wrede by OWNER; provided by CONTRACTOR under par r p i 5.04, OWNER, at OWNER's option y purchase and 6. include testing startup; and maintain at OWNER's se OWNER's own liability insurance igh as protect OWNER against claims 7. be main ned in effect until final pay- ment is mad nless otherwise agreed to in writing b WNER, CONTRACTOR, and ENGIN R with 30 days written notice to each 5. 06 Property Insurance oth additional insured to whom a certificate of mentary Conditions, OWNER shall se and R OWNED h@l h d maintain property insurance upo ork at the Site n the amount of the eplacement cost thereof insurance as may be mquired by the SupplemeR%a (subject to su eductible amounts as may be provid e Supplementary Conditions or required the iRtRrests Of 9WN €R, CQNTWCT-QR , bTEaws and Regulations). This insurance shall: c bGnntFaGt • ENGINEER , EN t@^tc and aRy th dt' idA l enit41 'dJ 1 . include the interests of OWNER, the SUPPleMRRtaF)C QoRditi9EIS , each of Whom S CONTRArTOR 916G6ntracte , Cnlrlt FEF 00700 - General Conditions REV 04-07 00700 - 10 F \EngineeringlCapital Projects\9520-161M1 SI, 74th Ave to 66th Ave\9920 Contract Documents & Specs',00700 . General Conditions REV 04-07 Aoc -11400-1-101, 1111 IN' 11.11.11.111 Ill. . . ! - . . . . • . Milimoo-limp-M ��M�!!�!II�M3l�- - - - - - - - - - - - - . M - - - . , . � -11400-1-101, 1111 IN' 11.11.11.111 Ill. . . ! - . . . . • . Milimoo-limp-M ��M�!!�!II�M3l�- - - - - - - - - - - - - . M - - - . , . � 5 .08 Receipt and Application of Insurance And A r+, ., nge OrdeF shall be issued to @Gj + +h Proceeds A. Any FIGUrRid lnoo 61RGIeF ++. mor 5. 10 Partial Utilization, Acknowledgment of insurance required by paragraph 5.06 will be adjust Property Insurer with OWNER and made payable to OWNER as fiduciary for the insureds , as their interests may A. If OWNER finds it necessary to occupy or use appear, subject to the requirements of any ap icable a portion or portions of the Work prior to Substantial mortgage clause and of paragraph 5.08. B. WNER Completion of all the Work as provided in paragraph shall deposit in a separate account any money so 14.05 , no such use or occupancy shall commence received and shall distribute it in accorda ce with such before the insurers providing the property insurance agreement as the parties in interest y reach . If no pursuant to paragraph 5.06 have acknowledged notice other special agreement is reach the damaged thereof and in writing effected any changes in cover- Work shall be repaired or replac d, the moneys so age necessitated thereby. The insurers providing the received applied on account th reof, and the Work property insurance shall consent by endorsement on and the cost thereof cover d by an appropriate the policy or policies, but the property insurance shall Change Order or Written ndment. not be canceled or permitted to lapse on account of any such partial use or occupancy. B. OWNER as f ciary shall have power to adjust and settle any I s with the insurers unless one of the parties in inter st shall object in writing within 15 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES days after the urrence of loss to OWNER's exercise of this ower. If such objection be made, OWNER as fi uciary shall make settlement with the 6.01 Supervision and Superintendence insurers in cordance with such agreement as the parties in i terest may reach . If no such agreement A. CONTRACTOR shall supervise, inspect, and among a parties in interest is reached , OWNER as direct the Work competently and efficiently, devoting fiduci shall adjust and settle the loss with the such attention thereto and applying such skills and insu rs and, if required in writing by any party in expertise as may be necessary to perform the Work in in rest, OWNER as fiduciary shall give bond for the accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means , methods, techniques, sequences, and procedures of 5.09 Acceptance of Bonds and Insurance; Option construction, but CONTRACTOR shall not be to Replace responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific means, method, technique, sequence, or procedure of objection to the coverage afforded by or other pr i- construction which is shown or indicated in and sions of the Bonds or insurance required t be expressly required by the Contract Documents. CON- purchased and maintained by the other party i ccor- TRACTOR shall be responsible to see that the dance with Article 5 on the basis of non-co rmance completed Work complies accurately with the Contract with the Contract Documents, the objectin party shall Documents. so notify the other party in writing withi 0 days after receipt of the certificates (or her evidence B . At all times during the progress of the Work, requested) required by paragraph .05. C. OWNER CONTRACTOR shall assign a competent resident and CONTRACTOR shall each rovide to the other superintendent thereto who shall not be replaced such additional information i respect of insurance without written notice to OWNER and ENGINEER provided as the other ma reasonably request. If except under extraordinary circumstances . The either party does not pur ase or maintain all of the superintendent will be CONTRACTOR'S Bonds and insurance quired of such party by the representative at the Site and shall have authority to Contract Documents uch party shall notify the other act on behalf of CONTRACTOR. All communications party in writing of ch failure to purchase prior to the given to or received from the superintendent shall be start of the W or or of such failure to maintain prior to binding on CONTRACTOR. any change the required coverage. Without prejudice to ny other right or remedy, the other party 6 .02 Labor; Working Hours may elec o obtain equivalent Bonds or insurance to protect uch other party's interests at the expense of A. CONTRACTOR shall provide competent, the rty who was required to provide such coverage, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- 00700 - General Conditions REV 04-07 00700 - 18 F:1Engineering\i Protects\9920-16th St, 74th Ave to 56th Ave',9920 Contract Documents & SpecsW700 - General Conditions REV 04-07,doc 5 .08 Receipt and Application of Insurance And A r+, ., nge OrdeF shall be issued to @Gj + +h Proceeds A. Any FIGUrRid lnoo 61RGIeF ++. mor 5. 10 Partial Utilization, Acknowledgment of insurance required by paragraph 5.06 will be adjust Property Insurer with OWNER and made payable to OWNER as fiduciary for the insureds , as their interests may A. If OWNER finds it necessary to occupy or use appear, subject to the requirements of any ap icable a portion or portions of the Work prior to Substantial mortgage clause and of paragraph 5.08. B. WNER Completion of all the Work as provided in paragraph shall deposit in a separate account any money so 14.05 , no such use or occupancy shall commence received and shall distribute it in accorda ce with such before the insurers providing the property insurance agreement as the parties in interest y reach . If no pursuant to paragraph 5.06 have acknowledged notice other special agreement is reach the damaged thereof and in writing effected any changes in cover- Work shall be repaired or replac d, the moneys so age necessitated thereby. The insurers providing the received applied on account th reof, and the Work property insurance shall consent by endorsement on and the cost thereof cover d by an appropriate the policy or policies, but the property insurance shall Change Order or Written ndment. not be canceled or permitted to lapse on account of any such partial use or occupancy. B. OWNER as f ciary shall have power to adjust and settle any I s with the insurers unless one of the parties in inter st shall object in writing within 15 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES days after the urrence of loss to OWNER's exercise of this ower. If such objection be made, OWNER as fi uciary shall make settlement with the 6.01 Supervision and Superintendence insurers in cordance with such agreement as the parties in i terest may reach . If no such agreement A. CONTRACTOR shall supervise, inspect, and among a parties in interest is reached , OWNER as direct the Work competently and efficiently, devoting fiduci shall adjust and settle the loss with the such attention thereto and applying such skills and insu rs and, if required in writing by any party in expertise as may be necessary to perform the Work in in rest, OWNER as fiduciary shall give bond for the accordance with the Contract Documents. CON- TRACTOR shall be solely responsible for the means , methods, techniques, sequences, and procedures of 5.09 Acceptance of Bonds and Insurance; Option construction, but CONTRACTOR shall not be to Replace responsible for the negligence of OWNER or ENGINEER in the design or specification of a specific means, method, technique, sequence, or procedure of objection to the coverage afforded by or other pr i- construction which is shown or indicated in and sions of the Bonds or insurance required t be expressly required by the Contract Documents. CON- purchased and maintained by the other party i ccor- TRACTOR shall be responsible to see that the dance with Article 5 on the basis of non-co rmance completed Work complies accurately with the Contract with the Contract Documents, the objectin party shall Documents. so notify the other party in writing withi 0 days after receipt of the certificates (or her evidence B . At all times during the progress of the Work, requested) required by paragraph .05. C. OWNER CONTRACTOR shall assign a competent resident and CONTRACTOR shall each rovide to the other superintendent thereto who shall not be replaced such additional information i respect of insurance without written notice to OWNER and ENGINEER provided as the other ma reasonably request. If except under extraordinary circumstances . The either party does not pur ase or maintain all of the superintendent will be CONTRACTOR'S Bonds and insurance quired of such party by the representative at the Site and shall have authority to Contract Documents uch party shall notify the other act on behalf of CONTRACTOR. All communications party in writing of ch failure to purchase prior to the given to or received from the superintendent shall be start of the W or or of such failure to maintain prior to binding on CONTRACTOR. any change the required coverage. Without prejudice to ny other right or remedy, the other party 6 .02 Labor; Working Hours may elec o obtain equivalent Bonds or insurance to protect uch other party's interests at the expense of A. CONTRACTOR shall provide competent, the rty who was required to provide such coverage, suitably qualified personnel to survey, lay out, and construct the Work as required by the Contract Docu- 00700 - General Conditions REV 04-07 00700 - 18 F:1Engineering\i Protects\9920-16th St, 74th Ave to 56th Ave',9920 Contract Documents & SpecsW700 - General Conditions REV 04-07,doc ments. CONTRACTOR shall at all times maintain ly will comply with any provisions of the General good discipline and order at the Site. Requirements applicable thereto. B . Except as otherwise required for the safety or 2 . Proposed adjustments in the protection of persons or the Work or property at the progress schedule that will change the Contract Site or adjacent thereto , and except as otherwise Times (or Milestones) shall be submitted in stated in the Contract Documents, all Work at the Site accordance with the requirements of Article 12 . shall be performed during regular working hours, and Such adjustments may only be made by a CONTRACTOR will not permit overtime work or the Change Order or Written Amendment in accor- performance of Work on Saturday, Sunday, or any dance with Article 12 . legal holiday without OW NER's written consent (which will not be unreasonably withheld ) given after prior 6 .05 Substitutes and "Or-Equals" written notice to ENGINEER. A. Whenever an item of material or equipment is specified or described in the Contract Documents by 6.03 Services, Materials, and Equipment using the name of a proprietary item or the name of a particular Supplier, the specification or description is A. Unless otherwise specified in the General Re- intended to establish the type, function, appearance, quirements, CONTRACTOR shall provide and and quality required . Unless the specification or assume full responsibility for all services, materials, description contains or is followed by words reading equipment, labor, transportation , construction that no like, equivalent, or "or-equal" item or no equipment and machinery, tools, appliances , fuel, substitution is permitted, other items of material or power, light, heat, telephone, water, sanitary facilities , equipment or material or equipment of other Suppliers temporary facilities , and all other facilities and may be submitted to ENGINEER for review under the incidentals necessary for the performance, testing, circumstances described below. start-up, and completion of the Work. 1 . "Or-Equal" Items: If in ENGINEER's B. All materials and equipment incorporated into sole discretion an item of material or equipment the Work shall be as specified or, if not specified, shall proposed by CONTRACTOR is functionally be of good quality and new, except as otherwise equal to that named and sufficiently similar so provided in the Contract Documents. All warranties that no change in related Work will be required, and guarantees specifically called for by the Specifica- it may be considered by ENGINEER as an tions shall expressly run to the benefit of OWNER. If "or-equal" item , in which case review and required by ENGINEER, CONTRACTOR shall furnish approval of the proposed item may, in satisfactory evidence (including reports of required ENGINEER's sole discretion , be accomplished tests) as to the source, kind, and quality of materials without compliance with some or all of the and equipment. All materials and equipment shall be requirements for approval of proposed substi- stored , applied, installed, connected , erected , tute items. For the purposes of this paragraph protected , used , cleaned, and conditioned in 6.05.A. 1 , a proposed item of material or accordance with instructions of the applicable equipment will be considered functionally equal Supplier, except as otherwise may be provided in the to an item so named if: Contract Documents. a. in the exercise of reasonable 6 .04 Progress Schedule judgment ENGINEER determines that: (i) it is at least equal in quality, durability, A. CONTRACTOR shall adhere to the progress appearance, strength, and design schedule established in accordance with paragraph characteristics; (ii) it will reliably perform at 2.07 as it may be adjusted from time to time as least equally well the function imposed by provided below. the design concept of the completed Project as a functioning whole, and; 1 . CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- b. CONTRACTOR certifies that: (i) cated in paragraph 2.07) proposed adjustments there is no increase in cost to the OWNER; in the progress schedule that will not result in and (ii) it will conform substantially, even changing the Contract Times (or Milestones). with deviations, to the detailed requirements Such adjustments will conform generally to the of the item named in the Contract progress schedule then in effect and additional- Documents. D07DO - Geneal Conditions REV 04-07 00700 - 19 F:1Engineenng\Capital Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\W7oD - General Conditions REV 04-07.doc ments. CONTRACTOR shall at all times maintain ly will comply with any provisions of the General good discipline and order at the Site. Requirements applicable thereto. B . Except as otherwise required for the safety or 2 . Proposed adjustments in the protection of persons or the Work or property at the progress schedule that will change the Contract Site or adjacent thereto , and except as otherwise Times (or Milestones) shall be submitted in stated in the Contract Documents, all Work at the Site accordance with the requirements of Article 12 . shall be performed during regular working hours, and Such adjustments may only be made by a CONTRACTOR will not permit overtime work or the Change Order or Written Amendment in accor- performance of Work on Saturday, Sunday, or any dance with Article 12 . legal holiday without OW NER's written consent (which will not be unreasonably withheld ) given after prior 6 .05 Substitutes and "Or-Equals" written notice to ENGINEER. A. Whenever an item of material or equipment is specified or described in the Contract Documents by 6.03 Services, Materials, and Equipment using the name of a proprietary item or the name of a particular Supplier, the specification or description is A. Unless otherwise specified in the General Re- intended to establish the type, function, appearance, quirements, CONTRACTOR shall provide and and quality required . Unless the specification or assume full responsibility for all services, materials, description contains or is followed by words reading equipment, labor, transportation , construction that no like, equivalent, or "or-equal" item or no equipment and machinery, tools, appliances , fuel, substitution is permitted, other items of material or power, light, heat, telephone, water, sanitary facilities , equipment or material or equipment of other Suppliers temporary facilities , and all other facilities and may be submitted to ENGINEER for review under the incidentals necessary for the performance, testing, circumstances described below. start-up, and completion of the Work. 1 . "Or-Equal" Items: If in ENGINEER's B. All materials and equipment incorporated into sole discretion an item of material or equipment the Work shall be as specified or, if not specified, shall proposed by CONTRACTOR is functionally be of good quality and new, except as otherwise equal to that named and sufficiently similar so provided in the Contract Documents. All warranties that no change in related Work will be required, and guarantees specifically called for by the Specifica- it may be considered by ENGINEER as an tions shall expressly run to the benefit of OWNER. If "or-equal" item , in which case review and required by ENGINEER, CONTRACTOR shall furnish approval of the proposed item may, in satisfactory evidence (including reports of required ENGINEER's sole discretion , be accomplished tests) as to the source, kind, and quality of materials without compliance with some or all of the and equipment. All materials and equipment shall be requirements for approval of proposed substi- stored , applied, installed, connected , erected , tute items. For the purposes of this paragraph protected , used , cleaned, and conditioned in 6.05.A. 1 , a proposed item of material or accordance with instructions of the applicable equipment will be considered functionally equal Supplier, except as otherwise may be provided in the to an item so named if: Contract Documents. a. in the exercise of reasonable 6 .04 Progress Schedule judgment ENGINEER determines that: (i) it is at least equal in quality, durability, A. CONTRACTOR shall adhere to the progress appearance, strength, and design schedule established in accordance with paragraph characteristics; (ii) it will reliably perform at 2.07 as it may be adjusted from time to time as least equally well the function imposed by provided below. the design concept of the completed Project as a functioning whole, and; 1 . CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indi- b. CONTRACTOR certifies that: (i) cated in paragraph 2.07) proposed adjustments there is no increase in cost to the OWNER; in the progress schedule that will not result in and (ii) it will conform substantially, even changing the Contract Times (or Milestones). with deviations, to the detailed requirements Such adjustments will conform generally to the of the item named in the Contract progress schedule then in effect and additional- Documents. D07DO - Geneal Conditions REV 04-07 00700 - 19 F:1Engineenng\Capital Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\W7oD - General Conditions REV 04-07.doc 2 . Substitute Items directly or indirectly from use of such substitute item , including costs of redesign a . If in ENGINEER's sole discretion an and claims of other contractors affected by item of material or equipment proposed by any resulting change, all of which will be CONTRACTOR does not qualify as an considered by ENGINEER in evaluating the "or-equal" item under paragraph 6 .05.A. 1 , it proposed substitute item . ENGINEER may will be considered a proposed substitute require CONTRACTOR to furnish additional item . data about the proposed substitute item . b. CONTRACTOR shall submit suffi- B. Substitute Construction Methods or Proce- cient information as provided below to allow dures: If a specific means, method, technique, se- ENGINEER to determine that the item of quence, or procedure of construction is shown or material or equipment proposed is indicated in and expressly required by the Contract essentially equivalent to that named and an Documents , CONTRACTOR may furnish or utilize a acceptable substitute therefor. Requests for substitute means, method, technique, sequence, or review of proposed substitute items of procedure of construction approved by ENGINEER. material or equipment will not be accepted CONTRACTOR shall submit sufficient information to by ENGINEER from anyone other than allow ENGINEER, in ENGINEER's sole discretion , to CONTRACTOR. determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. c. The procedure for review by ENGI- The procedure for review by ENGINEER will be similar NEER will be as set forth in paragraph to that provided in subparagraph 6.05.A.2. 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may C. Engineer's Evaluation: ENGINEER will be decide is appropriate under the allowed a reasonable time within which to evaluate circumstances. each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.8. ENGINEER will be the d. CONTRACTOR shall first make sole judge of acceptability. No "or-equal" or substitute written application to ENGINEER for review will be ordered, installed or utilized until ENGINEER's of a proposed substitute item of material or review is complete, which will be evidenced by either a equipment that CONTRACTOR seeks to Change Order for a substitute or an approved Shop furnish or use. The application shall certify Drawing for an "or equal " ENGINEER will advise that the proposed substitute item will CONTRACTOR in writing of any negative perform adequately the functions and determination . achieve the results called for by the general design, be similar in substance to that D . Special Guarantee: OWNER may require specified , and be suited to the same use as CONTRACTOR to furnish at CONTRACTOR's ex- that specified . The application will state the pense a special performance guarantee or other extent, if any, to which the use of the pro- surety with respect to any substitute. posed substitute item will prejudice CONTRACTOR's achievement of Substan- E. ENGINEER's Cost Reimbursement. tial Completion on time, whether or not use ENGINEER will record time required by ENGINEER of the proposed substitute item in the Work and ENGINEER's Consultants in evaluating substitute will require a change in any of the Contract proposed or submitted by CONTRACTOR pursuant to Documents (or in the provisions of any other paragraphs 6.05.A.2 and 6.05.8 and in making direct contract with OWNER for work on the changes in the Contract Documents (or in the Project) to adapt the design to the proposed provisions of any other direct contract with OWNER substitute item and whether or not for work on the Project) occasioned thereby. Whether incorporation or use of the proposed substi- or not ENGINEER approves a substitute item so pro- tute item in connection with the Work is sub- posed or submitted by CONTRACTOR, CON- ject to payment of any license fee or royalty. TRACTOR shall reimburse OWNER for the charges All variations of the proposed substitute of ENGINEER and ENGINEER's Consultants for item from that specified will be identified in evaluating each such proposed substitute. the application , and available engineering, sales, maintenance, repair, and F . CONTRACTOR's Expense. CONTRACTOR replacement services will be indicated . The shall provide all data in support of any proposed application will also contain an itemized esti- substitute or "or-equal" at CONTRACTOR's expense . mate of all costs or credits that will result 00700 - General Ccndt,ons REV 04.07 00700 - 20 F:\Engmeenrtg\Capital ProjeclsG920-16th 51, 74th Ave to 66!hh Ave\9520 Contract Documents 8 Specs\00700 - General Conditions REV 04-07 doc 2 . Substitute Items directly or indirectly from use of such substitute item , including costs of redesign a . If in ENGINEER's sole discretion an and claims of other contractors affected by item of material or equipment proposed by any resulting change, all of which will be CONTRACTOR does not qualify as an considered by ENGINEER in evaluating the "or-equal" item under paragraph 6 .05.A. 1 , it proposed substitute item . ENGINEER may will be considered a proposed substitute require CONTRACTOR to furnish additional item . data about the proposed substitute item . b. CONTRACTOR shall submit suffi- B. Substitute Construction Methods or Proce- cient information as provided below to allow dures: If a specific means, method, technique, se- ENGINEER to determine that the item of quence, or procedure of construction is shown or material or equipment proposed is indicated in and expressly required by the Contract essentially equivalent to that named and an Documents , CONTRACTOR may furnish or utilize a acceptable substitute therefor. Requests for substitute means, method, technique, sequence, or review of proposed substitute items of procedure of construction approved by ENGINEER. material or equipment will not be accepted CONTRACTOR shall submit sufficient information to by ENGINEER from anyone other than allow ENGINEER, in ENGINEER's sole discretion , to CONTRACTOR. determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. c. The procedure for review by ENGI- The procedure for review by ENGINEER will be similar NEER will be as set forth in paragraph to that provided in subparagraph 6.05.A.2. 6.05.A.2.d, as supplemented in the General Requirements and as ENGINEER may C. Engineer's Evaluation: ENGINEER will be decide is appropriate under the allowed a reasonable time within which to evaluate circumstances. each proposal or submittal made pursuant to para- graphs 6.05.A and 6.05.8. ENGINEER will be the d. CONTRACTOR shall first make sole judge of acceptability. No "or-equal" or substitute written application to ENGINEER for review will be ordered, installed or utilized until ENGINEER's of a proposed substitute item of material or review is complete, which will be evidenced by either a equipment that CONTRACTOR seeks to Change Order for a substitute or an approved Shop furnish or use. The application shall certify Drawing for an "or equal " ENGINEER will advise that the proposed substitute item will CONTRACTOR in writing of any negative perform adequately the functions and determination . achieve the results called for by the general design, be similar in substance to that D . Special Guarantee: OWNER may require specified , and be suited to the same use as CONTRACTOR to furnish at CONTRACTOR's ex- that specified . The application will state the pense a special performance guarantee or other extent, if any, to which the use of the pro- surety with respect to any substitute. posed substitute item will prejudice CONTRACTOR's achievement of Substan- E. ENGINEER's Cost Reimbursement. tial Completion on time, whether or not use ENGINEER will record time required by ENGINEER of the proposed substitute item in the Work and ENGINEER's Consultants in evaluating substitute will require a change in any of the Contract proposed or submitted by CONTRACTOR pursuant to Documents (or in the provisions of any other paragraphs 6.05.A.2 and 6.05.8 and in making direct contract with OWNER for work on the changes in the Contract Documents (or in the Project) to adapt the design to the proposed provisions of any other direct contract with OWNER substitute item and whether or not for work on the Project) occasioned thereby. Whether incorporation or use of the proposed substi- or not ENGINEER approves a substitute item so pro- tute item in connection with the Work is sub- posed or submitted by CONTRACTOR, CON- ject to payment of any license fee or royalty. TRACTOR shall reimburse OWNER for the charges All variations of the proposed substitute of ENGINEER and ENGINEER's Consultants for item from that specified will be identified in evaluating each such proposed substitute. the application , and available engineering, sales, maintenance, repair, and F . CONTRACTOR's Expense. CONTRACTOR replacement services will be indicated . The shall provide all data in support of any proposed application will also contain an itemized esti- substitute or "or-equal" at CONTRACTOR's expense . mate of all costs or credits that will result 00700 - General Ccndt,ons REV 04.07 00700 - 20 F:\Engmeenrtg\Capital ProjeclsG920-16th 51, 74th Ave to 66!hh Ave\9520 Contract Documents 8 Specs\00700 - General Conditions REV 04-07 doc 6 .06 Concerning Subcontractors, Suppliers, tractors, Suppliers, and other individuals or entities and Others performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity E. CONTRACTOR shall require all Subcontrac- (including those acceptable to OWNER as indicated in tors , Suppliers, and such other individuals or entities paragraph 6.06. B)3 whether initially or as a performing or furnishing any of the Work to commu- replacement, against whom OWNER may have nicate with ENGINEER through CONTRACTOR. reasonable objection . CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or F . The divisions and sections of the Specifica- other individual or entity to furnish or perform any of tions and the identifications of any Drawings shall not the Work against whom CONTRACTOR has reason- control CONTRACTOR in dividing the Work among able objection . Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers , or other G . All Work performed for CONTRACTOR by a individuals or entities to be submitted to OWNER in Subcontractor or Supplier will be pursuant to an advance for acceptance by OWNER by a specified appropriate agreement between CONTRACTOR and date prior to the Effective Date of the Agreement, and the Subcontractor or Supplier which specifically binds if CONTRACTOR has submitted a list thereof in the Subcontractor or Supplier to the applicable terms accordance with the Supplementary Conditions, and conditions of the Contract Documents for the OWNER's acceptance (either in writing or by failing to benefit of OWNER and ENGINEER. Whenever any make written objection thereto by the date indicated such agreement is with a Subcontractor or Supplier for acceptance or objection in the Bidding Documents who is listed as an additional insured on the property or the Contract Documents) of any such Subcon- insurance provided in paragraph 5 .06, the agreement tractor, Supplier, or other individual or entity so between the CONTRACTOR and the Subcontractor identified may be revoked on the basis of reasonable or Supplier will contain provisions whereby the objection after due investigation. CONTRACTOR Subcontractor or Supplier waives all rights against shall submit an acceptable replacement for the OWNER, CONTRACTOR, ENGINEER, ENGINEER's rejected Subcontractor, Supplier, or other individual or Consultants, and all other individuals or entities entity, and the Contract Price will be adjusted by the identified in the Supplementary Conditions to be listed difference in the cost occasioned by such as insureds or additional insureds (and the officers, replacement, and an appropriate Change Order will be directors, partners , employees, agents , and other issued or Written Amendment signed . No acceptance consultants and subcontractors of each and any of by OWNER of any such Subcontractor, Supplier, or them ) for all losses and damages caused by, arising other individual or entity, whether initially or as a out of, relating to, or resulting from any of the perils or replacement, shall constitute a waiver of any right of causes of loss covered by such policies and any other OWNER or ENGINEER to reject defective Work. property insurance applicable to the Work. If the insurers on any such policies require separate waiver C . CONTRACTOR shall be fully responsible to forms to be signed by any Subcontractor or Supplier, OWNER and ENGINEER for all acts and omissions of CONTRACTOR will obtain the same. the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just 6.07 Patent Fees and Royalties as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in A. CONTRACTOR shall pay all license fees and the Contract Documents shall create for the benefit of royalties and assume all costs incident to the use in any such Subcontractor, Supplier, or other individual the performance of the Work or the incorporation in or entity any contractual relationship between OWNER the Work of any invention, design , process, product, or ENGINEER and any such Subcontractor, Supplier or device which is the subject of patent rights or or other individual or entity, nor shall it create any copyrights held by others. If a particular invention, obligation on the part of OWNER or ENGINEER to design, process , product, or device is specified in the pay or to see to the payment of any moneys due any Contract Documents for use in the performance of the such Subcontractor, Supplier, or other individual or Work and if to the actual knowledge of OWNER or entity except as may otherwise be required by Laws ENGINEER its use is subject to patent rights or and Regulations. copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be D . CONTRACTOR shall be solely responsible disclosed by OWNER in the Contract Documents . To for scheduling and coordinating the Work of Subcon- the fullest extent permitted by Laws and Regulations, 00700 - General Conditions REV 04-07 00700 - 21 F1Engineenng\Capital ProjectsG920-161h St, 74th Ave to 66th Avet992D Contract Documents 8 Specs\00700 - General Conditions REV 04-D7.doc 6 .06 Concerning Subcontractors, Suppliers, tractors, Suppliers, and other individuals or entities and Others performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR. A. CONTRACTOR shall not employ any Subcontractor, Supplier, or other individual or entity E. CONTRACTOR shall require all Subcontrac- (including those acceptable to OWNER as indicated in tors , Suppliers, and such other individuals or entities paragraph 6.06. B)3 whether initially or as a performing or furnishing any of the Work to commu- replacement, against whom OWNER may have nicate with ENGINEER through CONTRACTOR. reasonable objection . CONTRACTOR shall not be required to employ any Subcontractor, Supplier, or F . The divisions and sections of the Specifica- other individual or entity to furnish or perform any of tions and the identifications of any Drawings shall not the Work against whom CONTRACTOR has reason- control CONTRACTOR in dividing the Work among able objection . Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers , or other G . All Work performed for CONTRACTOR by a individuals or entities to be submitted to OWNER in Subcontractor or Supplier will be pursuant to an advance for acceptance by OWNER by a specified appropriate agreement between CONTRACTOR and date prior to the Effective Date of the Agreement, and the Subcontractor or Supplier which specifically binds if CONTRACTOR has submitted a list thereof in the Subcontractor or Supplier to the applicable terms accordance with the Supplementary Conditions, and conditions of the Contract Documents for the OWNER's acceptance (either in writing or by failing to benefit of OWNER and ENGINEER. Whenever any make written objection thereto by the date indicated such agreement is with a Subcontractor or Supplier for acceptance or objection in the Bidding Documents who is listed as an additional insured on the property or the Contract Documents) of any such Subcon- insurance provided in paragraph 5 .06, the agreement tractor, Supplier, or other individual or entity so between the CONTRACTOR and the Subcontractor identified may be revoked on the basis of reasonable or Supplier will contain provisions whereby the objection after due investigation. CONTRACTOR Subcontractor or Supplier waives all rights against shall submit an acceptable replacement for the OWNER, CONTRACTOR, ENGINEER, ENGINEER's rejected Subcontractor, Supplier, or other individual or Consultants, and all other individuals or entities entity, and the Contract Price will be adjusted by the identified in the Supplementary Conditions to be listed difference in the cost occasioned by such as insureds or additional insureds (and the officers, replacement, and an appropriate Change Order will be directors, partners , employees, agents , and other issued or Written Amendment signed . No acceptance consultants and subcontractors of each and any of by OWNER of any such Subcontractor, Supplier, or them ) for all losses and damages caused by, arising other individual or entity, whether initially or as a out of, relating to, or resulting from any of the perils or replacement, shall constitute a waiver of any right of causes of loss covered by such policies and any other OWNER or ENGINEER to reject defective Work. property insurance applicable to the Work. If the insurers on any such policies require separate waiver C . CONTRACTOR shall be fully responsible to forms to be signed by any Subcontractor or Supplier, OWNER and ENGINEER for all acts and omissions of CONTRACTOR will obtain the same. the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just 6.07 Patent Fees and Royalties as CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in A. CONTRACTOR shall pay all license fees and the Contract Documents shall create for the benefit of royalties and assume all costs incident to the use in any such Subcontractor, Supplier, or other individual the performance of the Work or the incorporation in or entity any contractual relationship between OWNER the Work of any invention, design , process, product, or ENGINEER and any such Subcontractor, Supplier or device which is the subject of patent rights or or other individual or entity, nor shall it create any copyrights held by others. If a particular invention, obligation on the part of OWNER or ENGINEER to design, process , product, or device is specified in the pay or to see to the payment of any moneys due any Contract Documents for use in the performance of the such Subcontractor, Supplier, or other individual or Work and if to the actual knowledge of OWNER or entity except as may otherwise be required by Laws ENGINEER its use is subject to patent rights or and Regulations. copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be D . CONTRACTOR shall be solely responsible disclosed by OWNER in the Contract Documents . To for scheduling and coordinating the Work of Subcon- the fullest extent permitted by Laws and Regulations, 00700 - General Conditions REV 04-07 00700 - 21 F1Engineenng\Capital ProjectsG920-161h St, 74th Ave to 66th Avet992D Contract Documents 8 Specs\00700 - General Conditions REV 04-D7.doc CONTRACTOR shall indemnify and hold harmless of the Agreement if there were no Bids) having an OWNER, ENGINEER, ENGINEER's Consultants, and effect on the cost or time of performance of the Work the officers , directors, partners, employees or agents , may be the subject of an adjustment in Contract Price and other consultants of each and any of them from or Contract Times. If OWNER and CONTRACTOR and against all claims, costs, losses, and damages are unable to agree on entitlement to or on the (including but not limited to all fees and charges of amount or extent, if any, of any such adjustment, a engineers , architects, attorneys, and other Claim may be made therefor as provided in paragraph professionals and all court or arbitration or other 10 . 05 . dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident 6. 10 Taxes to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, A CONTRACTOR shall pay all .male design, process, product, or device not specified in the er, use, and other similar taxes r T to be Contract Documents. paid by CONTRACTO accordance with the Laws and ations of the place of the 6 .08 Permits Pro e ich are applicable during the A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and B. OWNER qualifies for state and local sales tax pay for all construction permits and licenses. OWNER exemption in the purchase of all material and shall assist CONTRACTOR, when necessary, in equipment. obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection 6. 11 Use of Site and Other Areas fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if A. Limitation on Use of Site and Other Areas there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of 1 . CONTRACTOR shall confine utility owners for connections to the Work, and construction equipment, the storage of OWNER shall pay all charges of such utility owners materials and equipment, and the operations of for capital costs related thereto, such as plant workers to the Site and other areas permitted investment fees. by Laws and Regulations, and shall not unreasonably encumber the Site and other 6.09 Laws and Regulations areas with construction equipment or other materials or equipment. CONTRACTOR shall A. CONTRACTOR shall give all notices and assume full responsibility for any damage to comply with all Laws and Regulations applicable to the any such land or area, or to the owner or performance of the Work. Except where otherwise occupant thereof, or of any adjacent land or expressly required by applicable Laws and areas resulting from the performance of the Regulations, neither OWNER nor ENGINEER shall be Work. responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations . 2. Should any claim be made by any such owner or occupant because of the B . If CONTRACTOR performs any Work know- performance of the Work, CONTRACTOR shall ing or having reason to know that it is contrary to Laws promptly settle with such other party by or Regulations, CONTRACTOR shall bear all claims, negotiation or otherwise resolve the claim by costs, losses, and damages (including but not limited arbitration or other dispute resolution to all fees and charges of engineers, architects, proceeding or at law. attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out 3. To the fullest extent permitted by of or relating to such Work; however, it shall not be Laws and Regulations , CONTRACTOR shall CONTRACTOR's primary responsibility to make indemnify and hold harmless OWNER, certain that the Specifications and Drawings are in ENGINEER, ENGINEER's Consultant, and the accordance with Laws and Regulations , but this shall officers, directors, partners, employees, agents, not relieve CONTRACTOR of CONTRACTOR's and other consultants of each and any of them obligations under paragraph 3.03 . from and against all claims, costs, losses, and damages (including but not limited to all fees C . Changes in Laws or Regulations not known at and charges of engineers, architects , attorneys, the time of opening of Bids (or, on the Effective Date and other professionals and all court or D0700 - General Conditions REV 04-07 00700 - 22 F\Engineering\Capital Prolect5\9920-16th St, 74th Ave tD 66th AvO9920 Contract Documents 8 Specs\0070D - General Conditions REV D4-07 doc CONTRACTOR shall indemnify and hold harmless of the Agreement if there were no Bids) having an OWNER, ENGINEER, ENGINEER's Consultants, and effect on the cost or time of performance of the Work the officers , directors, partners, employees or agents , may be the subject of an adjustment in Contract Price and other consultants of each and any of them from or Contract Times. If OWNER and CONTRACTOR and against all claims, costs, losses, and damages are unable to agree on entitlement to or on the (including but not limited to all fees and charges of amount or extent, if any, of any such adjustment, a engineers , architects, attorneys, and other Claim may be made therefor as provided in paragraph professionals and all court or arbitration or other 10 . 05 . dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident 6. 10 Taxes to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, A CONTRACTOR shall pay all .male design, process, product, or device not specified in the er, use, and other similar taxes r T to be Contract Documents. paid by CONTRACTO accordance with the Laws and ations of the place of the 6 .08 Permits Pro e ich are applicable during the A. Unless otherwise provided in the Supple- mentary Conditions, CONTRACTOR shall obtain and B. OWNER qualifies for state and local sales tax pay for all construction permits and licenses. OWNER exemption in the purchase of all material and shall assist CONTRACTOR, when necessary, in equipment. obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection 6. 11 Use of Site and Other Areas fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if A. Limitation on Use of Site and Other Areas there are no Bids, on the Effective Date of the Agreement. CONTRACTOR shall pay all charges of 1 . CONTRACTOR shall confine utility owners for connections to the Work, and construction equipment, the storage of OWNER shall pay all charges of such utility owners materials and equipment, and the operations of for capital costs related thereto, such as plant workers to the Site and other areas permitted investment fees. by Laws and Regulations, and shall not unreasonably encumber the Site and other 6.09 Laws and Regulations areas with construction equipment or other materials or equipment. CONTRACTOR shall A. CONTRACTOR shall give all notices and assume full responsibility for any damage to comply with all Laws and Regulations applicable to the any such land or area, or to the owner or performance of the Work. Except where otherwise occupant thereof, or of any adjacent land or expressly required by applicable Laws and areas resulting from the performance of the Regulations, neither OWNER nor ENGINEER shall be Work. responsible for monitoring CONTRACTOR's compli- ance with any Laws or Regulations . 2. Should any claim be made by any such owner or occupant because of the B . If CONTRACTOR performs any Work know- performance of the Work, CONTRACTOR shall ing or having reason to know that it is contrary to Laws promptly settle with such other party by or Regulations, CONTRACTOR shall bear all claims, negotiation or otherwise resolve the claim by costs, losses, and damages (including but not limited arbitration or other dispute resolution to all fees and charges of engineers, architects, proceeding or at law. attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out 3. To the fullest extent permitted by of or relating to such Work; however, it shall not be Laws and Regulations , CONTRACTOR shall CONTRACTOR's primary responsibility to make indemnify and hold harmless OWNER, certain that the Specifications and Drawings are in ENGINEER, ENGINEER's Consultant, and the accordance with Laws and Regulations , but this shall officers, directors, partners, employees, agents, not relieve CONTRACTOR of CONTRACTOR's and other consultants of each and any of them obligations under paragraph 3.03 . from and against all claims, costs, losses, and damages (including but not limited to all fees C . Changes in Laws or Regulations not known at and charges of engineers, architects , attorneys, the time of opening of Bids (or, on the Effective Date and other professionals and all court or D0700 - General Conditions REV 04-07 00700 - 22 F\Engineering\Capital Prolect5\9920-16th St, 74th Ave tD 66th AvO9920 Contract Documents 8 Specs\0070D - General Conditions REV D4-07 doc arbitration or other dispute resolution costs) 1 . all persons on the Site or who may arising out of or relating to any claim or action , be affected by the Work; legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or 2 . all the Work and materials and equip- any other party indemnified hereunder to the ment to be incorporated therein , whether in extent caused by or based upon storage on or off the Site; and CONTRACTOR's performance of the Work. 3. other property at the Site or adjacent B. Removal of Debris During Performance of the thereto, including trees, shrubs, lawns , walks, Work: During the progress of the Work CONTRAC- pavements, roadways, structures, utilities , and TOR shall keep the Site and other areas free from Underground Facilities not designated for accumulations of waste materials, rubbish, and other removal, relocation , or replacement in the debris . Removal and disposal of such waste materi- course of construction . als, rubbish, and other debris shall conform to applica- ble Laws and Regulations . B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of C . Cleaning: Prior to Substantial Completion of persons or property, or to the protection of persons or the Work CONTRACTOR shall clean the Site and property from damage, injury, or loss; and shall erect make it ready for utilization by OWNER. At the com- and maintain all necessary safeguards for such safety pletion of the Work CONTRACTOR shall remove from and protection. CONTRACTOR shall notify owners of the Site all tools, appliances, construction equipment adjacent property and of Underground Facilities and and machinery, and surplus materials and shall other utility owners when prosecution of the Work may restore to original condition all property not designated affect them, and shall cooperate with them in the for alteration by the Contract Documents. protection, removal , relocation , and replacement of their property. All damage, injury, or loss to any D . Loading Structures: CONTRACTOR shall not property referred to in paragraph 6. 13.A.2 or 6 . 13.A.3 load nor permit any part of any structure to be loaded caused , directly or indirectly, in whole or in part, by in any manner that will endanger the structure, nor CONTRACTOR, any Subcontractor, Supplier, or any shall CONTRACTOR subject any part of the Work or other individual or entity directly or indirectly employed adjacent property to stresses or pressures that will by any of them to perform any of the Work, or anyone endanger it. for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss 6 . 12 Record Documents attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER A. CONTRACTOR shall maintain in a safe place or ENGINEER's Consultant, or anyone employed by at the Site one record copy of all Drawings, Specifica- any of them, or anyone for whose acts any of them tions, Addenda, Written Amendments, Change may be liable, and not attributable, directly or Orders, Work Change Directives , Field Orders, and indirectly, in whole or in part, to the fault or negligence written interpretations and clarifications in good order of CONTRACTOR or any Subcontractor, Supplier, or and annotated to show changes made during other individual or entity directly or indirectly employed construction . These record documents together with by any of them). CONTRACTOR's duties and all approved Samples and a counterpart of all responsibilities for safety and for protection of the approved Shop Drawings will be available to ENGI- Work shall continue until such time as all the Work is NEER for reference. Upon completion of the Work, completed and ENGINEER has issued a notice to these record documents, Samples, and Shop OWNER and CONTRACTOR in accordance with Drawings will be delivered to ENGINEER for OWNER. paragraph 14.07 .6 that the Work is acceptable (except as otherwise expressly provided in connection 6. 13 Safety and Protection with Substantial Completion). A. CONTRACTOR shall be solely responsible 6 . 14 Safety Representative for initiating, maintaining and supervising all safety precautions and programs in connection with the A. CONTRACTOR shall designate a qualified Work. CONTRACTOR shall take all necessary and experienced safety representative at the Site precautions for the safety of, and shall provide the whose duties and responsibilities shall be the necessary protection to prevent damage, injury or loss prevention of accidents and the maintaining and to: supervising of safety precautions and programs. 00700 - General Conditions REV 04-07 00700 - 23 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00700 - General Conditions REV 04-07 doe arbitration or other dispute resolution costs) 1 . all persons on the Site or who may arising out of or relating to any claim or action , be affected by the Work; legal or equitable, brought by any such owner or occupant against OWNER, ENGINEER, or 2 . all the Work and materials and equip- any other party indemnified hereunder to the ment to be incorporated therein , whether in extent caused by or based upon storage on or off the Site; and CONTRACTOR's performance of the Work. 3. other property at the Site or adjacent B. Removal of Debris During Performance of the thereto, including trees, shrubs, lawns , walks, Work: During the progress of the Work CONTRAC- pavements, roadways, structures, utilities , and TOR shall keep the Site and other areas free from Underground Facilities not designated for accumulations of waste materials, rubbish, and other removal, relocation , or replacement in the debris . Removal and disposal of such waste materi- course of construction . als, rubbish, and other debris shall conform to applica- ble Laws and Regulations . B. CONTRACTOR shall comply with all applica- ble Laws and Regulations relating to the safety of C . Cleaning: Prior to Substantial Completion of persons or property, or to the protection of persons or the Work CONTRACTOR shall clean the Site and property from damage, injury, or loss; and shall erect make it ready for utilization by OWNER. At the com- and maintain all necessary safeguards for such safety pletion of the Work CONTRACTOR shall remove from and protection. CONTRACTOR shall notify owners of the Site all tools, appliances, construction equipment adjacent property and of Underground Facilities and and machinery, and surplus materials and shall other utility owners when prosecution of the Work may restore to original condition all property not designated affect them, and shall cooperate with them in the for alteration by the Contract Documents. protection, removal , relocation , and replacement of their property. All damage, injury, or loss to any D . Loading Structures: CONTRACTOR shall not property referred to in paragraph 6. 13.A.2 or 6 . 13.A.3 load nor permit any part of any structure to be loaded caused , directly or indirectly, in whole or in part, by in any manner that will endanger the structure, nor CONTRACTOR, any Subcontractor, Supplier, or any shall CONTRACTOR subject any part of the Work or other individual or entity directly or indirectly employed adjacent property to stresses or pressures that will by any of them to perform any of the Work, or anyone endanger it. for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss 6 . 12 Record Documents attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER A. CONTRACTOR shall maintain in a safe place or ENGINEER's Consultant, or anyone employed by at the Site one record copy of all Drawings, Specifica- any of them, or anyone for whose acts any of them tions, Addenda, Written Amendments, Change may be liable, and not attributable, directly or Orders, Work Change Directives , Field Orders, and indirectly, in whole or in part, to the fault or negligence written interpretations and clarifications in good order of CONTRACTOR or any Subcontractor, Supplier, or and annotated to show changes made during other individual or entity directly or indirectly employed construction . These record documents together with by any of them). CONTRACTOR's duties and all approved Samples and a counterpart of all responsibilities for safety and for protection of the approved Shop Drawings will be available to ENGI- Work shall continue until such time as all the Work is NEER for reference. Upon completion of the Work, completed and ENGINEER has issued a notice to these record documents, Samples, and Shop OWNER and CONTRACTOR in accordance with Drawings will be delivered to ENGINEER for OWNER. paragraph 14.07 .6 that the Work is acceptable (except as otherwise expressly provided in connection 6. 13 Safety and Protection with Substantial Completion). A. CONTRACTOR shall be solely responsible 6 . 14 Safety Representative for initiating, maintaining and supervising all safety precautions and programs in connection with the A. CONTRACTOR shall designate a qualified Work. CONTRACTOR shall take all necessary and experienced safety representative at the Site precautions for the safety of, and shall provide the whose duties and responsibilities shall be the necessary protection to prevent damage, injury or loss prevention of accidents and the maintaining and to: supervising of safety precautions and programs. 00700 - General Conditions REV 04-07 00700 - 23 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00700 - General Conditions REV 04-07 doe 6 . 15 Hazard Communication Programs approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data D . Submittal Procedures sheets or other hazard communication information required to be made available to or exchanged be- 1 . Before submitting each Shop tween or among employers at the Site in accordance Drawing or Sample, CONTRACTOR shall have with Laws or Regulations. determined and verified: 6. 16 Emergencies a. all field measurements , quantities , dimensions, specified performance criteria , A. In emergencies affecting the safety or protec- installation requirements , materials , catalog tion of persons or the Work or property at the Site or numbers, and similar information with adjacent thereto, CONTRACTOR is obligated to act to respect thereto; prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written b. all materials with respect to intended notice if CONTRACTOR believes that any significant use, fabrication, shipping, handling , storage, changes in the Work or variations from the Contract assembly, and installation pertaining to the Documents have been caused thereby or are required performance of the Work; as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- c. all information relative to means , cause of the action taken by CONTRACTOR in methods, techniques, sequences, and response to such an emergency, a Work Change procedures of construction and safety Directive or Change Order will be issued. precautions and programs incident thereto; and 6. 17 Shop Drawings and Samples d. CONTRACTOR shall also have A. CONTRACTOR shall submit Shop Drawings reviewed and coordinated each Shop to ENGINEER for review and approval in accordance Drawing or Sample with other Shop with the acceptable schedule of Shop Drawings and Drawings and Samples and with the Sample submittals. All submittals will be identified as requirements of the Work and the Contract ENGINEER may require and in the number of copies Documents . specified in the General Requirements . The data shown on the Shop Drawings will be complete with 2. Each submittal shall bear a stamp or respect to quantities, dimensions, specified perfor- specific written indication that CONTRACTOR mance and design criteria, materials, and similar data has satisfied CONTRACTOR's obligations to show ENGINEER the services, materials, and under the Contract Documents with respect to equipment CONTRACTOR proposes to provide and CONTRACTOR's review and approval of that to enable ENGINEER to review the information for the submittal . limited purposes required by paragraph 6 . 17.E. 3. At the time of each submittal, CON- B. CONTRACTOR shall also submit Samples to TRACTOR shall give ENGINEER specific ENGINEER for review and approval in accordance written notice of such variations, if any, that the with the acceptable schedule of Shop Drawings and Shop Drawing or Sample submitted may have Sample submittals. Each Sample will be identified from the requirements of the Contract clearly as to material , Supplier, pertinent data such as Documents, such notice to be in a written com- catalog numbers, and the use for which intended and munication separate from the submittal ; and, in otherwise as ENGINEER may require to enable ENGI- addition, shall cause a specific notation to be NEER to review the submittal for the limited purposes made on each Shop Drawing and Sample sub- required by paragraph 6. 17. E. The numbers of each mitted to ENGINEER for review and approval of Sample to be submitted will be as specified in the each such variation . Specifications. E. ENGINEER's Review C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop 1 . ENGINEER will timely review and Drawings and Sample submittals acceptable to ENGI- approve Shop Drawings and Samples in NEER as required by paragraph 2.07, any related accordance with the schedule of Shop Work performed prior to ENGINEER's review and Drawings and Sample submittals acceptable to 00700 - General Conditions REV 04-07 00700 - 24 F%Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Avet9920 Contract Documents 8 Spe¢N0700 - General Conditions REV C4-07 .do 6 . 15 Hazard Communication Programs approval of the pertinent submittal will be at the sole expense and responsibility of CONTRACTOR. A. CONTRACTOR shall be responsible for coordinating any exchange of material safety data D . Submittal Procedures sheets or other hazard communication information required to be made available to or exchanged be- 1 . Before submitting each Shop tween or among employers at the Site in accordance Drawing or Sample, CONTRACTOR shall have with Laws or Regulations. determined and verified: 6. 16 Emergencies a. all field measurements , quantities , dimensions, specified performance criteria , A. In emergencies affecting the safety or protec- installation requirements , materials , catalog tion of persons or the Work or property at the Site or numbers, and similar information with adjacent thereto, CONTRACTOR is obligated to act to respect thereto; prevent threatened damage, injury, or loss. CONTRACTOR shall give ENGINEER prompt written b. all materials with respect to intended notice if CONTRACTOR believes that any significant use, fabrication, shipping, handling , storage, changes in the Work or variations from the Contract assembly, and installation pertaining to the Documents have been caused thereby or are required performance of the Work; as a result thereof. If ENGINEER determines that a change in the Contract Documents is required be- c. all information relative to means , cause of the action taken by CONTRACTOR in methods, techniques, sequences, and response to such an emergency, a Work Change procedures of construction and safety Directive or Change Order will be issued. precautions and programs incident thereto; and 6. 17 Shop Drawings and Samples d. CONTRACTOR shall also have A. CONTRACTOR shall submit Shop Drawings reviewed and coordinated each Shop to ENGINEER for review and approval in accordance Drawing or Sample with other Shop with the acceptable schedule of Shop Drawings and Drawings and Samples and with the Sample submittals. All submittals will be identified as requirements of the Work and the Contract ENGINEER may require and in the number of copies Documents . specified in the General Requirements . The data shown on the Shop Drawings will be complete with 2. Each submittal shall bear a stamp or respect to quantities, dimensions, specified perfor- specific written indication that CONTRACTOR mance and design criteria, materials, and similar data has satisfied CONTRACTOR's obligations to show ENGINEER the services, materials, and under the Contract Documents with respect to equipment CONTRACTOR proposes to provide and CONTRACTOR's review and approval of that to enable ENGINEER to review the information for the submittal . limited purposes required by paragraph 6 . 17.E. 3. At the time of each submittal, CON- B. CONTRACTOR shall also submit Samples to TRACTOR shall give ENGINEER specific ENGINEER for review and approval in accordance written notice of such variations, if any, that the with the acceptable schedule of Shop Drawings and Shop Drawing or Sample submitted may have Sample submittals. Each Sample will be identified from the requirements of the Contract clearly as to material , Supplier, pertinent data such as Documents, such notice to be in a written com- catalog numbers, and the use for which intended and munication separate from the submittal ; and, in otherwise as ENGINEER may require to enable ENGI- addition, shall cause a specific notation to be NEER to review the submittal for the limited purposes made on each Shop Drawing and Sample sub- required by paragraph 6. 17. E. The numbers of each mitted to ENGINEER for review and approval of Sample to be submitted will be as specified in the each such variation . Specifications. E. ENGINEER's Review C. Where a Shop Drawing or Sample is required by the Contract Documents or the schedule of Shop 1 . ENGINEER will timely review and Drawings and Sample submittals acceptable to ENGI- approve Shop Drawings and Samples in NEER as required by paragraph 2.07, any related accordance with the schedule of Shop Work performed prior to ENGINEER's review and Drawings and Sample submittals acceptable to 00700 - General Conditions REV 04-07 00700 - 24 F%Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Avet9920 Contract Documents 8 Spe¢N0700 - General Conditions REV C4-07 .do ENGINEER. ENGINEER's review and approval will be only to determine if the items 6 . 19 CONTRACTOR's General Warranty and covered by the submittals will , after installation Guarantee or incorporation in the Work, conform to the information given in the Contract Documents A. CONTRACTOR warrants and guarantees to and be compatible with the design concept of OWNER, ENGINEER, and ENGINEER's Consultants the completed Project as a functioning whole as that all Work will be in accordance with the Contract indicated by the Contract Documents. Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder 2. ENGINEER's review and approval excludes defects or damage caused by: will not extend to means , methods, techniques, sequences, or procedures of construction 1 . abuse, modification , or improper (except where a particular means, method, maintenance or operation by persons other technique, sequence, or procedure of con- than CONTRACTOR, Subcontractors , struction is specifically and expressly called for Suppliers , or any other individual or entity for by the Contract Documents) or to safety whom CONTRACTOR is responsible; or precautions or programs incident thereto. The review and approval of a separate item as such 2 . normal wear and tear under normal will not indicate approval of the assembly in usage. which the item functions. B. CONTRACTOR's obligation to perform and 3. ENGINEER's review and approval of complete the Work in accordance with the Contract Shop Drawings or Samples shall not relieve Documents shall be absolute. None of the following CONTRACTOR from responsibility for any will constitute an acceptance of Work that is not in variation from the requirements of the Contract accordance with the Contract Documents or a release Documents unless CONTRACTOR has in of CONTRACTOR's obligation to perform the Work in writing called ENGINEER's attention to each accordance with the Contract Documents: such variation at the time of each submittal as required by paragraph 6. 17.D.3 and ENGI- 1 . observations by ENGINEER; NEER has given written approval of each such variation by specific written notation thereof 2. recommendation by ENGINEER or incorporated in or accompanying the Shop payment by OWNER of any progress or final Drawing or Sample approval; nor will any payment; approval by ENGINEER relieve CON- TRACTOR from responsibility for complying 3 . the issuance of a certificate of Sub- with the requirements of paragraph 6. 17.D. 1 . stantial Completion by ENGINEER or any payment related thereto by OWNER; F. Resubmittal Procedures 4. use or occupancy of the Work or any 1 . CONTRACTOR shall make correc- part thereof by OWNER; tions required by ENGINEER and shall return the required number of corrected copies of 5. any acceptance by OWNER or any Shop Drawings and submit as required new failure to do so; Samples for review and approval. COW TRACTOR shall direct specific attention in 6. any review and approval of a Shop writing to revisions other than the corrections Drawing or Sample submittal or the issuance of called for by ENGINEER on previous a notice of acceptability by ENGINEER; submittals. 7 . any inspection, test, or approval by 6 . 18 Continuing the Work others; or A. CONTRACTOR shall carry on the Work and 8. any correction of defective Work by adhere to the progress schedule during all disputes or OWNER. disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any 6.20 Indemnification disputes or disagreements, except as permitted by paragraph 15. 04 or as OWNER and CONTRACTOR A. To the fullest extent permitted by Laws and may otherwise agree in writing . Regulations, CONTRACTOR shall indemnify and hold 00700 - General Conditions REV 04-07 00700 - 25 FtlEngineennglCapital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs100700 - General Conditions REV 04-07.doc ENGINEER. ENGINEER's review and approval will be only to determine if the items 6 . 19 CONTRACTOR's General Warranty and covered by the submittals will , after installation Guarantee or incorporation in the Work, conform to the information given in the Contract Documents A. CONTRACTOR warrants and guarantees to and be compatible with the design concept of OWNER, ENGINEER, and ENGINEER's Consultants the completed Project as a functioning whole as that all Work will be in accordance with the Contract indicated by the Contract Documents. Documents and will not be defective. CONTRACTOR's warranty and guarantee hereunder 2. ENGINEER's review and approval excludes defects or damage caused by: will not extend to means , methods, techniques, sequences, or procedures of construction 1 . abuse, modification , or improper (except where a particular means, method, maintenance or operation by persons other technique, sequence, or procedure of con- than CONTRACTOR, Subcontractors , struction is specifically and expressly called for Suppliers , or any other individual or entity for by the Contract Documents) or to safety whom CONTRACTOR is responsible; or precautions or programs incident thereto. The review and approval of a separate item as such 2 . normal wear and tear under normal will not indicate approval of the assembly in usage. which the item functions. B. CONTRACTOR's obligation to perform and 3. ENGINEER's review and approval of complete the Work in accordance with the Contract Shop Drawings or Samples shall not relieve Documents shall be absolute. None of the following CONTRACTOR from responsibility for any will constitute an acceptance of Work that is not in variation from the requirements of the Contract accordance with the Contract Documents or a release Documents unless CONTRACTOR has in of CONTRACTOR's obligation to perform the Work in writing called ENGINEER's attention to each accordance with the Contract Documents: such variation at the time of each submittal as required by paragraph 6. 17.D.3 and ENGI- 1 . observations by ENGINEER; NEER has given written approval of each such variation by specific written notation thereof 2. recommendation by ENGINEER or incorporated in or accompanying the Shop payment by OWNER of any progress or final Drawing or Sample approval; nor will any payment; approval by ENGINEER relieve CON- TRACTOR from responsibility for complying 3 . the issuance of a certificate of Sub- with the requirements of paragraph 6. 17.D. 1 . stantial Completion by ENGINEER or any payment related thereto by OWNER; F. Resubmittal Procedures 4. use or occupancy of the Work or any 1 . CONTRACTOR shall make correc- part thereof by OWNER; tions required by ENGINEER and shall return the required number of corrected copies of 5. any acceptance by OWNER or any Shop Drawings and submit as required new failure to do so; Samples for review and approval. COW TRACTOR shall direct specific attention in 6. any review and approval of a Shop writing to revisions other than the corrections Drawing or Sample submittal or the issuance of called for by ENGINEER on previous a notice of acceptability by ENGINEER; submittals. 7 . any inspection, test, or approval by 6 . 18 Continuing the Work others; or A. CONTRACTOR shall carry on the Work and 8. any correction of defective Work by adhere to the progress schedule during all disputes or OWNER. disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any 6.20 Indemnification disputes or disagreements, except as permitted by paragraph 15. 04 or as OWNER and CONTRACTOR A. To the fullest extent permitted by Laws and may otherwise agree in writing . Regulations, CONTRACTOR shall indemnify and hold 00700 - General Conditions REV 04-07 00700 - 25 FtlEngineennglCapital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs100700 - General Conditions REV 04-07.doc harmless OWNER, ENGINEER, ENGINEER's opinions , reports, surveys, Change Orders, Consultants, and the officers, directors , partners , designs , or Specifications ; or employees, agents, and other consultants and subcontractors of each and any of them from and 2 . giving directions or instructions , or against all claims, costs, losses, and damages failing to give them , if that is the primary cause (including but not limited to all fees and charges of of the injury or damage . engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs ) arising out of or relating to ARTICLE 7 - OTHER WORK the performance of the Work, provided that any such claim , cost, loss, or damage: 7 . 01 Related Work at Site 1 . is attributable to bodily injury, sickness, disease , or death, or to injury to or A. OWNER may perform other work related to destruction of tangible property (other than the the Project at the Site by OWNER's employees, or let Work itself), including the loss of use resulting other direct contracts therefor, or have other work therefrom; and performed by utility owners. If such other work is not noted in the Contract Documents, then : 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, 1 . written notice thereof will be given to any Subcontractor, any Supplier, or any CONTRACTOR prior to starting any such other individual or entity directly or indirectly work; and employed by any of them to perform any of the Work or anyone for whose acts any of them 2. if OWNER and CONTRACTOR are may be liable, regardless of whether or not unable to agree on entitlement to or on the caused in part by any negligence or omission of amount or extent, if any, of any adjustment in an individual or entity indemnified hereunder or the Contract Price or Contract Times that whether liability is imposed upon such indemni- should be allowed as a result of such other fied party by Laws and Regulations regardless work, a Claim may be made therefor as of the negligence of any such individual or provided in paragraph 10.05. entity. B. CONTRACTOR shall afford each other B. In any and all claims against OWNER or contractor who is a party to such a direct contract and ENGINEER or any of their respective consultants, each utility owner (and OWNER, if OWNER is per- agents, officers, directors, partners, or employees by forming the other work with OWNER's employees) any employee (or the survivor or personal proper and safe access to the Site and a reasonable representative of such employee) of CONTRACTOR, opportunity for the introduction and storage of any Subcontractor, any Supplier, or any individual or materials and equipment and the execution of such entity directly or indirectly employed by any of them to other work and shall properly coordinate the Work with perform any of the Work, or anyone for whose acts theirs. Unless otherwise provided in the Contract any of them may be liable, the indemnification Documents, CONTRACTOR shall do all cutting, obligation under paragraph 6.20.A shall not be limited fitting, and patching of the Work that may be required in any way by any limitation on the amount or type of to properly connect or otherwise make its several damages, compensation , or benefits payable by or for parts come together and properly integrate with such CONTRACTOR or any such Subcontractor, Supplier, other work. CONTRACTOR shall not endanger any or other individual or entity under workers' compen- work of others by cutting, excavating, or otherwise sation acts, disability benefit acts, or other employee altering their work and will only cut or alter their work benefit acts. with the written consent of ENGINEER and the others whose work will be affected . The duties and C. The indemnification obligations of CON- responsibilities of CONTRACTOR under this TRACTOR under paragraph 6 .20 .A shall not extend to paragraph are for the benefit of such utility owners and the liability of ENGINEER and ENGINEER's other contractors to the extent that there are Consultants or to the officers, directors , partners, comparable provisions for the benefit of employees, agents, and other consultants and CONTRACTOR in said direct contracts between subcontractors of each and any of them arising out of: OWNER and such utility owners and other contractors. 1 . the preparation or approval of, or the failure to prepare or approve, maps, Drawings, 00700 General ConmRons REV 04-07 00700 - 26 F :\Engineenng\Capnal Projects\9920-161h St. 741h Ave to 661h Ave\9920 Contract Docunlenls 8 Specs\00700 - General Conditions REV 04-07 aoc harmless OWNER, ENGINEER, ENGINEER's opinions , reports, surveys, Change Orders, Consultants, and the officers, directors , partners , designs , or Specifications ; or employees, agents, and other consultants and subcontractors of each and any of them from and 2 . giving directions or instructions , or against all claims, costs, losses, and damages failing to give them , if that is the primary cause (including but not limited to all fees and charges of of the injury or damage . engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs ) arising out of or relating to ARTICLE 7 - OTHER WORK the performance of the Work, provided that any such claim , cost, loss, or damage: 7 . 01 Related Work at Site 1 . is attributable to bodily injury, sickness, disease , or death, or to injury to or A. OWNER may perform other work related to destruction of tangible property (other than the the Project at the Site by OWNER's employees, or let Work itself), including the loss of use resulting other direct contracts therefor, or have other work therefrom; and performed by utility owners. If such other work is not noted in the Contract Documents, then : 2. is caused in whole or in part by any negligent act or omission of CONTRACTOR, 1 . written notice thereof will be given to any Subcontractor, any Supplier, or any CONTRACTOR prior to starting any such other individual or entity directly or indirectly work; and employed by any of them to perform any of the Work or anyone for whose acts any of them 2. if OWNER and CONTRACTOR are may be liable, regardless of whether or not unable to agree on entitlement to or on the caused in part by any negligence or omission of amount or extent, if any, of any adjustment in an individual or entity indemnified hereunder or the Contract Price or Contract Times that whether liability is imposed upon such indemni- should be allowed as a result of such other fied party by Laws and Regulations regardless work, a Claim may be made therefor as of the negligence of any such individual or provided in paragraph 10.05. entity. B. CONTRACTOR shall afford each other B. In any and all claims against OWNER or contractor who is a party to such a direct contract and ENGINEER or any of their respective consultants, each utility owner (and OWNER, if OWNER is per- agents, officers, directors, partners, or employees by forming the other work with OWNER's employees) any employee (or the survivor or personal proper and safe access to the Site and a reasonable representative of such employee) of CONTRACTOR, opportunity for the introduction and storage of any Subcontractor, any Supplier, or any individual or materials and equipment and the execution of such entity directly or indirectly employed by any of them to other work and shall properly coordinate the Work with perform any of the Work, or anyone for whose acts theirs. Unless otherwise provided in the Contract any of them may be liable, the indemnification Documents, CONTRACTOR shall do all cutting, obligation under paragraph 6.20.A shall not be limited fitting, and patching of the Work that may be required in any way by any limitation on the amount or type of to properly connect or otherwise make its several damages, compensation , or benefits payable by or for parts come together and properly integrate with such CONTRACTOR or any such Subcontractor, Supplier, other work. CONTRACTOR shall not endanger any or other individual or entity under workers' compen- work of others by cutting, excavating, or otherwise sation acts, disability benefit acts, or other employee altering their work and will only cut or alter their work benefit acts. with the written consent of ENGINEER and the others whose work will be affected . The duties and C. The indemnification obligations of CON- responsibilities of CONTRACTOR under this TRACTOR under paragraph 6 .20 .A shall not extend to paragraph are for the benefit of such utility owners and the liability of ENGINEER and ENGINEER's other contractors to the extent that there are Consultants or to the officers, directors , partners, comparable provisions for the benefit of employees, agents, and other consultants and CONTRACTOR in said direct contracts between subcontractors of each and any of them arising out of: OWNER and such utility owners and other contractors. 1 . the preparation or approval of, or the failure to prepare or approve, maps, Drawings, 00700 General ConmRons REV 04-07 00700 - 26 F :\Engineenng\Capnal Projects\9920-161h St. 741h Ave to 661h Ave\9920 Contract Docunlenls 8 Specs\00700 - General Conditions REV 04-07 aoc C. If the proper execution or results of any part of 8.03 Furnish Data CONTRACTOR's Work depends upon work per- formed by others under this Article 7 , CONTRACTOR A. OWNER shall promptly furnish the data shall inspect such other work and promptly report to required of OWNER under the Contract Documents . ENGINEER in writing any delays, defects , or deficien- cies in such other work that render it unavailable or 8.04 Pay Promptly When Due unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to A. OWNER shall make payments to CONTRAC- so report will constitute an acceptance of such other TOR promptly when they are due as provided in work as fit and proper for integration with paragraphs 14 .02 . 0 and 14 .07 . C . CONTRACTOR's Work except for latent defects and deficiencies in such otherwork. 8.05 Lands and Easements; Reports and Tests 7.02 Coordination A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to A. If OWNER intends to contract with others for establish reference points are set forth in paragraphs the performance of other work on the Project at the 4.01 and 4.05. Paragraph 4.02 refers to OWNER's Site, the following will be set forth in Supplementary identifying and making available to CONTRACTOR Conditions : copies of reports of explorations and tests of subsurface conditions and drawings of physical 1 . the individual or entity who will have conditions in or relating to existing surface or authority and responsibility for coordination of subsurface structures at or contiguous to the Site that the activities among the various contractors will have been utilized by ENGINEER in preparing the be identified; Contract Documents . 2 . the specific matters to be covered by 8.06 Insurance such authority and responsibility will be itemized; and A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- 3. the extent of such authority and ance are set forth in Article 5. responsibilities will be provided . 8 .07 Change Orders B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole A. OWNER is obligated to execute Change authority and responsibility for such coordination. Orders as indicated in paragraph 10.03 . 8 .08 Inspections, Tests, and Approvals ARTICLE 8 - OWNER'S RESPONSIBILITIES A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in 8.01 Communications to Contractor paragraph 13.03. 8. A. Except as otherwise provided in these 8 .09 Limitations on OWNER's Responsibilities General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, 8.02 Replacement of ENGINEER CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction , or the safety A. In case of termination of the employment of precautions and programs incident thereto, or for any ENGINEER, OWNER shall appoint an engineer to failure of CONTRACTOR to comply with Laws and whom CONTRACTOR makes no reasonable Regulations applicable to the performance of the objection , whose status under the Contract Work. OWNER will not be responsible for Documents shall be that of the former ENGINEER. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. OD700 - General Cordillons REV IM-07 00700 - 27 F.\Engineering\Capilal Prolecis\9920-16th Sl, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00700 - General Condthons REV 04-07.doc C. If the proper execution or results of any part of 8.03 Furnish Data CONTRACTOR's Work depends upon work per- formed by others under this Article 7 , CONTRACTOR A. OWNER shall promptly furnish the data shall inspect such other work and promptly report to required of OWNER under the Contract Documents . ENGINEER in writing any delays, defects , or deficien- cies in such other work that render it unavailable or 8.04 Pay Promptly When Due unsuitable for the proper execution and results of CONTRACTOR's Work. CONTRACTOR's failure to A. OWNER shall make payments to CONTRAC- so report will constitute an acceptance of such other TOR promptly when they are due as provided in work as fit and proper for integration with paragraphs 14 .02 . 0 and 14 .07 . C . CONTRACTOR's Work except for latent defects and deficiencies in such otherwork. 8.05 Lands and Easements; Reports and Tests 7.02 Coordination A. OWNER's duties in respect of providing lands and easements and providing engineering surveys to A. If OWNER intends to contract with others for establish reference points are set forth in paragraphs the performance of other work on the Project at the 4.01 and 4.05. Paragraph 4.02 refers to OWNER's Site, the following will be set forth in Supplementary identifying and making available to CONTRACTOR Conditions : copies of reports of explorations and tests of subsurface conditions and drawings of physical 1 . the individual or entity who will have conditions in or relating to existing surface or authority and responsibility for coordination of subsurface structures at or contiguous to the Site that the activities among the various contractors will have been utilized by ENGINEER in preparing the be identified; Contract Documents . 2 . the specific matters to be covered by 8.06 Insurance such authority and responsibility will be itemized; and A. OWNER's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- 3. the extent of such authority and ance are set forth in Article 5. responsibilities will be provided . 8 .07 Change Orders B. Unless otherwise provided in the Supplementary Conditions, OWNER shall have sole A. OWNER is obligated to execute Change authority and responsibility for such coordination. Orders as indicated in paragraph 10.03 . 8 .08 Inspections, Tests, and Approvals ARTICLE 8 - OWNER'S RESPONSIBILITIES A. OWNER's responsibility in respect to certain inspections, tests, and approvals is set forth in 8.01 Communications to Contractor paragraph 13.03. 8. A. Except as otherwise provided in these 8 .09 Limitations on OWNER's Responsibilities General Conditions, OWNER shall issue all communi- cations to CONTRACTOR through ENGINEER. A. The OWNER shall not supervise, direct, or have control or authority over, nor be responsible for, 8.02 Replacement of ENGINEER CONTRACTOR's means, methods, techniques, se- quences, or procedures of construction , or the safety A. In case of termination of the employment of precautions and programs incident thereto, or for any ENGINEER, OWNER shall appoint an engineer to failure of CONTRACTOR to comply with Laws and whom CONTRACTOR makes no reasonable Regulations applicable to the performance of the objection , whose status under the Contract Work. OWNER will not be responsible for Documents shall be that of the former ENGINEER. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. OD700 - General Cordillons REV IM-07 00700 - 27 F.\Engineering\Capilal Prolecis\9920-16th Sl, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00700 - General Condthons REV 04-07.doc 8. 10 Undisclosed Hazardous Environmental of ENGINEER's visits or observations of Condition CONTRACTOR's Work ENGINEER will not supervise, direct, control , or have authority over or be A. OWNER's responsibility in respect to an responsible for CONTRACTOR's means , methods , undisclosed Hazardous Environmental Condition is techniques, sequences, or procedures of construction , set forth in paragraph 4 .06 . or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply 8 . 11 Evidence of Financial Arrangements with Laws and Regulations applicable to the performance of the Work. A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that 9 .03 Project Representative financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, A. If OWNER and ENGINEER agree, ENGI- OWNER's responsibility in respect thereof will be as NEER will furnish a Resident Project Representative set forth in the Supplementary Conditions. to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and authority and limitations thereon of any such Resident ARTICLE 9 - ENGINEER'S STATUS DURING Project Representative and assistants will be as CONSTRUCTION provided in paragraph 9. 10 and in the Supplementary Conditions . If OWNER designates another represen- tative or agent to represent OWNER at the Site who is 9.01 OWNERS Representative not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of A. ENGINEER will be OWNER's representative such other individual or entity will be as provided in the during the construction period. The duties and Supplementary Conditions . responsibilities and the limitations of authority of ENGINEER as OWNER's representative during 9 .04 Clarifications and Interpretations construction are set forth in the Contract Documents and will not be changed without written consent of A. ENGINEER will issue with reasonable OWNER and ENGINEER. promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents 9.02 Visits to Site as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably A. ENGINEER will make visits to the Site at inferable from the Contract Documents. Such written intervals appropriate to the various stages of construc- clarifications and interpretations will be binding on tion as ENGINEER deems necessary in order to OWNER and CONTRACTOR. If OWNER and CON- observe as an experienced and qualified design TRACTOR are unable to agree on entitlement to or on professional the progress that has been made and the the amount or extent, if any, of any adjustment in the quality of the various aspects of CONTRACTOR's Contract Price or Contract Times, or both, that should executed Work. Based on information obtained be allowed as a result of a written clarification or during such visits and observations, ENGINEER, for interpretation, a Claim may be made therefor as the benefit of OWNER, will determine, in general, if provided in paragraph 10 .05. the Work is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to 9 .05 Authorized Variations in Work make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. A. ENGINEER may authorize minor variations in ENGINEER's efforts will be directed toward providing the Work from the requirements of the Contract for OWNER a greater degree of confidence that the Documents which do not involve an adjustment in the completed Work will conform generally to the Contract Contract Price or the Contract Times and are compati- Documents. On the basis of such visits and ble with the design concept of the completed Project observations, ENGINEER will keep OWNER informed as a functioning whole as indicated by the Contract of the progress of the Work and will endeavor to guard Documents . These may be accomplished by a Field OWNER against defective Work. Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved B. ENGINEER's visits and observations are promptly. If OWNER and CONTRACTOR are unable subject to all the limitations on ENGINEER's authority to agree on entitlement to or on the amount or extent, and responsibility set forth in paragraph 9 . 10 , and if any, of any adjustment in the Contract Price or particularly, but without limitation , during or as a result Contract Times , or both , as a result of a Field Order, 00700 - General Ccnhilions RP/ 04-07 00700 - 28 F Trrgineering\Capital Projects\9920-16th St, 741ie Ave to 661h AvO9920 Contract Documents & Specs\00700 - General Conditions REV 04-O7.doc 8. 10 Undisclosed Hazardous Environmental of ENGINEER's visits or observations of Condition CONTRACTOR's Work ENGINEER will not supervise, direct, control , or have authority over or be A. OWNER's responsibility in respect to an responsible for CONTRACTOR's means , methods , undisclosed Hazardous Environmental Condition is techniques, sequences, or procedures of construction , set forth in paragraph 4 .06 . or the safety precautions and programs incident thereto, or for any failure of CONTRACTOR to comply 8 . 11 Evidence of Financial Arrangements with Laws and Regulations applicable to the performance of the Work. A. If and to the extent OWNER has agreed to furnish CONTRACTOR reasonable evidence that 9 .03 Project Representative financial arrangements have been made to satisfy OWNER's obligations under the Contract Documents, A. If OWNER and ENGINEER agree, ENGI- OWNER's responsibility in respect thereof will be as NEER will furnish a Resident Project Representative set forth in the Supplementary Conditions. to assist ENGINEER in providing more extensive observation of the Work. The responsibilities and authority and limitations thereon of any such Resident ARTICLE 9 - ENGINEER'S STATUS DURING Project Representative and assistants will be as CONSTRUCTION provided in paragraph 9. 10 and in the Supplementary Conditions . If OWNER designates another represen- tative or agent to represent OWNER at the Site who is 9.01 OWNERS Representative not ENGINEER's Consultant, agent or employee, the responsibilities and authority and limitations thereon of A. ENGINEER will be OWNER's representative such other individual or entity will be as provided in the during the construction period. The duties and Supplementary Conditions . responsibilities and the limitations of authority of ENGINEER as OWNER's representative during 9 .04 Clarifications and Interpretations construction are set forth in the Contract Documents and will not be changed without written consent of A. ENGINEER will issue with reasonable OWNER and ENGINEER. promptness such written clarifications or interpreta- tions of the requirements of the Contract Documents 9.02 Visits to Site as ENGINEER may determine necessary, which shall be consistent with the intent of and reasonably A. ENGINEER will make visits to the Site at inferable from the Contract Documents. Such written intervals appropriate to the various stages of construc- clarifications and interpretations will be binding on tion as ENGINEER deems necessary in order to OWNER and CONTRACTOR. If OWNER and CON- observe as an experienced and qualified design TRACTOR are unable to agree on entitlement to or on professional the progress that has been made and the the amount or extent, if any, of any adjustment in the quality of the various aspects of CONTRACTOR's Contract Price or Contract Times, or both, that should executed Work. Based on information obtained be allowed as a result of a written clarification or during such visits and observations, ENGINEER, for interpretation, a Claim may be made therefor as the benefit of OWNER, will determine, in general, if provided in paragraph 10 .05. the Work is proceeding in accordance with the Con- tract Documents. ENGINEER will not be required to 9 .05 Authorized Variations in Work make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. A. ENGINEER may authorize minor variations in ENGINEER's efforts will be directed toward providing the Work from the requirements of the Contract for OWNER a greater degree of confidence that the Documents which do not involve an adjustment in the completed Work will conform generally to the Contract Contract Price or the Contract Times and are compati- Documents. On the basis of such visits and ble with the design concept of the completed Project observations, ENGINEER will keep OWNER informed as a functioning whole as indicated by the Contract of the progress of the Work and will endeavor to guard Documents . These may be accomplished by a Field OWNER against defective Work. Order and will be binding on OWNER and also on CONTRACTOR, who shall perform the Work involved B. ENGINEER's visits and observations are promptly. If OWNER and CONTRACTOR are unable subject to all the limitations on ENGINEER's authority to agree on entitlement to or on the amount or extent, and responsibility set forth in paragraph 9 . 10 , and if any, of any adjustment in the Contract Price or particularly, but without limitation , during or as a result Contract Times , or both , as a result of a Field Order, 00700 - General Ccnhilions RP/ 04-07 00700 - 28 F Trrgineering\Capital Projects\9920-16th St, 741ie Ave to 661h AvO9920 Contract Documents & Specs\00700 - General Conditions REV 04-O7.doc a Claim may be made therefor as provided in accordance with the provisions of paragraph 10.05, paragraph 10.05 . with a request for a formal decision . 9 . 06 Rejecting Defective Work B. When functioning as interpreter and judge under this paragraph 9.09 , ENGINEER will not show A. ENGINEER will have authority to disapprove partiality to OWNER or CONTRACTOR and will not or reject Work which ENGINEER believes to be be liable in connection with any interpretation or defective, or that ENGINEER believes will not produce decision rendered in good faith in such capacity. The a completed Project that conforms to the Contract rendering of a decision by ENGINEER pursuant to this Documents or that will prejudice the integrity of the paragraph 9 .09 with respect to any such Claim , design concept of the completed Project as a dispute , or other matter (except any which have been functioning whole as indicated by the Contract waived by the making or acceptance of final payment Documents. ENGINEER will also have authority to as provided in paragraph 14.07) will be a condition require special inspection or testing of the Work as precedent to any exercise by OWNER or provided in paragraph 13 .04 , whether or not the Work CONTRACTOR of such rights or remedies as either is fabricated, installed , or completed. may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim , 9 .07 Shop Drawings, Change Orders and dispute, or other matter. Payments 9 . 10 Limitations on ENGINEER'S Authority and A. In connection with ENGINEER's authority as Responsibilities to Shop Drawings and Samples, see paragraph 6 . 17 . A. Neither ENGINEER'S authority or respon- B. In connection with ENGINEER's authority as sibility under this Article 9 or under any other provision to Change Orders, see Articles 101 11 , and 12 . of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not C. In connection with ENGINEER's authority as exercise such authority or responsibility or the to Applications for Payment, see Article 14. undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, 9.08 Determinations for Unit Price Work or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- A. ENGINEER will determine the actual quanti- tractor, any Supplier, any other individual or entity, or ties and classifications of Unit Price Work performed to any surety for or employee or agent of any of them. by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary B. ENGINEER will not supervise , direct, control , determinations on such matters before rendering a or have authority over or be responsible for written decision thereon (by recommendation of an CONTRACTOR's means, methods, techniques, se- Application for Payment or otherwise). ENGINEER's quences, or procedures of construction, or the safety written decision thereon will be final and binding precautions and programs incident thereto, or for any (except as modified by ENGINEER to reflect changed failure of CONTRACTOR to comply with Laws and factual conditions or more accurate data) upon Regulations applicable to the performance of the OWNER and CONTRACTOR, subject to the Work. ENGINEER will not be responsible for provisions of paragraph 10 .05. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9 .09 Decisions on Requirements of Contract Documents and Acceptability of Work C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any A. ENGINEER will be the initial interpreter of the Subcontractor, any Supplier, or of any other individual requirements of the Contract Documents and judge of or entity performing any of the Work. the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability D . ENGINEER's review of the final Application of the Work, the quantities and classifications of Unit for Payment and accompanying documentation and all Price Work, the interpretation of the requirements of maintenance and operating instructions , schedules, the Contract Documents pertaining to the guarantees , Bonds , certificates of inspection, tests performance of the Work, and Claims seeking and approvals , and other documentation required to changes in the Contract Price or Contract Times will be delivered by paragraph 14.07.A will only be to be referred initially to ENGINEER in writing , in determine generally that their content complies with the requirements of, and in the case of certificates of 00700 - General Conditions REV 04-07 00700 - 29 F%Engineering\Capital Projects\9920-161h S1, 74th Ave to 66th AveG920 Contract Dooum nts & Specs\00700 - General Conditions REV 04-07 doc a Claim may be made therefor as provided in accordance with the provisions of paragraph 10.05, paragraph 10.05 . with a request for a formal decision . 9 . 06 Rejecting Defective Work B. When functioning as interpreter and judge under this paragraph 9.09 , ENGINEER will not show A. ENGINEER will have authority to disapprove partiality to OWNER or CONTRACTOR and will not or reject Work which ENGINEER believes to be be liable in connection with any interpretation or defective, or that ENGINEER believes will not produce decision rendered in good faith in such capacity. The a completed Project that conforms to the Contract rendering of a decision by ENGINEER pursuant to this Documents or that will prejudice the integrity of the paragraph 9 .09 with respect to any such Claim , design concept of the completed Project as a dispute , or other matter (except any which have been functioning whole as indicated by the Contract waived by the making or acceptance of final payment Documents. ENGINEER will also have authority to as provided in paragraph 14.07) will be a condition require special inspection or testing of the Work as precedent to any exercise by OWNER or provided in paragraph 13 .04 , whether or not the Work CONTRACTOR of such rights or remedies as either is fabricated, installed , or completed. may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such Claim , 9 .07 Shop Drawings, Change Orders and dispute, or other matter. Payments 9 . 10 Limitations on ENGINEER'S Authority and A. In connection with ENGINEER's authority as Responsibilities to Shop Drawings and Samples, see paragraph 6 . 17 . A. Neither ENGINEER'S authority or respon- B. In connection with ENGINEER's authority as sibility under this Article 9 or under any other provision to Change Orders, see Articles 101 11 , and 12 . of the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not C. In connection with ENGINEER's authority as exercise such authority or responsibility or the to Applications for Payment, see Article 14. undertaking, exercise, or performance of any authority or responsibility by ENGINEER shall create, impose, 9.08 Determinations for Unit Price Work or give rise to any duty in contract, tort, or otherwise owed by ENGINEER to CONTRACTOR, any Subcon- A. ENGINEER will determine the actual quanti- tractor, any Supplier, any other individual or entity, or ties and classifications of Unit Price Work performed to any surety for or employee or agent of any of them. by CONTRACTOR. ENGINEER will review with CONTRACTOR the ENGINEER's preliminary B. ENGINEER will not supervise , direct, control , determinations on such matters before rendering a or have authority over or be responsible for written decision thereon (by recommendation of an CONTRACTOR's means, methods, techniques, se- Application for Payment or otherwise). ENGINEER's quences, or procedures of construction, or the safety written decision thereon will be final and binding precautions and programs incident thereto, or for any (except as modified by ENGINEER to reflect changed failure of CONTRACTOR to comply with Laws and factual conditions or more accurate data) upon Regulations applicable to the performance of the OWNER and CONTRACTOR, subject to the Work. ENGINEER will not be responsible for provisions of paragraph 10 .05. CONTRACTOR's failure to perform the Work in accordance with the Contract Documents. 9 .09 Decisions on Requirements of Contract Documents and Acceptability of Work C. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any A. ENGINEER will be the initial interpreter of the Subcontractor, any Supplier, or of any other individual requirements of the Contract Documents and judge of or entity performing any of the Work. the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability D . ENGINEER's review of the final Application of the Work, the quantities and classifications of Unit for Payment and accompanying documentation and all Price Work, the interpretation of the requirements of maintenance and operating instructions , schedules, the Contract Documents pertaining to the guarantees , Bonds , certificates of inspection, tests performance of the Work, and Claims seeking and approvals , and other documentation required to changes in the Contract Price or Contract Times will be delivered by paragraph 14.07.A will only be to be referred initially to ENGINEER in writing , in determine generally that their content complies with the requirements of, and in the case of certificates of 00700 - General Conditions REV 04-07 00700 - 29 F%Engineering\Capital Projects\9920-161h S1, 74th Ave to 66th AveG920 Contract Dooum nts & Specs\00700 - General Conditions REV 04-07 doc inspections, tests , and approvals that the results 2 . changes in the Contract Price or certified indicate compliance with, the Contract Contract Times which are agreed to by the Documents. parties, including any undisputed sum or amount of time for Work actually performed in E. The limitations upon authority and responsibil- accordance with a Work Change Directive; and ity set forth in this paragraph 9. 10 shall also apply to ENGINEER's Consultants, Resident Project Repre- 3. changes in the Contract Price or sentative, and assistants . Contract Times which embody the substance of any written decision rendered by ENGINEER ARTICLE 10 - CHANGES IN THE WORK; CLAIMS pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in 10 .01 Authorized Changes in the Work accordance with the provisions of the Contract Documents and applicable Laws and Regula- A. Without invalidating the Agreement and tions, but during any such appeal , without notice to any surety, OWNER may, at any time CONTRACTOR shall carry on the Work and or from time to time, order additions, deletions, or adhere to the progress schedule as provided in revisions in the Work by a Written Amendment, a paragraph 6. 18.A. Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall 10. 04 Notification to Surety promptly proceed with the Work involved which will be performed under the applicable conditions of the A. If notice of any change affecting the general Contract Documents (except as otherwise specifically scope of the Work or the provisions of the Contract provided). Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions B. If OWNER and CONTRACTOR are unable to of any Bond to be given to a surety, the giving of any agree on entitlement to, or on the amount or extent, if such notice will be CONTRACTOR's responsibility. any, of an adjustment in the Contract Price or Contract The amount of each applicable Bond will be adjusted Times, or both , that should be allowed as a result of a to reflect the effect of any such change. Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6. 16 or in the case of uncovering Work as provided in paragraph 13.04.6. 10 .03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1 . changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01 -A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties ; 00]00 - General Cantlilions REV 04 07 00700 - 10 F \Engineering\Capital Prgec15�9920-061h St, 741h Ave to 66th Ave19920 ConVact Documents & Specs\00700 - General Conditions REV 04-07 tloc inspections, tests , and approvals that the results 2 . changes in the Contract Price or certified indicate compliance with, the Contract Contract Times which are agreed to by the Documents. parties, including any undisputed sum or amount of time for Work actually performed in E. The limitations upon authority and responsibil- accordance with a Work Change Directive; and ity set forth in this paragraph 9. 10 shall also apply to ENGINEER's Consultants, Resident Project Repre- 3. changes in the Contract Price or sentative, and assistants . Contract Times which embody the substance of any written decision rendered by ENGINEER ARTICLE 10 - CHANGES IN THE WORK; CLAIMS pursuant to paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in 10 .01 Authorized Changes in the Work accordance with the provisions of the Contract Documents and applicable Laws and Regula- A. Without invalidating the Agreement and tions, but during any such appeal , without notice to any surety, OWNER may, at any time CONTRACTOR shall carry on the Work and or from time to time, order additions, deletions, or adhere to the progress schedule as provided in revisions in the Work by a Written Amendment, a paragraph 6. 18.A. Change Order, or a Work Change Directive. Upon receipt of any such document, CONTRACTOR shall 10. 04 Notification to Surety promptly proceed with the Work involved which will be performed under the applicable conditions of the A. If notice of any change affecting the general Contract Documents (except as otherwise specifically scope of the Work or the provisions of the Contract provided). Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions B. If OWNER and CONTRACTOR are unable to of any Bond to be given to a surety, the giving of any agree on entitlement to, or on the amount or extent, if such notice will be CONTRACTOR's responsibility. any, of an adjustment in the Contract Price or Contract The amount of each applicable Bond will be adjusted Times, or both , that should be allowed as a result of a to reflect the effect of any such change. Work Change Directive, a Claim may be made therefor as provided in paragraph 10.05. 10.02 Unauthorized Changes in the Work A. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in paragraph 3.04, except in the case of an emergency as provided in paragraph 6. 16 or in the case of uncovering Work as provided in paragraph 13.04.6. 10 .03 Execution of Change Orders A. OWNER and CONTRACTOR shall execute appropriate Change Orders recommended by ENGI- NEER (or Written Amendments) covering: 1 . changes in the Work which are: (i) ordered by OWNER pursuant to paragraph 10.01 -A, (ii) required because of acceptance of defective Work under paragraph 13.08.A or OWNER's correction of defective Work under paragraph 13.09, or (iii) agreed to by the parties ; 00]00 - General Cantlilions REV 04 07 00700 - 10 F \Engineering\Capital Prgec15�9920-061h St, 741h Ave to 66th Ave19920 ConVact Documents & Specs\00700 - General Conditions REV 04-07 tloc 10.05 Claims and Disputes C . If ENGINEER does not render a formal A. Notice: Written notice stating the general decision in writing within the time stated in paragraph nature of each Claim , dispute, or other matter shall be 10.05. 13 , a decision denying the Claim in its entirety delivered by the claimant to ENGINEER and the other shall be deemed to have been issued 31 days after party to the Contract promptly (but in no event later receipt of the last submittal of the claimant or the last than 30 days) after the start of the event giving rise submittal of the opposing party, if any. thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be D . No Claim for an adjustment in Contract Price delivered to the ENGINEER and the other party to the or Contract Times (or Milestones) will be valid if not Contract within 60 days after the start of such event submitted in accordance with this paragraph 10.05. (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim , dispute, or other matter). A Claim for ARTICLE 11 - COST OF THE WORK; CASH an adjustment in Contract Price shall be prepared in ALLOWANCES ; UNIT PRICE WORK accordance with the provisions of paragraph 12.01 .13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of 11 .01 Cost of the Work paragraph 12.02. B. Each Claim shall be accom- panied by claimant's written statement that the adjust- A. Costs Included: The term Cost of the Work ment claimed is the entire adjustment to which the means the sum of all costs necessarily incurred and claimant believes it is entitled as a result of said event. paid by CONTRACTOR in the proper performance of The opposing party shall submit any response to the Work. When the value of any Work covered by a ENGINEER and the claimant within 30 days after Change Order or when a Claim for an adjustment in receipt of the claimant's last submittal (unless Contract Price is determined on the basis of Cost of ENGINEER allows additional time). the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or B . ENGINEER's Decision: ENGINEER will incremental costs required because of the change in render a formal decision in writing within 30 days after the Work or because of the event giving rise to the receipt of the last submittal of the claimant or the last Claim . Except as otherwise may be agreed to in submittal of the opposing party, if any. ENGINEER's writing by OWNER, such costs shall be in amounts no written decision on such Claim , dispute, or other higher than those prevailing in the locality of the matter will be final and binding upon OWNER and Project, shall include only the following items, and CONTRACTOR unless : shall not include any of the costs itemized in para- 1 . an appeal from ENGINEER'S graph 11 .01 . 8 . decision is taken within the time limits and in 1 . Payroll costs for employees in the accordance with the dispute resolution direct employ of CONTRACTOR in the perfor- procedures set forth in Article 16; or mance of the Work under schedules of job classifications agreed upon by OWNER and 2. if no such dispute resolution CONTRACTOR. Such employees shall include procedures have been set forth in Article 16, a without limitation superintendents, foremen, written notice of intention to appeal from and other personnel employed full time at the ENGINEER's written decision is delivered by Site. Payroll costs for employees not employed OWNER or CONTRACTOR to the other and to full time on the Work shall be apportioned on ENGINEER within 30 days after the date of the basis of their time spent on the Work. such decision , and a formal proceeding is Payroll costs shall include, but not be limited to, instituted by the appealing party in a forum of salaries and wages plus the cost of fringe competent jurisdiction within 60 days after the benefits, which shall include social security date of such decision or within 60 days after contributions, unemployment, excise, and Substantial Completion, whichever is later payroll taxes, workers' compensation , health (unless otherwise agreed in writing by OWNER and retirement benefits, bonuses, sick leave, and CONTRACTOR), to exercise such rights or vacation and holiday pay applicable thereto. remedies as the appealing party may have with The expenses of performing Work outside of respect to such Claim , dispute, or other matter regular working hours, on Saturday, Sunday, or in accordance with applicable Laws and legal holidays, shall be included in the above to Regulations . the extent authorized by OWNER. 00700 - 31 00700 - General Conditions REV 04-07 F 1EngineeringlCapital Projects\9920-16th SI, 74th Ave to 66N Ave\9920 ContractDocumentsnis 8 Specs\00900 - General Conditions REV 04-07.tloc 10.05 Claims and Disputes C . If ENGINEER does not render a formal A. Notice: Written notice stating the general decision in writing within the time stated in paragraph nature of each Claim , dispute, or other matter shall be 10.05. 13 , a decision denying the Claim in its entirety delivered by the claimant to ENGINEER and the other shall be deemed to have been issued 31 days after party to the Contract promptly (but in no event later receipt of the last submittal of the claimant or the last than 30 days) after the start of the event giving rise submittal of the opposing party, if any. thereto. Notice of the amount or extent of the Claim, dispute, or other matter with supporting data shall be D . No Claim for an adjustment in Contract Price delivered to the ENGINEER and the other party to the or Contract Times (or Milestones) will be valid if not Contract within 60 days after the start of such event submitted in accordance with this paragraph 10.05. (unless ENGINEER allows additional time for claimant to submit additional or more accurate data in support of such Claim , dispute, or other matter). A Claim for ARTICLE 11 - COST OF THE WORK; CASH an adjustment in Contract Price shall be prepared in ALLOWANCES ; UNIT PRICE WORK accordance with the provisions of paragraph 12.01 .13. A Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of 11 .01 Cost of the Work paragraph 12.02. B. Each Claim shall be accom- panied by claimant's written statement that the adjust- A. Costs Included: The term Cost of the Work ment claimed is the entire adjustment to which the means the sum of all costs necessarily incurred and claimant believes it is entitled as a result of said event. paid by CONTRACTOR in the proper performance of The opposing party shall submit any response to the Work. When the value of any Work covered by a ENGINEER and the claimant within 30 days after Change Order or when a Claim for an adjustment in receipt of the claimant's last submittal (unless Contract Price is determined on the basis of Cost of ENGINEER allows additional time). the Work, the costs to be reimbursed to CONTRACTOR will be only those additional or B . ENGINEER's Decision: ENGINEER will incremental costs required because of the change in render a formal decision in writing within 30 days after the Work or because of the event giving rise to the receipt of the last submittal of the claimant or the last Claim . Except as otherwise may be agreed to in submittal of the opposing party, if any. ENGINEER's writing by OWNER, such costs shall be in amounts no written decision on such Claim , dispute, or other higher than those prevailing in the locality of the matter will be final and binding upon OWNER and Project, shall include only the following items, and CONTRACTOR unless : shall not include any of the costs itemized in para- 1 . an appeal from ENGINEER'S graph 11 .01 . 8 . decision is taken within the time limits and in 1 . Payroll costs for employees in the accordance with the dispute resolution direct employ of CONTRACTOR in the perfor- procedures set forth in Article 16; or mance of the Work under schedules of job classifications agreed upon by OWNER and 2. if no such dispute resolution CONTRACTOR. Such employees shall include procedures have been set forth in Article 16, a without limitation superintendents, foremen, written notice of intention to appeal from and other personnel employed full time at the ENGINEER's written decision is delivered by Site. Payroll costs for employees not employed OWNER or CONTRACTOR to the other and to full time on the Work shall be apportioned on ENGINEER within 30 days after the date of the basis of their time spent on the Work. such decision , and a formal proceeding is Payroll costs shall include, but not be limited to, instituted by the appealing party in a forum of salaries and wages plus the cost of fringe competent jurisdiction within 60 days after the benefits, which shall include social security date of such decision or within 60 days after contributions, unemployment, excise, and Substantial Completion, whichever is later payroll taxes, workers' compensation , health (unless otherwise agreed in writing by OWNER and retirement benefits, bonuses, sick leave, and CONTRACTOR), to exercise such rights or vacation and holiday pay applicable thereto. remedies as the appealing party may have with The expenses of performing Work outside of respect to such Claim , dispute, or other matter regular working hours, on Saturday, Sunday, or in accordance with applicable Laws and legal holidays, shall be included in the above to Regulations . the extent authorized by OWNER. 00700 - 31 00700 - General Conditions REV 04-07 F 1EngineeringlCapital Projects\9920-16th SI, 74th Ave to 66N Ave\9920 ContractDocumentsnis 8 Specs\00900 - General Conditions REV 04-07.tloc 2. Cost of all materials and equipment whether rented from CONTRACTOR or others furnished and incorporated in the Work, includ- in accordance with rental agreements approved ing costs of transportation and storage thereof, by OWNER with the advice of ENGINEER, and and Suppliers' field services required in the costs of transportation , loading , unloading, connection therewith . All cash discounts shall assembly, dismantling, and removal thereof. accrue to CONTRACTOR unless OWNER All such costs shall be in accordance with the deposits funds with CONTRACTOR with which terms of said rental agreements . The rental of to make payments, in which case the cash any such equipment, machinery, or parts shall discounts shall accrue to OWNER. All trade cease when the use thereof is no longer discounts, rebates and refunds and returns necessary for the Work . from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR d . Sales, consumer, use, and other shall make provisions so that they may be similar taxes related to the Work, and for which obtained. CONTRACTOR is liable, imposed by Laws and 3 . Payments made by CONTRACTOR Regulations . to Subcontractors for Work performed by e. Deposits lost for causes other Subcontractors . If required by OWNER, CON- than negligence of CONTRACTOR, any Sub- TRACTOR shall obtain competitive bids from contractor, or anyone directly or indirectly subcontractors acceptable to OWNER and employed by any of them or for whose acts any CONTRACTOR and shall deliver such bids to of them may be liable, and royalty payments OWNER, who will then determine, with the and fees for permits and licenses. advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the f. Losses and damages (and Subcontractor is to be paid on the basis of Cost related expenses) caused by damage to the of the Work plus a fee, the Subcontractor's Work, not compensated by insurance or Cost of the Work and fee shall be determined otherwise, sustained by CONTRACTOR in in the same manner as CONTRACTOR's Cost connection with the performance of the Work of the Work and fee as provided in this para- (except losses and damages within the deduct- graph 11 .01 . ible amounts of property insurance established in accordance with paragraph 5.06. D), provided 4. Costs of special consultants such losses and damages have resulted from (including but not limited to engineers, causes other than the negligence of architects, testing laboratories, surveyors, CONTRACTOR, any Subcontractor, or anyone attorneys, and accountants) employed for directly or indirectly employed by any of them or services specifically related to the Work. for whose acts any of them may be liable. Such losses shall include settlements made 5. Supplemental costs including the with the written consent and approval of following : OWNER. No such losses, damages, and expenses shall be included in the Cost of the a. The proportion of necessary Work for the purpose of determining transportation, travel, and subsistence ex- CONTRACTOR's fee. penses of CONTRACTOR's employees incurred in discharge of duties connected with g. The cost of utilities, fuel, and the Work. sanitary facilities at the Site. b. Cost, including transportation and h. Minor expenses such as tele- maintenance, of all materials , supplies, equip- grams, long distance telephone calls, telephone ment, machinery, appliances, office, and service at the Site, expressage, and similar temporary facilities at the Site, and hand tools petty cash items in connection with the Work, not owned by the workers, which are consumed in the performance of the Work, and cost, less i. When the Cost of the Work is market value, of such items used but not con- used to determine the value of a Change Order sumed which remain the property of CON- or of a Claim, the cost of premiums for addi- TRACTOR. tional Bonds and insurance required because of the changes in the Work or caused by the c. Rentals of all construction equip- event giving rise to the Claim . ment and machinery, and the parts thereof 00700 - General Conditions REV 0407 00700 - 32 FrEngineering\Cap lal Projects19920-16th St, 74th Ave to 66In AveM9920 Contact Documents 8 Specs\00700 - General Conddions REV 04-07 doe 2. Cost of all materials and equipment whether rented from CONTRACTOR or others furnished and incorporated in the Work, includ- in accordance with rental agreements approved ing costs of transportation and storage thereof, by OWNER with the advice of ENGINEER, and and Suppliers' field services required in the costs of transportation , loading , unloading, connection therewith . All cash discounts shall assembly, dismantling, and removal thereof. accrue to CONTRACTOR unless OWNER All such costs shall be in accordance with the deposits funds with CONTRACTOR with which terms of said rental agreements . The rental of to make payments, in which case the cash any such equipment, machinery, or parts shall discounts shall accrue to OWNER. All trade cease when the use thereof is no longer discounts, rebates and refunds and returns necessary for the Work . from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR d . Sales, consumer, use, and other shall make provisions so that they may be similar taxes related to the Work, and for which obtained. CONTRACTOR is liable, imposed by Laws and 3 . Payments made by CONTRACTOR Regulations . to Subcontractors for Work performed by e. Deposits lost for causes other Subcontractors . If required by OWNER, CON- than negligence of CONTRACTOR, any Sub- TRACTOR shall obtain competitive bids from contractor, or anyone directly or indirectly subcontractors acceptable to OWNER and employed by any of them or for whose acts any CONTRACTOR and shall deliver such bids to of them may be liable, and royalty payments OWNER, who will then determine, with the and fees for permits and licenses. advice of ENGINEER, which bids, if any, will be acceptable. If any subcontract provides that the f. Losses and damages (and Subcontractor is to be paid on the basis of Cost related expenses) caused by damage to the of the Work plus a fee, the Subcontractor's Work, not compensated by insurance or Cost of the Work and fee shall be determined otherwise, sustained by CONTRACTOR in in the same manner as CONTRACTOR's Cost connection with the performance of the Work of the Work and fee as provided in this para- (except losses and damages within the deduct- graph 11 .01 . ible amounts of property insurance established in accordance with paragraph 5.06. D), provided 4. Costs of special consultants such losses and damages have resulted from (including but not limited to engineers, causes other than the negligence of architects, testing laboratories, surveyors, CONTRACTOR, any Subcontractor, or anyone attorneys, and accountants) employed for directly or indirectly employed by any of them or services specifically related to the Work. for whose acts any of them may be liable. Such losses shall include settlements made 5. Supplemental costs including the with the written consent and approval of following : OWNER. No such losses, damages, and expenses shall be included in the Cost of the a. The proportion of necessary Work for the purpose of determining transportation, travel, and subsistence ex- CONTRACTOR's fee. penses of CONTRACTOR's employees incurred in discharge of duties connected with g. The cost of utilities, fuel, and the Work. sanitary facilities at the Site. b. Cost, including transportation and h. Minor expenses such as tele- maintenance, of all materials , supplies, equip- grams, long distance telephone calls, telephone ment, machinery, appliances, office, and service at the Site, expressage, and similar temporary facilities at the Site, and hand tools petty cash items in connection with the Work, not owned by the workers, which are consumed in the performance of the Work, and cost, less i. When the Cost of the Work is market value, of such items used but not con- used to determine the value of a Change Order sumed which remain the property of CON- or of a Claim, the cost of premiums for addi- TRACTOR. tional Bonds and insurance required because of the changes in the Work or caused by the c. Rentals of all construction equip- event giving rise to the Claim . ment and machinery, and the parts thereof 00700 - General Conditions REV 0407 00700 - 32 FrEngineering\Cap lal Projects19920-16th St, 74th Ave to 66In AveM9920 Contact Documents 8 Specs\00700 - General Conddions REV 04-07 doe j . When all the Work is performed on the basis of cost-plus, the costs of D. Documentation: Whenever the Cost of the premiums for all Bonds and insurance Work for any purpose is to be determined pursuant to CONTRACTOR is required by the Contract paragraphs 11 .01 .A and 11 .01 . B, CONTRACTOR will Documents to purchase and maintain . establish and maintain records thereof in accordance with generally accepted accounting practices and B. Costs Excluded. The term Cost of the Work submit in a form acceptable to ENGINEER an shall not include any of the following items: itemized cost breakdown together with supporting data . 1 . Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- 11 .02 Cash Allowances pals (of partnerships and sole proprietorships), general managers, engineers , architects, A. It is understood that CONTRACTOR has in- estimators, attorneys, auditors, accountants, cluded in the Contract Price all allowances so named purchasing and contracting agents, expediters, in the Contract Documents and shall cause the Work timekeepers , clerks, and other personnel so covered to be performed for such sums as may be employed by CONTRACTOR, whether at the acceptable to OWNER and ENGINEER. Site or in CONTRACTOR's principal or branch CONTRACTOR agrees that: office for general administration of the Work and not specifically included in the agreed upon 1 . the allowances include the cost to schedule of job classifications referred to in CONTRACTOR (less any applicable trade paragraph 11 .01 .A. 1 or specifically covered by discounts) of materials and equipment required paragraph 11 .01 .A.4, all of which are to be by the allowances to be delivered at the Site, considered administrative costs covered by the and all applicable taxes; and CONTRACTOR's fee. 2. CONTRACTOR's costs for unloading 2 . Expenses of CONTRACTOR's princi- and handling on the Site, labor, installation pal and branch offices other than costs, overhead , profit, and other expenses CONTRACTOR's office at the Site. contemplated for the allowances have been included in the Contract Price and not in the 3. Any part of CONTRACTOR's capital allowances, and no demand for additional expenses, including interest on payment on account of any of the foregoing will CONTRACTOR's capital employed for the be valid. Work and charges against CONTRACTOR for delinquent payments. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER 4 . Costs due to the negligence of CON- to reflect actual amounts due CONTRACTOR on TRACTOR, any Subcontractor, or anyone account of Work covered by allowances, and the Con- directly or indirectly employed by any of them or tract Price shall be correspondingly adjusted. for whose acts any of them may be liable, including but not limited to, the correction of 11 .03 Unit Price Work defective Work, disposal of materials or equipment wrongly supplied, and making good A. Where the Contract Documents provide that any damage to property. all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all 5 . Other overhead or general expense Unit Price Work an amount equal to the sum of the costs of any kind and the costs of any item not unit price for each separately identified item of Unit specifically and expressly included in Price Work times the estimated quantity of each item paragraphs 11 .01 .A and 11 .01 . B . as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaran- C . CONTRACTOR's Fee: When all the Work is teed and are solely for the purpose of comparison of performed on the basis of cost-plus , CONTRACTOR's Bids and determining an initial Contract Price. Deter- fee shall be determined as set forth in the Agreement. minations of the actual quantities and classifications of When the value of any Work covered by a Change Unit Price Work performed by CONTRACTOR will be Order or when a Claim for an adjustment in Contract made by ENGINEER subject to the provisions of Price is determined on the basis of Cost of the Work, paragraph 9.08. CONTRACTOR's fee shall be determined as set forth in paragraph 12.01 .C. 00700 - General Conditions REV 04-07 00700 - 33 F\Engineering%Capital Prcjects\ 920-16th St, 74th Ave to 65th Ave\9920 Contract Documents & Specs=700 - Genera: Conditions REV 04-07.doc j . When all the Work is performed on the basis of cost-plus, the costs of D. Documentation: Whenever the Cost of the premiums for all Bonds and insurance Work for any purpose is to be determined pursuant to CONTRACTOR is required by the Contract paragraphs 11 .01 .A and 11 .01 . B, CONTRACTOR will Documents to purchase and maintain . establish and maintain records thereof in accordance with generally accepted accounting practices and B. Costs Excluded. The term Cost of the Work submit in a form acceptable to ENGINEER an shall not include any of the following items: itemized cost breakdown together with supporting data . 1 . Payroll costs and other compensation of CONTRACTOR's officers, executives, princi- 11 .02 Cash Allowances pals (of partnerships and sole proprietorships), general managers, engineers , architects, A. It is understood that CONTRACTOR has in- estimators, attorneys, auditors, accountants, cluded in the Contract Price all allowances so named purchasing and contracting agents, expediters, in the Contract Documents and shall cause the Work timekeepers , clerks, and other personnel so covered to be performed for such sums as may be employed by CONTRACTOR, whether at the acceptable to OWNER and ENGINEER. Site or in CONTRACTOR's principal or branch CONTRACTOR agrees that: office for general administration of the Work and not specifically included in the agreed upon 1 . the allowances include the cost to schedule of job classifications referred to in CONTRACTOR (less any applicable trade paragraph 11 .01 .A. 1 or specifically covered by discounts) of materials and equipment required paragraph 11 .01 .A.4, all of which are to be by the allowances to be delivered at the Site, considered administrative costs covered by the and all applicable taxes; and CONTRACTOR's fee. 2. CONTRACTOR's costs for unloading 2 . Expenses of CONTRACTOR's princi- and handling on the Site, labor, installation pal and branch offices other than costs, overhead , profit, and other expenses CONTRACTOR's office at the Site. contemplated for the allowances have been included in the Contract Price and not in the 3. Any part of CONTRACTOR's capital allowances, and no demand for additional expenses, including interest on payment on account of any of the foregoing will CONTRACTOR's capital employed for the be valid. Work and charges against CONTRACTOR for delinquent payments. B. Prior to final payment, an appropriate Change Order will be issued as recommended by ENGINEER 4 . Costs due to the negligence of CON- to reflect actual amounts due CONTRACTOR on TRACTOR, any Subcontractor, or anyone account of Work covered by allowances, and the Con- directly or indirectly employed by any of them or tract Price shall be correspondingly adjusted. for whose acts any of them may be liable, including but not limited to, the correction of 11 .03 Unit Price Work defective Work, disposal of materials or equipment wrongly supplied, and making good A. Where the Contract Documents provide that any damage to property. all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all 5 . Other overhead or general expense Unit Price Work an amount equal to the sum of the costs of any kind and the costs of any item not unit price for each separately identified item of Unit specifically and expressly included in Price Work times the estimated quantity of each item paragraphs 11 .01 .A and 11 .01 . B . as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaran- C . CONTRACTOR's Fee: When all the Work is teed and are solely for the purpose of comparison of performed on the basis of cost-plus , CONTRACTOR's Bids and determining an initial Contract Price. Deter- fee shall be determined as set forth in the Agreement. minations of the actual quantities and classifications of When the value of any Work covered by a Change Unit Price Work performed by CONTRACTOR will be Order or when a Claim for an adjustment in Contract made by ENGINEER subject to the provisions of Price is determined on the basis of Cost of the Work, paragraph 9.08. CONTRACTOR's fee shall be determined as set forth in paragraph 12.01 .C. 00700 - General Conditions REV 04-07 00700 - 33 F\Engineering%Capital Prcjects\ 920-16th St, 74th Ave to 65th Ave\9920 Contract Documents & Specs=700 - Genera: Conditions REV 04-07.doc B . Each unit price will be deemed to include an 3 . where the Work involved is not cov- amount considered by CONTRACTOR to be ade- ered by unit prices contained in the Contract quate to cover CONTRACTOR's overhead and profit Documents and agreement to a lump sum is for each separately identified item . not reached under paragraph 12 .01 .13.2 , on the basis of the Cost of the Work (determined as C . OWNER or CONTRACTOR may make a provided in paragraph 11 .01 ) plus a Claim for an adjustment in the Contract Price in accor- CONTRACTOR's fee for overhead and profit dance with paragraph 10 .05 if: (determined as provided in paragraph 12.01 .C). 1 . the quantity of any item of Unit Price C. CONTRACTOR's Fee_ The Work performed by CONTRACTOR differs CONTRACTOR's fee for overhead and profit shall be materially and significantly from the estimated determined as follows: quantity of such item indicated in the Agreement; and 1 . a mutually acceptable fixed fee; or 2. there is no corresponding adjustment 2. if a fixed fee is not agreed upon, then with respect any other item of Work; and a fee based on the following percentages of the 3. if CONTRACTOR believes that various portions of the Cost of the Work: CONTRACTOR is entitled to an increase in a . for costs incurred under para- Contract Price as a result of having incurred graphs 11 .01 .A. 1 and 11 .01 .A.2, the additional expense or OWNER believes that CONTRACTOR's fee shall be 15 percent; OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to b. for costs incurred under paragraph the amount of any such increase or decrease. 11 .01 .A.3, the CONTRACTOR's fee shall be five percent; ARTICLE 12 - CHANGE OF CONTRACT PRICE; c. where one or more tiers of subcon- CHANGE OF CONTRACT TIMES tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01 .C .2.a is that 12.01 Change of Contract Price the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee A. The Contract Price may only be changed by a of 15 percent of the costs incurred by such Change Order or by a Written Amendment. Any Subcontractor under paragraphs 11 .01 .A. 1 Claim for an adjustment in the Contract Price shall be and 11 .01 .A.2 and that any higher tier based on written notice submitted by the party making Subcontractor and CONTRACTOR will the Claim to the ENGINEER and the other party to the each be paid a fee of five percent of the Contract in accordance with the provisions of para- amount paid to the next lower tier Subcon- graph 10.05. tractor; B . The value of any Work covered by a Change d. no fee shall be payable on the Order or of any Claim for an adjustment in the basis of costs itemized under paragraphs Contract Price will be determined as follows : 11 .01 .A.4, 11 .01 .A.5, and 11 .01 .B; 1 . where the Work involved is covered e. the amount of credit to be allowed by unit prices contained in the Contract by CONTRACTOR to OWNER for any Documents, by application of such unit prices to change which results in a net decrease in the quantities of the items involved (subject to cost will be the amount of the actual net the provisions of paragraph 11 .03 ); or decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal 2. where the Work involved is not cov- to five percent of such net decrease; and ered by unit prices contained in the Contract Documents, by a mutually agreed lump sum f. when both additions and credits are (which may include an allowance for overhead involved in any one change, the adjustment and profit not necessarily in accordance with in CONTRACTOR's fee shall be computed paragraph 12 .01 . C.2 ), or on the basis of the net change in 00700 - General Conditions REV 04 0700700 - 34 F1EngineeringlCapital Protecls19920-161h Si, 14th Ave to 66th Ave19920 Conha[t Documenls & Specs00100 - General Contlitions REV 04-07 doe B . Each unit price will be deemed to include an 3 . where the Work involved is not cov- amount considered by CONTRACTOR to be ade- ered by unit prices contained in the Contract quate to cover CONTRACTOR's overhead and profit Documents and agreement to a lump sum is for each separately identified item . not reached under paragraph 12 .01 .13.2 , on the basis of the Cost of the Work (determined as C . OWNER or CONTRACTOR may make a provided in paragraph 11 .01 ) plus a Claim for an adjustment in the Contract Price in accor- CONTRACTOR's fee for overhead and profit dance with paragraph 10 .05 if: (determined as provided in paragraph 12.01 .C). 1 . the quantity of any item of Unit Price C. CONTRACTOR's Fee_ The Work performed by CONTRACTOR differs CONTRACTOR's fee for overhead and profit shall be materially and significantly from the estimated determined as follows: quantity of such item indicated in the Agreement; and 1 . a mutually acceptable fixed fee; or 2. there is no corresponding adjustment 2. if a fixed fee is not agreed upon, then with respect any other item of Work; and a fee based on the following percentages of the 3. if CONTRACTOR believes that various portions of the Cost of the Work: CONTRACTOR is entitled to an increase in a . for costs incurred under para- Contract Price as a result of having incurred graphs 11 .01 .A. 1 and 11 .01 .A.2, the additional expense or OWNER believes that CONTRACTOR's fee shall be 15 percent; OWNER is entitled to a decrease in Contract Price and the parties are unable to agree as to b. for costs incurred under paragraph the amount of any such increase or decrease. 11 .01 .A.3, the CONTRACTOR's fee shall be five percent; ARTICLE 12 - CHANGE OF CONTRACT PRICE; c. where one or more tiers of subcon- CHANGE OF CONTRACT TIMES tracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraph 12.01 .C .2.a is that 12.01 Change of Contract Price the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee A. The Contract Price may only be changed by a of 15 percent of the costs incurred by such Change Order or by a Written Amendment. Any Subcontractor under paragraphs 11 .01 .A. 1 Claim for an adjustment in the Contract Price shall be and 11 .01 .A.2 and that any higher tier based on written notice submitted by the party making Subcontractor and CONTRACTOR will the Claim to the ENGINEER and the other party to the each be paid a fee of five percent of the Contract in accordance with the provisions of para- amount paid to the next lower tier Subcon- graph 10.05. tractor; B . The value of any Work covered by a Change d. no fee shall be payable on the Order or of any Claim for an adjustment in the basis of costs itemized under paragraphs Contract Price will be determined as follows : 11 .01 .A.4, 11 .01 .A.5, and 11 .01 .B; 1 . where the Work involved is covered e. the amount of credit to be allowed by unit prices contained in the Contract by CONTRACTOR to OWNER for any Documents, by application of such unit prices to change which results in a net decrease in the quantities of the items involved (subject to cost will be the amount of the actual net the provisions of paragraph 11 .03 ); or decrease in cost plus a deduction in CONTRACTOR's fee by an amount equal 2. where the Work involved is not cov- to five percent of such net decrease; and ered by unit prices contained in the Contract Documents, by a mutually agreed lump sum f. when both additions and credits are (which may include an allowance for overhead involved in any one change, the adjustment and profit not necessarily in accordance with in CONTRACTOR's fee shall be computed paragraph 12 .01 . C.2 ), or on the basis of the net change in 00700 - General Conditions REV 04 0700700 - 34 F1EngineeringlCapital Protecls19920-161h Si, 14th Ave to 66th Ave19920 Conha[t Documenls & Specs00100 - General Contlitions REV 04-07 doe accordance with paragraphs 12 . 01 . C .2.a 12 .06 Delay Damages through 12.01 . C .2 .e, inclusive. A. In no event shall OWNER or ENGINEER be 12 .02 Change of Contract Times liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization , or to any A. The Contract Times (or Milestones) may only surety for or employee or agent of any of them , for be changed by a Change Order or by a Written damages arising out of or resulting from : Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on 1 . delays caused by or within the control written notice submitted by the party making the claim of CONTRACTOR; or to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10 .05. 2. delays beyond the control of both OWNER and CONTRACTOR including but not B. Any adjustment of the Contract Times (or limited to fires, floods, epidemics , abnormal Milestones) covered by a Change Order or of any weather conditions, acts of God , or acts or Claim for an adjustment in the Contract Times (or neglect by utility owners or other contractors Milestones) will be determined in accordance with the performing other work as contemplated by provisions of this Article 12. Article 7. 12 .03 Delays Beyond CONTRACTOR's Control B . Nothing in this paragraph 12 .06 bars a change in Contract Price pursuant to this Article 12 to A. Where CONTRACTOR is prevented from compensate CONTRACTOR due to delay, completing any part of the Work within the Contract interference, or disruption directly attributable to Times (or Milestones) due to delay beyond the control actions or inactions of OWNER or anyone for whom of CONTRACTOR, the Contract Times (or OWNER is responsible. Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12 .02.A. Delays beyond the ARTICLE 13 - TESTS AND INSPECTIONS; control of CONTRACTOR shall include, but not be CORRECTION, REMOVAL OR ACCEPTANCE OF limited to, acts or neglect by OWNER, acts or neglect DEFECTIVE WORK of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of 13.01 Notice of Defects God . A. Prompt notice of all defective Work of which 12 .04 Delays Within CONTRACTOR's Control OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be A. The Contract Times (or Milestones) will not be rejected , corrected , or accepted as provided in this extended due to delays within the control of Article 13. CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be 13 .02 Access to Work deemed to be delays within the control of CONTRAC- TOR. A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of 12.05 Delays Beyond OWNER's and OWNER, independent testing laboratories, and CONTRACTOR's Control governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable A. Where CONTRACTOR is prevented from times for their observation , inspecting, and testing. completing any part of the Work within the Contract CONTRACTOR shall provide them proper and safe Times (or Milestones) due to delay beyond the control conditions for such access and advise them of of both OWNER and CONTRACTOR, an extension of CONTRACTOR's Site safety procedures and the Contract Times (or Milestones) in an amount programs so that they may comply therewith as equal to the time lost due to such delay shall be applicable. CONTRACTOR's sole and exclusive remedy for such delay. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required FhEngineeringlGapital Prgect519920-16th St, 74th Ave to 661h Avet9920 Gonlracl Docu00700 - 35 007OD - General Conditions REV 04-07 ments & Spea\00700 - General Contlilions REV 04-07.Coc accordance with paragraphs 12 . 01 . C .2.a 12 .06 Delay Damages through 12.01 . C .2 .e, inclusive. A. In no event shall OWNER or ENGINEER be 12 .02 Change of Contract Times liable to CONTRACTOR, any Subcontractor, any Supplier, or any other person or organization , or to any A. The Contract Times (or Milestones) may only surety for or employee or agent of any of them , for be changed by a Change Order or by a Written damages arising out of or resulting from : Amendment. Any Claim for an adjustment in the Contract Times (or Milestones) shall be based on 1 . delays caused by or within the control written notice submitted by the party making the claim of CONTRACTOR; or to the ENGINEER and the other party to the Contract in accordance with the provisions of paragraph 10 .05. 2. delays beyond the control of both OWNER and CONTRACTOR including but not B. Any adjustment of the Contract Times (or limited to fires, floods, epidemics , abnormal Milestones) covered by a Change Order or of any weather conditions, acts of God , or acts or Claim for an adjustment in the Contract Times (or neglect by utility owners or other contractors Milestones) will be determined in accordance with the performing other work as contemplated by provisions of this Article 12. Article 7. 12 .03 Delays Beyond CONTRACTOR's Control B . Nothing in this paragraph 12 .06 bars a change in Contract Price pursuant to this Article 12 to A. Where CONTRACTOR is prevented from compensate CONTRACTOR due to delay, completing any part of the Work within the Contract interference, or disruption directly attributable to Times (or Milestones) due to delay beyond the control actions or inactions of OWNER or anyone for whom of CONTRACTOR, the Contract Times (or OWNER is responsible. Milestones) will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in paragraph 12 .02.A. Delays beyond the ARTICLE 13 - TESTS AND INSPECTIONS; control of CONTRACTOR shall include, but not be CORRECTION, REMOVAL OR ACCEPTANCE OF limited to, acts or neglect by OWNER, acts or neglect DEFECTIVE WORK of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of 13.01 Notice of Defects God . A. Prompt notice of all defective Work of which 12 .04 Delays Within CONTRACTOR's Control OWNER or ENGINEER has actual knowledge will be given to CONTRACTOR. All defective Work may be A. The Contract Times (or Milestones) will not be rejected , corrected , or accepted as provided in this extended due to delays within the control of Article 13. CONTRACTOR. Delays attributable to and within the control of a Subcontractor or Supplier shall be 13 .02 Access to Work deemed to be delays within the control of CONTRAC- TOR. A. OWNER, ENGINEER, ENGINEER's Con- sultants, other representatives and personnel of 12.05 Delays Beyond OWNER's and OWNER, independent testing laboratories, and CONTRACTOR's Control governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable A. Where CONTRACTOR is prevented from times for their observation , inspecting, and testing. completing any part of the Work within the Contract CONTRACTOR shall provide them proper and safe Times (or Milestones) due to delay beyond the control conditions for such access and advise them of of both OWNER and CONTRACTOR, an extension of CONTRACTOR's Site safety procedures and the Contract Times (or Milestones) in an amount programs so that they may comply therewith as equal to the time lost due to such delay shall be applicable. CONTRACTOR's sole and exclusive remedy for such delay. 13.03 Tests and Inspections A. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required FhEngineeringlGapital Prgect519920-16th St, 74th Ave to 661h Avet9920 Gonlracl Docu00700 - 35 007OD - General Conditions REV 04-07 ments & Spea\00700 - General Contlilions REV 04-07.Coc inspections , tests, or approvals and shall cooperate A. If any Work is covered contrary to the written with inspection and testing personnel to facilitate request of ENGINEER, it must, if requested by ENGI- required inspections or tests. NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense . B . OWNER shall employ and pay for services of an independent testing laborato to B. If ENGINEER considers it necessary or perform all inspections, tests, or approvals re red by advisable that covered Work be observed by ENGI- the Contract Documents except: NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose , 1 . for inspections, to or approvals or otherwise make available for observation , inspec- covered by paragraphs 1 3 . 0 and 13 .03-D tion, or testing as ENGINEER may require, that below; portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that 2. that cos incurred in connection with such Work is defective, CONTRACTOR shall pay all tests or insp ions conducted pursuant to Claims , costs, losses , and damages (including but not paragraph .04 .6 shall be paid as provided in limited to all fees and charges of engineers, architects, said par raph 13.04.13; and attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out as otherwise specifically provided in of or relating to such uncovering , exposure, observa- tion, inspection , and testing, and of satisfactory replacement or reconstruction (including but not C . If Laws or Regulations of any public body limited to all costs of repair or replacement of work of having jurisdiction require any Work (or part thereof) others); and OWNER shall be entitled to an specifically to be inspected, tested, or approved by an appropriate decrease in the Contract Price. If the employee or other representative of such public body, parties are unable to agree as to the amount thereof, CONTRACTOR shall assume full responsibility for OWNER may make a Claim therefor as provided in arranging and obtaining such inspections, tests, or paragraph 10.05. If, however, such Work is not found approvals, pay all costs in connection therewith, and to be defective, CONTRACTOR shall be allowed an furnish ENGINEER the required certificates of inspec- increase in the Contract Price or an extension of the tion or approval. Contract Times (or Milestones), or both , directly attributable to such uncovering, exposure, D . CONTRACTOR shall be responsible for observation, inspection, testing, replacement, and arranging and obtaining and shall pay all costs in reconstruction . If the parties are unable to agree as to connection with any inspections, tests, or approvals the amount or extent thereof, CONTRACTOR may required for OWNER's and ENGINEER's acceptance make a Claim therefor as provided in paragraph of materials or equipment to be incorporated in the 10.05. Work; or acceptance of materials, mix designs , or equipment submitted for approval prior to 13.05 OWNER May Stop the Work CONTRACTOR's purchase thereof for incorporation in the Work . Such inspections, tests, or approvals A . If the IAfnrk 6 defeGliy^ shall be performed by organizations acceptable to fails to supply sufficient skilled workers or (table OWNER and ENGINEER. materials or equipment, or fails to perform e Work in such a way that the completed Wor 111 conform to E. If any Work (or the work of others) that is to the Contract Documents, OWNE may order CON- be inspected, tested, or approved is covered by CON- TRACTOR to stop the Work r any portion thereof, TRACTOR without written concurrence of ENGI- until the cause for such der has been eliminated; NEER, it must, if requested by ENGINEER, be uncov- however, this right of NER to stop the Work shall ered for observation . not give rise to duty on the part of OWNER to exercise this t for the benefit of CONTRACTOR, F . Uncovering Work as provided in paragraph any Sub tractor, any Supplier, any other individual 13.03. E shall be at CONTRACTOR's expense unless ety for, or employee OF agent Of CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- ness in response to such notice . 13 .04 Uncovering Work C0700 - General Condlllons REV 04-07 00700 - 3e FtEngineering%Capilal Projeds19926-161h S1. 74;h Ave to 661h Ave\9920 Conlrac! Decumerns 8 Specs'.W100 General Conditions REV 04-07 one inspections , tests, or approvals and shall cooperate A. If any Work is covered contrary to the written with inspection and testing personnel to facilitate request of ENGINEER, it must, if requested by ENGI- required inspections or tests. NEER, be uncovered for ENGINEER's observation and replaced at CONTRACTOR's expense . B . OWNER shall employ and pay for services of an independent testing laborato to B. If ENGINEER considers it necessary or perform all inspections, tests, or approvals re red by advisable that covered Work be observed by ENGI- the Contract Documents except: NEER or inspected or tested by others, CONTRAC- TOR, at ENGINEER's request, shall uncover, expose , 1 . for inspections, to or approvals or otherwise make available for observation , inspec- covered by paragraphs 1 3 . 0 and 13 .03-D tion, or testing as ENGINEER may require, that below; portion of the Work in question, furnishing all neces- sary labor, material, and equipment. If it is found that 2. that cos incurred in connection with such Work is defective, CONTRACTOR shall pay all tests or insp ions conducted pursuant to Claims , costs, losses , and damages (including but not paragraph .04 .6 shall be paid as provided in limited to all fees and charges of engineers, architects, said par raph 13.04.13; and attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out as otherwise specifically provided in of or relating to such uncovering , exposure, observa- tion, inspection , and testing, and of satisfactory replacement or reconstruction (including but not C . If Laws or Regulations of any public body limited to all costs of repair or replacement of work of having jurisdiction require any Work (or part thereof) others); and OWNER shall be entitled to an specifically to be inspected, tested, or approved by an appropriate decrease in the Contract Price. If the employee or other representative of such public body, parties are unable to agree as to the amount thereof, CONTRACTOR shall assume full responsibility for OWNER may make a Claim therefor as provided in arranging and obtaining such inspections, tests, or paragraph 10.05. If, however, such Work is not found approvals, pay all costs in connection therewith, and to be defective, CONTRACTOR shall be allowed an furnish ENGINEER the required certificates of inspec- increase in the Contract Price or an extension of the tion or approval. Contract Times (or Milestones), or both , directly attributable to such uncovering, exposure, D . CONTRACTOR shall be responsible for observation, inspection, testing, replacement, and arranging and obtaining and shall pay all costs in reconstruction . If the parties are unable to agree as to connection with any inspections, tests, or approvals the amount or extent thereof, CONTRACTOR may required for OWNER's and ENGINEER's acceptance make a Claim therefor as provided in paragraph of materials or equipment to be incorporated in the 10.05. Work; or acceptance of materials, mix designs , or equipment submitted for approval prior to 13.05 OWNER May Stop the Work CONTRACTOR's purchase thereof for incorporation in the Work . Such inspections, tests, or approvals A . If the IAfnrk 6 defeGliy^ shall be performed by organizations acceptable to fails to supply sufficient skilled workers or (table OWNER and ENGINEER. materials or equipment, or fails to perform e Work in such a way that the completed Wor 111 conform to E. If any Work (or the work of others) that is to the Contract Documents, OWNE may order CON- be inspected, tested, or approved is covered by CON- TRACTOR to stop the Work r any portion thereof, TRACTOR without written concurrence of ENGI- until the cause for such der has been eliminated; NEER, it must, if requested by ENGINEER, be uncov- however, this right of NER to stop the Work shall ered for observation . not give rise to duty on the part of OWNER to exercise this t for the benefit of CONTRACTOR, F . Uncovering Work as provided in paragraph any Sub tractor, any Supplier, any other individual 13.03. E shall be at CONTRACTOR's expense unless ety for, or employee OF agent Of CONTRACTOR has given ENGINEER timely notice of CONTRACTOR's intention to cover the same and ENGINEER has not acted with reasonable prompt- ness in response to such notice . 13 .04 Uncovering Work C0700 - General Condlllons REV 04-07 00700 - 3e FtEngineering%Capilal Projeds19926-161h S1. 74;h Ave to 661h Ave\9920 Conlrac! Decumerns 8 Specs'.W100 General Conditions REV 04-07 one 13. 06 Correction or Removal of Defective Work C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or A. CONTRACTOR shall correct all defective removed and replaced under this paragraph 13.07 , Work, whether or not fabricated, installed , or the correction period hereunder with respect to such completed , or, if the Work has been rejected by ENGI- Work will be extended for an additional period of one NEER, remove it from the Project and replace it with year after such correction or removal and replacement Work that is not defective. CONTRACTOR shall pay has been satisfactorily completed. all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, D. CONTRACTOR's obligations under this architects, attorneys, and other professionals and all paragraph 13 . 07 are in addition to any other obligation court or arbitration or other dispute resolution costs) or warranty. The provisions of this paragraph 13.07 arising out of or relating to such correction or removal shall not be construed as a substitute for or a waiver (including but not limited to all costs of repair or of the provisions of any applicable statute of limitation replacement of work of others). or repose. 13.07 Correction Period 13 .08 Acceptance of Defective Work A. If within one year after the date of Substantial A. If, instead of requiring correction or removal Completion or such longer period of time as may be and replacement of defective Work, OWNER (and, prescribed by Laws or Regulations or by the terms of prior to ENGINEER's recommendation of final pay- any applicable special guarantee required by the ment, ENGINEER) prefers to accept it, OWNER may Contract Documents or by any specific provision of the do so. CONTRACTOR shall pay all Claims, costs , Contract Documents, any Work is found to be losses, and damages (including but not limited to all defective, or if the repair of any damages to the land fees and charges of engineers, architects, attorneys, or areas made available for CONTRACTOR's use by and other professionals and all court or arbitration or OWNER or permitted by Laws and Regulations as other dispute resolution costs) attributable to contemplated in paragraph 6 . 11 .A is found to be OWNER's evaluation of and determination to accept defective, CONTRACTOR shall promptly, without cost such defective Work (such costs to be approved by to OWNER and in accordance with OWNER's written ENGINEER as to reasonableness) and the diminished instructions : (i) repair such defective land or areas, or value of the Work to the extent not otherwise paid by (ii) correct such defective Work or, if the defective CONTRACTOR pursuant to this sentence. If any Work has been rejected by OWNER, remove it from such acceptance occurs prior to ENGINEER's recom- the Project and replace it with Work that is not mendation of final payment, a Change Order will be defective, and (iii) satisfactorily correct or repair or issued incorporating the necessary revisions in the remove and replace any damage to other Work, to the Contract Documents with respect to the Work, and work of others or other land or areas resulting there- OWNER shall be entitled to an appropriate decrease from. If CONTRACTOR does not promptly comply in the Contract Price, reflecting the diminished value of with the terms of such instructions, or in an Work so accepted . If the parties are unable to agree emergency where delay would cause serious risk of as to the amount thereof, OWNER may make a Claim loss or damage, OWNER may have the defective therefor as provided in paragraph 10 .05. If the Work corrected or repaired or may have the rejected acceptance occurs after such recommendation , an Work removed and replaced, and all Claims, costs, appropriate amount will be paid by CONTRACTOR to losses, and damages (including but not limited to all OWNER. fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or 13 . 09 OWNER May Correct Defective Work other dispute resolution costs) arising out of or relating to such correction or repair or such removal and A. If CONTRACTOR fails within a reasonable replacement (including but not limited to all costs of time after written notice from ENGINEER to correct repair or replacement of work of others) will be paid by defective Work or to remove and replace rejected CONTRACTOR. Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to B. In special circumstances where a particular perform the Work in accordance with the Contract item of equipment is placed in continuous service Documents, or if CONTRACTOR fails to comply with before Substantial Completion of all the Work, the any other provision of the Contract Documents, correction period for that item may start to run from an OWNER may, after seven days written notice to earlier date if so provided in the Specifications or by CONTRACTOR, correct and remedy any such Written Amendment. deficiency. 00700 - General Conditions REV 04-07 00700 - 37 F9Engineering\Capital Projects19920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specsl00700 - General Conditions REV 04-07.doc 13. 06 Correction or Removal of Defective Work C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or A. CONTRACTOR shall correct all defective removed and replaced under this paragraph 13.07 , Work, whether or not fabricated, installed , or the correction period hereunder with respect to such completed , or, if the Work has been rejected by ENGI- Work will be extended for an additional period of one NEER, remove it from the Project and replace it with year after such correction or removal and replacement Work that is not defective. CONTRACTOR shall pay has been satisfactorily completed. all Claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, D. CONTRACTOR's obligations under this architects, attorneys, and other professionals and all paragraph 13 . 07 are in addition to any other obligation court or arbitration or other dispute resolution costs) or warranty. The provisions of this paragraph 13.07 arising out of or relating to such correction or removal shall not be construed as a substitute for or a waiver (including but not limited to all costs of repair or of the provisions of any applicable statute of limitation replacement of work of others). or repose. 13.07 Correction Period 13 .08 Acceptance of Defective Work A. If within one year after the date of Substantial A. If, instead of requiring correction or removal Completion or such longer period of time as may be and replacement of defective Work, OWNER (and, prescribed by Laws or Regulations or by the terms of prior to ENGINEER's recommendation of final pay- any applicable special guarantee required by the ment, ENGINEER) prefers to accept it, OWNER may Contract Documents or by any specific provision of the do so. CONTRACTOR shall pay all Claims, costs , Contract Documents, any Work is found to be losses, and damages (including but not limited to all defective, or if the repair of any damages to the land fees and charges of engineers, architects, attorneys, or areas made available for CONTRACTOR's use by and other professionals and all court or arbitration or OWNER or permitted by Laws and Regulations as other dispute resolution costs) attributable to contemplated in paragraph 6 . 11 .A is found to be OWNER's evaluation of and determination to accept defective, CONTRACTOR shall promptly, without cost such defective Work (such costs to be approved by to OWNER and in accordance with OWNER's written ENGINEER as to reasonableness) and the diminished instructions : (i) repair such defective land or areas, or value of the Work to the extent not otherwise paid by (ii) correct such defective Work or, if the defective CONTRACTOR pursuant to this sentence. If any Work has been rejected by OWNER, remove it from such acceptance occurs prior to ENGINEER's recom- the Project and replace it with Work that is not mendation of final payment, a Change Order will be defective, and (iii) satisfactorily correct or repair or issued incorporating the necessary revisions in the remove and replace any damage to other Work, to the Contract Documents with respect to the Work, and work of others or other land or areas resulting there- OWNER shall be entitled to an appropriate decrease from. If CONTRACTOR does not promptly comply in the Contract Price, reflecting the diminished value of with the terms of such instructions, or in an Work so accepted . If the parties are unable to agree emergency where delay would cause serious risk of as to the amount thereof, OWNER may make a Claim loss or damage, OWNER may have the defective therefor as provided in paragraph 10 .05. If the Work corrected or repaired or may have the rejected acceptance occurs after such recommendation , an Work removed and replaced, and all Claims, costs, appropriate amount will be paid by CONTRACTOR to losses, and damages (including but not limited to all OWNER. fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or 13 . 09 OWNER May Correct Defective Work other dispute resolution costs) arising out of or relating to such correction or repair or such removal and A. If CONTRACTOR fails within a reasonable replacement (including but not limited to all costs of time after written notice from ENGINEER to correct repair or replacement of work of others) will be paid by defective Work or to remove and replace rejected CONTRACTOR. Work as required by ENGINEER in accordance with paragraph 13.06.A, or if CONTRACTOR fails to B. In special circumstances where a particular perform the Work in accordance with the Contract item of equipment is placed in continuous service Documents, or if CONTRACTOR fails to comply with before Substantial Completion of all the Work, the any other provision of the Contract Documents, correction period for that item may start to run from an OWNER may, after seven days written notice to earlier date if so provided in the Specifications or by CONTRACTOR, correct and remedy any such Written Amendment. deficiency. 00700 - General Conditions REV 04-07 00700 - 37 F9Engineering\Capital Projects19920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specsl00700 - General Conditions REV 04-07.doc B . In exercising the rights and remedies under 14 .02 Progress Payments this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial A. Applications for Payments action , OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the 1 . At least 20 days before the date Work and suspend CONTRACTOR's services related established for each progress payment (but not thereto, take possession of CONTRACTOR's tools, more often than once a month) , appliances , construction equipment and machinery at CONTRACTOR shall submit to ENGINEER for the Site, and incorporate in the Work all materials and review an Application for Payment filled out and equipment stored at the Site or for which OWNER has signed by CONTRACTOR covering the Work paid CONTRACTOR but which are stored elsewhere. completed as of the date of the Application and CONTRACTOR shall allow OWNER, OWNER's accompanied by such supporting representatives, agents and employees, OWNER's documentation as is required by the Contract other contractors , and ENGINEER and ENGINEER's Documents. If payment is requested on the Consultants access to the Site to enable OWNER to basis of materials and equipment not exercise the rights and remedies under this incorporated in the Work but delivered and paragraph. suitably stored at the Site or at another location agreed to in writing, the Application for Payment C . All Claims, costs, losses, and damages shall also be accompanied by a bill of sale, (including but not limited to all fees and charges of invoice, or other documentation warranting that engineers , architects, attorneys , and other OWNER has received the materials and equip- professionals and all court or arbitration or other ment free and clear of all Liens and evidence dispute resolution costs) incurred or sustained by that the materials and equipment are covered OWNER in exercising the rights and remedies under by appropriate property insurance or other this paragraph 13.09 will be charged against CON- arrangements to protect OWNER's interest TRACTOR, and a Change Order will be issued therein, all of which must be satisfactory to incorporating the necessary revisions in the Contract OWNER. Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the 2. Beginning with the second Contract Price . If the parties are unable to agree as to Application for Payment, each Application shall the amount of the adjustment, OWNER may make a include an affidavit of CONTRACTOR stating Claim therefor as provided in paragraph 10.05. Such that all previous progress payments received claims, costs, losses and damages will include but not on account of the Work have been applied on be limited to all costs of repair, or replacement of work account to discharge CONTRACTOR's of others destroyed or damaged by correction , legitimate obligations associated with prior removal, or replacement of CONTRACTOR's Applications for Payment. defective Work. 3. The amount of retainage with respect D. CONTRACTOR shall not be allowed an to progress payments will be as stipulated in extension of the Contract Times (or Milestones) the Agreement. because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's B. Review of Applications rights and remedies under this paragraph 13.09. 1 . ENGINEER will, within 10 days after receipt of each Application for Payment, either ARTICLE 14 - PAYMENTS TO CONTRACTOR AND indicate in writing a recommendation of COMPLETION payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing 14. 01 Schedule of Values ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- A. The schedule of values established as provid- TRACTOR may make the necessary ed in paragraph 2.07.A will serve as the basis for corrections and resubmit the Application . progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- 2 . ENGINEER's recommendation of NEER. Progress payments on account of Unit Price any payment requested in an Application for Work will be based on the number of units completed . Payment will constitute a representation by ENGINEER to OWNER, based on 00700 - General Conditions REV 04-07 00700 - 38 F lEnglneeringlCapilal Pmfects\9920-16Vt St, 746't Ave to 06th Ave19920 Contract Documents & Specsto0700 - General Conditions REV 04-07 due B . In exercising the rights and remedies under 14 .02 Progress Payments this paragraph, OWNER shall proceed expeditiously. In connection with such corrective and remedial A. Applications for Payments action , OWNER may exclude CONTRACTOR from all or part of the Site, take possession of all or part of the 1 . At least 20 days before the date Work and suspend CONTRACTOR's services related established for each progress payment (but not thereto, take possession of CONTRACTOR's tools, more often than once a month) , appliances , construction equipment and machinery at CONTRACTOR shall submit to ENGINEER for the Site, and incorporate in the Work all materials and review an Application for Payment filled out and equipment stored at the Site or for which OWNER has signed by CONTRACTOR covering the Work paid CONTRACTOR but which are stored elsewhere. completed as of the date of the Application and CONTRACTOR shall allow OWNER, OWNER's accompanied by such supporting representatives, agents and employees, OWNER's documentation as is required by the Contract other contractors , and ENGINEER and ENGINEER's Documents. If payment is requested on the Consultants access to the Site to enable OWNER to basis of materials and equipment not exercise the rights and remedies under this incorporated in the Work but delivered and paragraph. suitably stored at the Site or at another location agreed to in writing, the Application for Payment C . All Claims, costs, losses, and damages shall also be accompanied by a bill of sale, (including but not limited to all fees and charges of invoice, or other documentation warranting that engineers , architects, attorneys , and other OWNER has received the materials and equip- professionals and all court or arbitration or other ment free and clear of all Liens and evidence dispute resolution costs) incurred or sustained by that the materials and equipment are covered OWNER in exercising the rights and remedies under by appropriate property insurance or other this paragraph 13.09 will be charged against CON- arrangements to protect OWNER's interest TRACTOR, and a Change Order will be issued therein, all of which must be satisfactory to incorporating the necessary revisions in the Contract OWNER. Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the 2. Beginning with the second Contract Price . If the parties are unable to agree as to Application for Payment, each Application shall the amount of the adjustment, OWNER may make a include an affidavit of CONTRACTOR stating Claim therefor as provided in paragraph 10.05. Such that all previous progress payments received claims, costs, losses and damages will include but not on account of the Work have been applied on be limited to all costs of repair, or replacement of work account to discharge CONTRACTOR's of others destroyed or damaged by correction , legitimate obligations associated with prior removal, or replacement of CONTRACTOR's Applications for Payment. defective Work. 3. The amount of retainage with respect D. CONTRACTOR shall not be allowed an to progress payments will be as stipulated in extension of the Contract Times (or Milestones) the Agreement. because of any delay in the performance of the Work attributable to the exercise by OWNER of OWNER's B. Review of Applications rights and remedies under this paragraph 13.09. 1 . ENGINEER will, within 10 days after receipt of each Application for Payment, either ARTICLE 14 - PAYMENTS TO CONTRACTOR AND indicate in writing a recommendation of COMPLETION payment and present the Application to OWNER or return the Application to CONTRACTOR indicating in writing 14. 01 Schedule of Values ENGINEER's reasons for refusing to recommend payment. In the latter case, CON- A. The schedule of values established as provid- TRACTOR may make the necessary ed in paragraph 2.07.A will serve as the basis for corrections and resubmit the Application . progress payments and will be incorporated into a form of Application for Payment acceptable to ENGI- 2 . ENGINEER's recommendation of NEER. Progress payments on account of Unit Price any payment requested in an Application for Work will be based on the number of units completed . Payment will constitute a representation by ENGINEER to OWNER, based on 00700 - General Conditions REV 04-07 00700 - 38 F lEnglneeringlCapilal Pmfects\9920-16Vt St, 746't Ave to 06th Ave19920 Contract Documents & Specsto0700 - General Conditions REV 04-07 due ENGINEER's observations on the Site of the make any examination to ascertain how or for executed Work as an experienced and qualified what purposes CONTRACTOR has used the design professional and on ENGINEER's moneys paid on account of the Contract Price, review of the Application for Payment and the or to determine that title to any of the Work, accompanying data and schedules, that to the materials, or equipment has passed to best of ENGINEER's knowledge, information OWNER free and clear of any Liens . and belief: 5. ENGINEER may refuse to recom- a. the Work has progressed to the point mend the whole or any part of any payment if, indicated; in ENGINEER's opinion , it would be incorrect to make the representations to OWNER referred b . the quality of the Work is generally in to in paragraph 14.02 . 8.2 . ENGINEER may accordance with the Contract Documents also refuse to recommend any such payment (subject to an evaluation of the Work as a or, because of subsequently discovered functioning whole prior to or upon evidence or the results of subsequent Substantial Completion, to the results of any inspections or tests, revise or revoke any such subsequent tests called for in the Contract payment recommendation previously made, to Documents, to a final determination of such extent as may be necessary in quantities and classifications for Unit Price ENGINEER's opinion to protect OWNER from Work under paragraph 9.08, and to any loss because: other qualifications stated in the recommendation); and a. the Work is defective, or completed Work has been damaged, requiring c. The conditions precedent to correction or replacement; CONTRACTOR's being entitled to such payment appear to have been fulfilled in so b . the Contract Price has been reduced far as it is ENGINEER's responsibility to by Written Amendment or Change Orders; observe the Work. c. OWNER has been required to correct 3. By recommending any such defective Work or complete Work in accor- payment ENGINEER will not thereby be dance with paragraph 13 .09; or deemed to have represented that: (i) inspec- tions made to check the quality or the quantity d - Fr.tGINEER of the Work as it has been performed have the occurr o the events eadmeF been exhaustive, extended to every aspect of IR paragraph 15 02 A the Work in progress, or involved detailed inspections of the Work beyond the responsi- C. Payment Becomes Due bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may a —Ten days µms- ��+ + not be other matters or issues between the Application for Payment to O with parties that might entitle CONTRACTOR to be ENGINEER's recommen n , the amount paid additionally by OWNER or entitle OWNER recommended wi iect to the provisions of to withhold payment to CONTRACTOR. paragrap 2. D) become due, and when 4. Neither ENGINEER's review of Abe CONTRACTOR's Work for the purposes of D. Reduction in Payment recommending payments nor ENGINEER's recommendation of any payment, including final 1 . OWNER may refuse to make payment, will impose responsibility on payment of the full amount recommended by ENGINEER to supervise, direct, or control the ENGINEER because : Work or for the means , methods, techniques, sequences, or procedures of construction , or a . claims have been made against the safety precautions and programs incident OWNER on account of CONTRACTOR's thereto, or for CONTRACTOR's failure to performance or furnishing of the Work; comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. b. Liens have been filed in connection Additionally, said review or recommendation will with the Work, except where not impose responsibility on ENGINEER to CONTRACTOR has delivered a specific 00700 - General Conditions REV 04-07 00700 - 39 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsW0700 , General Conditions REV N-07.doc ENGINEER's observations on the Site of the make any examination to ascertain how or for executed Work as an experienced and qualified what purposes CONTRACTOR has used the design professional and on ENGINEER's moneys paid on account of the Contract Price, review of the Application for Payment and the or to determine that title to any of the Work, accompanying data and schedules, that to the materials, or equipment has passed to best of ENGINEER's knowledge, information OWNER free and clear of any Liens . and belief: 5. ENGINEER may refuse to recom- a. the Work has progressed to the point mend the whole or any part of any payment if, indicated; in ENGINEER's opinion , it would be incorrect to make the representations to OWNER referred b . the quality of the Work is generally in to in paragraph 14.02 . 8.2 . ENGINEER may accordance with the Contract Documents also refuse to recommend any such payment (subject to an evaluation of the Work as a or, because of subsequently discovered functioning whole prior to or upon evidence or the results of subsequent Substantial Completion, to the results of any inspections or tests, revise or revoke any such subsequent tests called for in the Contract payment recommendation previously made, to Documents, to a final determination of such extent as may be necessary in quantities and classifications for Unit Price ENGINEER's opinion to protect OWNER from Work under paragraph 9.08, and to any loss because: other qualifications stated in the recommendation); and a. the Work is defective, or completed Work has been damaged, requiring c. The conditions precedent to correction or replacement; CONTRACTOR's being entitled to such payment appear to have been fulfilled in so b . the Contract Price has been reduced far as it is ENGINEER's responsibility to by Written Amendment or Change Orders; observe the Work. c. OWNER has been required to correct 3. By recommending any such defective Work or complete Work in accor- payment ENGINEER will not thereby be dance with paragraph 13 .09; or deemed to have represented that: (i) inspec- tions made to check the quality or the quantity d - Fr.tGINEER of the Work as it has been performed have the occurr o the events eadmeF been exhaustive, extended to every aspect of IR paragraph 15 02 A the Work in progress, or involved detailed inspections of the Work beyond the responsi- C. Payment Becomes Due bilities specifically assigned to ENGINEER in the Contract Documents; or (ii) that there may a —Ten days µms- ��+ + not be other matters or issues between the Application for Payment to O with parties that might entitle CONTRACTOR to be ENGINEER's recommen n , the amount paid additionally by OWNER or entitle OWNER recommended wi iect to the provisions of to withhold payment to CONTRACTOR. paragrap 2. D) become due, and when 4. Neither ENGINEER's review of Abe CONTRACTOR's Work for the purposes of D. Reduction in Payment recommending payments nor ENGINEER's recommendation of any payment, including final 1 . OWNER may refuse to make payment, will impose responsibility on payment of the full amount recommended by ENGINEER to supervise, direct, or control the ENGINEER because : Work or for the means , methods, techniques, sequences, or procedures of construction , or a . claims have been made against the safety precautions and programs incident OWNER on account of CONTRACTOR's thereto, or for CONTRACTOR's failure to performance or furnishing of the Work; comply with Laws and Regulations applicable to CONTRACTOR's performance of the Work. b. Liens have been filed in connection Additionally, said review or recommendation will with the Work, except where not impose responsibility on ENGINEER to CONTRACTOR has delivered a specific 00700 - General Conditions REV 04-07 00700 - 39 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsW0700 , General Conditions REV N-07.doc Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens ; c. there are other items entitling OWN- ER to a set-off against the amount recommended ; or d . OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14 .02 . B.5.a through 14.02.B.5.c or paragraph 15.02 .A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3 . If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C. 1 . 14 .03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. D0700 - General Conditions REV 04-07 00.00 - 40 F\Engineerinq\Captlal Pro)ects\9920-16th St. 741h Ave to 661h Ave\9920 Contract Documents d SpecsWD700 - General Condlllons REV 04-07 do- Bond satisfactory to OWNER to secure the satisfaction and discharge of such Liens ; c. there are other items entitling OWN- ER to a set-off against the amount recommended ; or d . OWNER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14 .02 . B.5.a through 14.02.B.5.c or paragraph 15.02 .A. 2. If OWNER refuses to make payment of the full amount recommended by ENGINEER, OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action and promptly pay CONTRACTOR any amount remaining after deduction of the amount so withheld. OWNER shall promptly pay CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by OWNER and CONTRACTOR, when CONTRACTOR corrects to OWNER's satisfaction the reasons for such action. 3 . If it is subsequently determined that OWNER's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by paragraph 14.02.C. 1 . 14 .03 CONTRACTOR's Warranty of Title A. CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. D0700 - General Conditions REV 04-07 00.00 - 40 F\Engineerinq\Captlal Pro)ects\9920-16th St. 741h Ave to 661h Ave\9920 Contract Documents d SpecsWD700 - General Condlllons REV 04-07 do- TRACTOR reasonable access to complete or correct 14 . 04 Substantial Completion items on the tentative list. A. When CONTRACTOR considers the entire 14.05 Partial Utilization Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the A. Use by OWNER at OWNER's option of any entire Work is substantially complete (except for items substantially completed part of the Work which has specifically listed by CONTRACTOR as incomplete) specifically been identified in the Contract Documents, and request that ENGINEER issue a certificate of or which OWNER, ENGINEER, and CONTRACTOR Substantial Completion . Promptly thereafter, agree constitutes a separately functioning and usable OWNER, CONTRACTOR, and ENGINEER shall part of the Work that can be used by OWNER for its make an inspection of the Work to determine the intended purpose without significant interference with status of completion . If ENGINEER does not consider CONTRACTOR's performance of the remainder of the Work substantially complete, ENGINEER will the Work, may be accomplished prior to Substantial notify CONTRACTOR in writing giving the reasons Completion of all the Work subject to the following therefore. If €NGIN €€R eenside�A' t conditions . ver to nlNISIER ., tPlItatiVA rPr4ifigatA1 . OWNER at any time may request COMP' `OR Wh Gh "'" " AX the dRtA Af Sh 1hgtantiAl CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will r the Ft' at µ ` d list. � 19 " certify to OWNER and ENGINEER that such a�. bjOGWRIS , ENGINFER GARAILIdAs part of the Work is substantially complete and request ENGINEER to issue a certificate of F^i" 1NFFR 1-vill ".'thin 14 days aft `' f the Substantial Completion for that part of the Work. CONTRACTOR at any time may notify in WFitiRg, stating the—reasons therefor if, afte OWNER and ENGINEER in writing that c0RSid9Fat,0Of OWNERS l 'eGtmang, CONTRACTOR considers any such part of the Work ready for its intended use and substan- FISIGINEER Will Withi.. said 14 a is_`nom,; tially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make As CAI!_ NFFR hA"Allet; justfled rt E;onsklefa#eo an inspection of that part of the Work to determine its status of completion . If ENGINEER does not consider that part of the isIGINFER iu deWeir t 0%541ro R.nd GOISITo C Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of `nanteRaRGG ` Gall t„ paragraph 14.04 will apply with respect to and guarantees finless 9WN€R ARd certification of Substantial Completion of that part of the Work and the division of RfeFFR EnIGINFER &g priort ENGINg_ERils responsibility in respect thereof and access thereto. tie ENGINFER' ..f pid rl t' 'Il he 2. No occupancy or separate operation PaYMGRt. of part of the Work may occur prior to compliance with the requirements of paragraph B. OWNER shall have the right to exclude 5. 10 regarding property insurance. CONTRACTOR from the Site after the date of Substantial Completion , but OWNER shall allow CON- 00700 - General Conditions REV 04-07 00700 - 41 F?Engineering\Capital Projedsl9920-16th St, 74th Ave to 66th Avet9920 Contract Documents 8 Specs\D0700 - General Conditions REV 04-07.doc TRACTOR reasonable access to complete or correct 14 . 04 Substantial Completion items on the tentative list. A. When CONTRACTOR considers the entire 14.05 Partial Utilization Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the A. Use by OWNER at OWNER's option of any entire Work is substantially complete (except for items substantially completed part of the Work which has specifically listed by CONTRACTOR as incomplete) specifically been identified in the Contract Documents, and request that ENGINEER issue a certificate of or which OWNER, ENGINEER, and CONTRACTOR Substantial Completion . Promptly thereafter, agree constitutes a separately functioning and usable OWNER, CONTRACTOR, and ENGINEER shall part of the Work that can be used by OWNER for its make an inspection of the Work to determine the intended purpose without significant interference with status of completion . If ENGINEER does not consider CONTRACTOR's performance of the remainder of the Work substantially complete, ENGINEER will the Work, may be accomplished prior to Substantial notify CONTRACTOR in writing giving the reasons Completion of all the Work subject to the following therefore. If €NGIN €€R eenside�A' t conditions . ver to nlNISIER ., tPlItatiVA rPr4ifigatA1 . OWNER at any time may request COMP' `OR Wh Gh "'" " AX the dRtA Af Sh 1hgtantiAl CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees that such part of the Work is substantially complete, CONTRACTOR will r the Ft' at µ ` d list. � 19 " certify to OWNER and ENGINEER that such a�. bjOGWRIS , ENGINFER GARAILIdAs part of the Work is substantially complete and request ENGINEER to issue a certificate of F^i" 1NFFR 1-vill ".'thin 14 days aft `' f the Substantial Completion for that part of the Work. CONTRACTOR at any time may notify in WFitiRg, stating the—reasons therefor if, afte OWNER and ENGINEER in writing that c0RSid9Fat,0Of OWNERS l 'eGtmang, CONTRACTOR considers any such part of the Work ready for its intended use and substan- FISIGINEER Will Withi.. said 14 a is_`nom,; tially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR, and ENGINEER shall make As CAI!_ NFFR hA"Allet; justfled rt E;onsklefa#eo an inspection of that part of the Work to determine its status of completion . If ENGINEER does not consider that part of the isIGINFER iu deWeir t 0%541ro R.nd GOISITo C Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of `nanteRaRGG ` Gall t„ paragraph 14.04 will apply with respect to and guarantees finless 9WN€R ARd certification of Substantial Completion of that part of the Work and the division of RfeFFR EnIGINFER &g priort ENGINg_ERils responsibility in respect thereof and access thereto. tie ENGINFER' ..f pid rl t' 'Il he 2. No occupancy or separate operation PaYMGRt. of part of the Work may occur prior to compliance with the requirements of paragraph B. OWNER shall have the right to exclude 5. 10 regarding property insurance. CONTRACTOR from the Site after the date of Substantial Completion , but OWNER shall allow CON- 00700 - General Conditions REV 04-07 00700 - 41 F?Engineering\Capital Projedsl9920-16th St, 74th Ave to 66th Avet9920 Contract Documents 8 Specs\D0700 - General Conditions REV 04-07.doc 14 .06 Final Inspection A. Upon written notice from CONTRACTOR that B. Review of Application and Acceptance the entire Work or an agreed portion thereof is 1 . If, on the basis of ENGINEER's complete , ENGINEER will promptly make a final observation of the Work during construction inspection with OWNER and CONTRACTOR and will and final inspection, and ENGINEER's review notify CONTRACTOR in writing of all particulars in of the final Application for Payment and which this inspection reveals that the Work is accompanying documentation as required by incomplete or defective. CONTRACTOR shall the Contract Documents, ENGINEER is immediately take such measures as are necessary to satisfied that the Work has been completed complete such Work or remedy such deficiencies. and CONTRACTOR's other obligations under the Contract Documents have been fulfilled , 14.07 Final Payment ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in A. Application for Payment writing ENGINEER's recommendation of payment and present the Application for 1 . After CONTRACTOR has, in the Payment to OWNER for payment. At the same opinion of ENGINEER, satisfactorily completed time ENGINEER will also give written notice to all corrections identified during the final OWNER and CONTRACTOR that the Work is inspection and has delivered, in accordance acceptable subject to the provisions of with the Contract Documents, all maintenance paragraph 14.09. Otherwise, ENGINEER will and operating instructions, schedules, guaran- return the Application for Payment to tees, Bonds, certificates or other evidence of CONTRACTOR, indicating in writing the insurance certificates of inspection , marked-up reasons for refusing to recommend final record documents (as provided in paragraph payment, in which case CONTRACTOR shall 6. 12), and other documents, CONTRACTOR make the necessarycorrections and resubmit may make application for final payment follow- the Application for Payment. ing the procedure for progress payments . C . Payment Becomes Due 2 . The final Application for Payment shall be accompanied (except as previously 1 Thirty days a#pp the pFesentatien--te delivered) by: (i) all documentation called for in OWNER of the AppliG ,t f PayrrieRt a the Contract Documents, including but not limited to the evidence of insurance required by reGerRmeRded by cn G ntFco will F subparagraph 5.04. B.7; (ii) consent of the and, Iiiiii due , will be paid by QWNFR tin surety, if any, to final payment; and (iii) 29NTR4GT9R complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien 14.08 Final Completion Delayed rights arising out of or Liens filed in connection with the Work. A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed , and if 3 . In lieu of the releases or waivers of ENGINEER so confirms, OWNER shall, upon receipt Liens specified in paragraph 14.07 .A.2 and as of CONTRACTOR's final Application for Payment and approved by OWNER, CONTRACTOR may recommendation of ENGINEER, and without terminat- furnish receipts or releases in full and an ing the Agreement, make payment of the balance due affidavit of CONTRACTOR that: (i) the releases for that portion of the Work fully completed and and receipts include all labor, services, accepted. If the remaining balance to be held by material , and equipment for which a Lien could OWNER for Work not fully completed or corrected is be filed; and (ii) all payrolls, material and less than the retainage stipulated in the Agreement, equipment bills , and other indebtedness and if Bonds have been furnished as required in connected with the Work for which OWNER or paragraph 5.01 , the written consent of the surety to OWNER's property might in any way be the payment of the balance due for that portion of the responsible have been paid or otherwise satis- Work fully completed and accepted shall be submitted fied. If any Subcontractor or Supplier fails to by CONTRACTOR to ENGINEER with the Application furnish such a release or receipt in full , CON- for such payment. Such payment shall be made TRACTOR may furnish a Bond or other under the terms and conditions governing final collateral satisfactory to OWNER to indemnify payment, except that it shall not constitute a waiver of OWNER against any Lien . Claims . 00700 - General Conditions REV 04-07 00700 - 42 F 1EnglneerinotCapital Projactrii 920- 16th St, 74th Ave to 661h Ave\9920 Conlracl Documents 8 Sdecs100700 General Conditions REV 34-07 died 14 .06 Final Inspection A. Upon written notice from CONTRACTOR that B. Review of Application and Acceptance the entire Work or an agreed portion thereof is 1 . If, on the basis of ENGINEER's complete , ENGINEER will promptly make a final observation of the Work during construction inspection with OWNER and CONTRACTOR and will and final inspection, and ENGINEER's review notify CONTRACTOR in writing of all particulars in of the final Application for Payment and which this inspection reveals that the Work is accompanying documentation as required by incomplete or defective. CONTRACTOR shall the Contract Documents, ENGINEER is immediately take such measures as are necessary to satisfied that the Work has been completed complete such Work or remedy such deficiencies. and CONTRACTOR's other obligations under the Contract Documents have been fulfilled , 14.07 Final Payment ENGINEER will, within ten days after receipt of the final Application for Payment, indicate in A. Application for Payment writing ENGINEER's recommendation of payment and present the Application for 1 . After CONTRACTOR has, in the Payment to OWNER for payment. At the same opinion of ENGINEER, satisfactorily completed time ENGINEER will also give written notice to all corrections identified during the final OWNER and CONTRACTOR that the Work is inspection and has delivered, in accordance acceptable subject to the provisions of with the Contract Documents, all maintenance paragraph 14.09. Otherwise, ENGINEER will and operating instructions, schedules, guaran- return the Application for Payment to tees, Bonds, certificates or other evidence of CONTRACTOR, indicating in writing the insurance certificates of inspection , marked-up reasons for refusing to recommend final record documents (as provided in paragraph payment, in which case CONTRACTOR shall 6. 12), and other documents, CONTRACTOR make the necessarycorrections and resubmit may make application for final payment follow- the Application for Payment. ing the procedure for progress payments . C . Payment Becomes Due 2 . The final Application for Payment shall be accompanied (except as previously 1 Thirty days a#pp the pFesentatien--te delivered) by: (i) all documentation called for in OWNER of the AppliG ,t f PayrrieRt a the Contract Documents, including but not limited to the evidence of insurance required by reGerRmeRded by cn G ntFco will F subparagraph 5.04. B.7; (ii) consent of the and, Iiiiii due , will be paid by QWNFR tin surety, if any, to final payment; and (iii) 29NTR4GT9R complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien 14.08 Final Completion Delayed rights arising out of or Liens filed in connection with the Work. A. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed , and if 3 . In lieu of the releases or waivers of ENGINEER so confirms, OWNER shall, upon receipt Liens specified in paragraph 14.07 .A.2 and as of CONTRACTOR's final Application for Payment and approved by OWNER, CONTRACTOR may recommendation of ENGINEER, and without terminat- furnish receipts or releases in full and an ing the Agreement, make payment of the balance due affidavit of CONTRACTOR that: (i) the releases for that portion of the Work fully completed and and receipts include all labor, services, accepted. If the remaining balance to be held by material , and equipment for which a Lien could OWNER for Work not fully completed or corrected is be filed; and (ii) all payrolls, material and less than the retainage stipulated in the Agreement, equipment bills , and other indebtedness and if Bonds have been furnished as required in connected with the Work for which OWNER or paragraph 5.01 , the written consent of the surety to OWNER's property might in any way be the payment of the balance due for that portion of the responsible have been paid or otherwise satis- Work fully completed and accepted shall be submitted fied. If any Subcontractor or Supplier fails to by CONTRACTOR to ENGINEER with the Application furnish such a release or receipt in full , CON- for such payment. Such payment shall be made TRACTOR may furnish a Bond or other under the terms and conditions governing final collateral satisfactory to OWNER to indemnify payment, except that it shall not constitute a waiver of OWNER against any Lien . Claims . 00700 - General Conditions REV 04-07 00700 - 42 F 1EnglneerinotCapital Projactrii 920- 16th St, 74th Ave to 661h Ave\9920 Conlracl Documents 8 Sdecs100700 General Conditions REV 34-07 died 3. CONTRACTOR's disregard of the 14.09 Waiver of Claims authority of ENGINEER; or A. The making and acceptance of final payment 4 . CONTRACTOR's violation in any will constitute: substantial way of any provisions of the Contract Documents. 1 . a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising B. If one or more of the events identified in from unsettled Liens, from defective Work paragraph 15.02 .A occur, OWNER may, after giving appearing after final inspection pursuant to CONTRACTOR (and the surety, if any) seven days paragraph 14.06, from failure to comply with the written notice, terminate the services of Contract Documents or the terms of any special CONTRACTOR, exclude CONTRACTOR from the guarantees specified therein , or from Site, and take possession of the Work and of all CONTRACTOR's continuing obligations under CONTRACTOR's tools, appliances, construction the Contract Documents; and equipment, and machinery at the Site, and use the same to the full extent they could be used by 2 . a waiver of all Claims by CONTRAC- CONTRACTOR (without liability to CONTRACTOR for TOR against OWNER other than those trespass or conversion), incorporate in the Work all previously made in writing which are still materials and equipment stored at the Site or for unsettled. which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR ARTICLE 15 - SUSPENSION OF WORK AND shall not be entitled to receive any further payment TERMINATION until the Work is finished . If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and 15.01 OWNER May Suspend Work charges of engineers, architects , attorneys, and other professionals and all court or arbitration or other A. At any time and without cause, OWNER may dispute resolution costs) sustained by OWNER arising suspend the Work or any portion thereof for a period out of or relating to completing the Work, such excess of not more than 90 consecutive days by notice in will be paid to CONTRACTOR. If such claims, costs, writing to CONTRACTOR and ENGINEER which will losses, and damages exceed such unpaid balance, fix the date on which Work will be resumed . CON- CONTRACTOR shall pay the difference to OWNER. TRACTOR shall resume the Work on the date so Such claims, costs, losses, and damages incurred by fixed. OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this as provided A PaFagFaph 40 .05 . paragraph OWNER shall not be required to obtain the 15.02 OWNER May Terminate for Cause lowest price for the Work performed . C. Where CONTRACTOR's services have been A. The occurrence of any one or more of the so terminated by OWNER, the termination will not following events will justify termination for cause: affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter 1 . CONTRACTOR's persistent failure accrue. Any retention or payment of moneys due to perform the Work in accordance with the CONTRACTOR by OWNER will not release CON- Contract Documents (including, but not limited TRACTOR from liability. to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to 15. 03 OWNER May Terminate For Convenience adhere to the progress schedule established under paragraph 2.07 as adjusted from time to A. Upon seven days written notice to CON- time pursuant to paragraph 6.04); TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or 2 . CONTRACTOR's disregard of Laws remedy of OWNER, elect to terminate the Contract. or Regulations of any public body having In such case, CONTRACTOR shall be paid (without jurisdiction; duplication of any items): 00700 - General Conditions REV D4-07 00700 - 43 F:\Engineering\Capital ProjeclM9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Spem%00700 - General Condibons REV D44)7.doc 3. CONTRACTOR's disregard of the 14.09 Waiver of Claims authority of ENGINEER; or A. The making and acceptance of final payment 4 . CONTRACTOR's violation in any will constitute: substantial way of any provisions of the Contract Documents. 1 . a waiver of all Claims by OWNER against CONTRACTOR, except Claims arising B. If one or more of the events identified in from unsettled Liens, from defective Work paragraph 15.02 .A occur, OWNER may, after giving appearing after final inspection pursuant to CONTRACTOR (and the surety, if any) seven days paragraph 14.06, from failure to comply with the written notice, terminate the services of Contract Documents or the terms of any special CONTRACTOR, exclude CONTRACTOR from the guarantees specified therein , or from Site, and take possession of the Work and of all CONTRACTOR's continuing obligations under CONTRACTOR's tools, appliances, construction the Contract Documents; and equipment, and machinery at the Site, and use the same to the full extent they could be used by 2 . a waiver of all Claims by CONTRAC- CONTRACTOR (without liability to CONTRACTOR for TOR against OWNER other than those trespass or conversion), incorporate in the Work all previously made in writing which are still materials and equipment stored at the Site or for unsettled. which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case, CONTRACTOR ARTICLE 15 - SUSPENSION OF WORK AND shall not be entitled to receive any further payment TERMINATION until the Work is finished . If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and 15.01 OWNER May Suspend Work charges of engineers, architects , attorneys, and other professionals and all court or arbitration or other A. At any time and without cause, OWNER may dispute resolution costs) sustained by OWNER arising suspend the Work or any portion thereof for a period out of or relating to completing the Work, such excess of not more than 90 consecutive days by notice in will be paid to CONTRACTOR. If such claims, costs, writing to CONTRACTOR and ENGINEER which will losses, and damages exceed such unpaid balance, fix the date on which Work will be resumed . CON- CONTRACTOR shall pay the difference to OWNER. TRACTOR shall resume the Work on the date so Such claims, costs, losses, and damages incurred by fixed. OWNER will be reviewed by ENGINEER as to their reasonableness and, when so approved by ENGINEER, incorporated in a Change Order. When exercising any rights or remedies under this as provided A PaFagFaph 40 .05 . paragraph OWNER shall not be required to obtain the 15.02 OWNER May Terminate for Cause lowest price for the Work performed . C. Where CONTRACTOR's services have been A. The occurrence of any one or more of the so terminated by OWNER, the termination will not following events will justify termination for cause: affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter 1 . CONTRACTOR's persistent failure accrue. Any retention or payment of moneys due to perform the Work in accordance with the CONTRACTOR by OWNER will not release CON- Contract Documents (including, but not limited TRACTOR from liability. to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to 15. 03 OWNER May Terminate For Convenience adhere to the progress schedule established under paragraph 2.07 as adjusted from time to A. Upon seven days written notice to CON- time pursuant to paragraph 6.04); TRACTOR and ENGINEER, OWNER may, without cause and without prejudice to any other right or 2 . CONTRACTOR's disregard of Laws remedy of OWNER, elect to terminate the Contract. or Regulations of any public body having In such case, CONTRACTOR shall be paid (without jurisdiction; duplication of any items): 00700 - General Conditions REV D4-07 00700 - 43 F:\Engineering\Capital ProjeclM9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Spem%00700 - General Condibons REV D44)7.doc 1 . for completed and acceptable Work or Contract Times or otherwise for expenses or executed in accordance with the Contract damage directly attributable to CONTRACTOR's Documents prior to the effective date of stopping the Work as permitted by this paragraph . termination, including fair and reasonable sums for overhead and profit on such Work, 2. for expenses sustained prior to the ARTICLE 16 - DISPUTE RESOLUTION effective date of termination in performing services and furnishing labor, materials, or 16 .01 Methods and Procedures equipment as required by the Contract Documents in connection with uncompleted A. Dispute resolution methods and procedures, if Work, plus fair and reasonable sums for any, shall be as set forth in the Supplementary overhead and profit on such expenses; Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9 . 09 3, for all claims, costs, losses, and and 10 .05, OWNER and CONTRACTOR may damages (including but not limited to all fees exercise such rights or remedies as either may and charges of engineers, architects, attorneys, otherwise have under the Contract Documents or by and other professionals and all court or Laws or Regulations in respect of any dispute. arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and ARTICLE 17 - MISCELLANEOUS 4. for reasonable expenses directly attributable to termination . 17 .01 Giving Notice B . CONTRACTOR shall not be paid on account A. Whenever any provision of the Contract of loss of anticipated profits or revenue or other eco- Documents requires the giving of written notice, it will nomic loss arising out of or resulting from such be deemed to have been validly given if delivered in termination . person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, 15. 04 CONTRACTOR May Stop Work or or if delivered at or sent by registered or certified mail, Terminate postage prepaid, to the last business address known A. If, through no act or fault of CONTRACTOR, to the giver of the notice. the Work is suspended for more than 90 consecutive 17.02 Computation of Times days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any A. When any period of time is referred to in the Application for Payment within 30 days after it is Contract Documents by days, it will be computed to submitted, exclude the first and include the last day of such then period. If the last day of any such period falls on a CONTRACTOR may, upon seven days written notice Saturday or Sunday or on a day made a legal holiday to OWNER and ENGINEER, and provided OWNER by the law of the applicable jurisdiction , such day will or ENGINEER do not remedy such suspension or be omitted from the computation . failure within that time, terminate the Contract and recover from OWNER payment on the same terms as 17.03 Cumulative Remedies provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or A. The duties and obligations imposed by these remedy, if ENGINEER has failed to act on an General Conditions and the rights and remedies avail- Application for Payment within 30 days after it is able hereunder to the parties hereto are in addition to, submitted, and are not to be construed in any way as a limitation CONTRACTOR AnY 661FA f Rally determined to be clue , of, any rights and remedies available to any or all of CONTRACTOR may, seven days after written notice them which are otherwise imposed or available by to OWNER and ENGINEER, stop the Work until Laws or Regulations, by special warranty or payment is made of all such amounts due guarantee , or by other provisions of the Contract CONTRACTOR, including interest thereon . The Documents, and the provisions of this paragraph will provisions of this paragraph 15 .04 are not intended to be as effective as if repeated specifically in the preclude CONTRACTOR from making a Claim under Contract Documents in connection with each paragraph 10 . 05 for an adjustment in Contract Price 00700 - General Condomrs REV 04 07 00700 - 44 F\Engineering\Cala al Prolects19920-1611a St, 740 Ave to 66th Ave\9920 Contract Documents & SOec900700 - General Conmlions REV 04-07 doc 1 . for completed and acceptable Work or Contract Times or otherwise for expenses or executed in accordance with the Contract damage directly attributable to CONTRACTOR's Documents prior to the effective date of stopping the Work as permitted by this paragraph . termination, including fair and reasonable sums for overhead and profit on such Work, 2. for expenses sustained prior to the ARTICLE 16 - DISPUTE RESOLUTION effective date of termination in performing services and furnishing labor, materials, or 16 .01 Methods and Procedures equipment as required by the Contract Documents in connection with uncompleted A. Dispute resolution methods and procedures, if Work, plus fair and reasonable sums for any, shall be as set forth in the Supplementary overhead and profit on such expenses; Conditions. If no method and procedure has been set forth, and subject to the provisions of paragraphs 9 . 09 3, for all claims, costs, losses, and and 10 .05, OWNER and CONTRACTOR may damages (including but not limited to all fees exercise such rights or remedies as either may and charges of engineers, architects, attorneys, otherwise have under the Contract Documents or by and other professionals and all court or Laws or Regulations in respect of any dispute. arbitration or other dispute resolution costs) in- curred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and ARTICLE 17 - MISCELLANEOUS 4. for reasonable expenses directly attributable to termination . 17 .01 Giving Notice B . CONTRACTOR shall not be paid on account A. Whenever any provision of the Contract of loss of anticipated profits or revenue or other eco- Documents requires the giving of written notice, it will nomic loss arising out of or resulting from such be deemed to have been validly given if delivered in termination . person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, 15. 04 CONTRACTOR May Stop Work or or if delivered at or sent by registered or certified mail, Terminate postage prepaid, to the last business address known A. If, through no act or fault of CONTRACTOR, to the giver of the notice. the Work is suspended for more than 90 consecutive 17.02 Computation of Times days by OWNER or under an order of court or other public authority, or ENGINEER fails to act on any A. When any period of time is referred to in the Application for Payment within 30 days after it is Contract Documents by days, it will be computed to submitted, exclude the first and include the last day of such then period. If the last day of any such period falls on a CONTRACTOR may, upon seven days written notice Saturday or Sunday or on a day made a legal holiday to OWNER and ENGINEER, and provided OWNER by the law of the applicable jurisdiction , such day will or ENGINEER do not remedy such suspension or be omitted from the computation . failure within that time, terminate the Contract and recover from OWNER payment on the same terms as 17.03 Cumulative Remedies provided in paragraph 15.03. In lieu of terminating the Contract and without prejudice to any other right or A. The duties and obligations imposed by these remedy, if ENGINEER has failed to act on an General Conditions and the rights and remedies avail- Application for Payment within 30 days after it is able hereunder to the parties hereto are in addition to, submitted, and are not to be construed in any way as a limitation CONTRACTOR AnY 661FA f Rally determined to be clue , of, any rights and remedies available to any or all of CONTRACTOR may, seven days after written notice them which are otherwise imposed or available by to OWNER and ENGINEER, stop the Work until Laws or Regulations, by special warranty or payment is made of all such amounts due guarantee , or by other provisions of the Contract CONTRACTOR, including interest thereon . The Documents, and the provisions of this paragraph will provisions of this paragraph 15 .04 are not intended to be as effective as if repeated specifically in the preclude CONTRACTOR from making a Claim under Contract Documents in connection with each paragraph 10 . 05 for an adjustment in Contract Price 00700 - General Condomrs REV 04 07 00700 - 44 F\Engineering\Cala al Prolects19920-1611a St, 740 Ave to 66th Ave\9920 Contract Documents & SOec900700 - General Conmlions REV 04-07 doc particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications , warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents , will survive final payment, completion , and acceptance of the Work or termination or comple- tion of the Agreement. 17 .05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located . 00700 - General Conditions REV 04-07 00700 - 45 F]Engineering\Capilal Projedat9920-06th Sl, 74th Ave to 66b Ave19920 Contract Documents & Specs=700 - General Conditions REV 04-07doc particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications , warran- ties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents , will survive final payment, completion , and acceptance of the Work or termination or comple- tion of the Agreement. 17 .05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located . 00700 - General Conditions REV 04-07 00700 - 45 F]Engineering\Capilal Projedat9920-06th Sl, 74th Ave to 66b Ave19920 Contract Documents & Specs=700 - General Conditions REV 04-07doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction Sc - 1 . 00 Defined Terms SC — 1 . 01 Before Starting Construction SC —2 . 05 Preconstruction Conference SC — 2 . 06 Coordination of Plans, Specifications , and Special Provisions SC — 3 . 06 Subsurface and Physical Conditions SC — 4 . 02 Performance, Payment and Other Bonds SC — 5. 01 Certificates of Insurance SC — 5 . 03 CONTRACTOR'S Liability Insurance SC — 5 . 04 OWNER'S Liability Insurance SC - 5 . 05 Property Insurance SC — 5. 06 Waiver of Rights SC — 5 . 07 Receipt and Application of Insurance Proceeds SC — 5. 08 Labor; Working Hours SC — 6 . 02 Permits SC — 6 . 06 Taxes SC — 6 . 10 Test and Inspections SC — 13. 03 Progress Payments SC — 14 . 02 Mediation SC —16 . 02 Arbitration SC — 16. 03 Liens SC — 17 . 06 00800-i 00800 - Supplementary Conditions 00800 IF:\Engmeenng\Capital Projects\9920-16th St, 74th Ave to Stith Ave\9920 Contract Documents 8 SpecsW0600 - Supplementary Conduions.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS Article Title Article Number Introduction Sc - 1 . 00 Defined Terms SC — 1 . 01 Before Starting Construction SC —2 . 05 Preconstruction Conference SC — 2 . 06 Coordination of Plans, Specifications , and Special Provisions SC — 3 . 06 Subsurface and Physical Conditions SC — 4 . 02 Performance, Payment and Other Bonds SC — 5. 01 Certificates of Insurance SC — 5 . 03 CONTRACTOR'S Liability Insurance SC — 5 . 04 OWNER'S Liability Insurance SC - 5 . 05 Property Insurance SC — 5. 06 Waiver of Rights SC — 5 . 07 Receipt and Application of Insurance Proceeds SC — 5. 08 Labor; Working Hours SC — 6 . 02 Permits SC — 6 . 06 Taxes SC — 6 . 10 Test and Inspections SC — 13. 03 Progress Payments SC — 14 . 02 Mediation SC —16 . 02 Arbitration SC — 16. 03 Liens SC — 17 . 06 00800-i 00800 - Supplementary Conditions 00800 IF:\Engmeenng\Capital Projects\9920-16th St, 74th Ave to Stith Ave\9920 Contract Documents 8 SpecsW0600 - Supplementary Conduions.doc SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC-1 . 00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No . 1910-8 , 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions , which are not so amended or supplemented , remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions . SC-1 .01 Defined Terms SC- 1 .01 .A. 20. Delete paragraph GC 1 . 01 .A. 20 in its entirety. SC-1 .02 Terminology SC- 1 . 02. D . 1 , 2, and 3 Delete paragraphs GC- 1 . 02. D. 1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1 . The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install' shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3 . The words "perform" or "provide" shall mean to furnish and install services , materials , or equipment complete and ready for intended use. SC-2.05 Before Starting Construction SC-2.05. C. Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its place: C . Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13. SC-2.06 Preconstruction Conference SC-2. 06 Delete paragraph GC-2. 06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work , the Construction Coordination Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in 00800-1 00800 00800 1F 1Engineering\Capilal Projects\9920- 16th St, 761h Ave to 661h Ave\9920 ConuaG Documents A Speae100800 - SuodeCond onentary Conditions s ao SECTION 00800 - SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS SC-1 . 00 Introduction These Supplementary Conditions amend or supplement the Standard General Conditions of the Construction Contract (No . 1910-8 , 1996 Edition) and other provisions of the Contract Documents as indicated below. All provisions , which are not so amended or supplemented , remain in full force and effect. The terms used in these Supplementary Conditions will have the meanings indicated in the General Conditions . SC-1 .01 Defined Terms SC- 1 .01 .A. 20. Delete paragraph GC 1 . 01 .A. 20 in its entirety. SC-1 .02 Terminology SC- 1 . 02. D . 1 , 2, and 3 Delete paragraphs GC- 1 . 02. D. 1, 2, and 3 in their entirety and insert the following paragraphs in their place: D. Furnish, Install, Perform, Provide 1 . The word "furnish" shall mean to supply and deliver services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install' shall mean to put into use or place in final position services, materials, or equipment complete and ready for intended use. 3 . The words "perform" or "provide" shall mean to furnish and install services , materials , or equipment complete and ready for intended use. SC-2.05 Before Starting Construction SC-2.05. C. Delete paragraph GC 2. 05. 0 in its entirety and insert the following paragraph in its place: C . Evidence of Insurance: CONTRACTOR shall not commence work under this Contract until he has obtained all insurance required under Article 5 and such insurance has been delivered to the OWNER and approved by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved . All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting , removing or replacing defective Work in accordance with Article 13. SC-2.06 Preconstruction Conference SC-2. 06 Delete paragraph GC-2. 06.A in its entirety and insert the following paragraph in its place: A. Immediately after awarding the contract, but before the CONTRACTOR begins work , the Construction Coordination Manager will call a preconstruction conference at a place the ENGINEER designates to establish an understanding among the parties as to the work and to discuss schedules referred to in 00800-1 00800 00800 1F 1Engineering\Capilal Projects\9920- 16th St, 761h Ave to 661h Ave\9920 ConuaG Documents A Speae100800 - SuodeCond onentary Conditions s ao paragraph 2. 05 . 13 , procedures for handling Shop Drawings and other submittals, and maintaining required records . Utility companies and others as appropriate will be requested to attend to discuss and coordinate work . SC-3 .06 Coordination of Plans, Specifications, and Special Provisions SC-3 . 06 Add the following new paragraphs immediately after paragraph GC-3. 05: SC-3 . 06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1 . Written Interpretations 2. Addenda 3 . Specifications 4. Supplementary Conditions to the General Conditions 5 . General Conditions 6 . Approved Shop Drawings 7 . Drawings 8 . Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. SC-4.02 Subsurface and Physical Conditions SC-4.02 Add the following new paragraphs immediately after paragraph GC-4. 02. 6: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Roadway Soil Survey — Roadway Improvements to 66th Avenue from 160' Street to S . R. 60 and 161 Street from 74th Avenue to 66' Avenue D. Reports and drawings itemized in SC-4 .02.0 are not included with the Bidding Documents. Copies may be examined at Indian River County Administration Building , Public Works 1801 27"' Street Vero Beach FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents . 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 100%D 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. In lieu of the Performance and Payment Bonds , the CONTRACTOR may furnish an alternative form of security in the form of cash , money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F . S . Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject 00800-2 00800 - Supplementary Conditions 00800 2F'1EngmeennglCapital Projects\9920-161h St, 741h Ave to 66th Ave\9920 Contract Documents 8 SpetoiM800 - Supplementary Conditions.doc paragraph 2. 05 . 13 , procedures for handling Shop Drawings and other submittals, and maintaining required records . Utility companies and others as appropriate will be requested to attend to discuss and coordinate work . SC-3 .06 Coordination of Plans, Specifications, and Special Provisions SC-3 . 06 Add the following new paragraphs immediately after paragraph GC-3. 05: SC-3 . 06 Coordination of Plans, Specifications, and Special Provisions A. In case of discrepancy, the governing order of the documents shall be as follows: 1 . Written Interpretations 2. Addenda 3 . Specifications 4. Supplementary Conditions to the General Conditions 5 . General Conditions 6 . Approved Shop Drawings 7 . Drawings 8 . Referenced Standards. B. Written/computed dimensions shall govern over scaled dimensions. SC-4.02 Subsurface and Physical Conditions SC-4.02 Add the following new paragraphs immediately after paragraph GC-4. 02. 6: C. In the preparation of Drawings and Specifications, ENGINEER or ENGINEER's Consultants relied upon the following reports of explorations and tests of subsurface conditions at the Site: Roadway Soil Survey — Roadway Improvements to 66th Avenue from 160' Street to S . R. 60 and 161 Street from 74th Avenue to 66' Avenue D. Reports and drawings itemized in SC-4 .02.0 are not included with the Bidding Documents. Copies may be examined at Indian River County Administration Building , Public Works 1801 27"' Street Vero Beach FL 32960 during regular business hours. These reports and drawings are not part of the Contract Documents . 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 100%D 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. In lieu of the Performance and Payment Bonds , the CONTRACTOR may furnish an alternative form of security in the form of cash , money order, certified check, cashier's check, irrevocable letter of credit or a security as listed in Part II of F . S . Chapter 625. Any such alternative form of security shall be for the same purpose, and be for the same amount and subject 00800-2 00800 - Supplementary Conditions 00800 2F'1EngmeennglCapital Projects\9920-161h St, 741h Ave to 66th Ave\9920 Contract Documents 8 SpetoiM800 - Supplementary Conditions.doc to the same conditions as those applicable to the bond otherwise required . The determination of the value of an alternative form of security shall be made by the OWNER. 3 . Such Bonds shall continue in effect for one ( 1 ) year after acceptance of the Work by the OWNER. 4 . The CONTRACTOR shall record , the Payment Bond and the Performance Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue , Vero Beach , Florida 32960. The recorded bonds shall be forwarded to the Indian River County Purchasing Division on or before the seventh day after they are recorded . The CONTRACTOR shall pay all costs . SC -5. 03 Certificates of Insurance SC-5.03 Delete the second sentence of paragraph GC-5. 03 in its entirety. SC -5. 04 CONTRACTOR's Liability Insurance SC-5.04 Add the following new paragraphs immediately after paragraph GC-5. 04. 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 $ 1 , 000, 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a . Premises/Operations b. Products/Completed Operations C. Contractual Liability d . Independent Contractors e. Explosion f. Collapse g . Underground . 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $ 1 , 000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a . Owner Autos b . Hired Autos 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 00800-3 00800 - Supplementary Conditions 00800 3F\EngineennglCapital Projects19920- 16th St, 74th Ave to 661h Ave\9920 Contract Documents 3 Specsl00800 - Supplementary Condilions do- to the same conditions as those applicable to the bond otherwise required . The determination of the value of an alternative form of security shall be made by the OWNER. 3 . Such Bonds shall continue in effect for one ( 1 ) year after acceptance of the Work by the OWNER. 4 . The CONTRACTOR shall record , the Payment Bond and the Performance Bond with the Public Record Section of the Indian River County Courthouse located at 2000 16th Avenue , Vero Beach , Florida 32960. The recorded bonds shall be forwarded to the Indian River County Purchasing Division on or before the seventh day after they are recorded . The CONTRACTOR shall pay all costs . SC -5. 03 Certificates of Insurance SC-5.03 Delete the second sentence of paragraph GC-5. 03 in its entirety. SC -5. 04 CONTRACTOR's Liability Insurance SC-5.04 Add the following new paragraphs immediately after paragraph GC-5. 04. 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 $ 1 , 000, 000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a . Premises/Operations b. Products/Completed Operations C. Contractual Liability d . Independent Contractors e. Explosion f. Collapse g . Underground . 3. Business Auto Liability: Coverage shall provide minimum limits of liability of $ 1 , 000,000 per occurrence Combined Single Limit for Bodily Injury and Property Damage. This shall include coverage for: a . Owner Autos b . Hired Autos 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 00800-3 00800 - Supplementary Conditions 00800 3F\EngineennglCapital Projects19920- 16th St, 74th Ave to 661h Ave\9920 Contract Documents 3 Specsl00800 - Supplementary Condilions do- Documents will be provided to the OWNER's Risk Manager for review and approval . b . " Indian River County Florida" will be named as "Additional Insured" on both the General Liability, 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 Is Risk Manager. d . An appropriate " Indemnification" clause shall be made a provision of the Contract (see paragraph 6 .20 of the General Conditions). e . It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements , which are subject to modification in response to high hazard operation . g . Insured must be authorized to do business and have an agent for service of process in Florida and have an AAA policyholder's rating and financial rating of a least Class XI in accordance with the most current Best's Rating . D. Additional Insureds: 1 . In addition to " Indian River County, Florida ," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies : a . NONE b . C. SC-5.05 OWNER's Liability Insurance SC-5.05 Delete paragraph GC-5. 05.A in its entirety. SC -5.06 Property Insurance SC-5 .06 Delete paragraphs GC-5. 06.A, 8, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall : 1 . include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions , and the officers, directors, partners , employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured ; 2 . be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning , extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal , demolition occasioned by enforcement of Laws and Regulations, 00800-4 00800 - Supplementary Conditions 00800 4F\Engneering\Capilal Projecc;M2P16th St, 74th Ave to 66th Ave%W2D Contract Documents 8 Specs=800 - Supplemenlary Conditionseoc Documents will be provided to the OWNER's Risk Manager for review and approval . b . " Indian River County Florida" will be named as "Additional Insured" on both the General Liability, 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 Is Risk Manager. d . An appropriate " Indemnification" clause shall be made a provision of the Contract (see paragraph 6 .20 of the General Conditions). e . It is the responsibility of the CONTRACTOR to insure that all subcontractors comply with all insurance requirements. f. It should be remembered that these are minimum requirements , which are subject to modification in response to high hazard operation . g . Insured must be authorized to do business and have an agent for service of process in Florida and have an AAA policyholder's rating and financial rating of a least Class XI in accordance with the most current Best's Rating . D. Additional Insureds: 1 . In addition to " Indian River County, Florida ," the following individuals or entities shall be listed as "additional insureds" on the CONTRACTOR's liability insurance policies : a . NONE b . C. SC-5.05 OWNER's Liability Insurance SC-5.05 Delete paragraph GC-5. 05.A in its entirety. SC -5.06 Property Insurance SC-5 .06 Delete paragraphs GC-5. 06.A, 8, and C in their entirety and insert the following paragraphs in their place: A. CONTRACTOR shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof. This insurance shall : 1 . include the interests of OWNER, CONTRACTOR, Subcontractors, ENGINEER, ENGINEER's Consultants and any other individuals or entities identified in the Supplementary Conditions , and the officers, directors, partners , employees, agents and other consultants and subcontractors of any of them each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured ; 2 . be written on a Builder's Risk "All Risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss and damage to the Work, temporary buildings, falsework, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning , extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal , demolition occasioned by enforcement of Laws and Regulations, 00800-4 00800 - Supplementary Conditions 00800 4F\Engneering\Capilal Projecc;M2P16th St, 74th Ave to 66th Ave%W2D Contract Documents 8 Specs=800 - Supplemenlary Conditionseoc water damage , and such other perils or causes of loss as may be specifically required by the Supplementary Conditions . 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5 . allow for partial utilization of the Work by OWNER; 6 , include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued . B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5 .06 shall comply with the requirements of paragraph 5. 06. 0 of the General Conditions. SC-5.06 . E Delete paragraph GC-5. 06. E in its entirety and insert the following in its place: E. Additional Insureds: 1 . The following individuals or entities shall be listed as "additional insureds' on the CONTRACTOR's property insurance policies: a . Indian River County, Florida b. NONE C. SC-5.07 Waiver of Rights SC-5. 07 Delete GC-5. 07 (paragraphs A, B, and C) in its entirety. SC-5.08 Receipt and Application of Insurance Proceeds SC-5. 08 Delete GC-5. 08 (paragraphs A and B) in its entirety. SC-5 .09 Delete GC-5. 09(paragraph A)in it's entirety. SC-6 . 02 Labor; Working Hours SC-6 . 02. 6 . Add the following paragraphs immediately after paragraph GC-6. 02. B: 1 . Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a . m. to 5 p. m. 2. Indian River County Holidays are : New Year's Day, 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 00800-5 00800 - Supplementary Conditions 00800 5F :\Engineering\Calilal Plo)ect5\9920-161h 31, 74th Ave to 66th Ave\9920 Contrail Documents & Specs\00800 - Supplementary Ccnd,trons Dcc water damage , and such other perils or causes of loss as may be specifically required by the Supplementary Conditions . 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by ENGINEER; and 5 . allow for partial utilization of the Work by OWNER; 6 , include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by OWNER, CONTRACTOR and ENGINEER with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued . B. CONTRACTOR shall be responsible for any deductible or self-insured retention. C. The policies of insurance required to be purchased and maintained by CONTRACTOR in accordance with this paragraph SC-5 .06 shall comply with the requirements of paragraph 5. 06. 0 of the General Conditions. SC-5.06 . E Delete paragraph GC-5. 06. E in its entirety and insert the following in its place: E. Additional Insureds: 1 . The following individuals or entities shall be listed as "additional insureds' on the CONTRACTOR's property insurance policies: a . Indian River County, Florida b. NONE C. SC-5.07 Waiver of Rights SC-5. 07 Delete GC-5. 07 (paragraphs A, B, and C) in its entirety. SC-5.08 Receipt and Application of Insurance Proceeds SC-5. 08 Delete GC-5. 08 (paragraphs A and B) in its entirety. SC-5 .09 Delete GC-5. 09(paragraph A)in it's entirety. SC-6 . 02 Labor; Working Hours SC-6 . 02. 6 . Add the following paragraphs immediately after paragraph GC-6. 02. B: 1 . Regular working hours are defined as Monday through Friday, excluding Indian River County Holidays, from 7 a . m. to 5 p. m. 2. Indian River County Holidays are : New Year's Day, 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 00800-5 00800 - Supplementary Conditions 00800 5F :\Engineering\Calilal Plo)ect5\9920-161h 31, 74th Ave to 66th Ave\9920 Contrail Documents & Specs\00800 - Supplementary Ccnd,trons Dcc Construction Coordination Manager. 3 . The CONTRACTOR shall receive no additional compensation for overtime work , i . e . , work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing . 4 . All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR , and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5 . All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR , which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6 . No work shall commence before 7 a . m . or continue after 5 p . m. except in case of emergency upon specific permission of the ENGINEER. SC-6.06 Concerning Subcontractors, Suppliers, and Others SC-6 . 06 . C . Add the following sentence at the end of paragraph GC-6. 06. C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6 . 08 Permits SC-6 . 08 Add the following paragraphs immediately after paragraph GC-6. 08.A: B. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "K): 1 . St. Johns River Water Management District -Permit no 40-061 -69244-2 66th Ave 2. St. Johns River Water Management District — Permit no 40-061 -87287-2 16th Street. 3. Indian River Farms Water Control District — Permit no. XX-XX 4. Florida Department of Transportation — Permit no. 8A4900012 5. U . S . Department of the Army Corps of Engineers Permit no. SAJ-2009-0253 — 16h' Street 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 . 00800-6 00800 - Supplementary Conditions 00800 6F:1Engineenng\Capita1 Projecto;M20-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Spec =800 - Sup*menlary Conditions.doc Construction Coordination Manager. 3 . The CONTRACTOR shall receive no additional compensation for overtime work , i . e . , work in excess of eight hours in any one calendar day or 40 hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the ENGINEER in writing . 4 . All costs of inspection and testing performed during overtime work by the CONTRACTOR, which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR , and a credit given to the OWNER to deduct the costs of all such inspection and testing from any payments otherwise due the CONTRACTOR. 5 . All costs of OWNER's employees and costs of ENGINEER's Consultant resulting from overtime work by the CONTRACTOR , which is allowed solely for the convenience of the CONTRACTOR, shall be borne by the CONTRACTOR, and a credit given to OWNER to deduct all such costs from any payments otherwise due the CONTRACTOR. 6 . No work shall commence before 7 a . m . or continue after 5 p . m. except in case of emergency upon specific permission of the ENGINEER. SC-6.06 Concerning Subcontractors, Suppliers, and Others SC-6 . 06 . C . Add the following sentence at the end of paragraph GC-6. 06. C: OWNER or ENGINEER may furnish to any such Subcontractor, Supplier, or other individual or entity, to the extent practicable, information about amounts paid to CONTRACTOR on account of Work performed for CONTRACTOR by a particular Subcontractor, Supplier, or other individual or entity. SC -6 . 08 Permits SC-6 . 08 Add the following paragraphs immediately after paragraph GC-6. 08.A: B. The OWNER has obtained the following permits (copies of these permits are contained in Appendix "K): 1 . St. Johns River Water Management District -Permit no 40-061 -69244-2 66th Ave 2. St. Johns River Water Management District — Permit no 40-061 -87287-2 16th Street. 3. Indian River Farms Water Control District — Permit no. XX-XX 4. Florida Department of Transportation — Permit no. 8A4900012 5. U . S . Department of the Army Corps of Engineers Permit no. SAJ-2009-0253 — 16h' Street 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 . 00800-6 00800 - Supplementary Conditions 00800 6F:1Engineenng\Capita1 Projecto;M20-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Spec =800 - Sup*menlary Conditions.doc SC -6. 10 Taxes SC-6 . 10.A Delete paragraph GC-6. 10.A in its entirety and insert the following in its place: OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment SC -13 . 03 Test and Inspections SC- 13 . 03. 6. Delete the first sentence of paragraph GC- 13. 03. 8 in its entirety, and insert the following sentences in its place: 13 . OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests , or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain , and pay for the following inspections, tests , or approvals: 1 . inspections, tests, or approvals covered by paragraphs 13 . 03. 0 and 13. 03 . D below; 2 . costs incurred in connection with tests or inspections conducted pursuant to paragraph 13 . 04. 13 shall be paid as provided in said paragraph 13 . 04 . 13; 3 . tests otherwise specifically provided in the Contract Documents . 13.05 OWNER May Stop the Work SC- 13 . 05 .A. Delete paragraph GC- 13. 05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications , or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated ; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 14.02 Progress Payments SC- 14. 02. 6. 5. Delete paragraph GC V. C2. 8. 5. d in its entirety and insert the following paragraph in its place: d . ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15 . 02. A; or 00800-7 00800 - Supplementary Conditions 00800 7F \EngineerinntCapdal Froacts\9920-16th St, 74th Ave to 66th Ave\99K Contract Documents 8 Soea MEO0 - Suodementary Conditions doo SC -6. 10 Taxes SC-6 . 10.A Delete paragraph GC-6. 10.A in its entirety and insert the following in its place: OWNER qualifies for state and local sales tax exemption in the purchase of all material and equipment SC -13 . 03 Test and Inspections SC- 13 . 03. 6. Delete the first sentence of paragraph GC- 13. 03. 8 in its entirety, and insert the following sentences in its place: 13 . OWNER shall employ and pay for the services of an independent testing laboratory to perform all initial inspections, tests, or approvals required by the Contract Documents except those inspections, tests, or approvals listed immediately below. Subsequent inspections, tests , or approvals required after initial failing inspections, tests, or approvals shall be paid for by the CONTRACTOR by back charge to subsequent applications for payment. The CONTRACTOR shall arrange, obtain , and pay for the following inspections, tests , or approvals: 1 . inspections, tests, or approvals covered by paragraphs 13 . 03. 0 and 13. 03 . D below; 2 . costs incurred in connection with tests or inspections conducted pursuant to paragraph 13 . 04. 13 shall be paid as provided in said paragraph 13 . 04 . 13; 3 . tests otherwise specifically provided in the Contract Documents . 13.05 OWNER May Stop the Work SC- 13 . 05 .A. Delete paragraph GC- 13. 05.A in its entirety and insert the following paragraph in its place: A. If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to comply with permit requirements, or fails to comply with the technical specifications , or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated ; however, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 14.02 Progress Payments SC- 14. 02. 6. 5. Delete paragraph GC V. C2. 8. 5. d in its entirety and insert the following paragraph in its place: d . ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraph 15 . 02. A; or 00800-7 00800 - Supplementary Conditions 00800 7F \EngineerinntCapdal Froacts\9920-16th St, 74th Ave to 66th Ave\99K Contract Documents 8 Soea MEO0 - Suodementary Conditions doo SC-14 . 02. 13.5. Add the following sentences at the end of paragraph GC- 14. 02. B. 5: e . OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work ; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections , tests, or approvals taken after initial failing inspections , tests , or approvals. SC- 14 .02. C . 1 . Delete paragraph GC- 14. 02. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F. S. 218.70 et. seq . SC- 14 . 04A. After the third sentence in paragraph GC- 14. 04A of the General Conditions, delete the remainder of paragraph 14. 04A in its entirety and replace with the following: " If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion . In accordance with the provisions of Florida Statutes section 208. 735 (7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion . The Owner and Contractor acknowledge and agree that: 1 ) the failure to include any corrective work , or pending items that are not yet completed , on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC- 14 . 046 Add the following new paragraph immediately after paragraph GC 14. 04B: C. At the time of delivery of the tentative certificate of Substantial Completion , Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation , safety, and protection of the Work, maintenance , heat, utilities , insurance, and warranties and guarantees SC-14.07 Final Payment 00800-8 00800 - Supplementary Conditions 00800 8F Tngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00800 - Supplementary Condltions.doc SC-14 . 02. 13.5. Add the following sentences at the end of paragraph GC- 14. 02. B. 5: e . OWNER has been required to pay ENGINEER additional compensation because of CONTRACTOR delays or rejection of defective Work ; or f. OWNER has been required to pay an independent testing laboratory for subsequent inspections , tests, or approvals taken after initial failing inspections , tests , or approvals. SC- 14 .02. C . 1 . Delete paragraph GC- 14. 02. C. 1 in its entirety and insert the following paragraph in its place: C . Payment Becomes Due 1 . Payment shall be made by OWNER to CONTRACTOR according to the Local Government Prompt Payment Act. F. S. 218.70 et. seq . SC- 14 . 04A. After the third sentence in paragraph GC- 14. 04A of the General Conditions, delete the remainder of paragraph 14. 04A in its entirety and replace with the following: " If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion that shall fix the date of Substantial Completion . In accordance with the provisions of Florida Statutes section 208. 735 (7)(a)(2005), upon receipt of the tentative certificate of Substantial Completion from Engineer, the Owner, the Engineer, and the Contractor shall conduct a walk-through inspection of the Project to document a list of any items required to render the Work on the Project complete, satisfactory, and acceptable under this Agreement (herein the "Statutory List"). The Statutory List shall be reduced to writing and circulated among the Owner, the Engineer, and the Contractor by the Owner or the Engineer within 30 calendar days after substantial completion . The Owner and Contractor acknowledge and agree that: 1 ) the failure to include any corrective work , or pending items that are not yet completed , on the Statutory List does not alter the responsibility of the Contractor to complete all of the Work under this Agreement; 2) upon completion of all items on the Statutory List, the Contractor may submit a pay request for all remaining retainage except as otherwise set forth in this Agreement; and 3) any and all items that require correction under this Agreement and that are identified after the preparation of the Statutory List remain the obligation of the Contractor to complete to the Owner's satisfaction under this Agreement. After receipt of the Statutory List by the Contractor, the Contractor acknowledges and agrees that it will diligently proceed to complete all items on the Statutory List and schedule a final walk-through in anticipation of final completion on the Project." SC- 14 . 046 Add the following new paragraph immediately after paragraph GC 14. 04B: C. At the time of delivery of the tentative certificate of Substantial Completion , Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation , safety, and protection of the Work, maintenance , heat, utilities , insurance, and warranties and guarantees SC-14.07 Final Payment 00800-8 00800 - Supplementary Conditions 00800 8F Tngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00800 - Supplementary Condltions.doc 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 " Local Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq . SC-15.01 OWNER May Suspend Work SC- 15. 01 .A Delete the last sentence in paragraph GC- 15. 01 .A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10. 05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension . SC -15.02 OWNER May Terminate For Cause SC- 15.02 .A. 5 and SC- 15 . 02.A. 6 Add the following new paragraphs immediately after paragraph GC- 15. 02.A. 4: 5. CONTRACTOR's violation of Section 02225 — " Erosion Control and Treatment of Dewatering Water From the Construction Site. " 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers . SC-15.04 CONTRACTOR May Stop Work or Terminate SC- 15. 04 Delete the following text from the first sentence of paragraph GC- 15. 04.A: OF CANNER fails for 30 days te pay 1- 01SITRACTOR. any s�im finally deterrRiRed tO be due, SC-15 .04 Delete the following text from the second sentence of paragraph GC- 15. 04.A: or Q%NNER has failed fer 30 days to pay CONTRACTOR any sum finally deteFFRiRed to =be due; SC-16 DISPUTE RESOLUTION SC -16.02 Mediation SC- 16 Add the following new paragraph immediately after paragraph GC- 16. 01 . SC- 16. 02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims , disputes , or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19'h Judicial Circuit in Indian River County 00800-9 00800 - Supplementary Conditions nn Ann Qc %o.,,, „�.,r o...:.,-i.,000n_ i ciw C 7n Is c,.e F,, e_u. A ,.,000n r.,,,,.�., n,.�. ....o..,. s c..e�nnnAnn _ or, n. a:..... n.,. 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 " Local Government Prompt Payment Act" , Florida Statutes section 218.70, et. seq . SC-15.01 OWNER May Suspend Work SC- 15. 01 .A Delete the last sentence in paragraph GC- 15. 01 .A and insert the following in its place: CONTRACTOR shall be allowed an extension of the Contract Times, directly attributable to any such suspension if CONTRACTOR makes a Claim for an extension as provided in paragraph 10. 05. CONTRACTOR shall not be allowed an adjustment of the Contract Price and CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other eco- nomic loss arising out of or resulting from such Work suspension . SC -15.02 OWNER May Terminate For Cause SC- 15.02 .A. 5 and SC- 15 . 02.A. 6 Add the following new paragraphs immediately after paragraph GC- 15. 02.A. 4: 5. CONTRACTOR's violation of Section 02225 — " Erosion Control and Treatment of Dewatering Water From the Construction Site. " 6. CONTRACTOR's failure to make payment to Subcontractors or Suppliers for materials or labor in accordance with the respective agreements between the CONTRACTOR and the Subcontractors or Suppliers . SC-15.04 CONTRACTOR May Stop Work or Terminate SC- 15. 04 Delete the following text from the first sentence of paragraph GC- 15. 04.A: OF CANNER fails for 30 days te pay 1- 01SITRACTOR. any s�im finally deterrRiRed tO be due, SC-15 .04 Delete the following text from the second sentence of paragraph GC- 15. 04.A: or Q%NNER has failed fer 30 days to pay CONTRACTOR any sum finally deteFFRiRed to =be due; SC-16 DISPUTE RESOLUTION SC -16.02 Mediation SC- 16 Add the following new paragraph immediately after paragraph GC- 16. 01 . SC- 16. 02 Mediation A. OWNER and CONTRACTOR agree that they shall submit any and all unsettled Claims or counterclaims , disputes , or other matters in question between them arising out of or relating to the Contract Documents or the breach thereof, to mediation by a certified mediator of the 19'h Judicial Circuit in Indian River County 00800-9 00800 - Supplementary Conditions nn Ann Qc %o.,,, „�.,r o...:.,-i.,000n_ i ciw C 7n Is c,.e F,, e_u. A ,.,000n r.,,,,.�., n,.�. ....o..,. s c..e�nnnAnn _ or, n. a:..... n.,. unless delay in initiating arbitration would irrevocably prejudice one of the parties. The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed . SC-17 Miscellaneous Add the following new paragraphs immediately after paragraph GC17. 05: SC- 17 . 06 Liens A. This project is a " Public Works" under Chapter 255 , Florida Statutes . No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him . Such action shall not involve the OWNER in any expense . Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255 .05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice : Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name) pursuant to Chapter 255 of the Florida Statutes This paragraph shall be inserted in every sub- subcontract hereunder. " The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713. 01 , Florida Statutes , who have furnished labor or materials , employed directly or indirectly in the Work, have been paid in full . The OWNER may rely on said affidavit at face value . The CONTRACTOR does hereby release , remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job . ++END OF SUPPLEMENTARY CONDITIONS++ 00800- t0 00800 - Supplementary Conditions 00800 1 0F9Engineenng%Captal Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\00800 - Supplementary Conditions coo unless delay in initiating arbitration would irrevocably prejudice one of the parties. The mediator of any dispute submitted to mediation under this agreement shall not serve as arbitrator of such dispute unless otherwise agreed . SC-17 Miscellaneous Add the following new paragraphs immediately after paragraph GC17. 05: SC- 17 . 06 Liens A. This project is a " Public Works" under Chapter 255 , Florida Statutes . No merchant's liens may be filed against the OWNER. Any claimant may apply to the OWNER for a copy of this Contract. The claimant shall have a right of action against the CONTRACTOR for the amount due him . Such action shall not involve the OWNER in any expense . Claims against the CONTRACTOR are subject to timely prior notice to the CONTRACTOR as specified in Florida Statutes Section 255 .05. The CONTRACTOR shall insert the following paragraph in all subcontracts hereunder: "Notice : Claims for labor, materials and supplies are not assessable against Indian River County and are subject to proper prior notice to (CONTRACTOR'S Name) and to (CONTRACTOR Surety Company Name) pursuant to Chapter 255 of the Florida Statutes This paragraph shall be inserted in every sub- subcontract hereunder. " The payment due under the Contract shall be paid by the OWNER to the CONTRACTOR only after the CONTRACTOR has furnished the OWNER with an affidavit stating that all persons, firms or corporations who are defined in Section 713. 01 , Florida Statutes , who have furnished labor or materials , employed directly or indirectly in the Work, have been paid in full . The OWNER may rely on said affidavit at face value . The CONTRACTOR does hereby release , remiss and quit-claim any and all rights he may enjoy perfecting any lien or any other type of statutory common law or equitable lien against the job . ++END OF SUPPLEMENTARY CONDITIONS++ 00800- t0 00800 - Supplementary Conditions 00800 1 0F9Engineenng%Captal Projects\9920-16th St. 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\00800 - Supplementary Conditions coo SECTION 00942 - Change Order Form No. DATE OF ISSUANCE : EFFECTIVE DATE : OWNER: Indian River County CONTRACTOR Bid No: 2009037 Project: Roadway Improvements to 16th Street from 74th Avenue to 66`h Avenue and 661h Avenue from 16 Street to S. R . 60 ENGINEER's Contract No. 9920, 9810-A, 0545 ENGINEER Indian River County You are directed to make the following changes in the Contract Documents : Description : Reason for Change Order: Attachments: (List documents supporting change ) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES Description Amount Description Time Original Contract Price $_ Original Contract Time: (days or dates ) Substantial Completion : Final Completion : Net Increase (Decrease) from $ Net change from previous Change previous Change Orders No. Orders No . to (days ) to Substantial Completion : Final Completion : Contract Price prior to this $ Contract Time prior to this Change Change Order: Order: (days or dates) Substantial Completion : Final Completion : Net increase (decrease) of this $ Net increase (decrease) this Change Order: Change Order: (days or dates) Substantial Completion : Final Completion : Contract Price with all approved $ Contract Time with all approved Change Orders: Change Orders: (days or dates) Substantial Completion : Final Com letion : ACCEPTED : RECOMMENDED : APPROVED : By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date : Date : Date : 00942 - Change Order Form 00942 - 1 F\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Spects=942 Change Order Form.doc Rev. 05101 SECTION 00942 - Change Order Form No. DATE OF ISSUANCE : EFFECTIVE DATE : OWNER: Indian River County CONTRACTOR Bid No: 2009037 Project: Roadway Improvements to 16th Street from 74th Avenue to 66`h Avenue and 661h Avenue from 16 Street to S. R . 60 ENGINEER's Contract No. 9920, 9810-A, 0545 ENGINEER Indian River County You are directed to make the following changes in the Contract Documents : Description : Reason for Change Order: Attachments: (List documents supporting change ) CHANGE IN CONTRACT PRICE: CHANGE IN CONTRACT TIMES Description Amount Description Time Original Contract Price $_ Original Contract Time: (days or dates ) Substantial Completion : Final Completion : Net Increase (Decrease) from $ Net change from previous Change previous Change Orders No. Orders No . to (days ) to Substantial Completion : Final Completion : Contract Price prior to this $ Contract Time prior to this Change Change Order: Order: (days or dates) Substantial Completion : Final Completion : Net increase (decrease) of this $ Net increase (decrease) this Change Order: Change Order: (days or dates) Substantial Completion : Final Completion : Contract Price with all approved $ Contract Time with all approved Change Orders: Change Orders: (days or dates) Substantial Completion : Final Com letion : ACCEPTED : RECOMMENDED : APPROVED : By: By: By: CONTRACTOR (Signature) ENGINEER (Signature) OWNER (Signature) Date : Date : Date : 00942 - Change Order Form 00942 - 1 F\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Spects=942 Change Order Form.doc Rev. 05101 SECTION 00946 - Field Order Form Field Change No . : DATE OF ISSUANCE : EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Contract: 2009037 Project: Roadway Improvements to 16'h Street from 74th Avenue to 66th Avenue and 66th Avenue from 16m Street to S . R. 60 ENGINEER's Contract No . 9920 , 9810-A, 0545 ENGINEER: Indian River Countv Field Activity Description : Reason for Change : Recommended Disposition : Field Operations Officer / Engineer (Signature) Date Disposition : Contractor's Onsite Supervisor (Signature ) Date Distribution : Field Operations Officer Others as Required : On-site Supervisor Project File * * END OF SECTION 00946 - Field Order Form REV 04-07 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00946 - Field Order Form REV 04-07.doc SECTION 00946 - Field Order Form Field Change No . : DATE OF ISSUANCE : EFFECTIVE DATE: OWNER: Indian River County CONTRACTOR Contract: 2009037 Project: Roadway Improvements to 16'h Street from 74th Avenue to 66th Avenue and 66th Avenue from 16m Street to S . R. 60 ENGINEER's Contract No . 9920 , 9810-A, 0545 ENGINEER: Indian River Countv Field Activity Description : Reason for Change : Recommended Disposition : Field Operations Officer / Engineer (Signature) Date Disposition : Contractor's Onsite Supervisor (Signature ) Date Distribution : Field Operations Officer Others as Required : On-site Supervisor Project File * * END OF SECTION 00946 - Field Order Form REV 04-07 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00946 - Field Order Form REV 04-07.doc SECTION 00948 - Work Change Directive No. EFFECTIVE DATE : DATE OF ISSUANCE : OWNER: Indian River County CONTRACTOR: Bid No: 2009037 Project: Roadway Improvements to 16t Street from 74th Avenue to 66th Avenue and 66'h Avenue from 16` Street to S . R. 60 ENGINEER's Contract No . 9920 , 9810-A, 0545 ENGINEER: Indian River County You are directed to proceed promptly with the following changes : Description : Purpose of Work Change Directive: Attachments : (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents . Method of determining change in Method of determining change in Contract Prices: Contract Times Q Unit Prices Q Contractor's Records Q Lump Sum Q Engineer's Records Q Other:_ Q Other:_ Q By Change Order: Q By Change Order: Estimated increase (decrease) in Contract Price : Estimated increase (decrease) in Contract Times: $_ Substantial Completion : days; Ready for Final Completion : days . If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization . authorization . RECOMMENDED : AUTHORIZED : By: By: ENGINEER (Authorized Signature) OWNER (Authorized Signature) Date : Date: * * END OF SECTION F:\EngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00948 - Work Change Directive.doc SECTION 00948 - Work Change Directive No. EFFECTIVE DATE : DATE OF ISSUANCE : OWNER: Indian River County CONTRACTOR: Bid No: 2009037 Project: Roadway Improvements to 16t Street from 74th Avenue to 66th Avenue and 66'h Avenue from 16` Street to S . R. 60 ENGINEER's Contract No . 9920 , 9810-A, 0545 ENGINEER: Indian River County You are directed to proceed promptly with the following changes : Description : Purpose of Work Change Directive: Attachments : (List documents supporting change) If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents . Method of determining change in Method of determining change in Contract Prices: Contract Times Q Unit Prices Q Contractor's Records Q Lump Sum Q Engineer's Records Q Other:_ Q Other:_ Q By Change Order: Q By Change Order: Estimated increase (decrease) in Contract Price : Estimated increase (decrease) in Contract Times: $_ Substantial Completion : days; Ready for Final Completion : days . If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization . authorization . RECOMMENDED : AUTHORIZED : By: By: ENGINEER (Authorized Signature) OWNER (Authorized Signature) Date : Date: * * END OF SECTION F:\EngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\00948 - Work Change Directive.doc DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO . SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS , PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 POST FINAL INSPECTION 01820 F\Engmeerin9\Capital Projects\9920-16thSt, 74th Ave to 66th Ave\9920 Contract Documents & Specs\1009 DIVISION 1 GENERAL REQUIREMENTS_coo DIVISION 1 GENERAL REQUIREMENTS TITLE SECTION NO . SPECIAL PROVISIONS 01009 FORCE ACCOUNT 01024 FIELD ENGINEERING AND LAYOUT 01050 REFERENCE STANDARDS 01091 GENERAL QUALITY CONTROL 01215 PROGRESS MEETINGS 01220 CONSTRUCTION SCHEDULES 01310 SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES 01340 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01520 PROTECTION OF THE WORK AND PROPERTY 01541 ACCESS ROADS , PARKINGS AREAS AND USE OF PUBLIC STREETS 01550 TRANSPORTATION AND HANDLING OF MATERIALS 01610 AND EQUIPMENT STORAGE OF MATERIAL AND EQUIPMENT 01611 SUBSTITUTIONS 01630 SITE CLEANUP AND RESTORATION 01710 POST FINAL INSPECTION 01820 F\Engmeerin9\Capital Projects\9920-16thSt, 74th Ave to 66th Ave\9920 Contract Documents & Specs\1009 DIVISION 1 GENERAL REQUIREMENTS_coo SECTION 01009 SPECIAL PROVISIONS 1 . 1 GENERAL A . Visits to the construction site may be made by representatives of permitting or governing bodies . Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction . B . Furnish sufficient labor, construction equipment and materials , and work such hours , including night shifts and overtime operations , as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule . If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule , take such steps as may be necessary to improve progress , all without additional cost to the OWNER . The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions , SC-6 . 02 . C . All salvageable material and equipment for which specific use , relocation or other disposal is not specifically noted , shall remain the property of the OWNER and shall be delivered to the OWNER at the following location : 4550 41St Street, at the CONTRACTOR' s expense . All material and equipment not in salvageable condition , as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR , at the CONTRACTOR's expense . D . In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District , Department of Environmental Protection , U . S . Army Corps of Engineers , Sebastian River Water Control District, and all other applicable State or Federal agencies' specifications and permits . In the event of a conflict, the more stringent specification or requirement shall govern . E . Before performing any work outside the designated limits of the work site , secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained . Follow all requirements of any said permits or authorization . Give the ENGINEER and appropriate owner ten ( 10 ) days minimum notice before commencing construction operations outside the designated limits of the work site . Adjacent property owners at time of bidding are listed below : 01009- 1 01009-Special Provisions F:\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01009 - Special Provisions.doc SECTION 01009 SPECIAL PROVISIONS 1 . 1 GENERAL A . Visits to the construction site may be made by representatives of permitting or governing bodies . Submit details of all instructions from the above to the ENGINEER immediately. The Work will not be accepted by the OWNER until final acceptance has been received from the various Regulatory Agencies having jurisdiction . B . Furnish sufficient labor, construction equipment and materials , and work such hours , including night shifts and overtime operations , as may be necessary to insure the prosecution of the work in accordance with the approved progress schedule . If, in the opinion of the ENGINEER, the CONTRACTOR falls behind the progress schedule , take such steps as may be necessary to improve progress , all without additional cost to the OWNER . The ENGINEER shall be compensated for his overtime services in accordance with the Supplementary Conditions , SC-6 . 02 . C . All salvageable material and equipment for which specific use , relocation or other disposal is not specifically noted , shall remain the property of the OWNER and shall be delivered to the OWNER at the following location : 4550 41St Street, at the CONTRACTOR' s expense . All material and equipment not in salvageable condition , as determined by the ENGINEER and the OWNER, shall be disposed of by the CONTRACTOR , at the CONTRACTOR's expense . D . In addition to these Specifications all work must comply with the requirements of the local governing agency, St. Johns River Water Management District , Department of Environmental Protection , U . S . Army Corps of Engineers , Sebastian River Water Control District, and all other applicable State or Federal agencies' specifications and permits . In the event of a conflict, the more stringent specification or requirement shall govern . E . Before performing any work outside the designated limits of the work site , secure any necessary permits and authorization from the applicable owner, or verify in writing that such has been previously obtained . Follow all requirements of any said permits or authorization . Give the ENGINEER and appropriate owner ten ( 10 ) days minimum notice before commencing construction operations outside the designated limits of the work site . Adjacent property owners at time of bidding are listed below : 01009- 1 01009-Special Provisions F:\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01009 - Special Provisions.doc SECTION 01024 FORCE ACCOUNT 1 . 1 General CONTRACTOR shall furnish all labor, materials , equipment and incidentals necessary to perform additional work not covered on the Contract Drawings . The force Account is intended as a contingency for unforeseen work. 1_1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule . The value of force account work will be determined in accordance with Article 12 of the General Conditions . + + END OF SECTION + + 01024- 1 F-\Engineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01024 - Force Account.doc SECTION 01024 FORCE ACCOUNT 1 . 1 General CONTRACTOR shall furnish all labor, materials , equipment and incidentals necessary to perform additional work not covered on the Contract Drawings . The force Account is intended as a contingency for unforeseen work. 1_1 PAYMENT A. Lump sum amount for force account work is included in the bid schedule . The value of force account work will be determined in accordance with Article 12 of the General Conditions . + + END OF SECTION + + 01024- 1 F-\Engineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01024 - Force Account.doc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1 . 1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B . Develop and make all detail surveys and measurements needed for construction including but not limited to , slope stakes , batter boards , piling layouts and all other working lines , elevations and cut sheets . C . Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D . Provide all material required for benchmarks , control points , batter boards , grade stakes , and other items . E . Be solely responsible for all locations , dimensions and levels . No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings . F. Safeguard all points , stakes , grademarks , monuments and benchmarks made or established on the Work, and reestablish same , if disturbed . Rectify all Work improperly installed because of not maintaining , not protecting or removing without authorization such established points , stakes , marks and monuments . G . When requested by the ENGINEER , provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR . Do no excavation or embankment work until all cross-sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H . The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental . No separate payment will be made for surveying or engineering . 1 .2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents . Immediately notify the ENGINEER upon discovery of any errors , inaccuracies or omissions in the survey data . The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate , without any reasonably inferable errors , inaccuracies or omissions . 1050- 1 01050 Field Engineering F\EngineenngTapiial Projects19920-16th SI, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01050 - Field Engineering.rloc SECTION 01050 FIELD ENGINEERING AND LAYOUT 1 . 1 GENERAL A. The CONTRACTOR will furnish all construction staking for the project. All staking from control will be under the supervision of a Florida Registered Land Surveyor. B . Develop and make all detail surveys and measurements needed for construction including but not limited to , slope stakes , batter boards , piling layouts and all other working lines , elevations and cut sheets . C . Keep a transit and leveling instrument on the site at all times and a skilled instrument man available whenever necessary for layout of the Work. D . Provide all material required for benchmarks , control points , batter boards , grade stakes , and other items . E . Be solely responsible for all locations , dimensions and levels . No data other than written orders of the ENGINEER shall justify departure from the dimensions and levels required by the Drawings . F. Safeguard all points , stakes , grademarks , monuments and benchmarks made or established on the Work, and reestablish same , if disturbed . Rectify all Work improperly installed because of not maintaining , not protecting or removing without authorization such established points , stakes , marks and monuments . G . When requested by the ENGINEER , provide such facilities and assistance as may be necessary for the ENGINEER to check line and grade points placed by the CONTRACTOR . Do no excavation or embankment work until all cross-sectioning necessary for determining pay quantities has been completed and checked by the ENGINEER. H . The cost of performing engineering and layout work described above shall be included in the contract unit prices for the various items of work to which it is incidental . No separate payment will be made for surveying or engineering . 1 .2 SURVEY WORK AND QUALIFICATIONS OF SURVEYOR A. Prior to commencing work, the CONTRACTOR shall satisfy himself as to the accuracy of all survey and existing site information as indicated in the Contract Documents . Immediately notify the ENGINEER upon discovery of any errors , inaccuracies or omissions in the survey data . The commencing of any of the work by the CONTRACTOR shall be held as the CONTRACTOR's acceptance that all survey or existing site information is correct and accurate , without any reasonably inferable errors , inaccuracies or omissions . 1050- 1 01050 Field Engineering F\EngineenngTapiial Projects19920-16th SI, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01050 - Field Engineering.rloc B . The CONTRACTOR shall carefully preserve all control stakes , benchmarks , reference points and property corners and will be responsible for any mistake or loss of time caused by their unnecessary loss or disturbance . If the loss or disturbance of the stakes or marks cause a delay in the Work , the CONTRACTOR shall have no claim for damages or extension of time . Control stakes , benchmarks , reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Sur- veyor and Mapper, at the CONTRACTOR's expense . In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due to the CONTRACTOR for the work performed under this Contract. C . All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D . All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1_3 STATION BOARDS A . CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet . 1 .4 LAYOUT OF STRIPING Establish by instrument, and mark the finished surface , the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications . + + END OF SECTION + + 1050-2 01050 Field Engineering FAEngineeringZaptal ProjectsM20-16th St, 74th Ave to 66th AveM20 Contract Documents & Spea\01050 - Field Engineering.doc B . The CONTRACTOR shall carefully preserve all control stakes , benchmarks , reference points and property corners and will be responsible for any mistake or loss of time caused by their unnecessary loss or disturbance . If the loss or disturbance of the stakes or marks cause a delay in the Work , the CONTRACTOR shall have no claim for damages or extension of time . Control stakes , benchmarks , reference points and property corners disturbed by the CONTRACTOR's work shall be replaced by a Florida Registered Land Sur- veyor and Mapper, at the CONTRACTOR's expense . In the event the Owner must provide the services of the Florida Registered Surveyor and Mapper to perform this replacement work, the cost of the surveying services will be deducted from any sums due to the CONTRACTOR for the work performed under this Contract. C . All survey work shall be performed under the guidance and direction of a Florida Registered Surveyor and Mapper. D . All survey work for Record Drawings shall be performed by a Florida Registered Surveyor and Mapper. 1_3 STATION BOARDS A . CONTRACTOR shall erect and maintain white/black standard FDOT station markers every 100 feet . 1 .4 LAYOUT OF STRIPING Establish by instrument, and mark the finished surface , the points necessary for striping finished roadway in conformance with Section 5-7 of FDOT Standard Specifications . + + END OF SECTION + + 1050-2 01050 Field Engineering FAEngineeringZaptal ProjectsM20-16th St, 74th Ave to 66th AveM20 Contract Documents & Spea\01050 - Field Engineering.doc SECTION 01091 REFERENCE STANDARDS 1 . 1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body , it shall be construed to mean the latest standard , code , specification or tentative specification adopted and published at the date of advertisement for bids , unless noted otherwise in the Technical Specifications or on the Drawings . When a reference standard is specified , comply with requirements and recommendations stated in that standard , except when they are modified by the Contract Documents , or when applicable laws , ordinances , rules, regulations or codes establish stricter standards . The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full . B . Reference to a technical society , organization , or body may be made in the Specifications by abbreviations , in accordance with the following list: AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED . SPEC . Federal Specifications 01091 -1 01091 Reference Standards F'\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01091 - Reference Standards.doc SECTION 01091 REFERENCE STANDARDS 1 . 1 GENERAL A. Whenever reference is made to the furnishing of materials or testing thereof to conform to the standards of any technical society, organization or body , it shall be construed to mean the latest standard , code , specification or tentative specification adopted and published at the date of advertisement for bids , unless noted otherwise in the Technical Specifications or on the Drawings . When a reference standard is specified , comply with requirements and recommendations stated in that standard , except when they are modified by the Contract Documents , or when applicable laws , ordinances , rules, regulations or codes establish stricter standards . The list of specifications presented in Paragraph B is hereby made a part of the Contract, the same as if repeated herein in full . B . Reference to a technical society , organization , or body may be made in the Specifications by abbreviations , in accordance with the following list: AASHTO The American Association of State Highway and Transportation Officials ACI American Concrete Institute AGA American Gas Association AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute ASCE American Society of Civil Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWWA American Water Works Association AWS American Welding Society FED . SPEC . Federal Specifications 01091 -1 01091 Reference Standards F'\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01091 - Reference Standards.doc CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U . L . , Inc. Underwriter's Laboratories , Inc. USACOE United States Department of Army Corps of Engineers SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District IRFWCD Indian River Farms Water Control District C . When no reference is made to a code , standard or specification , the standard specifications of ASTM , FDOT, or ANSI shall govern . D . In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard , the more stringent requirement prevails. + + END OF SECTION + + 01091 -2 01091 Reference Standards F %Engineering\Capital Projects19920-16th St, 74th Ave to 66th Avek9920 Contract Documents & Specs\01091 - Reference Standards.dnc CRSI Concrete Reinforcing Steel Institute FDEP/DEP Florida Department of Environmental Protection NCPI National Clay Pipe Institute NEMA National Electrical Manufacturers Association NEC National Electric Code NSPE National Society of Professional Engineers OSHA Occupational Safety and Health Administration PCI Prestressed Concrete Institute FDOT/DOT Florida Department of Transportation U . L . , Inc. Underwriter's Laboratories , Inc. USACOE United States Department of Army Corps of Engineers SSPC Steel Structures Painting Council SJRWMD St. Johns River Water Management District IRFWCD Indian River Farms Water Control District C . When no reference is made to a code , standard or specification , the standard specifications of ASTM , FDOT, or ANSI shall govern . D . In the event of a conflict between the specifications prepared by the ENGINEER and the above referenced specifications and standards, or any other regulatory specification or standard , the more stringent requirement prevails. + + END OF SECTION + + 01091 -2 01091 Reference Standards F %Engineering\Capital Projects19920-16th St, 74th Ave to 66th Avek9920 Contract Documents & Specs\01091 - Reference Standards.dnc SECTION 01215 GENERAL QUALITY CONTROL 1 . 1 DESCRIPTION OF REQUIREMENTS A. Definitions : Specific quality control requirements for the work are indicated throughout the Contract Documents . The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products . The term "Quality Control' includes , but is not necessarily limited to , inspection and testing and associated requirements . This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance . 1 .2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests . B . CONTRACTORS General Responsibility: No failure of test agencies , whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents . It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR , OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program , as needed for general assurance of compliance . 1 . 3 QUALITY ASSURANCE A. General Workmanship Standards : It is a requirement that each category of tradesman or installer performing the work be pre-qualified , to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards . 1 . 4 PRODUCT DELIVERY-STORAGE-HANDLING Handle , store and protect materials and products , including fabricated components , by methods and means which will prevent damage , deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses . Control delivery schedules so as to minimize unnecessary long -term storage at the project site prior to installation . 01215-1 01215 General Quality Control FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01215 General Quality.doc SECTION 01215 GENERAL QUALITY CONTROL 1 . 1 DESCRIPTION OF REQUIREMENTS A. Definitions : Specific quality control requirements for the work are indicated throughout the Contract Documents . The requirements of this section are primarily related to the performance of the work beyond the furnishing of manufactured products . The term "Quality Control' includes , but is not necessarily limited to , inspection and testing and associated requirements . This section does not specify or modify the OWNER and ENGINEER duties relating to quality review and Contract surveillance . 1 .2 RESPONSIBILITY FOR INSPECTIONS AND TESTS A. Residual OWNER Responsibility: The OWNER will employ and pay for the services of independent testing laboratories to perform those required inspections and tests . B . CONTRACTORS General Responsibility: No failure of test agencies , whether engaged by the OWNER or CONTRACTOR, to perform adequate inspections of tests or to properly analyze or report results, shall relieve the CONTRACTOR of responsibility for the fulfillment of the requirements of the Contract Documents . It is recognized that the required inspection and testing program is intended to assist the CONTRACTOR , OWNER, ENGINEER, and governing authorities in the nominal determination of probable compliance with requirements for certain crucial elements of work. The program is not intended to limit the CONTRACTOR in his regular quality control program , as needed for general assurance of compliance . 1 . 3 QUALITY ASSURANCE A. General Workmanship Standards : It is a requirement that each category of tradesman or installer performing the work be pre-qualified , to the extent of being familiar with the applicable and recognized quality standards for his category of work, and being capable of workmanship complying with those standards . 1 . 4 PRODUCT DELIVERY-STORAGE-HANDLING Handle , store and protect materials and products , including fabricated components , by methods and means which will prevent damage , deterioration and losses (and resulting delays), thereby ensuring highest quality results as the performance of the work progresses . Control delivery schedules so as to minimize unnecessary long -term storage at the project site prior to installation . 01215-1 01215 General Quality Control FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01215 General Quality.doc 1 . 5 PROJECT PHOTOGRAPHS/VIDEOS A. The CONTRACTOR shall make provisions , at his expense , for photographs or video tapes of all work areas just prior to construction , and for unusual conditions during construction . The photographs or videos shall show pertinent physical features along the line of construction . The purpose of the photographs or videos is to determine any damage to private or public property during construction . B . Pre-Construction Video : 1 . Contractor shall provide the Owner with a photograph or video record and one copy of the existing conditions prior to construction . This photograph or video record shall be a standard DVD format, and shall be narrated . 2 . The photographs or video shall include , but not be limited to, the following items shown in a clear manner: 1 ) All existing features within the right-of-way. 2 ) All existing features within the temporary construction easement. 3 ) All existing features within permanent easements . 4) All existing features adjacent to any construction . 3 . Detail of the photographs or video shall be such that the following examples shall be clear and visible : 1 ) Cracks in walls . 2 ) Condition of fencing . 3) Condition of planted areas and types of vegetation . 4) Condition of sodded areas . 5) Conditions of sprinkler systems and associated controls and wiring . 6) Condition of signs . 7) Conditions of lighting and associated wiring . 8) Significant detail of any pre-existing damages physical features shall be shown . The coverage of the photographs or video should include the limits of effects of the use of vibratory rollers . 9 ) This photograph or video record shall be presented to the Owner within 30 days of the Notice to Proceed . A copy shall be kept in the Contractor's field office . 10) Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control FAEngineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs101215 General Quality.doc 1 . 5 PROJECT PHOTOGRAPHS/VIDEOS A. The CONTRACTOR shall make provisions , at his expense , for photographs or video tapes of all work areas just prior to construction , and for unusual conditions during construction . The photographs or videos shall show pertinent physical features along the line of construction . The purpose of the photographs or videos is to determine any damage to private or public property during construction . B . Pre-Construction Video : 1 . Contractor shall provide the Owner with a photograph or video record and one copy of the existing conditions prior to construction . This photograph or video record shall be a standard DVD format, and shall be narrated . 2 . The photographs or video shall include , but not be limited to, the following items shown in a clear manner: 1 ) All existing features within the right-of-way. 2 ) All existing features within the temporary construction easement. 3 ) All existing features within permanent easements . 4) All existing features adjacent to any construction . 3 . Detail of the photographs or video shall be such that the following examples shall be clear and visible : 1 ) Cracks in walls . 2 ) Condition of fencing . 3) Condition of planted areas and types of vegetation . 4) Condition of sodded areas . 5) Conditions of sprinkler systems and associated controls and wiring . 6) Condition of signs . 7) Conditions of lighting and associated wiring . 8) Significant detail of any pre-existing damages physical features shall be shown . The coverage of the photographs or video should include the limits of effects of the use of vibratory rollers . 9 ) This photograph or video record shall be presented to the Owner within 30 days of the Notice to Proceed . A copy shall be kept in the Contractor's field office . 10) Payment — No additional payment will be made for this work. + + END OF SECTION + + 01215-2 01215 General Quality Control FAEngineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs101215 General Quality.doc SECTION 01220 PROGRESS MEETINGS 1 . 1 SCOPE A. Date and Time : 1 . Regular Meetings : As mutually agreed upon by ENGINEER and CONTRACTOR . 2 . Other Meetings : On call . B . Place: CONTRACTOR'S office at Project site or other mutually agreed upon location . C . ENGINEER shall prepare agenda , preside at meetings, and prepare and distribute a transcript of proceedings to all parties . D . CONTRACTOR shall provide data required and be prepared to discuss all items on agenda . 1 . 2 MINIMUM ATTENDANCE A. CONTRACTOR B . SUBCONTRACTOR : When needed for the discussion of a particular agenda item , CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting . C. Construction Coordination Manager. D . OWNER'S representative , if required . E . Utility Representatives F . Others as appropriate . G . Representatives present for each party shall be authorized to act on their behalf. 1 . 3 AGENDA Agenda will include , but will not necessarily be limited to , the following : 1 . Transcript of previous meeting . 2 . Progress since last meeting . 3 . Planned progress for next period . 4 . Problems , conflicts and observations . 5 . Change Orders . 6 . Status of Shop Drawings . 7 . Quality standards and control . 8 . Schedules, including off-site fabrication and delivery schedules . Corrective measures , if required . 9 . Coordination between parties . 10 . Safety concerns . 11 . Other business . + + END OF SECTION + + 01220-1 01220 Progress Meetings F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01220 - Progress Meetings.doc SECTION 01220 PROGRESS MEETINGS 1 . 1 SCOPE A. Date and Time : 1 . Regular Meetings : As mutually agreed upon by ENGINEER and CONTRACTOR . 2 . Other Meetings : On call . B . Place: CONTRACTOR'S office at Project site or other mutually agreed upon location . C . ENGINEER shall prepare agenda , preside at meetings, and prepare and distribute a transcript of proceedings to all parties . D . CONTRACTOR shall provide data required and be prepared to discuss all items on agenda . 1 . 2 MINIMUM ATTENDANCE A. CONTRACTOR B . SUBCONTRACTOR : When needed for the discussion of a particular agenda item , CONTRACTOR shall require representatives of Subcontractors or suppliers to attend a meeting . C. Construction Coordination Manager. D . OWNER'S representative , if required . E . Utility Representatives F . Others as appropriate . G . Representatives present for each party shall be authorized to act on their behalf. 1 . 3 AGENDA Agenda will include , but will not necessarily be limited to , the following : 1 . Transcript of previous meeting . 2 . Progress since last meeting . 3 . Planned progress for next period . 4 . Problems , conflicts and observations . 5 . Change Orders . 6 . Status of Shop Drawings . 7 . Quality standards and control . 8 . Schedules, including off-site fabrication and delivery schedules . Corrective measures , if required . 9 . Coordination between parties . 10 . Safety concerns . 11 . Other business . + + END OF SECTION + + 01220-1 01220 Progress Meetings F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01220 - Progress Meetings.doc SECTION 01310 CONSTRUCTION SCHEDULES 1 . 1 GENERAL REQUIREMENTS A . No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand . B . Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports . This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules . 1 .2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated ) progress schedules on a monthly basis the CONTRACTOR shall : A . Indicate the progress of each activity to the date of submission . B . Show changes occurring since the previous submission listing : 1 . Major changes in scope. 2 . Activities modified since the previous submission . 3 . Revised projections of progress and completion . 4 . Other identifiable changes . C. Provide a narrative report as needed to define : 1 . Problem areas , anticipated delays , and the impact on the schedule . 2 . Corrective action recommended and its effect. 3 . The effect of changes on schedules of other prime contractors . 1 . 3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement , submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month 's application for payment. 01310-1 01310 Construction Schedule F:1EngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents & Specs101310 - Construction Schedule.doc SECTION 01310 CONSTRUCTION SCHEDULES 1 . 1 GENERAL REQUIREMENTS A . No partial payments shall be approved by the ENGINEER until there is an approved construction progress schedule on hand . B . Designate an authorized representative who shall be responsible for development and maintenance of the schedule and of all progress and payment reports . This representative shall have direct project control and complete authority to act on behalf of the CONTRACTOR in fulfilling the commitments of the CONTRACTOR's schedules . 1 .2 REVISIONS TO THE CONSTRUCTION SCHEDULES When the ENGINEER requires the CONTRACTOR to submit revised (updated ) progress schedules on a monthly basis the CONTRACTOR shall : A . Indicate the progress of each activity to the date of submission . B . Show changes occurring since the previous submission listing : 1 . Major changes in scope. 2 . Activities modified since the previous submission . 3 . Revised projections of progress and completion . 4 . Other identifiable changes . C. Provide a narrative report as needed to define : 1 . Problem areas , anticipated delays , and the impact on the schedule . 2 . Corrective action recommended and its effect. 3 . The effect of changes on schedules of other prime contractors . 1 . 3 SUBMISSION OF THE CONSTRUCTION SCHEDULES On or before the tenth day after the effective date of the Agreement , submit the initial schedules to the ENGINEER. The ENGINEER will review the schedules and return a review copy to the CONTRACTOR within 21 days after receipt. If required by the ENGINEER, resubmit revised schedules on or before the seventh day after receipt of the review copy. If required by the ENGINEER, submit revised monthly progress schedules with that month 's application for payment. 01310-1 01310 Construction Schedule F:1EngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents & Specs101310 - Construction Schedule.doc 1 .4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER , distribute copies of the approved initial schedule and all reviewed revisions (updated ) to : 1 . Job site file . 2 . Subcontractors . 3 . Other concerned parties . 4 . OWNER (two copies). 5 . ENGINEER B . In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing , any problems anticipated by the projections shown in the schedules . + + END OF SECTION + + 01310-2 01310 Construction Schedule F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01310 - Construction Schedule.doc 1 .4 DISTRIBUTION OF THE CONSTRUCTION SCHEDULES A. After receiving approval by the ENGINEER , distribute copies of the approved initial schedule and all reviewed revisions (updated ) to : 1 . Job site file . 2 . Subcontractors . 3 . Other concerned parties . 4 . OWNER (two copies). 5 . ENGINEER B . In the cover letter, instruct recipients to report promptly to the CONTRACTOR, in writing , any problems anticipated by the projections shown in the schedules . + + END OF SECTION + + 01310-2 01310 Construction Schedule F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01310 - Construction Schedule.doc 01340 - Submittal of Shop Drawings 1 . 1 SCOPE A . Submit shop drawings , product data and samples as required by or inferred by the Drawings and Specifications . Submittals shall conform to the requirements of Article 6. 17 of the General Conditions , Section 00700 , and as described in this Section . 1 . 2 SHOP DRAWINGS A. Shop drawings are original drawings , prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication , layout, setting , or erection details . Shop drawings are further defined in Article 6 . 17 , Section 00700 . B . Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings . 1 . 3 PRODUCT DATA A . Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets , brochures , diagrams , schedules, performance charts , illustrations , and other standard descriptive data . Product data are further defined in Article 6 . 17 , Section 00700 . B . Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C . Clearly mark catalog sheets , brochures , etc. , to identify pertinent materials , products , or models . 1 .4 SAMPLES Samples are physical examples to illustrate materials , equipment, or workmanship and to establish standards by which work is to be evaluated . Samples are further defined in Article 6 . 17 , Section 00700 . 01340 - Submittal of Shop Drawings 01340-1 F'\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings 1 . 1 SCOPE A . Submit shop drawings , product data and samples as required by or inferred by the Drawings and Specifications . Submittals shall conform to the requirements of Article 6. 17 of the General Conditions , Section 00700 , and as described in this Section . 1 . 2 SHOP DRAWINGS A. Shop drawings are original drawings , prepared by the CONTRACTOR, a subcontractor, supplier, or distributor, which illustrate some portion of the work; showing fabrication , layout, setting , or erection details . Shop drawings are further defined in Article 6 . 17 , Section 00700 . B . Shop drawings shall be prepared by a qualified detailer and shall be identified by reference to sheet and detail numbers on the Contract Drawings . 1 . 3 PRODUCT DATA A . Product data are manufacturer's standard schematic drawings and manufacturer's catalog sheets , brochures , diagrams , schedules, performance charts , illustrations , and other standard descriptive data . Product data are further defined in Article 6 . 17 , Section 00700 . B . Modify standard drawings to delete information which is not applicable to the project and supplement them to provide additional information applicable to the project. C . Clearly mark catalog sheets , brochures , etc. , to identify pertinent materials , products , or models . 1 .4 SAMPLES Samples are physical examples to illustrate materials , equipment, or workmanship and to establish standards by which work is to be evaluated . Samples are further defined in Article 6 . 17 , Section 00700 . 01340 - Submittal of Shop Drawings 01340-1 F'\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings 1 . 5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings , product data , and samples are set forth in paragraph 6 . 17 of the General Conditions and as further explained herein . B . Prior to submission , thoroughly check shop drawings , product data , and samples for completeness and for compliance with the Contract Documents , verify all dimensions and field conditions , and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means , methods , techniques , sequences and operations of construction , safety precautions and programs incidental thereto , all of which are the CONTRACTOR's responsibility. 1 . It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents . Z Incomplete or inadequate submittals will be returned for revision without review. C . The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals . The CONTRACTOR shall approve the shop drawings based on his in-the-field measurements , prior to submittal to the ENGINEER for his review . D . Notify the ENGINEER, in writing at the time of submission , of deviations in submittals from the requirements of the Contract Documents . The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals , unless the ENGINEER gives written acceptance of specific deviations. E . Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed . 01340 - Submittal of Shop Drawings 01340-2 Fr\EngineennglCapitaI Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings 1 . 5 CONTRACTOR'S RESPONSIBILITIES FOR SUBMITTAL OF SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A. The CONTRACTOR's responsibilities for submittal of shop drawings , product data , and samples are set forth in paragraph 6 . 17 of the General Conditions and as further explained herein . B . Prior to submission , thoroughly check shop drawings , product data , and samples for completeness and for compliance with the Contract Documents , verify all dimensions and field conditions , and coordinate the shop drawings with the requirements for other related work. Also review each shop drawing before submitting it to the ENGINEER to determine that it is acceptable in terms of the means , methods , techniques , sequences and operations of construction , safety precautions and programs incidental thereto , all of which are the CONTRACTOR's responsibility. 1 . It is CONTRACTOR'S responsibility to review submittals made by his suppliers and Subcontractors before transmitting them to ENGINEER to assure proper coordination of the Work and to determine that each submittal is in accordance with its desires and that there is sufficient information about materials and equipment for ENGINEER to determine compliance with the Contract Documents . Z Incomplete or inadequate submittals will be returned for revision without review. C . The CONTRACTOR's responsibility for errors and omissions in submittals is not relieved by the ENGINEER's review of submittals . The CONTRACTOR shall approve the shop drawings based on his in-the-field measurements , prior to submittal to the ENGINEER for his review . D . Notify the ENGINEER, in writing at the time of submission , of deviations in submittals from the requirements of the Contract Documents . The CONTRACTOR's responsibility for deviations in submittals from the requirements of the Contract Documents is not relieved by the ENGINEER's review of submittals , unless the ENGINEER gives written acceptance of specific deviations. E . Begin no work, which requires submittals until return of submittals with the ENGINEER's stamp and initials or signature indicating the submittal has been reviewed . 01340 - Submittal of Shop Drawings 01340-2 Fr\EngineennglCapitaI Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings 1 . 6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach , FL 32960 B . A letter of transmittal shall accompany each submittal . If data for more than one Section of the Specifications is submitted , a separate transmittal letter shall accompany the data submitted for each Section . C . At the beginning of each letter of transmittal , provide a reference heading indicating the following : 1 . OWNER'S Name 2 . Project Name 3 . Contract Number 4 . Transmittal Number 5 . Section Number D . All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings 1 . 6 SUBMITTAL REQUIREMENTS AND ENGINEER'S REVIEW FOR SHOP DRAWINGS , PRODUCT DATA AND SAMPLES A. Submit to: Indian River County Engineering Division 1801 27th Street Vero Beach , FL 32960 B . A letter of transmittal shall accompany each submittal . If data for more than one Section of the Specifications is submitted , a separate transmittal letter shall accompany the data submitted for each Section . C . At the beginning of each letter of transmittal , provide a reference heading indicating the following : 1 . OWNER'S Name 2 . Project Name 3 . Contract Number 4 . Transmittal Number 5 . Section Number D . All submittals shall have a title block with complete identifying information satisfactory to the ENGINEER. The following is a sample Submittal Form that the CONTRACTOR may use: [The remainder of this page has been left blank intentionally] 01340 - Submittal of Shop Drawings 01340-3 F\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO . Contractor: Date Sent to County No . Copies Sent to County ❑ Original Submittal ❑ Re-Submittal ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description : Sub-Contractor: Remarks : Reviewing Agency : (As checked below) Date Received Date Returned No . Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks : IRC Engineering Division Date Recd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach , FI . 32960 Remarks : Distribution of Copies: IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings 01340-4 F\Engineenng\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01340 - Submittal of Shap Drawings.doc 01340 - Submittal of Shop Drawings CONTRACTOR SUBMITTALS SUBMITTAL NO . Contractor: Date Sent to County No . Copies Sent to County ❑ Original Submittal ❑ Re-Submittal ❑ Shop Drawing ❑ Cut Sheet ❑ Other Description : Sub-Contractor: Remarks : Reviewing Agency : (As checked below) Date Received Date Returned No . Copies Ret'd ❑ I R C Engineering Div. ❑ I R C Utilities Services Remarks : IRC Engineering Division Date Recd from Contractor Date Ret'd to Contractor 1801 27th Street No. Copies Ret'd Vero Beach , FI . 32960 Remarks : Distribution of Copies: IRC Engineering Division Office File Field Office File 01340 - Submittal of Shop Drawings 01340-4 F\Engineenng\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01340 - Submittal of Shap Drawings.doc 01340 - Submittal of Shop Drawings E . All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F . Assign a number to each submittal starting with No . 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal , the suffix "B" for the second resubmittal , etc. G . Initially submit to ENGINEER a minimum of six (6 ) copies of all submittals that are on 11 -inch by 17-inch or smaller sheets (no less than 8 1 /2-inch x 11 -inch ), and one unfolded sepia and 2 prints made from that sepia for all submittals on sheets larger than 11 -inch by 17-inch . H . After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations : 1 . Approved 2 . Approved as Corrected 3 . Approved as Corrected - Resubmit 4 . Revise and Resubmit 5 . Not Approved I . If a submittal is acceptable , it will be marked "Approved " or "Approved as Corrected " . Three (3 ) prints or copies of the submittal will be returned to CONTRACTOR. J . Upon return of a submittal marked "Approved" or "Approved as Corrected". CONTRACTOR may order, ship or fabricate the materials included on the submittal , provided it is in accordance with the corrections indicated . K . If a Shop Drawing marked "Approved as Corrected " has extensive corrections or corrections affecting other drawings or Work, ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes . Such drawings will have the notation , "Approved as Corrected - Resubmit ." L . If a submittal is unacceptable , three (3) copies will be returned to CONTRACTOR with one of the following notations : 1 . 'Revise and Resubmit' 2 . " Not Approved " 01340 - Submittal of Shop Drawings 01340-5 F \Engineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs101340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings E . All submittals shall bear the stamp of approval and signature of CONTRACTOR as evidence that they have been reviewed by CONTRACTOR. Submittals without this stamp of approval will not be reviewed by the ENGINEER and will be returned to CONTRACTOR. F . Assign a number to each submittal starting with No . 1 and thence numbered consecutively. Identify resubmittals by the original submittal number followed by the suffix "A" for the first resubmittal , the suffix "B" for the second resubmittal , etc. G . Initially submit to ENGINEER a minimum of six (6 ) copies of all submittals that are on 11 -inch by 17-inch or smaller sheets (no less than 8 1 /2-inch x 11 -inch ), and one unfolded sepia and 2 prints made from that sepia for all submittals on sheets larger than 11 -inch by 17-inch . H . After ENGINEER completes his review, Shop Drawings will be marked with one of the following notations : 1 . Approved 2 . Approved as Corrected 3 . Approved as Corrected - Resubmit 4 . Revise and Resubmit 5 . Not Approved I . If a submittal is acceptable , it will be marked "Approved " or "Approved as Corrected " . Three (3 ) prints or copies of the submittal will be returned to CONTRACTOR. J . Upon return of a submittal marked "Approved" or "Approved as Corrected". CONTRACTOR may order, ship or fabricate the materials included on the submittal , provided it is in accordance with the corrections indicated . K . If a Shop Drawing marked "Approved as Corrected " has extensive corrections or corrections affecting other drawings or Work, ENGINEER may require that CONTRACTOR make the corrections indicated thereon and resubmit the Shop Drawings for record purposes . Such drawings will have the notation , "Approved as Corrected - Resubmit ." L . If a submittal is unacceptable , three (3) copies will be returned to CONTRACTOR with one of the following notations : 1 . 'Revise and Resubmit' 2 . " Not Approved " 01340 - Submittal of Shop Drawings 01340-5 F \Engineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs101340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings M . Upon return of a submittal marked " Revise and Resubmit" , make the corrections indicated and repeat the initial approval procedure . The " Not Approved " notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked , repeat the initial approval procedure utilizing acceptable material or equipment. N . Any related Work performed or equipment installed without an "Approved " or "Approved as Corrected " Shop Drawing will be at the sole responsibility of the CONTRACTOR. O . Submit Sop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved . CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings . Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. P . ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this , for the Shop Drawings being revised and resubmitted , and for time required to return the approved Shop Drawings to CONTRACTOR . Q . Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals . All costs to ENGINEER involved with subsequent submittals of Shop Drawings , Samples or other items requiring approval , will be back-charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions . If the CONTRACTOR requests a substitution for a previously approved item , all of ENGINEER'S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340 - Submittal of Shop Drawings 01340-6 F \Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc 01340 - Submittal of Shop Drawings M . Upon return of a submittal marked " Revise and Resubmit" , make the corrections indicated and repeat the initial approval procedure . The " Not Approved " notation is used to indicate material or equipment that is not acceptable. Upon return of a submittal so marked , repeat the initial approval procedure utilizing acceptable material or equipment. N . Any related Work performed or equipment installed without an "Approved " or "Approved as Corrected " Shop Drawing will be at the sole responsibility of the CONTRACTOR. O . Submit Sop Drawings well in advance of the need for the material or equipment for construction and with ample allowance for the time required to make delivery of material or equipment after data covering such is approved . CONTRACTOR shall assume the risk for all materials or equipment which is fabricated or delivered prior to the approval of Shop Drawings . Materials or equipment will not be included in periodic progress payments until approval thereof has been obtained in the specified manner. P . ENGINEER will review and process all submittals promptly, but a reasonable time should be allowed for this , for the Shop Drawings being revised and resubmitted , and for time required to return the approved Shop Drawings to CONTRACTOR . Q . Furnish required submittals with complete information and accuracy in order to achieve required approval of an item within three submittals . All costs to ENGINEER involved with subsequent submittals of Shop Drawings , Samples or other items requiring approval , will be back-charged to CONTRACTOR in accordance with the General Conditions and the Supplementary Conditions . If the CONTRACTOR requests a substitution for a previously approved item , all of ENGINEER'S costs in the reviewing and approval of the substitution will be back-charged to CONTRACTOR unless the need for such substitution is beyond the control of CONTRACTOR. + + END OF SECTION + + 01340 - Submittal of Shop Drawings 01340-6 F \Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01340 - Submittal of Shop Drawings.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 . 1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications . 1 . 2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site . B . All false work, scaffolding , ladders , hoistways , braces , pumps , roadways , sheeting , forms, barricades, drains , flumes, and the like , any of which may be needed in construction of any part of the work and which are not herein described or specified in detail , must be furnished , maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction , maintenance or operation . C . In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists , cranes , temporary structures or work and for any damage which may result from their failure or their improper construction , maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims , suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision . 1 . 3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1 . Provide a temporary water service as required for all construction purposes and pay for all water used . 2 . Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job . 3 . Provide all temporary piping , hoses , etc. , required to transport water to the point of usage by all trades . 4 . When temporary water service is no longer required , remove all temporary water lines . 01520- 1 F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01520 - Construction Facilities.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1 . 1 SCOPE A. Provide all construction equipment and facilities and temporary controls required to satisfactorily complete the work represented on the Drawings and described in the Specifications . 1 . 2 RESPONSIBILITY A. All construction facilities and temporary controls remain the property of the Contractor establishing them and shall be maintained in a safe and useful condition until removed from the construction site . B . All false work, scaffolding , ladders , hoistways , braces , pumps , roadways , sheeting , forms, barricades, drains , flumes, and the like , any of which may be needed in construction of any part of the work and which are not herein described or specified in detail , must be furnished , maintained and removed by the CONTRACTOR, who is responsible for the safety and efficiency of such work and for any damage that may result from their failure or from their improper construction , maintenance or operation . C . In accepting the Contract, the CONTRACTOR assumes full responsibility for the sufficiency and safety of all hoists , cranes , temporary structures or work and for any damage which may result from their failure or their improper construction , maintenance or operation and will indemnify and save harmless the OWNER and ENGINEER from all claims , suits or actions and damages or costs of every description arising by reason of failure to comply with the above provision . 1 . 3 TEMPORARY UTILITIES AND SERVICES A. TEMPORARY WATER 1 . Provide a temporary water service as required for all construction purposes and pay for all water used . 2 . Furnish potable drinking water in suitable dispensers and with cups for use of all employees at the job . 3 . Provide all temporary piping , hoses , etc. , required to transport water to the point of usage by all trades . 4 . When temporary water service is no longer required , remove all temporary water lines . 01520- 1 F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01520 - Construction Facilities.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B . TEMPORARY SANITARY FACILITIES 1 . Provide temporary toilet facilities separate from the job office . Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job . Provide enough chemical toilets to conveniently serve the needs of all personnel . Properly seclude toilet facilities from public observation . 2 . Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances . Immediately correct any facilities or maintenance methods failing to meet these requirements . Upon completion of work, remove the facilities from the premises . 1 .4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public , workmen , and materials , and provide for the security of the site , both day and night. 1 . 5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1 . 6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities , services, and controls and legally dispose of them as soon as the work is complete . The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01520 - Construction Facilibes.doc SECTION 01520 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS B . TEMPORARY SANITARY FACILITIES 1 . Provide temporary toilet facilities separate from the job office . Maintain these during the entire period of construction under this Contract for the use of all construction personnel on the job . Provide enough chemical toilets to conveniently serve the needs of all personnel . Properly seclude toilet facilities from public observation . 2 . Chemical toilets and their maintenance shall meet the requirements of State and local health regulations and ordinances . Immediately correct any facilities or maintenance methods failing to meet these requirements . Upon completion of work, remove the facilities from the premises . 1 .4 SECURITY Full time watchmen will not be specifically required as a part of the Contract, but the CONTRACTOR shall provide inspection of work area daily and shall take whatever measures are necessary to protect the safety of the public , workmen , and materials , and provide for the security of the site , both day and night. 1 . 5 TEMPORARY CONTROLS Take all necessary precautions to control dust and mud associated with the work of this Contract. In dry weather, spray dusty areas daily with water in order to control dust. Take necessary steps to prevent the tracking of mud onto adjacent streets and highways. 1 . 6 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES Remove the various temporary facilities , services, and controls and legally dispose of them as soon as the work is complete . The areas of the site used for temporary facilities shall be properly reconditioned and restored to a condition acceptable to the OWNER. + + END OF SECTION + + 01520-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01520 - Construction Facilibes.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions , providing all programs , and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein . B . In order to prevent damage , injury or loss , CONTRACTOR'S actions shall include , but not be limited to , the following : 1 . Store apparatus , materials , supplies , and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2 . Provide suitable storage facilities for all materials , which are subject to injury by exposure to weather, theft, breakage , or otherwise . 3 . Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4 . Clean up frequently all refuse , rubbish , scrap materials , and debris caused by construction operations , so that at all times , the site of the Work presents a safe, orderly, and workmanlike appearance. 5 . Provide barricades and guard rails around openings , for scaffolding , for temporary stairs and ramps, around excavations , elevated walkways and other hazardous areas . C . Except after written consent from proper parties, do not enter or occupy privately-owned land with men , tools , materials or equipment, except on easements provided herein . D . Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site . If any direct or indirect damage is done by or on account of any act, omission , neglect or misconduct in the execution of the Work by the CONTRACTOR , it shall be restored by the CONTRACTOR, at its expense , to a condition equal to or better than that existing before the damage was done . 1 . 2 BARRICADES AND WARNING SIGNALS Where Work is performed on or adjacent to any roadway, right-of-way, or public place , provide barricades , fences, lights , warning signs, danger signals, and watchmen , and take other precautionary measures for the protection of persons or property and of the Work. Paint barricades so they are visible at night. From sunset to sunrise, furnish and maintain at least one light at each barricade . Erect sufficient barricades to keep vehicles from being driven on or into Work under construction . Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's responsibility for the maintenance of barricades , signs , lights , and for providing watchmen shall continue until OWNER accepts the Project. 01541 -1 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 1 GENERAL A. CONTRACTOR shall be responsible for taking all precautions , providing all programs , and taking all actions necessary to protect the Work and all public and private property and facilities from damage as specified in the General Conditions and herein . B . In order to prevent damage , injury or loss , CONTRACTOR'S actions shall include , but not be limited to , the following : 1 . Store apparatus , materials , supplies , and equipment in an orderly, safe manner that will not unduly interfere with the progress of the Work or the Work of any other Contractor or utility service company. 2 . Provide suitable storage facilities for all materials , which are subject to injury by exposure to weather, theft, breakage , or otherwise . 3 . Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4 . Clean up frequently all refuse , rubbish , scrap materials , and debris caused by construction operations , so that at all times , the site of the Work presents a safe, orderly, and workmanlike appearance. 5 . Provide barricades and guard rails around openings , for scaffolding , for temporary stairs and ramps, around excavations , elevated walkways and other hazardous areas . C . Except after written consent from proper parties, do not enter or occupy privately-owned land with men , tools , materials or equipment, except on easements provided herein . D . Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site . If any direct or indirect damage is done by or on account of any act, omission , neglect or misconduct in the execution of the Work by the CONTRACTOR , it shall be restored by the CONTRACTOR, at its expense , to a condition equal to or better than that existing before the damage was done . 1 . 2 BARRICADES AND WARNING SIGNALS Where Work is performed on or adjacent to any roadway, right-of-way, or public place , provide barricades , fences, lights , warning signs, danger signals, and watchmen , and take other precautionary measures for the protection of persons or property and of the Work. Paint barricades so they are visible at night. From sunset to sunrise, furnish and maintain at least one light at each barricade . Erect sufficient barricades to keep vehicles from being driven on or into Work under construction . Furnish watchmen in sufficient numbers to protect the Work. CONTRACTOR's responsibility for the maintenance of barricades , signs , lights , and for providing watchmen shall continue until OWNER accepts the Project. 01541 -1 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 3 TREE AND PLANT PROTECTION A. Protect existing trees , shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting , breaking or skinning of trunk , branches , bark or roots . B . Do not store or park materials or equipment within the drip line . C . Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D . Fires shall not be permitted under or adjacent to trees and plants . E . Within the limits of the Work, water trees and plants that are to remain , in order to maintain their health during construction operations . F . Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible . Protect root systems from mechanical damage and damage by erosion , flooding , run-off or noxious materials in solution . G . If branches or trunks are damaged , prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use . H . Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I . Coordinate Work in this Section with requirements of other sections herein . 1_4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities . The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2 ) days . Irrigation systems partially within the right-of-way of 16th Street and/or 66th Avenue and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541 -2 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 3 TREE AND PLANT PROTECTION A. Protect existing trees , shrubs and plants on or adjacent to the site that are shown or designated to remain in place against unnecessary cutting , breaking or skinning of trunk , branches , bark or roots . B . Do not store or park materials or equipment within the drip line . C . Install temporary fences or barricades to protect trees and plants in areas subject to traffic. D . Fires shall not be permitted under or adjacent to trees and plants . E . Within the limits of the Work, water trees and plants that are to remain , in order to maintain their health during construction operations . F . Cover all exposed roots with burlap and keep it continuously wet. Cover all exposed roots with earth as soon as possible . Protect root systems from mechanical damage and damage by erosion , flooding , run-off or noxious materials in solution . G . If branches or trunks are damaged , prune branches immediately and protect the cut or damaged areas with emulsified asphalt compounded specifically for horticultural use . H . Remove all damaged trees and plants that die or suffer permanent injury and replace them with a specimen of equal or better quality. I . Coordinate Work in this Section with requirements of other sections herein . 1_4 PROTECTION OF IRRIGATION The CONTRACTOR shall be responsible for maintaining in good condition all irrigation systems within the easements, which could be damaged by construction activities . The CONTRACTOR shall repair any irrigation systems damaged by construction activities within two (2 ) days . Irrigation systems partially within the right-of-way of 16th Street and/or 66th Avenue and all intersecting side streets within project limits may be cut off and capped or connected to same system to maintain functionality. The CONTRACTOR shall be responsible for maintaining the functionality of the remaining portion of the system if it should fall outside of the right-of-way. 01541 -2 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures : 1 . Underground structures are defined to include , but not be limited to , all sewer, water, gas , and other piping , and manholes , chambers , electrical conduits , tunnels and other existing subsurface work located within or adja- cent to the limits of the Work . 2 . All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown . This information is shown for the assistance of CONTRACTOR in accordance with the best information available , but is not guaranteed to be correct or complete . The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER . Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate . The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages , which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities . The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures , nor for temporary bracing and shoring of same . If it is necessary to shore , brace , or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3 . Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction . 4 . Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services . Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance , interruption , and restoration in the appropriate line item in the Contract. 5 . Where it is necessary to temporarily interrupt house or business services , the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum) , and again immediately before service is resumed . Before disconnecting and pipes or cables, the CONTRACTOR 01541 -3 F:\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY 1 . 5 PROTECTION OF EXISTING STRUCTURES A. Underground Structures : 1 . Underground structures are defined to include , but not be limited to , all sewer, water, gas , and other piping , and manholes , chambers , electrical conduits , tunnels and other existing subsurface work located within or adja- cent to the limits of the Work . 2 . All underground structures known to ENGINEER except service connections for water, sewer, electric, and telephone are shown . This information is shown for the assistance of CONTRACTOR in accordance with the best information available , but is not guaranteed to be correct or complete . The existing utilities shown on the Contract Drawings are located according to the information available to the ENGINEER at the time the Drawings were prepared and have not been independently verified by the OWNER or the ENGINEER . Guarantee is not made that all existing underground utilities are shown or that the locations of those shown are accurate . The locations shown are for bidding purposes only. Finding the actual location of any existing utilities is the CONTRACTOR's responsibility and shall be done before it commences any work in the vicinity. Furthermore, the CONTRACTOR shall be fully responsible for any and all damages , which might be occasioned by the CONTRACTOR's failure to exactly locate and preserve any and all underground utilities . The OWNER or ENGINEER will assume no liability for any damages sustained or costs incurred because of the CONTRACTOR's operations in the vicinity of existing utilities or structures , nor for temporary bracing and shoring of same . If it is necessary to shore , brace , or swing a utility, contact the utility company or department affected and obtain their permission regarding the method to use for such work. 3 . Contact the various utility companies which may have buried or aerial utilities within or near the construction area before commencing work. Provide 48 hours minimum notice to all utility companies prior to beginning construction . 4 . Schedule and execute all work involving existing utilities in order to minimize necessary interruption of services . Whenever such interruption is necessary for completion of the work, notify the ENGINEER and the appropriate utility at least 48 hours in advance. Perform all work to repair/restore utility service to the satisfaction of the appropriate utility. Include all costs related to service maintenance , interruption , and restoration in the appropriate line item in the Contract. 5 . Where it is necessary to temporarily interrupt house or business services , the CONTRACTOR shall notify the owner or occupant, both before the interruption (24-hour minimum) , and again immediately before service is resumed . Before disconnecting and pipes or cables, the CONTRACTOR 01541 -3 F:\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6 . Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location , to prevent damage to them and to prevent interruption of the services which such structures provide . If CONTRACTOR damages an underground structure , restore it to original condition at CONTRACTOR's expense . 7 . Necessary changes in the location of the Work may be made by ENGINEER , to avoid unanticipated underground structures . 8 . If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents , ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions . B . Surface Structures : 1 . Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface . Surface structures include , but are not limited to , buildings, tanks , walls , bridges , roads , dams , channels , open drainage , piping , poles , wires , posts , signs , markers , curbs , walks and all other facil- ities that are visible above the ground surface . C . Protection of Underground and Surface Structures : 1 . Sustain in their places and protect from direct or indirect injury , all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure . Before proceeding with the work of sustaining and supporting such structure , satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same . 2 . Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure . CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure . D . All other existing surface facilities , including but not limited to , guard rails , posts , guard cables , signs , poles , markers , and curbs which are temporarily removed to 01541 -4 F:1Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY shall obtain permission from their owner, or shall make suitable arrangement for their disconnection by their owner. 6 . Explore ahead of trenching and excavation work and uncover all obstructing underground structures sufficiently to determine their location , to prevent damage to them and to prevent interruption of the services which such structures provide . If CONTRACTOR damages an underground structure , restore it to original condition at CONTRACTOR's expense . 7 . Necessary changes in the location of the Work may be made by ENGINEER , to avoid unanticipated underground structures . 8 . If permanent relocation of an underground structure or other subsurface facility is required and is not otherwise provided for in the Contract Documents , ENGINEER will direct CONTRACTOR in writing to perform the Work, which shall be paid for under the provisions of Article 11 of the General Conditions . B . Surface Structures : 1 . Surface structures are defined as structures or facilities above the ground surface. Included with such structures are their foundations and any extension below the surface . Surface structures include , but are not limited to , buildings, tanks , walls , bridges , roads , dams , channels , open drainage , piping , poles , wires , posts , signs , markers , curbs , walks and all other facil- ities that are visible above the ground surface . C . Protection of Underground and Surface Structures : 1 . Sustain in their places and protect from direct or indirect injury , all underground and surface structures located within or adjacent to the limits of the Work. Such sustaining and supporting shall be done carefully, and as required by the party owning or controlling such structure . Before proceeding with the work of sustaining and supporting such structure , satisfy the ENGINEER that the methods and procedures to be used have been approved by the party owning same . 2 . Assume all risks attending the presence or proximity of all underground and surface structures within or adjacent to the limits of the Work. CONTRACTOR shall be responsible for all damage and expense for direct or indirect injury caused by its Work to any structure . CONTRACTOR shall repair immediately all damage caused by his work, to the satisfaction of the OWNER of the damaged structure . D . All other existing surface facilities , including but not limited to , guard rails , posts , guard cables , signs , poles , markers , and curbs which are temporarily removed to 01541 -4 F:1Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense . 1 . 6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings , telephone or other cables , water pipes , sanitary pipes , or other structures which may e encountered , whether or not shown on the Drawings . B . Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed , however, and it shall be this CONTRACTOR's responsibility to determine the location , character and depth of any existing utilities . He shall assist the utility companies , by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities . 1 . 7 ADJUSTMENTS OF UTILITY CASTINGS , COVERS AND BOXES A. All existing utility castings , including valve boxes , junction boxes , manholes , pull boxes , inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B . The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing . CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + 01541 -5 FAEngineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01541 PROTECTION OF THE WORK AND PROPERTY facilitate installation of the Work shall be replaced and restored to their original condition at CONTRACTOR'S expense . 1 . 6 DAMAGE TO EXISTING STRUCTURES AND UTILITIES A. The CONTRACTOR shall be responsible for and make good all damage to pavement beyond the limits of this Contract, buildings , telephone or other cables , water pipes , sanitary pipes , or other structures which may e encountered , whether or not shown on the Drawings . B . Information shown on the Drawings as to the location of existing utilities has been prepared from the most reliable data available to the Engineer. This information is not guaranteed , however, and it shall be this CONTRACTOR's responsibility to determine the location , character and depth of any existing utilities . He shall assist the utility companies , by every means possible to determine said locations. Extreme caution shall be exercised to eliminate any possibility of any damage to utilities resulting from his activities . 1 . 7 ADJUSTMENTS OF UTILITY CASTINGS , COVERS AND BOXES A. All existing utility castings , including valve boxes , junction boxes , manholes , pull boxes , inlets and similar structures in the areas of construction that are to remain in service shall be adjusted by the CONTRACTOR to bring them flush with the surface of the finished work. B . The CONTRACTOR shall coordinate the utilities to ensure proper construction sequencing . CONTRACTOR shall make available survey reference markers to the various utility companies. + + END OF SECTION + + 01541 -5 FAEngineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01541 - Protection of Property.doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS 1 . 1 GENERAL A. Provide all temporary construction roads , walks and parking areas required during construction and for use of emergency vehicles . Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions . B . Prevent interference with traffic and the OWNER's operations on existing roads . Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads . C . Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER . D . Remove temporary roads , walks and parking areas prior to final acceptance and return the ground to its original condition , unless otherwise required by the Contract Documents . 1 .2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic . Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1 . 3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction , the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations , prior to final payment. 01550 Access Roads 01550-1 FiEngineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsM 550 - Access Roads.doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS 1 . 1 GENERAL A. Provide all temporary construction roads , walks and parking areas required during construction and for use of emergency vehicles . Design and maintain temporary roads and parking areas so they are fully usable in all weather conditions . B . Prevent interference with traffic and the OWNER's operations on existing roads . Indemnify and save harmless the OWNER from any expenses caused by CONTRACTOR's operations over these roads . C . Roadways damaged by CONTRACTOR shall be restored to their original condition by the CONTRACTOR subject to approval of the OWNER or ENGINEER . D . Remove temporary roads , walks and parking areas prior to final acceptance and return the ground to its original condition , unless otherwise required by the Contract Documents . 1 .2 USE OF PUBLIC STREETS The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic . Any earth or other excavated material spilled from trucks shall be removed immediately by the CONTRACTOR and the streets cleaned to the satisfaction of the Owner. 1 . 3 USE OF PUBLIC STREETS FOR HAUL ROADS A. Prior to construction , the CONTRACTOR shall designate all proposed haul roads to be used during the life of the project. Any earth or other materials spilled from trucks shall be removed by the CONTRACTOR and streets cleaned to the satisfaction of the Owner. He further shall be responsible for repairs to any damages caused by his operations , prior to final payment. 01550 Access Roads 01550-1 FiEngineenng\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsM 550 - Access Roads.doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS B . All trucks carrying earth shall be covered while moving with an appropriate tarpaulin . Should trucks hauling earth fail to cover their loads , the CONTRACTOR will be given two (2 ) written warnings , after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR . C . All trucks/moving equipment shall have backup warning horns in proper working order while on the job site . + + END OF SECTION + + 01550 Access Roads 01550-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs101550 - Access Roads.doc SECTION 01550 ACCESS ROADS , PARKING AREAS AND USE OF PUBLIC STREETS B . All trucks carrying earth shall be covered while moving with an appropriate tarpaulin . Should trucks hauling earth fail to cover their loads , the CONTRACTOR will be given two (2 ) written warnings , after which the CONTRACTOR shall pay a fine of $50 per uncovered truck to the Owner when invoked by the Owner to Owner's Engineer. All cleanup shall be the responsibility of the CONTRACTOR . C . All trucks/moving equipment shall have backup warning horns in proper working order while on the job site . + + END OF SECTION + + 01550 Access Roads 01550-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs101550 - Access Roads.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1 . 1 GENERAL A. Make all arrangements for transportation , delivery and handling of equipment and materials required for prosecution and completion of the Work . B . Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours . Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed . C . If necessary to move stored materials and equipment during construction , CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation . 1 . 2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation . B . Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following : 1 . Work of other contractors , or OWNER. 2 . Limitations of storage space . 3 . Availability of equipment and personnel for handling products . 4 . OWNER'S use of premises . C . Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided . E . Have products delivered to site in manufacturer's original , unopened , labeled containers . Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. 01610-1 FAEngineeringlCapital Projects59920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT 1 . 1 GENERAL A. Make all arrangements for transportation , delivery and handling of equipment and materials required for prosecution and completion of the Work . B . Shipments of materials to CONTRACTOR or Subcontractors shall be delivered to the site only during regular working hours . Shipments shall be addressed and consigned to the proper party giving name of Project, street number and city. Shipments shall not be delivered to OWNER except where otherwise directed . C . If necessary to move stored materials and equipment during construction , CONTRACTOR shall move or cause to be moved materials and equipment without any additional compensation . 1 . 2 DELIVERY A. Arrange deliveries of products in accord with construction schedules and in ample time to facilitate inspection prior to installation . B . Coordinate deliveries to avoid conflict with Work and conditions at site and to accommodate the following : 1 . Work of other contractors , or OWNER. 2 . Limitations of storage space . 3 . Availability of equipment and personnel for handling products . 4 . OWNER'S use of premises . C . Do not have products delivered to project site until related Shop Drawings have been approved by the ENGINEER. D. Do not have products delivered to site until required storage facilities have been provided . E . Have products delivered to site in manufacturer's original , unopened , labeled containers . Keep ENGINEER informed of delivery of all equipment to be incorporated in the Work. 01610-1 FAEngineeringlCapital Projects59920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT F . Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts , and to facilitate assembly. G . Immediately on delivery , inspect shipment to assure: 1 . Product complies with requirements of Contract Documents and reviewed submittals . 2 . Quantities are correct. 3 . Containers and packages are intact, labels are legible . 4 . Products are properly protected and undamaged . 1 . 3 PRODUCT HANDLING A . Provide equipment and personnel necessary to handle products , including those provided by OWNER, by methods to prevent soiling or damage to products or packaging . B . Provide additional protection during handling as necessary to prevent scraping , marring or otherwise damaging products or surrounding surfaces . C . Handle products by methods to prevent bending or overstressing . D . Lift heavy components only at designated lifting points . E . Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them . Do not drop, roll or skid products off delivery vehicles . Hand carry or use suitable materials handling equipment. + + END OF SECTION + + 01610-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01610 TRANSPORTATION AND HANDLING OF MATERIALS AND EQUIPMENT F . Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts , and to facilitate assembly. G . Immediately on delivery , inspect shipment to assure: 1 . Product complies with requirements of Contract Documents and reviewed submittals . 2 . Quantities are correct. 3 . Containers and packages are intact, labels are legible . 4 . Products are properly protected and undamaged . 1 . 3 PRODUCT HANDLING A . Provide equipment and personnel necessary to handle products , including those provided by OWNER, by methods to prevent soiling or damage to products or packaging . B . Provide additional protection during handling as necessary to prevent scraping , marring or otherwise damaging products or surrounding surfaces . C . Handle products by methods to prevent bending or overstressing . D . Lift heavy components only at designated lifting points . E . Materials and equipment shall at all times be handled in a safe manner and as recommended by manufacturer or supplier so that no damage will occur to them . Do not drop, roll or skid products off delivery vehicles . Hand carry or use suitable materials handling equipment. + + END OF SECTION + + 01610-2 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01610 - Transportation and Handling of Materials and Equipment.doc SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1 . 1 GENERAL A . Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications . B . Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials , construction equipment, and materials and equipment to be incorporated into the Work , so as not to injure any part of the Work or existing facilities , and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors , public travel , adjoining owners, tenants and occupants . Arrange storage in a manner to provide easy access for inspection . C . Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. D . Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme temperatures and moisture . E . Do not use lawns , grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises . F . CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G . Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified . H . When appropriate store materials on wood blocking so there is no contact with the ground . + + END OF SECTION + + 01611 - 1 01611—Storage of Material F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01611 - Storage of Materials.doc SECTION 01611 STORAGE OF MATERIAL AND EQUIPMENT 1 . 1 GENERAL A . Store and protect materials and equipment in accordance with manufacturer's recommendations and requirements of Specifications . B . Make all arrangements and provisions necessary for the storage of materials and equipment. Place all excavated materials , construction equipment, and materials and equipment to be incorporated into the Work , so as not to injure any part of the Work or existing facilities , and so that free access can be had at all times to all parts of the Work and to all public utility installations in the vicinity of the Work. Keep materials and equipment neatly and compactly stored in locations that will cause a minimum of inconvenience to other contractors , public travel , adjoining owners, tenants and occupants . Arrange storage in a manner to provide easy access for inspection . C . Areas available on the construction site for storage of material and equipment shall be as shown or approved by the ENGINEER. D . Store materials and equipment which are to become the property of the OWNER to facilitate their inspection and insure preservation of the quality and fitness of the Work, including proper protection against damage by extreme temperatures and moisture . E . Do not use lawns , grass plots or other private property for storage purposes without written permission of the OWNER or other person in possession or control of such premises . F . CONTRACTOR shall be fully responsible for loss or damage to stored materials and equipment. G . Do not open manufacturers containers until time of installation unless recommended by the manufacturer or otherwise specified . H . When appropriate store materials on wood blocking so there is no contact with the ground . + + END OF SECTION + + 01611 - 1 01611—Storage of Material F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01611 - Storage of Materials.doc SECTION 01630 SUBSTITUTIONS 1 . 1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6 . 05 , " Substitutes and Or-Equals , " of the General Conditions , and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents . 1 . 2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard , select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer) . To the maximum extent possible , provide products of the same generic kind from a single source . B . For products specified by naming several products or manufacturers , select any one of the products or manufacturers named which complies with Specifications . C . For products specified by naming one or more products or manufacturers and stating "or equivalent, " submit a request for a substitution for any product or manufacturer which is not specifically named . D . For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted , there is no option and no substitution will be allowed . E . Where more than one choice is available as a CONTRACTOR's option , select product which is compatible with other products already selected or specified . 1 . 3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time , ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers , and construction methods (if specified ). 1 . After end of specified period , requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B . Submit 5 copies of Request for Substitution . Submit a separate request for each substitution . In addition to requirements set forth in Article 6 . 7 of General Condi- tions, include in the request the following : 1 . For products or manufacturers : a . Product identification , including manufacturer's name and address . b . Manufacturer's literature with product description , performance and test data , and reference standards . 01630- 1 01630 Substitutions F:%Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc SECTION 01630 SUBSTITUTIONS 1 . 1 GENERAL A. Requests for review of a substitution shall conform to the requirements of Article 6 . 05 , " Substitutes and Or-Equals , " of the General Conditions , and shall contain complete data substantiating compliance of the proposed substitution with the Contract Documents . 1 . 2 CONTRACTOR'S OPTIONS A. For materials or equipment (hereinafter products) specified only by reference standard , select product meeting that standard by any manufacturer, fabricator, supplier or distributor (hereinafter manufacturer) . To the maximum extent possible , provide products of the same generic kind from a single source . B . For products specified by naming several products or manufacturers , select any one of the products or manufacturers named which complies with Specifications . C . For products specified by naming one or more products or manufacturers and stating "or equivalent, " submit a request for a substitution for any product or manufacturer which is not specifically named . D . For products specified by naming only one product or manufacturer and followed by words indicating that no substitution is permitted , there is no option and no substitution will be allowed . E . Where more than one choice is available as a CONTRACTOR's option , select product which is compatible with other products already selected or specified . 1 . 3 SUBSTITUTIONS A. During a period of 15 days after date of commencement of Contract Time , ENGINEER will consider written requests from CONTRACTOR for substitution of products or manufacturers , and construction methods (if specified ). 1 . After end of specified period , requests will be considered only in case of unavailability of product or other conditions beyond control of CONTRACTOR. B . Submit 5 copies of Request for Substitution . Submit a separate request for each substitution . In addition to requirements set forth in Article 6 . 7 of General Condi- tions, include in the request the following : 1 . For products or manufacturers : a . Product identification , including manufacturer's name and address . b . Manufacturer's literature with product description , performance and test data , and reference standards . 01630- 1 01630 Substitutions F:%Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc c . Samples , if appropriate . d . Name and address of similar projects on which product was used , and date of installation . 2 . For construction methods ( if specified ) : a . Detailed description of proposed method . b . Drawings illustrating method . 3 . Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified . C . In making Request for Substitution , CONTRACTOR represents that: 1 . CONTRACTOR has investigated proposed substitution , and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified . 2 . CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified . 3 . CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D . A proposed substitution will not be accepted if: 1 . Acceptance will require changes in the design concept or a substantial revision of the Contract Documents . 2 . It will delay completion of the Work, or the work of other contractors . 3 . It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E . If the ENGINEER determines that a proposed substitute is not equal to that specified , furnish the product, manufacturer, or method specified at no additional cost to OWNER. F . Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents . G . The procedure for review by Engineer will include the following : 1 . Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR . 2 . Upon receipt of an application for review of a substitution , Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item . 3 . If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR . 01630-2 01630 Substitutions F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc c . Samples , if appropriate . d . Name and address of similar projects on which product was used , and date of installation . 2 . For construction methods ( if specified ) : a . Detailed description of proposed method . b . Drawings illustrating method . 3 . Such other data as the ENGINEER may require to establish that the proposed substitution is equal to the product, manufacturer or method specified . C . In making Request for Substitution , CONTRACTOR represents that: 1 . CONTRACTOR has investigated proposed substitution , and deter- mined that it is equal to or superior in all respects to the product, manufacturer or method specified . 2 . CONTRACTOR will provide the same or better guarantees or warranties for proposed substitution as for product, manufacturer, or method specified . 3 . CONTRACTOR waives all claims for additional costs or extension of time related to a proposed substitution that subsequently may become apparent. D . A proposed substitution will not be accepted if: 1 . Acceptance will require changes in the design concept or a substantial revision of the Contract Documents . 2 . It will delay completion of the Work, or the work of other contractors . 3 . It is indicated or implied on a Shop Drawing and is not accompanied by a formal Request for Substitution from CONTRACTOR. E . If the ENGINEER determines that a proposed substitute is not equal to that specified , furnish the product, manufacturer, or method specified at no additional cost to OWNER. F . Approval of a substitution will not relieve CONTRACTOR from the requirement for submission of Shop Drawings as set forth in the Contract Documents . G . The procedure for review by Engineer will include the following : 1 . Requests for review of substitute items of material and equipment will not be accepted by Engineer from anyone other than CONTRACTOR . 2 . Upon receipt of an application for review of a substitution , Engineer will determine whether the review will be more extensive than a normal shop drawing review for the specified item . 3 . If the substitution will not require a more extensive review, Engineer will proceed with the review without additional cost to CONTRACTOR . 01630-2 01630 Substitutions F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc 4 . If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost . 5 . Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute . H . Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida . The redesign shall be at the CONTRACTOR' s expense . Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER' s hourly rate for review is $ 128 per hour. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I . Engineer will be allowed a reasonable time within which to evaluate each proposed substitution . Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution . The CONTRACTOR shall not order, install , or utilize any substitution without either an executed Change Order or Engineers notation on the reviewed shop drawing . Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR . ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued , CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer' s consultants for evaluating each proposed substitute . J . Substitute materials or equipment may be proposed for acceptance in accordance with this Section . In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions . This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F:%EngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc 4 . If the substitution requires a more extensive review, Engineer will proceed with the review only after CONTRACTOR has agreed to reimburse Owner for the review cost . 5 . Engineer may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute . H . Any redesign of structural members shall be performed by, and the plans signed and sealed by, a Professional Engineer registered in the State of Florida . The redesign shall be at the CONTRACTOR' s expense . Any redesign will require an extensive review by the Engineer. The CONTRACTOR must agree to reimburse the Owner for the review cost prior to the Owner's Engineer proceeding with the design review. The ENGINEER' s hourly rate for review is $ 128 per hour. The ENGINEER's estimated cost of review shall be provided to the CONTRACTOR prior to proceeding with the review to allow the CONTRACTOR the opportunity to rescind the request. I . Engineer will be allowed a reasonable time within which to evaluate each proposed substitution . Engineer will be the sole judge of acceptability and shall have the right to deny use of any proposed substitution . The CONTRACTOR shall not order, install , or utilize any substitution without either an executed Change Order or Engineers notation on the reviewed shop drawing . Owner may require CONTRACTOR to furnish at CONTRACTOR's expense a special manufacturer's performance guarantee(s) or other surety with respect to any substitute and an indemnification by the CONTRACTOR . ENGINEER will record time required by Engineer and Engineer's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not a proposed substitute is sued , CONTRACTOR shall reimburse Owner for the charges of Engineer and Engineer' s consultants for evaluating each proposed substitute . J . Substitute materials or equipment may be proposed for acceptance in accordance with this Section . In the event that substitute materials or equipment are used and are less costly than the originally specified material or equipment, than the net difference in cost shall benefit the Owner and CONTRACTOR in equal proportions . This cost difference shall not be reduced by any failure of the CONTRACTOR to base his bid on the named materials or equipment. + + END OF SECTION + + 01630-3 01630 Substitutions F:%EngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01630 - Substitutions.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1 . 1 SCOPE Furnish all labor, equipment , appliances , and materials required or necessary to clean up and restore the site after the construction is completed . 1 . 2 REQUIREMENTS A . During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition . Remove all rubbish , surplus materials , and unused construction equipment . Repair all damage so that the public and property owners will be inconvenienced as little as possible . B . Provide onsite containers for the collection of waste materials, debris , and rubbish and empty such containers in a legal manner when they become full . C . Where material or debris has been deposited in watercourses , ditches , gutters , drains, or catch-basins as a result of the CONTRACTOR's operations , such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches , channels , drains , etc. , shall be kept clean and open at all times . D . Before the completion of the project , unless otherwise especially directed or permitted in writing : 1 . Tear down and remove all temporary buildings and structures; 2 . Remove all temporary works, tools, and machinery, or other construction equipment furnished ; 3 . Remove all rubbish from any grounds occupied ; and 4 . Leave the roads, all parts of the premises , and adjacent property affected by construction operations , in a neat and satisfactory condition . E . Restore or replace any public or private property damaged by construction work, equipment, or employees , to a condition at least equal to that existing immediately prior to the beginning of the operations . To this end , the CONTRACTOR shall restore all highway, roadside , and landscaping work within any right-of-way, platted or prescriptive . Acceptable materials , equipment, and methods shall be used for such restoration . F . Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new- appearing condition . 01710 Site Cleanup 01710-1 F.\Engineering\Capital Pmjects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01710 - Site Cleanup.doc SECTION 01710 SITE CLEANUP AND RESTORATION 1 . 1 SCOPE Furnish all labor, equipment , appliances , and materials required or necessary to clean up and restore the site after the construction is completed . 1 . 2 REQUIREMENTS A . During the progress of the project, keep the work and the adjacent areas affected thereby in a neat and orderly condition . Remove all rubbish , surplus materials , and unused construction equipment . Repair all damage so that the public and property owners will be inconvenienced as little as possible . B . Provide onsite containers for the collection of waste materials, debris , and rubbish and empty such containers in a legal manner when they become full . C . Where material or debris has been deposited in watercourses , ditches , gutters , drains, or catch-basins as a result of the CONTRACTOR's operations , such material or debris shall be entirely removed and satisfactorily disposed of during the progress of the work, and the ditches , channels , drains , etc. , shall be kept clean and open at all times . D . Before the completion of the project , unless otherwise especially directed or permitted in writing : 1 . Tear down and remove all temporary buildings and structures; 2 . Remove all temporary works, tools, and machinery, or other construction equipment furnished ; 3 . Remove all rubbish from any grounds occupied ; and 4 . Leave the roads, all parts of the premises , and adjacent property affected by construction operations , in a neat and satisfactory condition . E . Restore or replace any public or private property damaged by construction work, equipment, or employees , to a condition at least equal to that existing immediately prior to the beginning of the operations . To this end , the CONTRACTOR shall restore all highway, roadside , and landscaping work within any right-of-way, platted or prescriptive . Acceptable materials , equipment, and methods shall be used for such restoration . F . Thoroughly clean all materials and equipment installed and on completion of the work, deliver the facilities undamaged and in fresh and new- appearing condition . 01710 Site Cleanup 01710-1 F.\Engineering\Capital Pmjects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs\01710 - Site Cleanup.doc G . It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed , destroyed , or damaged during construction . Particular attention will be placed on restoration of canals to equal or better condition than prior to construction . H . When finished surfaces require cleaning with cleaning materials , use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces . Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times . I . Keep the amount of dust produced during construction activities to a minimum . At CONTRACTOR' s expense , spray water or other dust control agents over the areas , which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces . 1 . 3 SITE CLEANUP AND RESTORATION Prior to final completion , the OWNER, ENGINEER , INDIAN RIVER FARMS WATER CONTROL DISTRICT , and CONTRACTOR shall review the site with regards to site cleanup and restoration . Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER , at no additional expense . + + END OF SECTION + + 01710 Site Cleanup 01710-2 F.\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01710 - Ste Cleanup.doc G . It is the intent of the Specifications to place the responsibility on the CONTRACTOR to restore to their original condition all items disturbed , destroyed , or damaged during construction . Particular attention will be placed on restoration of canals to equal or better condition than prior to construction . H . When finished surfaces require cleaning with cleaning materials , use only those cleaning materials which will not create hazards to health or property and which will not damage the surfaces . Use cleaning materials only on those surfaces recommended by the manufacturer. Follow the manufacturer's directions and recommendations at all times . I . Keep the amount of dust produced during construction activities to a minimum . At CONTRACTOR' s expense , spray water or other dust control agents over the areas , which are producing the dust. Schedule construction operations so that dust and other contaminants will not fall on wet or newly coated surfaces . 1 . 3 SITE CLEANUP AND RESTORATION Prior to final completion , the OWNER, ENGINEER , INDIAN RIVER FARMS WATER CONTROL DISTRICT , and CONTRACTOR shall review the site with regards to site cleanup and restoration . Clean and/or restore all items determined to be unsatisfactory by the OWNER or ENGINEER , at no additional expense . + + END OF SECTION + + 01710 Site Cleanup 01710-2 F.\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\01710 - Ste Cleanup.doc SECTION 01820 Post Final Inspection 1 . 1 GENERAL A. Approximately one year after Substantial Completion , the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection . B . Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13 , General Conditions . C . After the inspection , the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds . 01820 Post Final Inspection 01820- 1 F\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs101820 - Post Final Inspection.doc SECTION 01820 Post Final Inspection 1 . 1 GENERAL A. Approximately one year after Substantial Completion , the OWNER will make arrangements with the Construction Coordination Manager and the CONTRACTOR for a post final inspection and will send a written notice to said parties to inform them of the date and time of the inspection . B . Corrections of defective work noted by OWNER and Construction Coordination Manager shall comply with the applicable sections of Article 13 , General Conditions . C . After the inspection , the OWNER will inform the CONTRACTOR of any corrections required to release the performance and payment bonds . 01820 Post Final Inspection 01820- 1 F\Engineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents 8 Specs101820 - Post Final Inspection.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO . 00001 Technical Specifications SECTION NO. 00004 Scope of Work SECTION NO. 00101 Mobilization SECTION NO. 00102 Maintenance of Traffic SECTION NO. 00104 Erosion and Water Pollution Control SECTION NO. 00108 Record Drawing/As-Built Drawings/Aerial Photograph SECTION NO. 00110 Clearing and Grubbing SECTION NO , 00120 Excavation and Embankment SECTION NO. 00160 Stabilization SECTION NO. 00285 Cemented Coquina Shell Base SECTION NO. 00327 Milling of Existing Pavement SECTION NO. 00334 Superpave Asphaltic Concrete SECTION NO. 00337 Superpave Asphaltic Concrete SECTION NO . 00339 Miscellaneous Asphalt Pavement SECTION NO. 00400 Underdrain SECTION NO. 00515 Aluminum Handrail SECTION NO. 00520 Concrete Curb & Gutter SECTION NO . 00522 Concrete Sidewalk SECTION NO. 00570 Seed and Mulch SECTION NO. 00575 Sodding SECTION NO. 00700 Signing and Pavement Markings SECTION NO. 01000 Water and Sewer Utilities SECTION NO . 02670 Flushing , Testing and Disinfecting R)Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsMIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc DIVISION 2 TECHNICAL PROVISIONS SECTION NO . 00001 Technical Specifications SECTION NO. 00004 Scope of Work SECTION NO. 00101 Mobilization SECTION NO. 00102 Maintenance of Traffic SECTION NO. 00104 Erosion and Water Pollution Control SECTION NO. 00108 Record Drawing/As-Built Drawings/Aerial Photograph SECTION NO. 00110 Clearing and Grubbing SECTION NO , 00120 Excavation and Embankment SECTION NO. 00160 Stabilization SECTION NO. 00285 Cemented Coquina Shell Base SECTION NO. 00327 Milling of Existing Pavement SECTION NO. 00334 Superpave Asphaltic Concrete SECTION NO. 00337 Superpave Asphaltic Concrete SECTION NO . 00339 Miscellaneous Asphalt Pavement SECTION NO. 00400 Underdrain SECTION NO. 00515 Aluminum Handrail SECTION NO. 00520 Concrete Curb & Gutter SECTION NO . 00522 Concrete Sidewalk SECTION NO. 00570 Seed and Mulch SECTION NO. 00575 Sodding SECTION NO. 00700 Signing and Pavement Markings SECTION NO. 01000 Water and Sewer Utilities SECTION NO . 02670 Flushing , Testing and Disinfecting R)Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsMIVISION 2 TECHNICAL PROVISIONS Table of Contents REVISED 10-2-08.doc SECTION 1 - Technical Specifications STANDARD SPECIFICATIONS A . All work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction , 2007 , and Supplemental Specification , Special Provisions and addenda thereto , except as modified and supplemented hereinafter. Reference to Article numbers herein-after apply to the FDOT Standard Specifications , and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative . Wherever the Specifications , Supplementals , etc. may refer to the "Owner ', "Department" , "State of Florida Department of Transportation' , or words relating to offices of State Government, such words shall be taken as meaning Owner or Indian River County, Florida . Wherever the word "Owner's Engineer', " District Engineer" , "Engineer' , "Project Engineer", etc. , appears, it shall be taken to mean the Registered Professional Project Engineer of the Indian RiverCounty Public Works Department, Engineering Division acting directly or through duly authorized representatives . Wherever the word " Resident Engineer" appears , it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County, assigned to observe the progress quantity and quality of the work. The work to be performed per sheet Bid item 1643-700 and all other utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services , Water, Wastewater, Utility Standards Dated February, 2008 . The work to be performed per line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings , Signing & Geometrics Dated September 5 , 2000 . SECTION 4- SCOPE OF WORK Section 4-3 . 9 Value Engineering Incentive is deleted in its entirety . SECTION 101 - MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007 Edition) I FAEngineeringlcapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-06.doc SECTION 1 - Technical Specifications STANDARD SPECIFICATIONS A . All work of this Contract shall conform to the applicable technical specifications of Florida Department of Transportation Standard Specifications for Road and Bridge Construction , 2007 , and Supplemental Specification , Special Provisions and addenda thereto , except as modified and supplemented hereinafter. Reference to Article numbers herein-after apply to the FDOT Standard Specifications , and reference in FDOT Standard Specifications to Department shall be taken as the Owner or its appointed Representative . Wherever the Specifications , Supplementals , etc. may refer to the "Owner ', "Department" , "State of Florida Department of Transportation' , or words relating to offices of State Government, such words shall be taken as meaning Owner or Indian River County, Florida . Wherever the word "Owner's Engineer', " District Engineer" , "Engineer' , "Project Engineer", etc. , appears, it shall be taken to mean the Registered Professional Project Engineer of the Indian RiverCounty Public Works Department, Engineering Division acting directly or through duly authorized representatives . Wherever the word " Resident Engineer" appears , it shall be taken to mean an authorized representative of the Owner's Engineer on the Project (Resident Construction Inspector) who will act as an agent for Indian River County, assigned to observe the progress quantity and quality of the work. The work to be performed per sheet Bid item 1643-700 and all other utility work shall conform to the applicable technical specifications of Indian River County Department of Utility Services , Water, Wastewater, Utility Standards Dated February, 2008 . The work to be performed per line items 700 through 711 shall conform to the applicable standards of Indian River County Typical Drawings for Pavement Markings , Signing & Geometrics Dated September 5 , 2000 . SECTION 4- SCOPE OF WORK Section 4-3 . 9 Value Engineering Incentive is deleted in its entirety . SECTION 101 - MOBILIZATION The work specified in this section shall conform to Section 101 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007 Edition) I FAEngineeringlcapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-06.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 101 - 1 - Mobilization - Lump Sum SECTION 102 - MAINTENANCE OF TRAFFIC The work specified in this item shall conform to Section 102 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007 Edition ) , except as modified herein . A. GENERAL PROVISIONS-DESCRIPTION The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period , including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities ; the providing of necessary facilities for access to residences , businesses , etc. , along the project; the furnishing , installing and maintaining of traffic control and safety devices during construction , the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans . The term , Maintenance of Traffic , as used herein , shall include all of such facilities , devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance ; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section . B . BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre-construction conference . The Maintenance of Traffic Plan shall indicate the type and location of all signs , lights , barricades , striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen . The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan , alternate proposals will be considered when they are found to be equal to or better than the plan specified . In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing . Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received . The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. The Contractor shall be responsible for performing daily inspections, including weekends and holidays , with some inspections at nighttime , of the installations on 2 FAEngineering\Capital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 101 - 1 - Mobilization - Lump Sum SECTION 102 - MAINTENANCE OF TRAFFIC The work specified in this item shall conform to Section 102 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007 Edition ) , except as modified herein . A. GENERAL PROVISIONS-DESCRIPTION The work specified in this Section consists of maintaining traffic within the limits of the project for the duration of the construction period , including any temporary suspensions of the work. It shall include the construction and maintenance of any necessary detour facilities ; the providing of necessary facilities for access to residences , businesses , etc. , along the project; the furnishing , installing and maintaining of traffic control and safety devices during construction , the control of dust through the use of calcium chloride if necessary, and any other special requirements for safe and expeditious movement of traffic as may be called for on the plans . The term , Maintenance of Traffic , as used herein , shall include all of such facilities , devices and operations as are required for the safety and convenience of the public as well as for minimizing public nuisance ; all as specified in this Itemized Section 14 of these provisions and Paragraph 24 in General Conditions Section . B . BEGINNING DATE OF CONTRACTOR'S RESPONSIBILITY: The Contractor shall present his Maintenance of Traffic Plan at the pre-construction conference . The Maintenance of Traffic Plan shall indicate the type and location of all signs , lights , barricades , striping and barriers to be used for the safe passage of pedestrians and vehicular traffic through the project and for the protection of the workmen . The plan will indicate conditions and setups for each phase of the Contractor's activities. When the project plans include or specify a specific Maintenance of Traffic Plan , alternate proposals will be considered when they are found to be equal to or better than the plan specified . In no case may the Contractor begin work until the Maintenance of Traffic Plan has been approved in writing by the Engineer. Modifications to the Maintenance of Traffic Plan that become necessary shall also be approved in writing . Except in an emergency, no changes to the approved plan will be allowed until approval to change such plan has been received . The cost of all work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. The Contractor shall be responsible for performing daily inspections, including weekends and holidays , with some inspections at nighttime , of the installations on 2 FAEngineering\Capital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc the project and replace all equipment and devices not conforming with the approved standards during that inspection . The project personnel will be advised of the schedule of these inspections and be given the opportunity to join in the inspection as is deemed necessary. C . TRAFFIC CONTROL - STANDARDS : The FDOT Design Standards For Design Construction Maintenance and Utility Operations On The State Highway System , Edition as dated on the plans set forth the basic principles and prescribes minimum standards to be followed in the design , application , installation , maintenance and removal of all traffic control devices and all warning devices and barriers which are necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional traffic control devices warning devices , barriers or other safety devices will be required where unusual , complex or particularly hazardous conditions exist. The above referenced standards were developed using F. H .W.A. , U . S . D . O . T. Manual on Uniform Traffic Control Devices (M TCD) D . TRAFFIC CONTROL DEVICES WARNING DEVICES AND BARRIERS - INSTALLATION : The responsibility for installation and maintenance of adequate traffic control devices , warning devices and barriers , for the protection of the travel in public and workmen , as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to recommendations of the Engineer. The required traffic control devices , warning devices and barriers shall be erected by the Contractor prior to creation of any hazardous condition and in conjunction with any necessary re-routing of traffic. The Contractor shall immediately remove , turn or cover any devices or barriers which do not apply to existing conditions . All traffic control devices shall conform to MUTCD standards and shall be clean and relatively undamaged . Damaged devices diminishing legibility and recognition , during either night or day conditions , are not acceptable for use . E . NO WAIVER OF LIABILITY The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article , and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F . Non -Compliance : Should the Owner or Engineer determine that traffic within the project is not being maintained in accordance with the approved traffic control plan or presents a public safety concern , the contractor shall have until the end of the working day, in which notification is given , to take action to modify the maintenance of traffic. Should the contractor fail to make such modification the Owner shall have the option to fine the Contractor $400 per day until remedied . G . Contractor's Maintenance of Traffic Plan shall maintain continues vehicular traffic on 66th Avenue at all times . The Contractor shall maintain one lane of traffic at all times during 66th Avenue cross drain culvert constructions . Owner shall have option 3 F:\EngineennglCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specrfioations - Revised 10-02-08.doc the project and replace all equipment and devices not conforming with the approved standards during that inspection . The project personnel will be advised of the schedule of these inspections and be given the opportunity to join in the inspection as is deemed necessary. C . TRAFFIC CONTROL - STANDARDS : The FDOT Design Standards For Design Construction Maintenance and Utility Operations On The State Highway System , Edition as dated on the plans set forth the basic principles and prescribes minimum standards to be followed in the design , application , installation , maintenance and removal of all traffic control devices and all warning devices and barriers which are necessary to protect the public and workmen from hazards within the project limits. The standards established in the aforementioned manual constitute the minimum requirements for normal conditions, and additional traffic control devices warning devices , barriers or other safety devices will be required where unusual , complex or particularly hazardous conditions exist. The above referenced standards were developed using F. H .W.A. , U . S . D . O . T. Manual on Uniform Traffic Control Devices (M TCD) D . TRAFFIC CONTROL DEVICES WARNING DEVICES AND BARRIERS - INSTALLATION : The responsibility for installation and maintenance of adequate traffic control devices , warning devices and barriers , for the protection of the travel in public and workmen , as well as to safeguard the work area in general shall rest with the Contractor. Consideration shall be given to recommendations of the Engineer. The required traffic control devices , warning devices and barriers shall be erected by the Contractor prior to creation of any hazardous condition and in conjunction with any necessary re-routing of traffic. The Contractor shall immediately remove , turn or cover any devices or barriers which do not apply to existing conditions . All traffic control devices shall conform to MUTCD standards and shall be clean and relatively undamaged . Damaged devices diminishing legibility and recognition , during either night or day conditions , are not acceptable for use . E . NO WAIVER OF LIABILITY The Contractor shall conduct his operations in such a manner that no undue hazard will result due to the requirements of this article , and the procedures and policies described therein shall in no way act as a waiver of any of the terms of the liability of the Contractor or his surety. F . Non -Compliance : Should the Owner or Engineer determine that traffic within the project is not being maintained in accordance with the approved traffic control plan or presents a public safety concern , the contractor shall have until the end of the working day, in which notification is given , to take action to modify the maintenance of traffic. Should the contractor fail to make such modification the Owner shall have the option to fine the Contractor $400 per day until remedied . G . Contractor's Maintenance of Traffic Plan shall maintain continues vehicular traffic on 66th Avenue at all times . The Contractor shall maintain one lane of traffic at all times during 66th Avenue cross drain culvert constructions . Owner shall have option 3 F:\EngineennglCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specrfioations - Revised 10-02-08.doc to fine the Contractor $ 1 , 000 . 00 per day for Maintenance of Traffic Plan non- compliance . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 102- 1 - Maintenance of Traffic - Lump Sum Bid Item No . 102- 1 -A — Traffic Control Officer (Off Duty Law Enforcement) — Man Hours SECTION 104 - EROSION AND WATER POLLUTION CONTROL PART 1 — GENERAL 1 . 1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area . The pollution control measures shall prevent turbid or otherwise polluted waters from being discharged from the construction site or work area , to undeveloped portions of the site or off-site . B . The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense . The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area . C . The pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project' s construction . The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures , when in the sole opinion of the OWNER, they are warranted . If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution , beyond those specified in the Drawings or herein , implement additional best management practices as necessary, in accordance with Chapter 4 , "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual , included herein in Appendix "B". D . The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section . Alternatively, the OWNER may halt the CONTRACTOR 's operations until the CONTRACTOR is in full compliance with this Section . If the OWNER halts the CONTRACTOR' s work as a result of its failure to comply with this Section , the Construction Contract time clock will continue to run . 4 F:1Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-08.doc to fine the Contractor $ 1 , 000 . 00 per day for Maintenance of Traffic Plan non- compliance . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 102- 1 - Maintenance of Traffic - Lump Sum Bid Item No . 102- 1 -A — Traffic Control Officer (Off Duty Law Enforcement) — Man Hours SECTION 104 - EROSION AND WATER POLLUTION CONTROL PART 1 — GENERAL 1 . 1 SCOPE A. This Section covers erosion control and the treatment of dewatering water and stormwater runoff from the construction site and work area . The pollution control measures shall prevent turbid or otherwise polluted waters from being discharged from the construction site or work area , to undeveloped portions of the site or off-site . B . The OWNER considers pollution from dewatering water and stormwater runoff from a construction site or work area to be a very serious offense . The CONTRACTOR is solely responsible for preventing pollution caused by dewatering water and stormwater runoff from the construction site or work area . C . The pollution control measures specified herein represent minimum standards to be adhered to by the CONTRACTOR throughout the Project' s construction . The OWNER reserves the right to require the CONTRACTOR to employ additional pollution control measures , when in the sole opinion of the OWNER, they are warranted . If site specific conditions require additional erosion and stormwater pollution control measures during any phase of construction or operation to prevent erosion or to control sediment or other pollution , beyond those specified in the Drawings or herein , implement additional best management practices as necessary, in accordance with Chapter 4 , "Best Management Practices for Erosion and Sedimentation Control" of the Florida Erosion and Sediment Control Inspector's Manual , included herein in Appendix "B". D . The OWNER may terminate this Contract if the CONTRACTOR fails to comply with this Section . Alternatively, the OWNER may halt the CONTRACTOR 's operations until the CONTRACTOR is in full compliance with this Section . If the OWNER halts the CONTRACTOR' s work as a result of its failure to comply with this Section , the Construction Contract time clock will continue to run . 4 F:1Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-08.doc E . In addition to these Specifications , comply with Chapter 4 , "Best Management Practices for Erosion and Sedimentation Control " of the Florida Erosion and Sediment Control Inspector's Manual , included herein in Appendix "B . " If there is a conflict between the referenced Chapter 4 and these Specifications , the more stringent requirement shall prevail . 1 .2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR A . The OWNER has obtained certain permits for this project and they are listed in paragraph SC-6 . 08 of the Supplementary Conditions . Per paragraph SC- 6 . 08 . 13 of the Supplementary Conditions , the CONTRACTOR shall apply for, obtain , and pay for all other required permits and licenses . This may include but not be limited to : 1 . Long -term or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD) . Contact SJRWMD at (321 ) 984-4940 to determine which permit is required and the associated statutory requirements ; and 2 . The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities. Contact the Florida Department of Environmental Protection (FDEP) at (866) 336-6312 (toll free) or (850) 245-7522 or www. d ep . state . fl . us/water/stormwater/npdes/ 3 . Florida Department of Environmental Protection ( FDEP) "Notice of Intent to Use Generic Permit for Stormwater Discharge From Construction Activities That Disturb one or More Acres of Land and Contributes stormwater discharges to surface waters of the State or into a municipal separate storm sewer system (MS4) permit application form . Contact FDEP at (407) 894- 7555 or (850) 921 -9904 ; and 4 . U . S . Environmental Protection Agency (EPA) " Notice of Intent ( NOI) for Storm Water Discharges Associated With Construction Activity Under a NPDES General Permit. " B . Provide copies of all permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER . If there is a conflict between any permit requirement and these Specifications , the more stringent specification or requirement shall govern . 1 . 3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans and approved for use by the OWNER and applicable permitting authorities . B . From time to time , the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by s FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc E . In addition to these Specifications , comply with Chapter 4 , "Best Management Practices for Erosion and Sedimentation Control " of the Florida Erosion and Sediment Control Inspector's Manual , included herein in Appendix "B . " If there is a conflict between the referenced Chapter 4 and these Specifications , the more stringent requirement shall prevail . 1 .2 SOME PERMITS TO BE OBTAINED BY THE CONTRACTOR A . The OWNER has obtained certain permits for this project and they are listed in paragraph SC-6 . 08 of the Supplementary Conditions . Per paragraph SC- 6 . 08 . 13 of the Supplementary Conditions , the CONTRACTOR shall apply for, obtain , and pay for all other required permits and licenses . This may include but not be limited to : 1 . Long -term or short-term dewatering permit as required by the St. Johns River Water Management District (SJRWMD) . Contact SJRWMD at (321 ) 984-4940 to determine which permit is required and the associated statutory requirements ; and 2 . The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities. Contact the Florida Department of Environmental Protection (FDEP) at (866) 336-6312 (toll free) or (850) 245-7522 or www. d ep . state . fl . us/water/stormwater/npdes/ 3 . Florida Department of Environmental Protection ( FDEP) "Notice of Intent to Use Generic Permit for Stormwater Discharge From Construction Activities That Disturb one or More Acres of Land and Contributes stormwater discharges to surface waters of the State or into a municipal separate storm sewer system (MS4) permit application form . Contact FDEP at (407) 894- 7555 or (850) 921 -9904 ; and 4 . U . S . Environmental Protection Agency (EPA) " Notice of Intent ( NOI) for Storm Water Discharges Associated With Construction Activity Under a NPDES General Permit. " B . Provide copies of all permits to the OWNER and ENGINEER and comply with all conditions contained in all permits at no extra cost to the OWNER . If there is a conflict between any permit requirement and these Specifications , the more stringent specification or requirement shall govern . 1 . 3 GENERAL A. Do not begin any other construction work until the pollution control and treatment system has been constructed in accordance with approved plans and approved for use by the OWNER and applicable permitting authorities . B . From time to time , the OWNER or ENGINEER will inspect the pollution control and treatment system and may take effluent samples for analysis by s FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc a testing laboratory selected and paid for by the OWNER. If at any time , the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system , the OWNER or ENGINEER will shut the portion of the project down that is not in compliance , and it shall remain shut-down until the pollution control and treatment system is properly constructed or repaired , and complies with the approved pollution control and treatment system plans and specifications . C . Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased , but in no case more than 7 days afterthe construction activity in that portion of the site has temporarily or permanently ceased . D . Inspect each pollution control system at least once per day. Clean and maintain each pollution control system as required by its manufacturer or the OWNER, until the system is no longer needed . If a water quality violation occurs , immediately cease all work contributing to the water quality violation and correct the problem . E. Discharge shall not violate State or local water quality standards in the receiving waters , nor cause injury to the public health or to public or private property, nor to the Work completed or in progress . The receiving point for water from construction operations shall be approved by the applicable regulatory agency and the ENGINEER. F . Promptly repair all damage at no cost to the OWNER. 1 .4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 01340 Supplementary Conditions to the General Conditions . B . Stormwater Pollution Prevention Plan . 1 . 5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS REQUIRED FOR DESIGN INSTALLATION AND MAINTENANCE A. Site-specific design of the erosion and stormwater pollution control system , and installation and maintenance of all erosion and stormwater pollution control devices , shall be by a State certified erosion control specialty subcontractor who specializes in the design , installation , and maintenance of such devices . After installation , this subcontractor shall maintain the 6 F:\Engineering\Capital ProjectsM20-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsUechnical Specifications - Revised 10-02-08.doc a testing laboratory selected and paid for by the OWNER. If at any time , the OWNER or ENGINEER determines that the pollution control and treatment system is not in compliance with the approved system , the OWNER or ENGINEER will shut the portion of the project down that is not in compliance , and it shall remain shut-down until the pollution control and treatment system is properly constructed or repaired , and complies with the approved pollution control and treatment system plans and specifications . C . Schedule construction to minimize erosion and stormwater runoff from the construction site. Implement erosion control measures on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased , but in no case more than 7 days afterthe construction activity in that portion of the site has temporarily or permanently ceased . D . Inspect each pollution control system at least once per day. Clean and maintain each pollution control system as required by its manufacturer or the OWNER, until the system is no longer needed . If a water quality violation occurs , immediately cease all work contributing to the water quality violation and correct the problem . E. Discharge shall not violate State or local water quality standards in the receiving waters , nor cause injury to the public health or to public or private property, nor to the Work completed or in progress . The receiving point for water from construction operations shall be approved by the applicable regulatory agency and the ENGINEER. F . Promptly repair all damage at no cost to the OWNER. 1 .4 SUBMITTALS A. Shop Drawings: Submit shop drawings of the proposed pollution control and treatment systems in accordance with Section 01340 Supplementary Conditions to the General Conditions . B . Stormwater Pollution Prevention Plan . 1 . 5 STATE CERTIFIED EROSION CONTROL SPECIALTY SUBCONTRACTOR IS REQUIRED FOR DESIGN INSTALLATION AND MAINTENANCE A. Site-specific design of the erosion and stormwater pollution control system , and installation and maintenance of all erosion and stormwater pollution control devices , shall be by a State certified erosion control specialty subcontractor who specializes in the design , installation , and maintenance of such devices . After installation , this subcontractor shall maintain the 6 F:\Engineering\Capital ProjectsM20-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecsUechnical Specifications - Revised 10-02-08.doc erosion and stormwater pollution control devices until the devices are no longer necessary . ( Note : The CONTRACTOR may install and maintain the erosion and stormwater pollution control system under the direction of the State certified erosion control specialty subcontractor. ) Before beginning construction , submit to the ENGINEER for review, a Stormwater Pollution Prevention Plan , prepared by the State certified erosion control subcontractor. Construction shall not begin until the Stormwater Pollution Prevention Plan has been submitted to the ENGINEER . The CONTRACTOR shall complete the certification provided at the end of this Section and it shall be a part of the Stormwater Pollution Prevention Plan . 1 .6 " POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. Except as may be defined otherwise in paragraphs 1 . 6 . B , 1 . 6 . C , and 1 . 6 . D , "pollution " is the presence in off-site waters of any substances , contaminants , or manmade or human -induced impairment of waters or alteration of the chemical , physical , biological , or radiological integrity of water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare , animal or plant life , or property. Pollutants to be removed include but are not limited to , sediment and suspended solids , solid and sanitary wastes , phosphorus , nitrogen , pesticides , oil and grease , concrete truck washout, construction chemicals , and construction debris . B . When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When . . . An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR ' s discharge point(s) is 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s) . [See Fla. Administrative Code 62-302 . 530] The ENGINEER or OWNER shall determine the locations where the turbidity is measured . C . When the Discharge is not Directly Into an Existing Water Body, Pollution Occurs When . . . In some instances , dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as after traveling through pipes or by overland flow. Before construction commences , the OWNER or ENGINEER will measure background levels of total suspended solids (TSS) and turbidity, in the immediate vicinity of the discharge water's ultimate discharge point into the receiving water body. If the discharge water's TSS and turbidity measurements exceed these pre-construction background values by 29 NTUs for turbidity, then the discharge from the CONTRACTOR ' s operations is defined to be polluted . D . Pollution Always Occurs When . . . The discharge is defined to be polluted whenever any of the following is present in the discharge water: 7 FAEngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc erosion and stormwater pollution control devices until the devices are no longer necessary . ( Note : The CONTRACTOR may install and maintain the erosion and stormwater pollution control system under the direction of the State certified erosion control specialty subcontractor. ) Before beginning construction , submit to the ENGINEER for review, a Stormwater Pollution Prevention Plan , prepared by the State certified erosion control subcontractor. Construction shall not begin until the Stormwater Pollution Prevention Plan has been submitted to the ENGINEER . The CONTRACTOR shall complete the certification provided at the end of this Section and it shall be a part of the Stormwater Pollution Prevention Plan . 1 .6 " POLLUTION" AND CERTAIN UNCONTESTABLE POLLUTION EVENTS DEFINED A. Except as may be defined otherwise in paragraphs 1 . 6 . B , 1 . 6 . C , and 1 . 6 . D , "pollution " is the presence in off-site waters of any substances , contaminants , or manmade or human -induced impairment of waters or alteration of the chemical , physical , biological , or radiological integrity of water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare , animal or plant life , or property. Pollutants to be removed include but are not limited to , sediment and suspended solids , solid and sanitary wastes , phosphorus , nitrogen , pesticides , oil and grease , concrete truck washout, construction chemicals , and construction debris . B . When the Discharge is Directly Into an Existing Water Body, Pollution Occurs When . . . An existing water body (including ditches and canals) is defined to be polluted by the CONTRACTOR's operations when at any time, the turbidity of the water immediately downstream of the CONTRACTOR ' s discharge point(s) is 29 nephelometric turbidity units (NTUs) higher than the turbidity of the background water upstream of the discharge point(s) . [See Fla. Administrative Code 62-302 . 530] The ENGINEER or OWNER shall determine the locations where the turbidity is measured . C . When the Discharge is not Directly Into an Existing Water Body, Pollution Occurs When . . . In some instances , dewatering water or stormwater runoff from the construction site or work area may reach a water body indirectly, such as after traveling through pipes or by overland flow. Before construction commences , the OWNER or ENGINEER will measure background levels of total suspended solids (TSS) and turbidity, in the immediate vicinity of the discharge water's ultimate discharge point into the receiving water body. If the discharge water's TSS and turbidity measurements exceed these pre-construction background values by 29 NTUs for turbidity, then the discharge from the CONTRACTOR ' s operations is defined to be polluted . D . Pollution Always Occurs When . . . The discharge is defined to be polluted whenever any of the following is present in the discharge water: 7 FAEngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc ( 1 ) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity , (3) Any chemical in any quantity, or (4) Concentrated pollutants . E . Above paragraphs 1 . 6 . 13 , 1 . 6 . C , and 1 . 6 . D do not in anyway, limit the types of conditions in which pollution may be determined to occur. 1 . 7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's other remedies listed herein , if the CONTRACTOR fails to comply with this Section and erosion or pollution is caused by dewatering water or stormwater runoff from the construction site , the OWNER will report the violations to the Indian River County Code Enforcement Board , SJRWMD , Indian River Farms Water Control District (or other F . S . Chapter 298 Drainage District, as appropriate) , and other pertinent regulatory or enforcement agencies . PART 2 - MATERIALS AND INSTALLATION 2 . 1 GENERAL A. Staked Silt Fences: 1 . General : Use silt fences to control runoff from the construction site where the soil has been disturbed . 2 . Installation : Install per the manufacture's recommendations and as specified herein . In general , install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing . Place the bottom of the fabric 6-inches minimum , under compacted soil to prevent the flow of sediment underneath the fence . Otherwise , install in accordance with FDOT Index No . 102 . 3 . Removal : Contractor is responsible for removal of silt screens. 4 . Product: All material shall be new and unused . Use FDOT Type IV silt fences where large sediment loads are anticipated , where slopes are 1 : 2 (vertical : horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type III silt fence . (a) For FDOT Type III Silt Fence - ACF Environmental , Catalog No . 360800000 , Florida DOT Silt Fence . U . S . Sieve = 30, tensile strength = 120 pounds . The heavy-duty filter fabric shall be pre-attached to 48-inch long stakes on 6-foot centers. ( 1 -800-448-3636) . (b) For FDOT Type IV Silt Fence , modify the above Catalog No . 360800000 to comply with FDOT Index No . 102 . (c) Or equivalent. 8 FAEngineering\Capital Projects19920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\TechnicaI Specifications - Revised 10-02-08.doc ( 1 ) Hazardous waste or hazardous materials in any quantity, (2) Any petroleum product or by-product in any quantity , (3) Any chemical in any quantity, or (4) Concentrated pollutants . E . Above paragraphs 1 . 6 . 13 , 1 . 6 . C , and 1 . 6 . D do not in anyway, limit the types of conditions in which pollution may be determined to occur. 1 . 7 PENALTIES FOR NONCOMPLIANCE WITH THIS SECTION A. In addition to the OWNER's other remedies listed herein , if the CONTRACTOR fails to comply with this Section and erosion or pollution is caused by dewatering water or stormwater runoff from the construction site , the OWNER will report the violations to the Indian River County Code Enforcement Board , SJRWMD , Indian River Farms Water Control District (or other F . S . Chapter 298 Drainage District, as appropriate) , and other pertinent regulatory or enforcement agencies . PART 2 - MATERIALS AND INSTALLATION 2 . 1 GENERAL A. Staked Silt Fences: 1 . General : Use silt fences to control runoff from the construction site where the soil has been disturbed . 2 . Installation : Install per the manufacture's recommendations and as specified herein . In general , install the silt fence in a manner that allows it to stop the water long enough for the sediment to settle while the water passes through the silt fence fabric. All supporting posts shall be on the down-slope side of the fencing . Place the bottom of the fabric 6-inches minimum , under compacted soil to prevent the flow of sediment underneath the fence . Otherwise , install in accordance with FDOT Index No . 102 . 3 . Removal : Contractor is responsible for removal of silt screens. 4 . Product: All material shall be new and unused . Use FDOT Type IV silt fences where large sediment loads are anticipated , where slopes are 1 : 2 (vertical : horizontal) or steeper, or as directed by the ENGINEER; otherwise use FDOT Type III silt fence . (a) For FDOT Type III Silt Fence - ACF Environmental , Catalog No . 360800000 , Florida DOT Silt Fence . U . S . Sieve = 30, tensile strength = 120 pounds . The heavy-duty filter fabric shall be pre-attached to 48-inch long stakes on 6-foot centers. ( 1 -800-448-3636) . (b) For FDOT Type IV Silt Fence , modify the above Catalog No . 360800000 to comply with FDOT Index No . 102 . (c) Or equivalent. 8 FAEngineering\Capital Projects19920- 16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\TechnicaI Specifications - Revised 10-02-08.doc B . Turbidity Barriers : 1 . General : Use turbidity barriers to control sediment contamination of rivers , lakes , ponds , canals , etc. 2 . Installation : Install perthe manufacturer's recommendations and per FDOT Index No . 103 unless directed otherwise by the ENGINEER . 3 . Removal : Contractor is responsible for disposal of turbidity barriers . 4 . Product: All material shall be new and unused . The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. a . Parker Systems , Inc . ( 1 -866-472-7537) , model Type I . b . Or equivalent. C . Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags : 1 . Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag . The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double-needle machine, using a high strength nylon thread . The bag shall have a fill spout large enough to accommodate a 4-inch pump discharge hose . Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered . 2 . Installation : Install in accordance with the manufacturer's specifications . Use as many filter bags as required , at no additional cost to the OWNER . Dispose of the bags offsite , at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate . 3 . Product : The filter bag shall be supplied with lifting straps . a . " DIRTBAG 53 or 55 as applicable , " supplied by ACF Environmental , Inc . ( 1 -800-448-3636) . b . " DANDY DEWATERING BAG" supplied by Dandy Products, Inc. ( 1 -800-591 -2284) . c. Or equivalent. D . Catch Basin Protection : 1 . Filter stormwater before it enters catch basins (drop inlets) . The "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double-needle machine , using a high strength nylon thread . The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features : two dump straps attached at the bottom to facilitate emptying ; lifting loops as an integral part of the system to be used to lift the sack from the basin ; and a yellow restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls . The yellow restraint chord shall also serve as a visual means of indicating when the sack should be emptied . 2 . Installation : Install in each catch basin in accordance with the manufacturer's specifications . Use as many of the specified filtration 9 FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Speos\Technical Specifications - Revised 10-02-08.doc B . Turbidity Barriers : 1 . General : Use turbidity barriers to control sediment contamination of rivers , lakes , ponds , canals , etc. 2 . Installation : Install perthe manufacturer's recommendations and per FDOT Index No . 103 unless directed otherwise by the ENGINEER . 3 . Removal : Contractor is responsible for disposal of turbidity barriers . 4 . Product: All material shall be new and unused . The turbidity barrier shall be a pervious barrier and the fabric color shall be yellow. a . Parker Systems , Inc . ( 1 -866-472-7537) , model Type I . b . Or equivalent. C . Sedimentation Control From Dewatering or Pumping Operations Using Filter Bags : 1 . Remove silt, sediment, and other particles from dewatering or pumping applications using a filter bag . The bag shall be manufactured using a polypropylene non -woven geotextile and sewn by a double-needle machine, using a high strength nylon thread . The bag shall have a fill spout large enough to accommodate a 4-inch pump discharge hose . Straps shall be attached to the bag to secure the hose and prevent pumped water from escaping without being filtered . 2 . Installation : Install in accordance with the manufacturer's specifications . Use as many filter bags as required , at no additional cost to the OWNER . Dispose of the bags offsite , at no cost to the OWNER. If the bags are placed on aggregate to facilitate filtration efficiency, do not use limerock aggregate . 3 . Product : The filter bag shall be supplied with lifting straps . a . " DIRTBAG 53 or 55 as applicable , " supplied by ACF Environmental , Inc . ( 1 -800-448-3636) . b . " DANDY DEWATERING BAG" supplied by Dandy Products, Inc. ( 1 -800-591 -2284) . c. Or equivalent. D . Catch Basin Protection : 1 . Filter stormwater before it enters catch basins (drop inlets) . The "sack" shall be manufactured from woven polypropylene geotextile and sewn by a double-needle machine , using a high strength nylon thread . The sack shall be manufactured to fit the opening of the catch basin or drop inlet and it shall have the following features : two dump straps attached at the bottom to facilitate emptying ; lifting loops as an integral part of the system to be used to lift the sack from the basin ; and a yellow restraint chord approximately halfway up the sack to keep the sides away from the catch basin walls . The yellow restraint chord shall also serve as a visual means of indicating when the sack should be emptied . 2 . Installation : Install in each catch basin in accordance with the manufacturer's specifications . Use as many of the specified filtration 9 FAEngineeringlCapital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Speos\Technical Specifications - Revised 10-02-08.doc devices as required , at no additional cost to the OWNER . 3 . Removal : The Contractor will be responsible for removal of all filtration devices . 4 . Product: All materials shall be new and unused . a . "SILTSACK" (regularflow) , supplied by ACF Environmental , Inc. ( 1 - 800-448-3636) . b . "FloGuard + PLUS , " supplied by Kristar Enterprises , Inc. ( 1 -800-579-8819) . c. Or equivalent. E . Construction Site Egress Driveways : Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels . Construct a crushed rock driving surface at the vehicle exit point(s) . Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area . Provide wash-down stations as required to wash vehicle tires and retain all washwater on-site . F. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1 . Crushed Limerock: Crushed limerock shall not be used under any circumstance . 2 . Acceptable Material : FDOT #4 non-calcareous aggregate (usually granite) , washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction , Section 901 . G . Hay Bales : Hay bales shall not be used . PART 3 - EXECUTION A. Design , construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104- 1 - Erosion and Water Pollution Control - Lump Sum (The rest of this page intentionally left blank) 10 F:1En9ineer1ng\Capita1 Projects19920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs7echnical Specifications - Revised 10-02-08.doc devices as required , at no additional cost to the OWNER . 3 . Removal : The Contractor will be responsible for removal of all filtration devices . 4 . Product: All materials shall be new and unused . a . "SILTSACK" (regularflow) , supplied by ACF Environmental , Inc. ( 1 - 800-448-3636) . b . "FloGuard + PLUS , " supplied by Kristar Enterprises , Inc. ( 1 -800-579-8819) . c. Or equivalent. E . Construction Site Egress Driveways : Minimize the transport of sediment and soil from the construction site or work area by vehicle wheels . Construct a crushed rock driving surface at the vehicle exit point(s) . Provide an area large enough to remove the sediment and soil from vehicle wheels before the vehicle leaves the construction site or work area . Provide wash-down stations as required to wash vehicle tires and retain all washwater on-site . F. Rock and Stone for Erosion Control and Pollution Control and Treatment: 1 . Crushed Limerock: Crushed limerock shall not be used under any circumstance . 2 . Acceptable Material : FDOT #4 non-calcareous aggregate (usually granite) , washed and meeting the requirements of FDOT Standard Specifications for Road and Bridge Construction , Section 901 . G . Hay Bales : Hay bales shall not be used . PART 3 - EXECUTION A. Design , construct, and maintain the pollution control and treatment system to minimize erosion and capture and remove pollutants from the construction site and from all other areas disturbed by construction activities . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No. 104- 1 - Erosion and Water Pollution Control - Lump Sum (The rest of this page intentionally left blank) 10 F:1En9ineer1ng\Capita1 Projects19920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs7echnical Specifications - Revised 10-02-08.doc CONTRACTOR' S CERTIFICATION REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM THE CONSTRUCTION SITE (TO BE MADE A PART OF THE STORMWATER POLLUTION PREVENTION PLAN ) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he or she is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state , did on the day of 20 , enter into a contract for the performance of certain work, more particularly described as follows : ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60 UNDER PENALTY OF PERJURY , affiant further says that he or she understands and shall comply with , the terms and conditions of the following : 1 . The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities , 2 . The Stormwater Pollution Prevention Plan , 3 . Section 02225 of the Specifications - Erosion Control and Treatment of Dewatering Water and Stormwater From the Construction Site, 4 . The St. Johns River Water Management District permit , and 5 . All Codes and Ordinances of Indian River County . (Corporate Sea]) (Contractor) By: Subscribed and sworn to before me this _ day of 20_ Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + ii F:1EngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-08 .doc CONTRACTOR' S CERTIFICATION REGARDING EROSION CONTROL AND TREATMENT OF DEWATERING WATER AND STORMWATER FROM THE CONSTRUCTION SITE (TO BE MADE A PART OF THE STORMWATER POLLUTION PREVENTION PLAN ) STATE OF COUNTY OF Personally before me the undersigned officer, authorized by the laws of said state to administer oaths , comes , who on oath says : That he or she is the CONTRACTOR with whom Indian River County, Florida , a political subdivision of said state , did on the day of 20 , enter into a contract for the performance of certain work, more particularly described as follows : ROADWAY IMPROVEMENTS TO 16th STREET FROM 74th AVENUE TO 66th AVENUE AND 66th AVENUE FROM 16th STREET TO S . R. 60 UNDER PENALTY OF PERJURY , affiant further says that he or she understands and shall comply with , the terms and conditions of the following : 1 . The State of Florida Generic Permit for Stormwater Discharge From Large and Small Construction Activities , 2 . The Stormwater Pollution Prevention Plan , 3 . Section 02225 of the Specifications - Erosion Control and Treatment of Dewatering Water and Stormwater From the Construction Site, 4 . The St. Johns River Water Management District permit , and 5 . All Codes and Ordinances of Indian River County . (Corporate Sea]) (Contractor) By: Subscribed and sworn to before me this _ day of 20_ Notary Public State of Florida at Large My Commission expires : + + END OF SECTION + + ii F:1EngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnical Specifications - Revised 10-02-08 .doc SECTION 108 — RECORD DRAWINGS/AS-BUILT DRAWINGS GENERAL A. Maintain and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified in Divisions the Supplementary Conditions . B . Maintenance of Documents : 1 . Maintain in CONTRACTOR 's field office in clean , dry, legible condition complete sets of the following : Drawings , Specifications , Addenda , approved Shop Drawings , samples , photographs , Change Orders , other modifications of Contract Documents , test records , survey data , Field Orders , and all other documents pertinent to CONTRACTOR'S Work. 2 . Provide files and racks for proper storage and easy access . 3 . Make documents available at all times for inspection by ENGINEER and OWNER . 4 . Do not use record documents for any other purpose and do not remove them from the field office . C . Recording : 1 . Label each document "PROJECT RECORD" in 2-inch high printed letters. 2 . Keep record documents current. 3 . Do not permanently conceal any Work until required information has been recorded . RECORD AS-BUILT DRAWINGS A . During the entire construction operation , the CONTRACTOR shall maintain records of all deviations from the Drawings and Specifications and shall prepare there from "record " drawings showing correctly and accurately all changes and deviations from the work , made during construction to reflect the work as it was actually constructed . B . Record/As-Built survey shall be performed and subsequent plans prepared by a registered Professional Surveyor and Mapper in the state of Florida and certified per standards as set forth within Florida Statutes , Administrative code and Minimum Technical Standards forthat type of surrey . All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida accordingly. The following items are required to be shown on County project Record/As-Built drawings submitted to ENGINEER: 12 F:1Engineering%Capital Projects19920-16th St, 74th Ave to 66th Ave19920 contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc SECTION 108 — RECORD DRAWINGS/AS-BUILT DRAWINGS GENERAL A. Maintain and provide the ENGINEER with record documents as specified below, except where otherwise specified or modified in Divisions the Supplementary Conditions . B . Maintenance of Documents : 1 . Maintain in CONTRACTOR 's field office in clean , dry, legible condition complete sets of the following : Drawings , Specifications , Addenda , approved Shop Drawings , samples , photographs , Change Orders , other modifications of Contract Documents , test records , survey data , Field Orders , and all other documents pertinent to CONTRACTOR'S Work. 2 . Provide files and racks for proper storage and easy access . 3 . Make documents available at all times for inspection by ENGINEER and OWNER . 4 . Do not use record documents for any other purpose and do not remove them from the field office . C . Recording : 1 . Label each document "PROJECT RECORD" in 2-inch high printed letters. 2 . Keep record documents current. 3 . Do not permanently conceal any Work until required information has been recorded . RECORD AS-BUILT DRAWINGS A . During the entire construction operation , the CONTRACTOR shall maintain records of all deviations from the Drawings and Specifications and shall prepare there from "record " drawings showing correctly and accurately all changes and deviations from the work , made during construction to reflect the work as it was actually constructed . B . Record/As-Built survey shall be performed and subsequent plans prepared by a registered Professional Surveyor and Mapper in the state of Florida and certified per standards as set forth within Florida Statutes , Administrative code and Minimum Technical Standards forthat type of surrey . All said surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida accordingly. The following items are required to be shown on County project Record/As-Built drawings submitted to ENGINEER: 12 F:1Engineering%Capital Projects19920-16th St, 74th Ave to 66th Ave19920 contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc As per Chapter 472 , Florida Statutes and Chapter 61G17-6 . 007 Florida Administrative Code As-Built — Record — Specific Purpose Surveys : A Professional Surveyor and Mapper licensed in the state of Florida shall provide an adequate Record/As- Built survey as it relates to the regulations and standards established for said surveys . AND Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans . Clearly shows by symbols , notations , or delineations , those constructed improvements located by the survey. 1 . Right-of-way Swale/Drainage — All culvert inverts , elevations and station offsets ; inlet grate and bottom elevations ; Swale beginning and end bottom elevations ; and highs and lows along top of bank. Size of Swale . 2 . Pipe Culvert/PVC Sleeves — All inverts , stations and offsets . 3 . Outfalls — All pipe inverts , elevations and station offsets , weir box elevations , weir elevation , and sizes . 4 . Roadway/Off Site Drainage — All inverts , elevations and station offsets ; manhole top elevation ; grate top elevations . 5 . Retention Ponds — Perimeter elevations , grade breaks , depths , and calculate pond area at control elevation and grade breaks above water surface . 6 . Roadway: a . Stations and offset related to controlling baseline and elevations of all structures , side street and major driveway radius returns (edge of pavement) , bends and/or change in direction of roadway alignment, OR minimum at 1000 ' intervals along roadway alignment . b . Elevations along Profile Grade Line (PGL) , of all edge of pavements either side of Profile Grade Line (PGL) , at medians at the high/low and PVI points along Profile Grade Line ( PGL) . c . All final Elevations to be plotted on PGL AND Plan - Profile sheets as applicable . d . Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets . D . 1 . Survey Control : Install/re-establish new roadway alignment control points (Survey Baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion . Include all intersections and side streets . State Plane Coordinates and elevations for all control points . 2 . Either if shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s) , vertical control (bench marks) , property corners destroyed and/or disturbed during the scope of the project shall be properly re- established as per standards as set forth within Florida Statutes , Administrative code and Minimum Technical Standards for that type of survey. All said 13 FAEngineering%Capital Projects\9920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs%Technical Specifications - Revised 10-02-08.doc As per Chapter 472 , Florida Statutes and Chapter 61G17-6 . 007 Florida Administrative Code As-Built — Record — Specific Purpose Surveys : A Professional Surveyor and Mapper licensed in the state of Florida shall provide an adequate Record/As- Built survey as it relates to the regulations and standards established for said surveys . AND Field measurements of vertical or horizontal dimensions of constructed improvements shall be obtained so that the constructed facility can be delineated in such a way that the location of the construction may be compared with the construction plans . Clearly shows by symbols , notations , or delineations , those constructed improvements located by the survey. 1 . Right-of-way Swale/Drainage — All culvert inverts , elevations and station offsets ; inlet grate and bottom elevations ; Swale beginning and end bottom elevations ; and highs and lows along top of bank. Size of Swale . 2 . Pipe Culvert/PVC Sleeves — All inverts , stations and offsets . 3 . Outfalls — All pipe inverts , elevations and station offsets , weir box elevations , weir elevation , and sizes . 4 . Roadway/Off Site Drainage — All inverts , elevations and station offsets ; manhole top elevation ; grate top elevations . 5 . Retention Ponds — Perimeter elevations , grade breaks , depths , and calculate pond area at control elevation and grade breaks above water surface . 6 . Roadway: a . Stations and offset related to controlling baseline and elevations of all structures , side street and major driveway radius returns (edge of pavement) , bends and/or change in direction of roadway alignment, OR minimum at 1000 ' intervals along roadway alignment . b . Elevations along Profile Grade Line (PGL) , of all edge of pavements either side of Profile Grade Line (PGL) , at medians at the high/low and PVI points along Profile Grade Line ( PGL) . c . All final Elevations to be plotted on PGL AND Plan - Profile sheets as applicable . d . Elevations of edge of pavement and flow line at curb inlets and on the adjacent edge of pavement at curb inlets . D . 1 . Survey Control : Install/re-establish new roadway alignment control points (Survey Baseline or controlling line and all points as indicated on the plans or control sheet) upon final roadway completion . Include all intersections and side streets . State Plane Coordinates and elevations for all control points . 2 . Either if shown on plans or not: Any Public Land Corner or Governmental Survey Control point(s) , vertical control (bench marks) , property corners destroyed and/or disturbed during the scope of the project shall be properly re- established as per standards as set forth within Florida Statutes , Administrative code and Minimum Technical Standards for that type of survey. All said 13 FAEngineering%Capital Projects\9920-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs%Technical Specifications - Revised 10-02-08.doc surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re-establishments . RECORD/AS- BUILTS DRAWINGS FORMAT - SUBMITTALL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As- Built information . B . CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 2007 AND PDF format or in current version as agreed by the ENGINEER. C . CONTRACTOR' s surveyor shall review, sign and seal As-Builts or Record drawing (s) . Said drawing (s) shall clearly state , type of survey, positional tolerances , adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida , any standards set forth by Florida Statutes , Administrative code and Minimum Technical Standards for As- Built/Record surveys . D . All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible forthe accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR . COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER . Final payment will not be made until satisfactory record documents are received and approved by ENGINEER . AERIAL PHOTOGRAPH The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction . The photographs shall be done in a manner to show the construction progress the entire length of the project. It is estimated that five (5) photographs will be needed during one flight. The photographs can be angled and not to a particular scale however must be detailed enough to identify the work in detail . 14 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc surveying mentioned above shall be performed under the direct supervision of a registered Professional Surveyor and Mapper in the state of Florida and certified accordingly. Said Governmental agency(s) shall be notified in writing of disturbance and re-establishments . RECORD/AS- BUILTS DRAWINGS FORMAT - SUBMITTALL A. ENGINEER will supply the CONTRACTOR with the electronic file of the approved construction plans for the input of the As- Built information . B . CONTRACTOR shall deliver seven (7) certified sets of Record/As-Builts with Electronic Drawing files prepared in AutoCAD 2007 AND PDF format or in current version as agreed by the ENGINEER. C . CONTRACTOR' s surveyor shall review, sign and seal As-Builts or Record drawing (s) . Said drawing (s) shall clearly state , type of survey, positional tolerances , adhere and be certified to by a registered Professional Surveyor and Mapper in the state of Florida , any standards set forth by Florida Statutes , Administrative code and Minimum Technical Standards for As- Built/Record surveys . D . All Record/As-Built drawings are subject to review and approval by County Surveyor. ACCURACY The CONTRACTOR will be held responsible forthe accuracy and completeness of Record Drawings and Electronic As-Builts and shall bear any costs incurred in finding utilities as a result of incorrect data furnished by the CONTRACTOR . COMPLETION OF WORK Upon Substantial Completion of the Work, deliver Record Drawings/As-Built Drawings to ENGINEER . Final payment will not be made until satisfactory record documents are received and approved by ENGINEER . AERIAL PHOTOGRAPH The CONTRACTOR shall provide aerial photographs of the project every 30 days during construction . The photographs shall be done in a manner to show the construction progress the entire length of the project. It is estimated that five (5) photographs will be needed during one flight. The photographs can be angled and not to a particular scale however must be detailed enough to identify the work in detail . 14 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item 108- 1 — Record Drawings/As-Built Drawings - Lump Sum Bid Item 108-2 — N . P . D . E . S . Permitting — Lump Sum Bid Item 108-4 — Aerial Photography — Each Photograph SECTION NO . 110 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007) with the following modifications : A. Prior to any clearing and grubbing , the contractor will stake the right-of-way. Unimproved areas shall be cleared of trees, logs , stumps , brush , vegetation , rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected . Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps , roots , or perishable matter of any description shall remain under concrete slabs or footing , including pavement and sidewalks . B . No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved , after a review of the project site with the Contractor's representative . C . Where the final pavement or structural work will be close to existing trees , the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization , structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots . If directed by the Engineer or where shown on the drawings , work shall be done by hand in order to protect the trees . D . The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures . The Contractor shall not pull hair or major root structures . All severed roots shall be sawn clean and paint with pruning paint. Stumps , roots , etc . , shall be completely removed and disposed of by the Contractor. Undesirable, dead , and/or damaged trees (as so designated by the Engineer) shall be removed . E . All trees to be removed shall be disposed off site ; burning will be strictly prohibited . F . All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for is FAEngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-06.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item 108- 1 — Record Drawings/As-Built Drawings - Lump Sum Bid Item 108-2 — N . P . D . E . S . Permitting — Lump Sum Bid Item 108-4 — Aerial Photography — Each Photograph SECTION NO . 110 - CLEARING AND GRUBBING The work specified in this item shall conform to Section 110 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007) with the following modifications : A. Prior to any clearing and grubbing , the contractor will stake the right-of-way. Unimproved areas shall be cleared of trees, logs , stumps , brush , vegetation , rubbish and other perishable or objectionable matter within limits shown on the plans excepting for certain trees and shrubs shown on the plans or as directed by the Engineer which are to remain undisturbed and protected . Stumps and roots between slope stakes in cuts and in embankments 3 feet or less in depth shall be removed to a depth of 18 inches below subgrade. No stumps , roots , or perishable matter of any description shall remain under concrete slabs or footing , including pavement and sidewalks . B . No trees shall be removed or relocated until the Engineer or his representative has marked all trees to be saved , after a review of the project site with the Contractor's representative . C . Where the final pavement or structural work will be close to existing trees , the Contractor shall exercise care in the vicinity of the trees. Further, the Contractor shall saw cut along the edge of the outside limits of the stabilization , structure subgrade or sidewalk to a minimum depth of 4 feet below the finish grade and paint with a commercial grade pruning paint the ends of all sawn roots . If directed by the Engineer or where shown on the drawings , work shall be done by hand in order to protect the trees . D . The Contractor shall exercise care when working in the vicinity of all trees to remain so as to not damage or remove major root structures . The Contractor shall not pull hair or major root structures . All severed roots shall be sawn clean and paint with pruning paint. Stumps , roots , etc . , shall be completely removed and disposed of by the Contractor. Undesirable, dead , and/or damaged trees (as so designated by the Engineer) shall be removed . E . All trees to be removed shall be disposed off site ; burning will be strictly prohibited . F . All trees or shrubs which are to remain shall be preserved and protected by the Contractor. Where the removal of valuable trees or shrubs specifically for is FAEngineeringlCapital Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-06.doc transplanting is required , this work shall be done in cooperation with the Owner and at no additional expense to the Owner. G . All items to be removed shall be excavated to their full depth . All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge . (See Paragraph C , Special Provisions) The Contractor shall transport the culverts to the County's storage yard . All metal castings for catch basins , manholes , or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Any culverts , structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required , suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground . The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications . H . No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove , relocate , protect, or otherwise accountfor in the construction of the work depicted in the plans , for any feature, or item that would be apparent from a careful inspection of the site and review of the plans , even though such feature or item is not specifically called out in the plans . It is therefore essential the contractor make such inspection and review. I . The unit price bid for this item shall include the cost of all labor, tools , and equipment necessary to excavate , remove , and dispose of those items as directed by the Engineer and where designated on the Drawings . The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item . Item of Payment Payment for the work specified in this item shall be made under: Bid Item 110- 1 - 1 - Clearing and Grubbing - Lump Sum The provisions of Special Provisions , Paragraph 9 shall be applicable and the costs thereof included under this item . SECTION - 120 EXCAVATION AND EMBANKMENT A. Earthwork , including earthwork for drives outside the right-of-way limits , shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the Standard Specifications . Such price and payment shall 16 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecslTechnicai Specifications - Revised 10-02-08.doc transplanting is required , this work shall be done in cooperation with the Owner and at no additional expense to the Owner. G . All items to be removed shall be excavated to their full depth . All culverts removed from residential driveway entrances within the right-of-way shall become the property of the respective homeowner. Those homeowners not desiring the culverts may donate them to the County free of charge . (See Paragraph C , Special Provisions) The Contractor shall transport the culverts to the County's storage yard . All metal castings for catch basins , manholes , or other structures shall be carefully removed and stored in the County's Storage Yard if they are deemed salvageable by the Engineer. The excavated materials shall be removed from the job site and disposed in a location designated or approved by the Owner. Any culverts , structures or any material excavated or removed from the project site under clearing and grubbing deemed unsalvageable by the Engineer shall be disposed of in a legal manner by the Contractor. Where required , suitable material as approved by the Engineer shall then be backfilled and compacted to restore the original contour of the ground . The fill material shall be backfilled and compacted in accordance with Section 120 of these specifications . H . No additional payment will be made, nor will additional work, or change orders be authorized for work needed to remove , relocate , protect, or otherwise accountfor in the construction of the work depicted in the plans , for any feature, or item that would be apparent from a careful inspection of the site and review of the plans , even though such feature or item is not specifically called out in the plans . It is therefore essential the contractor make such inspection and review. I . The unit price bid for this item shall include the cost of all labor, tools , and equipment necessary to excavate , remove , and dispose of those items as directed by the Engineer and where designated on the Drawings . The cost of restoration and backfill and compaction for the specific area of removal shall also be included under this item . Item of Payment Payment for the work specified in this item shall be made under: Bid Item 110- 1 - 1 - Clearing and Grubbing - Lump Sum The provisions of Special Provisions , Paragraph 9 shall be applicable and the costs thereof included under this item . SECTION - 120 EXCAVATION AND EMBANKMENT A. Earthwork , including earthwork for drives outside the right-of-way limits , shall be paid for as embankment. Cost shall include all work specified in this section and Section 120 of the Standard Specifications . Such price and payment shall 16 F:\Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecslTechnicai Specifications - Revised 10-02-08.doc specifically include all cost of any roadway , lateral ditch or canal , and final dressing operations . B . Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors . C . Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill , isolated swale bottom locations , isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation . Approximately 2 . 0 ft of subsoil excavation is required in sublateral canals . Cost of replacement embankment shall be included in cost of subsoil excavation . Contractor to coordinate with county representative prior to any subsoil excavation . D . Embankment - General Requirements for Embankment Materials : The following is added after the first paragraph of Subarticle 120-7 . 2 : Roadway Design Standard Index No . 505 , Embankment Utilization Details is modified by the addition of the following : Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2 . 0% by weight of organic material , as determined by FM 1 -T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material , shall not be used in construction of the reinforced volume . If an individual test value of the three samples exceeds 3 . 0% , the stratum or stockpile will not be suitable for construction of the reinforced volume . No A-8 material permitted in embankment. E . Payment shall be made under: Bid Item No . 120- 1 — Excavation , Regular (Roadway)— Per Cubic Yard Bid Item No . 120-4 —Excavation , Sub Soil (Lake) — Per Cubic Yard Bid Item No . 120-6 - Embankment (Compacted in Place) - Per Cubic Yard Bid Item No . 142-70 — Clean sand fill — Hydrologic Group A (compacted in place) — Per Cubic Yard SECTION -160 STABILIZATION A . Sub Article 160-5 . 1 is modified by the addition of the following : The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines , and grades shown in the plans . " Minimum L. B . R . = 40 - No under-tolerance . 17 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 1M2-08.doc specifically include all cost of any roadway , lateral ditch or canal , and final dressing operations . B . Earthwork quantities shall be considered as in-place material with no shrinkage or expansion factors . C . Subsoil Excavation - Any excavation below the proposed bottom elevation of the select fill , isolated swale bottom locations , isolated locations for pipe installations and as approved by the engineer shall be paid for as subsoil excavation . Approximately 2 . 0 ft of subsoil excavation is required in sublateral canals . Cost of replacement embankment shall be included in cost of subsoil excavation . Contractor to coordinate with county representative prior to any subsoil excavation . D . Embankment - General Requirements for Embankment Materials : The following is added after the first paragraph of Subarticle 120-7 . 2 : Roadway Design Standard Index No . 505 , Embankment Utilization Details is modified by the addition of the following : Any stratum or stockpile or soil which contains obvious pockets of highly organic material may be designated as muck or unsuitable for construction of subgrade by the Owner. Backfill material containing more than 2 . 0% by weight of organic material , as determined by FM 1 -T 267 and by averaging the test results for three randomly selected samples from each stratum or stockpile of a particular material , shall not be used in construction of the reinforced volume . If an individual test value of the three samples exceeds 3 . 0% , the stratum or stockpile will not be suitable for construction of the reinforced volume . No A-8 material permitted in embankment. E . Payment shall be made under: Bid Item No . 120- 1 — Excavation , Regular (Roadway)— Per Cubic Yard Bid Item No . 120-4 —Excavation , Sub Soil (Lake) — Per Cubic Yard Bid Item No . 120-6 - Embankment (Compacted in Place) - Per Cubic Yard Bid Item No . 142-70 — Clean sand fill — Hydrologic Group A (compacted in place) — Per Cubic Yard SECTION -160 STABILIZATION A . Sub Article 160-5 . 1 is modified by the addition of the following : The stabilization thickness indicated on plans shall be considered a minimum thickness. Thickness will vary to conform to the lines , and grades shown in the plans . " Minimum L. B . R . = 40 - No under-tolerance . 17 FAEngineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 1M2-08.doc B . Payment shall be made under: Bid Item No . 160-4- 12 - Type B Stabilization LBR40 ( 12 ") - Per Square Yard Bid Item No . 160-4- 12A - Type B Stabilization LBR40 ( 12 ") (Temp . ) - Per Square Yard SECTION - 285 CEMENTED COQUINA SHELL BASE A . Sub Article 285-4 is modified by the addition of the following : Base material , thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used . No additional payment will be made for base thickness in excess of the specified thickness 3 . B . Payment shall be made under: Bid Item No . 285-706 — Cemented Coquina Shell Base Group 6 (8 ") Two Lifts - Per Square Yard Bid Item No . 285-706-A — Cemented Coquina Shell Base Group 6 ( 8") (Temporary) Two Lifts — Per Square Yard Bid Item No . 285-707 — Cemented Coquina Shell Base Group 7 (8") Two Lifts — Per Square Yard Bid Item No . 285-709 — Cemented Coquina Shell Base Group 9 ( 10") Two Lifts - Per Square Yard SECTION 327 MILLING OF EXISTING ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 327-70-6 — Milling Existing Asphalt Pavement ( 1 " Avg . ) — Per SquareYard SECTION — 334 SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Sub article 334-8 . 1 through 334-8 . 3 — Basis of Payment shall be deleted in its entirety. Sub article 334-8 . 4 — Payment shall be amended as follows : is F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc B . Payment shall be made under: Bid Item No . 160-4- 12 - Type B Stabilization LBR40 ( 12 ") - Per Square Yard Bid Item No . 160-4- 12A - Type B Stabilization LBR40 ( 12 ") (Temp . ) - Per Square Yard SECTION - 285 CEMENTED COQUINA SHELL BASE A . Sub Article 285-4 is modified by the addition of the following : Base material , thickness and requirements are described in the construction plans. Only one type of alternate base material shall be used . No additional payment will be made for base thickness in excess of the specified thickness 3 . B . Payment shall be made under: Bid Item No . 285-706 — Cemented Coquina Shell Base Group 6 (8 ") Two Lifts - Per Square Yard Bid Item No . 285-706-A — Cemented Coquina Shell Base Group 6 ( 8") (Temporary) Two Lifts — Per Square Yard Bid Item No . 285-707 — Cemented Coquina Shell Base Group 7 (8") Two Lifts — Per Square Yard Bid Item No . 285-709 — Cemented Coquina Shell Base Group 9 ( 10") Two Lifts - Per Square Yard SECTION 327 MILLING OF EXISTING ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 327 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 327-70-6 — Milling Existing Asphalt Pavement ( 1 " Avg . ) — Per SquareYard SECTION — 334 SUPERPAVE ASPHALTIC PAVEMENT The work specified in this item shall conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Sub article 334-8 . 1 through 334-8 . 3 — Basis of Payment shall be deleted in its entirety. Sub article 334-8 . 4 — Payment shall be amended as follows : is F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc Item No . 334- 1 - 12 — Superpave Asphaltic Concrete-1 " SP 9 . 5 — Per Square Yard . Item No. 334- 1 - 12-A — Superpave Asphaltic Concrete — 1 '/" SP 12 . 5 — Per Square Yard . Item No. 334- 1 - 13 — (Temporary) — Type SP Structural Course (TRC) (50lbs/SY) — Per Square Yard . Item No . 334- 1 - 13-A — Superpave Asphaltic Concrete (TRC Overbuild) - SP 12 . 5 — Per Ton SECTION -337 ASPHALTIC CONCRETE FRICTION COURSE The work specified in this item shall conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Sub article 337- 12 . 1 through 337- 12 . 3 — Basis of Payment shall be deleted in it's entirety. Sub article 337- 12 . 4 — Payment shall be amended as follows: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 337-7-5 — Asphalt Concrete Friction course — 1 " FC9. 5 (Traffic Level C) — Per Square Yard SECTION 430 — PIPING 12 " Bituminous coated corrugated metal pipe shall include #4 course aggregate with filter fabric envelope . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 430-721 Bituminous coated corrugated metal pipe ( 12 ") (Perforated ) includes #4 course aggregate and filter fabric — Per Linear Foot SECTION 440 - UNDERDRAIN The work specified in this item shall conform to Section 440 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . 19 FAEngineering\Cap@al Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc Item No . 334- 1 - 12 — Superpave Asphaltic Concrete-1 " SP 9 . 5 — Per Square Yard . Item No. 334- 1 - 12-A — Superpave Asphaltic Concrete — 1 '/" SP 12 . 5 — Per Square Yard . Item No. 334- 1 - 13 — (Temporary) — Type SP Structural Course (TRC) (50lbs/SY) — Per Square Yard . Item No . 334- 1 - 13-A — Superpave Asphaltic Concrete (TRC Overbuild) - SP 12 . 5 — Per Ton SECTION -337 ASPHALTIC CONCRETE FRICTION COURSE The work specified in this item shall conform to Section 337 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Sub article 337- 12 . 1 through 337- 12 . 3 — Basis of Payment shall be deleted in it's entirety. Sub article 337- 12 . 4 — Payment shall be amended as follows: Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 337-7-5 — Asphalt Concrete Friction course — 1 " FC9. 5 (Traffic Level C) — Per Square Yard SECTION 430 — PIPING 12 " Bituminous coated corrugated metal pipe shall include #4 course aggregate with filter fabric envelope . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 430-721 Bituminous coated corrugated metal pipe ( 12 ") (Perforated ) includes #4 course aggregate and filter fabric — Per Linear Foot SECTION 440 - UNDERDRAIN The work specified in this item shall conform to Section 440 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . 19 FAEngineering\Cap@al Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents & SpecslTechnical Specifications - Revised 10-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 440 — Underdrain Cleanout — Per Each Bid Item No . 440- 1 -50 Underdrains Type 5 , (4 ") - Per Linear Foot Bid Item No . 440-70- Underdrain Inspection Box — Per Each SECTION 00515 - ALUMINUM HAND RAIL The work specified in this section shall conform to Section 515 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007 Edition) Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 515- 1 -2 - Aluminum Hand Rail — Per Linear Foot SECTION 520 - CONCRETE CURB AND GUTTER The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 520- 1 -7 — Concrete Curb and Gutter (Type "E") — Per Linear foot Bid Item No . 520- 1 -8 — Concrete Curb and Gutter ( Drop Curb) — Per Linear foot Bid Item No . 520- 1 - 10 — Concrete Curb and Gutter (Type " F) — Per Linear foot SECTION 522 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 522-2 — Concrete Sidewalk (6" Thick)— Per Square Yard SECTION 570 — SEED & MULCH The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . 20 F:1EngineeringlCapita1 Projecls19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsUechnical Specifications - Revised 1D-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 440 — Underdrain Cleanout — Per Each Bid Item No . 440- 1 -50 Underdrains Type 5 , (4 ") - Per Linear Foot Bid Item No . 440-70- Underdrain Inspection Box — Per Each SECTION 00515 - ALUMINUM HAND RAIL The work specified in this section shall conform to Section 515 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction . (2007 Edition) Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 515- 1 -2 - Aluminum Hand Rail — Per Linear Foot SECTION 520 - CONCRETE CURB AND GUTTER The work specified in this item shall conform to Section 520 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 520- 1 -7 — Concrete Curb and Gutter (Type "E") — Per Linear foot Bid Item No . 520- 1 -8 — Concrete Curb and Gutter ( Drop Curb) — Per Linear foot Bid Item No . 520- 1 - 10 — Concrete Curb and Gutter (Type " F) — Per Linear foot SECTION 522 — CONCRETE SIDEWALK The work specified in this item shall conform to Section 522 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 522-2 — Concrete Sidewalk (6" Thick)— Per Square Yard SECTION 570 — SEED & MULCH The work specified in this item shall conform to Section 570 of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (2007) . 20 F:1EngineeringlCapita1 Projecls19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecsUechnical Specifications - Revised 1D-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 570- 1 - 1 — Hydro Seed and Mulch — Per Square Yard SECTION - 575 SODDING A . Description : Sod for the project shall be of the variety that is common to the area and of a variety approved by the Engineer. This work shall also include mowing in accordance with Section 104-7 . 2 , to be mowed at 6" height with a mulching mower. B . Work Included : Scope of Work : The work specified in this section consists of the establishing of a stand of grass , within the project, right-of-way, easements , and other areas indicated on the Drawings , by furnishing and placing grass sod . Also included are fertilizing , watering and maintenance as required to assure a healthy stand of grass . Two applications of fertilizerwill be required with the initial application being fertilizer and the second application being "weed and feed ° . C . Guarantee: All sodded areas shall be guaranteed for three months after date of final acceptance . Replacement of Defective Sod : Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications , shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months . All replacement shall meet original specifications . The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received . At the end of the guarantee period , all sod that is dead or in unsatisfactory growth shall be replaced within two weeks . D . Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws. The numerical designations for fertilizer indicate the minimum percentages ( respectively) of ( 1 ) total nitrogen , (2) available phosphoric acid and (3) water-soluble potash contained in the fertilizer. The chemical designation of the fertilizer shall be 16-4-8. Fertilizer shall include iron , minor nutrients and trace elements. At least 50 percent of the nitrogen shall be derived from organic sources . At least 50 percent of the phosphoric acid shall be from normal super phosphate or an equivalent source which will provide a minimum of two units of sulfur. The amount of sulfur shall be indicated on the quantitative analysis card attached to each bag or other container. Contractor shall ensure 1 pound of nitrogen per 1 , 000 square feet. E . Water for Grassing : Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-5 and 2 . 34 . 8 . 21 FAEngineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc Item of Payment Payment for the work specified in this item shall be made under: Bid Item No . 570- 1 - 1 — Hydro Seed and Mulch — Per Square Yard SECTION - 575 SODDING A . Description : Sod for the project shall be of the variety that is common to the area and of a variety approved by the Engineer. This work shall also include mowing in accordance with Section 104-7 . 2 , to be mowed at 6" height with a mulching mower. B . Work Included : Scope of Work : The work specified in this section consists of the establishing of a stand of grass , within the project, right-of-way, easements , and other areas indicated on the Drawings , by furnishing and placing grass sod . Also included are fertilizing , watering and maintenance as required to assure a healthy stand of grass . Two applications of fertilizerwill be required with the initial application being fertilizer and the second application being "weed and feed ° . C . Guarantee: All sodded areas shall be guaranteed for three months after date of final acceptance . Replacement of Defective Sod : Any dead sod or sod showing (less than 95% of a square) indication of probable non survival or lack of health and vigor, or which do not exhibit the characteristics to meet specifications , shall be replaced within two weeks of notice from Owner or Engineer. All replacement sod shall be furnished/installed at no additional cost to the Owner and shall be guaranteed for three months . All replacement shall meet original specifications . The Contractor shall notify the Owner and Engineer ten days prior to the end of the guarantee period and such guarantee shall be extended until notification is received . At the end of the guarantee period , all sod that is dead or in unsatisfactory growth shall be replaced within two weeks . D . Fertilizer: Commercial fertilizers shall comply with the state fertilizer laws. The numerical designations for fertilizer indicate the minimum percentages ( respectively) of ( 1 ) total nitrogen , (2) available phosphoric acid and (3) water-soluble potash contained in the fertilizer. The chemical designation of the fertilizer shall be 16-4-8. Fertilizer shall include iron , minor nutrients and trace elements. At least 50 percent of the nitrogen shall be derived from organic sources . At least 50 percent of the phosphoric acid shall be from normal super phosphate or an equivalent source which will provide a minimum of two units of sulfur. The amount of sulfur shall be indicated on the quantitative analysis card attached to each bag or other container. Contractor shall ensure 1 pound of nitrogen per 1 , 000 square feet. E . Water for Grassing : Contractor shall provide the water used in the sodding operations as necessary to meet the requirements of Article 570-5 and 2 . 34 . 8 . 21 FAEngineering\Capital Projects19920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc F . Preparation of Ground : The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris . Where the soil is sufficiently loose and clean , the Owner, at his discretion , may authorize the elimination of ground preparation . G . Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6 . 0 - 7 . 0 . Contractor shall apply two (2) applications . The initial shall be fertilizer and the second application shall be "weed and feed " . The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1 , 000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate . Contractor shall apply applications as per manufacturer's specification . All tickets from bags shall be handed over to the County Inspector. On steep slopes , where the use of a machine for spreading or mixing is not practicable , the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches . H . Placing Sod : The sod shall be placed on the prepared surface , with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools . Where sodding is used in drainage ditches , the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas , the offsets of individual strips shall not exceed 6 inches . In order to prevent erosion caused by vertical edges at the outer limits , the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1 '/z' below paved shoulder. On slopes greater than 3 : 1 , the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth , at suitable intervals . Sodding shall not be performed when weather and soil conditions are , in the Engineer's opinion , unsuitable for proper results . Sod shall be placed around all structures , equipment pads , etc. I . Watering : The areas on which the sod is to be placed shall contain sufficient moisture , as determined by the Engineer, for optimum results . After being placed , the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks . Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance , whichever is latest) . J . Maintenance : The Contractor shall , at his expense , maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. 22 F:1Engineering%Capita1 Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents 8 SpecsUechnical Specifications - Revised 10-02-08.doc F . Preparation of Ground : The area over which the sod is to be placed shall be scarified or loosened to a depth and then raked smooth and free from debris . Where the soil is sufficiently loose and clean , the Owner, at his discretion , may authorize the elimination of ground preparation . G . Application of Fertilizer: Before applying fertilizer, the soil pH shall be brought to a range of 6 . 0 - 7 . 0 . Contractor shall apply two (2) applications . The initial shall be fertilizer and the second application shall be "weed and feed " . The fertilizer shall be spread uniformly over the sodded area at the rate of 436 pounds per acre, or 10 pounds per 1 , 000 square feet, by a spreading device capable of uniformly distributing the material at the specified rate . Contractor shall apply applications as per manufacturer's specification . All tickets from bags shall be handed over to the County Inspector. On steep slopes , where the use of a machine for spreading or mixing is not practicable , the fertilizer shall be spread by hand and raked in and thoroughly mixed with the soil to a depth of approximately 2 inches . H . Placing Sod : The sod shall be placed on the prepared surface , with edges in close contact and shall be firmly and smoothly embedded by light tamping with appropriate tools . Where sodding is used in drainage ditches , the setting of the pieces shall be staggered so as to avoid a continuous seam along the line of flow. Along the edges of such staggered areas , the offsets of individual strips shall not exceed 6 inches . In order to prevent erosion caused by vertical edges at the outer limits , the outer pieces of sod shall be tamped so as to produce a featheredge effect. Where sodding is placed abutting paved shoulder, the contractor is to ensure that the finished sod elevation is 1 '/z' below paved shoulder. On slopes greater than 3 : 1 , the Contractor shall prevent the sod from sliding by means of wooden pegs driven through the sod blocks into firm earth , at suitable intervals . Sodding shall not be performed when weather and soil conditions are , in the Engineer's opinion , unsuitable for proper results . Sod shall be placed around all structures , equipment pads , etc. I . Watering : The areas on which the sod is to be placed shall contain sufficient moisture , as determined by the Engineer, for optimum results . After being placed , the sod shall be kept in a moist condition to the full depth of the rooting zone for at least 2 weeks . Thereafter, the Contractor shall apply water as needed until the sod roots and starts to grow for a minimum of 60 days (or until final acceptance , whichever is latest) . J . Maintenance : The Contractor shall , at his expense , maintain the sodded areas in a satisfactory condition until final acceptance of the project. Such maintenance shall include repairing of any damaged areas and replacing areas in which the establishment of the grass stand does not appear to be developing satisfactorily. 22 F:1Engineering%Capita1 Projects19920-16th St, 74th Ave to 66th Ave59920 Contract Documents 8 SpecsUechnical Specifications - Revised 10-02-08.doc Replanting or repair necessary due to the Contractor's negligence , carelessness or failure to provide routine maintenance shall be at the Contractor's expense . The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing . Clippings shall be removed from sidewalk. K. Article 575-5 . The first two paragraphs under this Article are deleted and the following substituted : The Contract unit price for sodding shall include the costs of sod , fertilizer (2 applications) , sidewalk sweeping after mowing , mowing , pegging disposal of clippings , water, tools , equipment, labor and all other incidentals necessary. L. Payment shall be made under: Item No . : 575- 1 - 1 - Sodding (Bahia) (or Match Existing) - Per Square Yard SECTION - 00700 SIGNING AND PAVEMENT MARKINGS A. Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (2007) , Manual on Uniform Traffic Control Devices , Supplemental Specifications , Roadway and Traffic Design Standards , manufacturer's specifications . B . Traffic Signs: All existing signs which are the property of the Owner shall be transported to the Indian River County Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits . Care shall be exercised by the Contractor during removal , storage and relocation so as not to damage the signs . If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation . C . All reflective pavement markers shall be 4" x 4' . SECTION — 1000- WATER AND SEWER UTILITIES A. Water Utilities The water utilities for this project shall be constructed per the " Indian River County Department of Utility Services Water & Wastewater Standards " , February 2008 . This document can be purchased from Indian River County Utilities . Relocation of existing fire hydrants shall include the cost of all pipe , fittings , thrust blocks , retaining rods , trenching grading , and incidental items associated with relocation . 23 F:1EngineeringlCapital Projects59920-16th St, 74th Ave to 66th AveO920 Contract Documents & Specs7echnical Specifications Revised 10-02-08.doc Replanting or repair necessary due to the Contractor's negligence , carelessness or failure to provide routine maintenance shall be at the Contractor's expense . The Contractor shall maintain the sodded area up to the final acceptance date as directed by the Engineer. Grass height shall not exceed 6" without mowing . Clippings shall be removed from sidewalk. K. Article 575-5 . The first two paragraphs under this Article are deleted and the following substituted : The Contract unit price for sodding shall include the costs of sod , fertilizer (2 applications) , sidewalk sweeping after mowing , mowing , pegging disposal of clippings , water, tools , equipment, labor and all other incidentals necessary. L. Payment shall be made under: Item No . : 575- 1 - 1 - Sodding (Bahia) (or Match Existing) - Per Square Yard SECTION - 00700 SIGNING AND PAVEMENT MARKINGS A. Signing and pavement marking for traffic control shall conform to the requirements of the Standard Specifications (2007) , Manual on Uniform Traffic Control Devices , Supplemental Specifications , Roadway and Traffic Design Standards , manufacturer's specifications . B . Traffic Signs: All existing signs which are the property of the Owner shall be transported to the Indian River County Road and Bridge Maintenance Yard by the Contractor during construction if they are within the construction limits . Care shall be exercised by the Contractor during removal , storage and relocation so as not to damage the signs . If any damage occurs, as determined by the Owner's Engineer or Resident Construction Inspector, the sign shall be replaced by the Contractor with no compensation . C . All reflective pavement markers shall be 4" x 4' . SECTION — 1000- WATER AND SEWER UTILITIES A. Water Utilities The water utilities for this project shall be constructed per the " Indian River County Department of Utility Services Water & Wastewater Standards " , February 2008 . This document can be purchased from Indian River County Utilities . Relocation of existing fire hydrants shall include the cost of all pipe , fittings , thrust blocks , retaining rods , trenching grading , and incidental items associated with relocation . 23 F:1EngineeringlCapital Projects59920-16th St, 74th Ave to 66th AveO920 Contract Documents & Specs7echnical Specifications Revised 10-02-08.doc Pay Item No . 1643-700 — Valve Box Adjustment — Per Each Pay Item No . 1645-800 — Water Meter Relocation — Per Each B . Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Technical Specifications ", February 2008 . This document can be purchased from Indian River County Utilities. C . Earthwork and Backfill Compaction - All fill must be compacted by hand tamping from under the pipe up to the center line . Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shoulders and 95 percent in easements , in accordance with AASATO T- 180 and D-2167 . D . Ductile Iron Pipe and Fittings 1 . General : All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C- 150 & C- 151 . All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C- 151 and shall be Class 52 minimum . All exposed ductile iron pipe shall be Class 53 minimum . 2 . Fittings: All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C11O (ANSI 21 . 10-87) , or latest revision . All exposed aboveground fittings shall be flanged joint . 3 . Bell and Spigot Connections : Joints in bell and spigot pipe shall be push-on , mechanical , or restrained joints in accordance with AWWA Standard C- 111 (ANSI 21 . 11 -85) , or latest revision . Mechanical joint pipe set-screw type retainer glands will not be permitted . 4 . Flanged Connections: Flanged pipe with screwed-on flanges shall be furnished with long hubs , and the flanges shall be screwed on the threaded end of the pipe in the shop , and the face of the flange and end of pipe refaced together. There shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside . The back of the hub shall be caulked where the hub threads joint with the pipe . 5 . Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box 24 F:1Engineering%Capital ProjectsW20-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs7echnical Specifications - Revised 10-02-08 .doc Pay Item No . 1643-700 — Valve Box Adjustment — Per Each Pay Item No . 1645-800 — Water Meter Relocation — Per Each B . Sewer Utilities The sewer utilities for this project shall be constructed per the "Indian River County Technical Specifications ", February 2008 . This document can be purchased from Indian River County Utilities. C . Earthwork and Backfill Compaction - All fill must be compacted by hand tamping from under the pipe up to the center line . Backfill shall be compacted in 6" lifts up to the surface to achieve a minimum compaction of 98 percent of maximum density in roadways and shoulders and 95 percent in easements , in accordance with AASATO T- 180 and D-2167 . D . Ductile Iron Pipe and Fittings 1 . General : All ductile iron pipe shall be manufactured in accordance with AWWA Specifications C- 150 & C- 151 . All buried ductile iron pipe shall be manufactured in accordance with AWWA Specification C- 151 and shall be Class 52 minimum . All exposed ductile iron pipe shall be Class 53 minimum . 2 . Fittings: All underground fittings shall be either bell and spigot, or mechanical joint. Mechanical joints shall conform to AWWA specification C11O (ANSI 21 . 10-87) , or latest revision . All exposed aboveground fittings shall be flanged joint . 3 . Bell and Spigot Connections : Joints in bell and spigot pipe shall be push-on , mechanical , or restrained joints in accordance with AWWA Standard C- 111 (ANSI 21 . 11 -85) , or latest revision . Mechanical joint pipe set-screw type retainer glands will not be permitted . 4 . Flanged Connections: Flanged pipe with screwed-on flanges shall be furnished with long hubs , and the flanges shall be screwed on the threaded end of the pipe in the shop , and the face of the flange and end of pipe refaced together. There shall be no leakage through the pipe threads and the flanges shall be designed to prevent corrosion of the threads from outside . The back of the hub shall be caulked where the hub threads joint with the pipe . 5 . Valve Box Adjustments: Cost of valve nut extenders shall be included in cost of valve box 24 F:1Engineering%Capital ProjectsW20-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs7echnical Specifications - Revised 10-02-08 .doc adjustments where needed . E . Disinfecting Potable Water Pipelines Before being placed in service , all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651 , "Standard Procedure for Disinfecting Water Mains" , except that the use of tablets is strictly prohibited . The procedure shall be approved by the Engineer. 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 . SECTION - 02670 FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1 . 01 WORK INCLUDED A. Flushing , Pressure Testing , and Disinfection of all piping systems . B. Contractor shall furnish all necessary pumps, hoses , piping , fittings , meters , gauges , chemicals and labor to conduct specified testing . C . Testing shall be repeated at the Contractor's expense until satisfactory results are achieved . D . Refer the specific chemical system specification section for additional flushing and testing procedures . 1 . 02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A . Section 1000 — Water and Sewer Utilities 1 . 03 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains . 1 . 04 SUBMITTALS A . Test Reports : Indicate results comparative to specified requirements . Submit two (2) copies of test results to Engineer in accordance with Submittal specifications . 1 . 05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651 . 1 . 06 REGULATORY REQUIREMENTS A. Conform to applicable Florida DEP requirements for performing the work of this Section . B . Work shall conform to Indian River County Standards . PART 2 - PRODUCTS 2 . 01 DISINFECTION CHEMICALS A. Chemicals : The disinfecting agent shall be sodium hypochlorite solution 2s FAEngineering\Capftal Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc adjustments where needed . E . Disinfecting Potable Water Pipelines Before being placed in service , all potable water pipelines shall be chlorinated in accordance with the latest edition of AWWA C-651 , "Standard Procedure for Disinfecting Water Mains" , except that the use of tablets is strictly prohibited . The procedure shall be approved by the Engineer. 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 . SECTION - 02670 FLUSHING TESTING AND DISINFECTING PART 1 - GENERAL 1 . 01 WORK INCLUDED A. Flushing , Pressure Testing , and Disinfection of all piping systems . B. Contractor shall furnish all necessary pumps, hoses , piping , fittings , meters , gauges , chemicals and labor to conduct specified testing . C . Testing shall be repeated at the Contractor's expense until satisfactory results are achieved . D . Refer the specific chemical system specification section for additional flushing and testing procedures . 1 . 02 RELATED REQUIREMENTS SPECIFIED ELSEWHERE A . Section 1000 — Water and Sewer Utilities 1 . 03 REFERENCES A. ANSI/AWWA C651 - Standard for Disinfecting Water Mains . 1 . 04 SUBMITTALS A . Test Reports : Indicate results comparative to specified requirements . Submit two (2) copies of test results to Engineer in accordance with Submittal specifications . 1 . 05 QUALITY ASSURANCE A. Perform Work in accordance with ANSI/AWWA C651 . 1 . 06 REGULATORY REQUIREMENTS A. Conform to applicable Florida DEP requirements for performing the work of this Section . B . Work shall conform to Indian River County Standards . PART 2 - PRODUCTS 2 . 01 DISINFECTION CHEMICALS A. Chemicals : The disinfecting agent shall be sodium hypochlorite solution 2s FAEngineering\Capftal Projects19920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs\Technical Specifications - Revised 10-02-08.doc ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301 . Dry hypochlorite , similar to "HTH " or equal may also be used as the disinfecting agent. Bleach or Clorox is not acceptable . PART 3 - EXECUTION 3 . 01 EXAMINATION A. Verify that piping systems have been cleaned , inspected , and tested . B . Cool dinate scheduling of flushing , pressure testing , and disinfection activities with tie- ins , certifications , and sequence of construction . 3 . 02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for conducting pressure and leakage tests and flushing of the piping . Flushing and pressure testing shall be conducted in the following order. B . After all piping lines have been installed and before pressure testing , each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible . Contractor to provide means of discharging and disposing of water at Contractor's expense . C . Pressure testing ductile iron piping systems : 1 . The test pressure for the water piping , irrigation quality water piping , and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours. Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used . Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600 , 2 . All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes , valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense . Tests shall be repeated until leakage has been reduced below the allowable amount. 3 . In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason , modifications in the procedure shall be made as approved by the Engineer. In any event , the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements . 26 FAEngineering\Capital ProjectsW20-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs%Technical Specifications - Revised 10-02-06.doc ANSI/AWWA B303 or liquid chlorine ANSI/AWWA B301 . Dry hypochlorite , similar to "HTH " or equal may also be used as the disinfecting agent. Bleach or Clorox is not acceptable . PART 3 - EXECUTION 3 . 01 EXAMINATION A. Verify that piping systems have been cleaned , inspected , and tested . B . Cool dinate scheduling of flushing , pressure testing , and disinfection activities with tie- ins , certifications , and sequence of construction . 3 . 02 FLUSHING AND PRESSURE TESTING - PIPING A. The Contractor shall furnish and install suitable temporary testing plugs or caps for the water lines , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for conducting pressure and leakage tests and flushing of the piping . Flushing and pressure testing shall be conducted in the following order. B . After all piping lines have been installed and before pressure testing , each run of pipe shall be thoroughly flushed so as to remove all debris and foreign matter from the piping and equipment. Clean and flush all piping using potable water. Sufficient flushing water and pigging shall be introduced into the piping to produce a discharge that is clear with no evidence of silt or foreign matter is visible . Contractor to provide means of discharging and disposing of water at Contractor's expense . C . Pressure testing ductile iron piping systems : 1 . The test pressure for the water piping , irrigation quality water piping , and force main piping systems constructed of ductile iron shall be 150 psi and this pressure shall be maintained for a period of not less than two hours. Tests shall be made between valves and as far as practicable and as approved by the Engineer. Potable water from the distribution system shall be used . Pressure shall not vary more than five (5) psi for piping during the test periods or as approved by the Engineer. Allowable leakage shall be computed on the basis of AWWA C-600 , 2 . All leaks evident at the surface shall be uncovered and repaired regardless of the total leakage as indicated by the test, and all pipes , valves and fittings and other materials found defective under the test shall be removed and replaced at the Contractor's expense . Tests shall be repeated until leakage has been reduced below the allowable amount. 3 . In the judgment of the Engineer, should it not be practical to follow the foregoing procedures exactly for any reason , modifications in the procedure shall be made as approved by the Engineer. In any event , the Contractor shall be responsible for the ultimate water tightness of the piping within the preceding requirements . 26 FAEngineering\Capital ProjectsW20-16th St, 74th Ave to 66th AveM20 Contract Documents & Specs%Technical Specifications - Revised 10-02-06.doc 3 . 03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for the disinfection of all required piping systems . Disinfection shall be conducted on the following systems , 1 . Water main piping and valves . B . Conform to AWWA Standards and as modified herein . C . Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D . After the disinfecting agents have been permitted to remain for the specified contact periods , the water lines , and valves shall be thoroughly flushed with water until the residual chlorine tests are less than 2 PPM in each instance . The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3 . 04 BACTERIOLOGICAL SAMPLING A. It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping . The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems . The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B . The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations . C . Sampling must be coordinated with Engineer and other construction activities so as to minimize re-sampling . D . Contractor shall submit schedule for bacteriological testing and pressure tests . E. The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems . 3 . 11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements . + + END OF SECTION + + 27 F:%Engineenng\Gapital Projects%9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnicaI Specifications - Revised 10-02-08.doc 3 . 03 DISINFECTION A. The Contractor shall furnish and install suitable temporary connections to the piping , all necessary pressure pumps , hose , pipe connections , meters , gauges and other similar equipment, and all labor required , all without additional compensation for the disinfection of all required piping systems . Disinfection shall be conducted on the following systems , 1 . Water main piping and valves . B . Conform to AWWA Standards and as modified herein . C . Maintain disinfectant for a minimum of 8 hours in such a manner that the entire system will be filled with water containing a minimum chlorine concentration of 50 ppm at any point. D . After the disinfecting agents have been permitted to remain for the specified contact periods , the water lines , and valves shall be thoroughly flushed with water until the residual chlorine tests are less than 2 PPM in each instance . The determination of the amount of residual chlorine in the system shall be made at such points and in accord with standard tests by means of a standard orthotolodine test set. 3 . 04 BACTERIOLOGICAL SAMPLING A. It shall be the responsibility of the Contractor under this contract to perform the bacteriological testing required by the Florida Department of Environmental Protection and Indian River County to obtain clearance of the water main piping . The Contractor shall be responsible to disinfect and repeat testing as needed until clearance is obtained for all required plant systems . The Contractor shall be responsible to pay for additional water needed if the bacteriological testing must be repeated for the clearance of the ground storage tank. B . The piping systems require two (2) consecutive daily samples taken from the locations called out on the plans or as determined by the Engineer. The samples shall be taken at all the respective sample point locations . C . Sampling must be coordinated with Engineer and other construction activities so as to minimize re-sampling . D . Contractor shall submit schedule for bacteriological testing and pressure tests . E. The Contractor shall incur all costs needed to provide bacteriological clearance of the piping systems . 3 . 11 QUALITY CONTROL A. The laboratory and personnel collecting bacteriological samples shall be Florida State certified in accordance with FDEP requirements . + + END OF SECTION + + 27 F:%Engineenng\Gapital Projects%9920-16th St, 74th Ave to 66th Ave19920 Contract Documents & Specs7echnicaI Specifications - Revised 10-02-08.doc APPENDIX ` A ' PERMITS • St. Johns River Water Management District • Indian River Farms Water Control District • Florida Department of Transportation • U .S . Department of the Army Corps of Engineers Appendix A-Permits F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecMPPENDIX A - Pernits.doc APPENDIX ` A ' PERMITS • St. Johns River Water Management District • Indian River Farms Water Control District • Florida Department of Transportation • U .S . Department of the Army Corps of Engineers Appendix A-Permits F:\Engineering\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & SpecMPPENDIX A - Pernits.doc nil St . Johns River Water Management District Kirhy S. Green IP, Executive Director • David W. Fisk, Assistant Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178.1429 • (386) 329-4500 January 28, 2009 On the Internet at www.sjrvvmd.com. M Board of County Commissioners Jl L1L5 � a V M D 1840 27th Street Vero Beach , FL 32960 JAN 2 9 2009 SUBJECT: Permit Number 40-061 -87287-2 INDI RI OUNTY 16th Street, (74th Ave to 66th Ave) EN E 1 IVISION Dear Sir/Madam : REVD BY: Enclosed is your general permit as authorized by the staff of the St. Johns River Water Management District on January 28 , 2009 . This permit is a legal document and should be kept with your other important documents . The attached MSSW/Stormwater As-Built Certification Form should be filled in and returned to the Palatka office within thirty days after the work is completed . By so doing, you will enable us to schedule a prompt inspection of the permitted activity. In addition to the MSSW/Stormwater As-Built Certification Form , your permit also contains conditions which require submittal of additional information . All information submitted as compliance to permit conditions must be submitted to the Palatka office address . Permit issuance does not relieve you from the responsibility of obtaining permits from any federal, state and/or local agencies asserting concurrent jurisdiction for this work. Please be advised that the District has not published a notice in the newspaper advising the public that it is issuing a permit for this proposed project. Publication , using the District form , notifies members of the public (third parties) of their rights to challenge the issuance of the general permit. If proper notice is given by publication , third parties have a 21 -day time limit on the time they have to file a petition opposing, the issuance of the permit. If you do not publish , a party's right to challenge the issuance of the general permit extends for an indefinite period of time . If you wish to have certainty that the period for filing such a challenge is closed , then you may publish , at your own expense , such a notice in a newspaper of general circulation . A copy of the form of the notice and a list of newspapers of general circulation is attached for your use . In the event you sell your property, the permit will be transferred to the new owner, if we are notified by you within thirty days of the sale and if you provide the information required by 40C- 1 . 612, F.A. G . Please assist us in this matter so as to maintain a valid permit for the new property owner. GOVERNING BOARD Susan N. Huehes, CHAIFMAN W. Leonard Wood, VICE CHAIRMW HeMey "Herg" Huttman, secRET Hans G. Tanzler Ill, TREASURER PONTEVEORA FERNANOINA BEACH. Ehr ER7RISE JAGKSCNVR.LE Douglas C. Bodmique Michael Ertel David G. Gramm Ar;en N. Jumper Ann T Moore VEDA BEACH OVIEDO JACKSONYLLE FORT MCCOY BUNNELL nil St . Johns River Water Management District Kirhy S. Green IP, Executive Director • David W. Fisk, Assistant Executive Director 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178.1429 • (386) 329-4500 January 28, 2009 On the Internet at www.sjrvvmd.com. M Board of County Commissioners Jl L1L5 � a V M D 1840 27th Street Vero Beach , FL 32960 JAN 2 9 2009 SUBJECT: Permit Number 40-061 -87287-2 INDI RI OUNTY 16th Street, (74th Ave to 66th Ave) EN E 1 IVISION Dear Sir/Madam : REVD BY: Enclosed is your general permit as authorized by the staff of the St. Johns River Water Management District on January 28 , 2009 . This permit is a legal document and should be kept with your other important documents . The attached MSSW/Stormwater As-Built Certification Form should be filled in and returned to the Palatka office within thirty days after the work is completed . By so doing, you will enable us to schedule a prompt inspection of the permitted activity. In addition to the MSSW/Stormwater As-Built Certification Form , your permit also contains conditions which require submittal of additional information . All information submitted as compliance to permit conditions must be submitted to the Palatka office address . Permit issuance does not relieve you from the responsibility of obtaining permits from any federal, state and/or local agencies asserting concurrent jurisdiction for this work. Please be advised that the District has not published a notice in the newspaper advising the public that it is issuing a permit for this proposed project. Publication , using the District form , notifies members of the public (third parties) of their rights to challenge the issuance of the general permit. If proper notice is given by publication , third parties have a 21 -day time limit on the time they have to file a petition opposing, the issuance of the permit. If you do not publish , a party's right to challenge the issuance of the general permit extends for an indefinite period of time . If you wish to have certainty that the period for filing such a challenge is closed , then you may publish , at your own expense , such a notice in a newspaper of general circulation . A copy of the form of the notice and a list of newspapers of general circulation is attached for your use . In the event you sell your property, the permit will be transferred to the new owner, if we are notified by you within thirty days of the sale and if you provide the information required by 40C- 1 . 612, F.A. G . Please assist us in this matter so as to maintain a valid permit for the new property owner. GOVERNING BOARD Susan N. Huehes, CHAIFMAN W. Leonard Wood, VICE CHAIRMW HeMey "Herg" Huttman, secRET Hans G. Tanzler Ill, TREASURER PONTEVEORA FERNANOINA BEACH. Ehr ER7RISE JAGKSCNVR.LE Douglas C. Bodmique Michael Ertel David G. Gramm Ar;en N. Jumper Ann T Moore VEDA BEACH OVIEDO JACKSONYLLE FORT MCCOY BUNNELL Thank you for your cooperation, and if this office can be of any further assistance to you , please do not hesitate to contact us. Sincerely, Martha Depalma Regulatory Information Managem Division of Regulatory Information Management Enclosures : Permit with As-built Certification Form Notice of Rights List of Newspapers for Publication cc: District Permit File Agent: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Consultant: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Thank you for your cooperation, and if this office can be of any further assistance to you , please do not hesitate to contact us. Sincerely, Martha Depalma Regulatory Information Managem Division of Regulatory Information Management Enclosures : Permit with As-built Certification Form Notice of Rights List of Newspapers for Publication cc: District Permit File Agent: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Consultant: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO . 40-061 -87287-2 DATE ISSUED ; January 28 2009 PROJECT NAME: 16th Street, ( 74th Ave to 66th Avel A PERMIT AUTHORIZING : Construction of a Surface Water Management System with stormwater treatment by retention and wet detention for 16th Street, (74th Ave to 66th Ave), a 8. 50-acre project to be constructed as per plans received by the District on December 18, 2008 , and revised sheets 21 and 22 received on January 14, 2009 . LOCATION : Section(s ): 61 7 Township(s): , 33S Range(s): 39E Indian River County Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance . Said application , including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights of privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee . This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached " Exhibit A" , dated January 28 , 2009 AUTHORIZED BY: St. Johns River Water Management District napar-tmant of Rasource Management By: ( Service Center Director - Palm Bay) John Juilianna ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO . 40-061 -87287-2 DATE ISSUED ; January 28 2009 PROJECT NAME: 16th Street, ( 74th Ave to 66th Avel A PERMIT AUTHORIZING : Construction of a Surface Water Management System with stormwater treatment by retention and wet detention for 16th Street, (74th Ave to 66th Ave), a 8. 50-acre project to be constructed as per plans received by the District on December 18, 2008 , and revised sheets 21 and 22 received on January 14, 2009 . LOCATION : Section(s ): 61 7 Township(s): , 33S Range(s): 39E Indian River County Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages, claims, or liabilities which may arise from permit issuance . Said application , including all plans and specifications attached thereto, is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights of privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee . This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached " Exhibit A" , dated January 28 , 2009 AUTHORIZED BY: St. Johns River Water Management District napar-tmant of Rasource Management By: ( Service Center Director - Palm Bay) John Juilianna Thank you for your cooperation , and if this office can be of any further assistance to you , please do not hesitate to contact us. Sincerely, ` � 10�/�C24610 f (i Martha Depalma Regulatory Information Managem Division of Regulatory Information Management Enclosures : Permit with As-built Certification Form Notice of Rights List of Newspapers for Publication cc: District Permit File Agent: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Consultant: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Thank you for your cooperation , and if this office can be of any further assistance to you , please do not hesitate to contact us. Sincerely, ` � 10�/�C24610 f (i Martha Depalma Regulatory Information Managem Division of Regulatory Information Management Enclosures : Permit with As-built Certification Form Notice of Rights List of Newspapers for Publication cc: District Permit File Agent: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 Consultant: Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO. 40-061 -87287-2 DATE ISSUED : January 28 , 2009 PROJECT NAME: 16th Street, (74th Ave to 66th Ave ) A PERMIT AUTHORIZING : Construction of a Surface Water Management System with stormwater treatment by retention and wet detention for 16th Street, (74th Ave to 66th Ave), a 8. 50-acre project to be constructed as per plans received by the District on December 18 , 2008 , and revised sheets 21 and 22 received on January 14, 2009 . LOCATION : Section(s) : 617 Township(s ): . 33S Range(s): 39E Indian River County Board of County Commissioners 1840 27th Street Vero Beach, FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages , claims , or liabilities which may arise from permit issuance. Said application , including all plans and specifications attached thereto , is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights of privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached "Exhibit A" , dated January 28 , 2009 AUTHORIZED BY: St. Johns River Water Management District De,nartmpnf of Pc source AAamagemen+ By: (Service Center Director - Palm Bay) John Juilianna ST. JOHNS RIVER WATER MANAGEMENT DISTRICT Post Office Box 1429 Palatka, Florida 32178-1429 PERMIT NO. 40-061 -87287-2 DATE ISSUED : January 28 , 2009 PROJECT NAME: 16th Street, (74th Ave to 66th Ave ) A PERMIT AUTHORIZING : Construction of a Surface Water Management System with stormwater treatment by retention and wet detention for 16th Street, (74th Ave to 66th Ave), a 8. 50-acre project to be constructed as per plans received by the District on December 18 , 2008 , and revised sheets 21 and 22 received on January 14, 2009 . LOCATION : Section(s) : 617 Township(s ): . 33S Range(s): 39E Indian River County Board of County Commissioners 1840 27th Street Vero Beach, FL 32960 Permittee agrees to hold and save the St. Johns River Water Management District and its successors harmless from any and all damages , claims , or liabilities which may arise from permit issuance. Said application , including all plans and specifications attached thereto , is by reference made a part hereof. This permit does not convey to permittee any property rights nor any rights of privileges other than those specified herein , nor relieve the permittee from complying with any law, regulation or requirement affecting the rights of other bodies or agencies . All structures and works installed by permittee hereunder shall remain the property of the permittee. This permit may be revoked , modified or transferred at any time pursuant to the appropriate provisions of Chapter 373 , Florida Statutes : PERMIT IS CONDITIONED UPON : See conditions on attached "Exhibit A" , dated January 28 , 2009 AUTHORIZED BY: St. Johns River Water Management District De,nartmpnf of Pc source AAamagemen+ By: (Service Center Director - Palm Bay) John Juilianna "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 40-061 -87287 -2 BOARD OF COUNTY COMMISSIONERS DATED JANUARY 28, 2009 1 . All activities shall be implemented as set forth in the plans , specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit. 2 . This permit or a copy thereof, complete with all conditions, attachments , exhibits, and modifications, shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3. Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards . 4. Prior to and during construction , the permittee shall implement and maintain all erosion and sediment control measures (best management practices) required to retain sediment on-site and to prevent violations of state water quality standards. All practices must be in accordance with the guidelines and specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management ( Florida Department of Environmental Regulation 1988), which are incorporated by reference , unless a project specific erosion and sediment control plan is approved as part of the permit, in which case the practices must be in accordance with the plan . If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan , the permittee shall implement additional best management practices as necessary, in accordance with the specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988). The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources . 5. Stabilization measures shall be initiated for erosion and sediment control on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased , but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased . 6. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District a Construction Commencement Notice Form No . 40C-4.900(3) indicating the actual start date and the expected completion date. 7. When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an Annual Status Report Form No . 40C-4. 900(4). These forms shall be submitted during June of each year. 8 . For those systems which will be operated or maintained by an entity which will require an easement or deed restriction in order to provide that entity with the authority necessary to operate or maintain the system , such easement or deed restriction , together with any other final operation or maintenance documents as are required by subsections 7 . 1 . 1 through 7 . 1 . 4 of the Applicant's Handbook: Management and Storage of Surface Waters , must be submitted to the District for approval . Documents meeting the requirements set forth in these subsections of the Applicant's Handbook will be approved . Deed restrictions, easements and other operation and maintenance documents which require recordation either with the Secretary of State or the Clerk of the Circuit Court must be so recorded prior "EXHIBIT A" CONDITIONS FOR ISSUANCE OF PERMIT NUMBER 40-061 -87287 -2 BOARD OF COUNTY COMMISSIONERS DATED JANUARY 28, 2009 1 . All activities shall be implemented as set forth in the plans , specifications and performance criteria as approved by this permit. Any deviation from the permitted activity and the conditions for undertaking that activity shall constitute a violation of this permit. 2 . This permit or a copy thereof, complete with all conditions, attachments , exhibits, and modifications, shall be kept at the work site of the permitted activity. The complete permit shall be available for review at the work site upon request by District staff. The permittee shall require the contractor to review the complete permit prior to commencement of the activity authorized by this permit. 3. Activities approved by this permit shall be conducted in a manner which do not cause violations of state water quality standards . 4. Prior to and during construction , the permittee shall implement and maintain all erosion and sediment control measures (best management practices) required to retain sediment on-site and to prevent violations of state water quality standards. All practices must be in accordance with the guidelines and specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management ( Florida Department of Environmental Regulation 1988), which are incorporated by reference , unless a project specific erosion and sediment control plan is approved as part of the permit, in which case the practices must be in accordance with the plan . If site specific conditions require additional measures during any phase of construction or operation to prevent erosion or control sediment, beyond those specified in the erosion and sediment control plan , the permittee shall implement additional best management practices as necessary, in accordance with the specifications in chapter 6 of the Florida Land Development Manual : A Guide to Sound Land and Water Management (Florida Department of Environmental Regulation 1988). The permittee shall correct any erosion or shoaling that causes adverse impacts to the water resources . 5. Stabilization measures shall be initiated for erosion and sediment control on disturbed areas as soon as practicable in portions of the site where construction activities have temporarily or permanently ceased , but in no case more than 7 days after the construction activity in that portion of the site has temporarily or permanently ceased . 6. At least 48 hours prior to commencement of activity authorized by this permit, the permittee shall submit to the District a Construction Commencement Notice Form No . 40C-4.900(3) indicating the actual start date and the expected completion date. 7. When the duration of construction will exceed one year, the permittee shall submit construction status reports to the District on an annual basis utilizing an Annual Status Report Form No . 40C-4. 900(4). These forms shall be submitted during June of each year. 8 . For those systems which will be operated or maintained by an entity which will require an easement or deed restriction in order to provide that entity with the authority necessary to operate or maintain the system , such easement or deed restriction , together with any other final operation or maintenance documents as are required by subsections 7 . 1 . 1 through 7 . 1 . 4 of the Applicant's Handbook: Management and Storage of Surface Waters , must be submitted to the District for approval . Documents meeting the requirements set forth in these subsections of the Applicant's Handbook will be approved . Deed restrictions, easements and other operation and maintenance documents which require recordation either with the Secretary of State or the Clerk of the Circuit Court must be so recorded prior to lot or unit sales within the project served by the system, or upon completion of construction of the system , whichever occurs first. For those systems which are proposed to be maintained by county or municipal entities, final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local governmental entity. Failure to submit the appropriate final documents referenced in this paragraph will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system . 9 . Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by the portion or phase of the system . Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of that phase or portion of the system to local government or other responsible entity. 10 . Within 30 days after completion of construction of the permitted system , or independent portion of the system , the permittee shall submit a written statement of completion and certification by a registered professional engineer or other appropriate individual as authorized by law, utilizing As Built Certification Form 40C- 1 . 181 ( 13) or 40C- 1 . 181 ( 14) supplied with this permit. When the completed system differs substantially from the permitted plans , any substantial deviations shall be noted and explained and two copies of as-built drawings submitted to the District. Submittal of the completed from shall serve to notify the District that the system is ready for inspection . The statement of completion and certification shall be based on on-site observation of construction (conducted by the registered professional engineer, or other appropriate individual as authorized by law, or under his or her direct supervision ) or review of as- built drawings for the purpose of determining if the work was completed in compliance with approved plans and specifications. As-built drawings shall be the permitted drawings revised to reflect any changes made during construction . Both the original and any revised specifications must be clearly shown . The plans must be clearly labeled as "as-built' or " record" drawing . All surveyed dimensions and elevations shall be certified by a registered surveyor. The following information , at a minimum , shall be verified on the as-built drawings: 1 . Dimensions and elevations of all discharge structures including all weirs , slots , gates, pumps , pipes , and oil and grease skimmers ; 2 . Locations, dimensions , and elevations of all filter, exfiltration, or underdrain systems including cleanouts, pipes , connections to control structures , and points of discharge to the receiving waters ; 3 . Dimensions , elevations , contours, or cross-sections of all treatment storage areas sufficient to determine state-storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems , when appropriate; 4. Dimensions , elevations , contours , final grades , or cross-sections of the system to determine flow directions and conveyance of runoff to the treatment system ; 5 . Dimensions, elevations , contours, final grades , or cross-sections of all conveyance systems utilized to convey off-site runoff around the system ; 6 . Existing water elevation(s) and the date determined ; and Elevation and location of benchmark(s) for the survey. to lot or unit sales within the project served by the system, or upon completion of construction of the system , whichever occurs first. For those systems which are proposed to be maintained by county or municipal entities, final operation and maintenance documents must be received by the District when maintenance and operation of the system is accepted by the local governmental entity. Failure to submit the appropriate final documents referenced in this paragraph will result in the permittee remaining liable for carrying out maintenance and operation of the permitted system . 9 . Each phase or independent portion of the permitted system must be completed in accordance with the permitted plans and permit conditions prior to the initiation of the permitted use of site infrastructure located within the area served by the portion or phase of the system . Each phase or independent portion of the system must be completed in accordance with the permitted plans and permit conditions prior to transfer of responsibility for operation and maintenance of that phase or portion of the system to local government or other responsible entity. 10 . Within 30 days after completion of construction of the permitted system , or independent portion of the system , the permittee shall submit a written statement of completion and certification by a registered professional engineer or other appropriate individual as authorized by law, utilizing As Built Certification Form 40C- 1 . 181 ( 13) or 40C- 1 . 181 ( 14) supplied with this permit. When the completed system differs substantially from the permitted plans , any substantial deviations shall be noted and explained and two copies of as-built drawings submitted to the District. Submittal of the completed from shall serve to notify the District that the system is ready for inspection . The statement of completion and certification shall be based on on-site observation of construction (conducted by the registered professional engineer, or other appropriate individual as authorized by law, or under his or her direct supervision ) or review of as- built drawings for the purpose of determining if the work was completed in compliance with approved plans and specifications. As-built drawings shall be the permitted drawings revised to reflect any changes made during construction . Both the original and any revised specifications must be clearly shown . The plans must be clearly labeled as "as-built' or " record" drawing . All surveyed dimensions and elevations shall be certified by a registered surveyor. The following information , at a minimum , shall be verified on the as-built drawings: 1 . Dimensions and elevations of all discharge structures including all weirs , slots , gates, pumps , pipes , and oil and grease skimmers ; 2 . Locations, dimensions , and elevations of all filter, exfiltration, or underdrain systems including cleanouts, pipes , connections to control structures , and points of discharge to the receiving waters ; 3 . Dimensions , elevations , contours, or cross-sections of all treatment storage areas sufficient to determine state-storage relationships of the storage area and the permanent pool depth and volume below the control elevation for normally wet systems , when appropriate; 4. Dimensions , elevations , contours , final grades , or cross-sections of the system to determine flow directions and conveyance of runoff to the treatment system ; 5 . Dimensions, elevations , contours, final grades , or cross-sections of all conveyance systems utilized to convey off-site runoff around the system ; 6 . Existing water elevation(s) and the date determined ; and Elevation and location of benchmark(s) for the survey. 11 . The operation phase of this permit shall not become effective until the permittee has complied with the requirements of general condition 9 above , the District determines the system to be in compliance with the permitted plans , and the entity approved by the District in accordance with subsections 7. 1 . 1 through 7 . 1 . 4 of the Applicant's Handbook: Management and Storage of Surface Waters, accepts responsibility for operation and maintenance of the system. The permit may not be transferred to such an approved operation and maintenance entity until the operation phase of the permit becomes effective . Following inspection and approval of the permitted system by the District, the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity, if different from the permittee . Until the permit is transferred pursuant to section 7 . 1 of the Applicant's Handbook: Management and Storage of Surface Waters, the permittee shall be liable for compliance with the terms of the permit. 12. Should any other regulatory agency require changes to the permitted system , the permittee shall provide written notification to the District of the changes prior implementation so that a determination can be made whether a permit modification is required . 13 . This permit does not eliminate the necessity to obtain any required federal , state , local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee , or convey any rights or privileges other than those specified in the permit and chapter 40C-4 or chapter 40C-40, F.A. C. 14. The permittee shall hold and save the District harmless from any and all damages , claims, or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system . 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application , including pians or other supporting documentation , shall not be considered specifically approved unless a specific condition of this permit or a formal determination under rule 40C- 1 . 1006 , F.A. C. , provides otherwise. 16 . The permittee shall notify the District in writing within 30 days of any sale , conveyance , or other transfer of ownership or control of the permitted system or the real property at which the permitted system is located . All transfers of ownership or transfers of a permit are subject to the requirements of rule 40C- 1 . 612 , F.A. C. The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to such sale, conveyance or other transfer. 17 . Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18 . The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate . 19. This permit for construction will expire five years from the date of issuance z 20 . At a minimum , all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities . To prevent reduction in storage volume and percolation rates , all accumulated sediment must be removed from the storage area prior to final grading and stabilization . 11 . The operation phase of this permit shall not become effective until the permittee has complied with the requirements of general condition 9 above , the District determines the system to be in compliance with the permitted plans , and the entity approved by the District in accordance with subsections 7. 1 . 1 through 7 . 1 . 4 of the Applicant's Handbook: Management and Storage of Surface Waters, accepts responsibility for operation and maintenance of the system. The permit may not be transferred to such an approved operation and maintenance entity until the operation phase of the permit becomes effective . Following inspection and approval of the permitted system by the District, the permittee shall request transfer of the permit to the responsible approved operation and maintenance entity, if different from the permittee . Until the permit is transferred pursuant to section 7 . 1 of the Applicant's Handbook: Management and Storage of Surface Waters, the permittee shall be liable for compliance with the terms of the permit. 12. Should any other regulatory agency require changes to the permitted system , the permittee shall provide written notification to the District of the changes prior implementation so that a determination can be made whether a permit modification is required . 13 . This permit does not eliminate the necessity to obtain any required federal , state , local and special district authorizations prior to the start of any activity approved by this permit. This permit does not convey to the permittee or create in the permittee any property right, or any interest in real property, nor does it authorize any entrance upon or activities on property which is not owned or controlled by the permittee , or convey any rights or privileges other than those specified in the permit and chapter 40C-4 or chapter 40C-40, F.A. C. 14. The permittee shall hold and save the District harmless from any and all damages , claims, or liabilities which may arise by reason of the activities authorized by the permit or any use of the permitted system . 15. Any delineation of the extent of a wetland or other surface water submitted as part of the permit application , including pians or other supporting documentation , shall not be considered specifically approved unless a specific condition of this permit or a formal determination under rule 40C- 1 . 1006 , F.A. C. , provides otherwise. 16 . The permittee shall notify the District in writing within 30 days of any sale , conveyance , or other transfer of ownership or control of the permitted system or the real property at which the permitted system is located . All transfers of ownership or transfers of a permit are subject to the requirements of rule 40C- 1 . 612 , F.A. C. The permittee transferring the permit shall remain liable for any corrective actions that may be required as a result of any permit violations prior to such sale, conveyance or other transfer. 17 . Upon reasonable notice to the permittee, District authorized staff with proper identification shall have permission to enter, inspect, sample and test the system to insure conformity with the plans and specifications approved by the permit. 18 . The permittee shall immediately notify the District in writing of any previously submitted information that is later discovered to be inaccurate . 19. This permit for construction will expire five years from the date of issuance z 20 . At a minimum , all retention and detention storage areas must be excavated to rough grade prior to building construction or placement of impervious surface within the area to be served by those facilities . To prevent reduction in storage volume and percolation rates , all accumulated sediment must be removed from the storage area prior to final grading and stabilization . 21 . All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion , siltation , scouring or excess turbidity, and dewatering. 22 . Prior to construction , the permittee must clearly designate the limits of construction on-site . The permittee must advise the contractor that any work outside the limits of construction , including clearing , may be a violation of this permit. 23 . The project must be constructed and operated in accordance with the plans received by the District on December 18 , 2008 , and revised sheets 21 and 22 received on January 14, 2009 . 24. This permit and the associated conditions supersede permit number 40-061 -87287- 1 . 25 . The stormwater management system must be inspected by the operation and maintenance entity once within two years after the completion of construction and every two years thereafter to insure that the system is functioning as designed and permitted . If a required inspection reveals that the system is not functioning as designed and permitted , then within 14 days of that inspection the entity shall submit an Exceptions Report on form number 40C- 42.900(6) , Exceptions Report for Stormwater Management System Out of Compliance. The operation and maintenance entity must maintain a record of each required inspection , including the date of inspection , the name , address, and telephone number of the inspector, and whether the system was functioning as designed and permitted , and make such record available for inspection upon request by the District during normal business hours . 21 . All wetland areas or water bodies that are outside the specific limits of construction authorized by this permit must be protected from erosion , siltation , scouring or excess turbidity, and dewatering. 22 . Prior to construction , the permittee must clearly designate the limits of construction on-site . The permittee must advise the contractor that any work outside the limits of construction , including clearing , may be a violation of this permit. 23 . The project must be constructed and operated in accordance with the plans received by the District on December 18 , 2008 , and revised sheets 21 and 22 received on January 14, 2009 . 24. This permit and the associated conditions supersede permit number 40-061 -87287- 1 . 25 . The stormwater management system must be inspected by the operation and maintenance entity once within two years after the completion of construction and every two years thereafter to insure that the system is functioning as designed and permitted . If a required inspection reveals that the system is not functioning as designed and permitted , then within 14 days of that inspection the entity shall submit an Exceptions Report on form number 40C- 42.900(6) , Exceptions Report for Stormwater Management System Out of Compliance. The operation and maintenance entity must maintain a record of each required inspection , including the date of inspection , the name , address, and telephone number of the inspector, and whether the system was functioning as designed and permitted , and make such record available for inspection upon request by the District during normal business hours . Notice Of Rights 1 . A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District ( District) . Pursuant to Chapter 28- 106 and Rule 40C- 1 . 1007 , Florida Administrative Code, the petition must be filed ( received) either by delivery at the office of the District Clerk at District Headquarters , P . O . Box 1429 , Palatka Florida 32178-1429 (4049 Reid St. , Palatka , FL 32177) or by e-mail with the District Clerk at Clerk(d)sirwmd . com , within twenty-six (26 ) days of the District depositing notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing notice of District decision (for those persons to whom the District emails actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice ). A petition must comply with Sections 120 . 54( 5)(b)4. and 120 .569(2)(c), Florida Statutes, and Chapter 28- 106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no . 5 below. Mediation pursuant to Section 120. 573 , Florida Statutes , is not available . 2. If the Governing Board takes action that substantially differs from the notice of District decision , a person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the District, but this request for administrative hearing shall only address the substantial deviation . Pursuant to Chapter 28-106 and Rule 40C-1 . 1007, Florida Administrative Code , the petition must be filed (received ) at the office of the District Clerk at the mail/street address or email address described in paragraph no. 1 above, within twenty-six (26 ) days of the District depositing notice of final District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing the notice of final District decision (for those persons to whom the District emails actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of final District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120 . 54(5)( b)4. and 120 . 569(2)(c), Florida Statutes , and Chapter 28- 106 , Florida Administrative Code . Mediation pursuant to Section 120 . 573 , Florida Statutes, is not available . 3 . A person whose substantial interests are or may be affected has the right to a formal administrative hearing pursuant to Sections 120. 569 and 120 . 57( 1 ), Florida Statutes , where there is a dispute between the District and the party regarding an issue of material fact. A petition forformal hearing must also comply with the requirements set forth in Rule 28- 106.201 , Florida Administrative Code . 4. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120 . 569 and 120. 57(2) , Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28- 106 . 301 , Florida Administrative Code, Notice Of Rights 1 . A person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the St. Johns River Water Management District ( District) . Pursuant to Chapter 28- 106 and Rule 40C- 1 . 1007 , Florida Administrative Code, the petition must be filed ( received) either by delivery at the office of the District Clerk at District Headquarters , P . O . Box 1429 , Palatka Florida 32178-1429 (4049 Reid St. , Palatka , FL 32177) or by e-mail with the District Clerk at Clerk(d)sirwmd . com , within twenty-six (26 ) days of the District depositing notice of District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing notice of District decision (for those persons to whom the District emails actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of District decision (for those persons to whom the District does not mail or email actual notice ). A petition must comply with Sections 120 . 54( 5)(b)4. and 120 .569(2)(c), Florida Statutes, and Chapter 28- 106, Florida Administrative Code. The District will not accept a petition sent by facsimile (fax), as explained in paragraph no . 5 below. Mediation pursuant to Section 120. 573 , Florida Statutes , is not available . 2. If the Governing Board takes action that substantially differs from the notice of District decision , a person whose substantial interests are or may be affected has the right to request an administrative hearing by filing a written petition with the District, but this request for administrative hearing shall only address the substantial deviation . Pursuant to Chapter 28-106 and Rule 40C-1 . 1007, Florida Administrative Code , the petition must be filed (received ) at the office of the District Clerk at the mail/street address or email address described in paragraph no. 1 above, within twenty-six (26 ) days of the District depositing notice of final District decision in the mail (for those persons to whom the District mails actual notice), within twenty-one (21 ) days of the District emailing the notice of final District decision (for those persons to whom the District emails actual notice), or within twenty-one (21 ) days of newspaper publication of the notice of final District decision (for those persons to whom the District does not mail or email actual notice). A petition must comply with Sections 120 . 54(5)( b)4. and 120 . 569(2)(c), Florida Statutes , and Chapter 28- 106 , Florida Administrative Code . Mediation pursuant to Section 120 . 573 , Florida Statutes, is not available . 3 . A person whose substantial interests are or may be affected has the right to a formal administrative hearing pursuant to Sections 120. 569 and 120 . 57( 1 ), Florida Statutes , where there is a dispute between the District and the party regarding an issue of material fact. A petition forformal hearing must also comply with the requirements set forth in Rule 28- 106.201 , Florida Administrative Code . 4. A person whose substantial interests are or may be affected has the right to an informal administrative hearing pursuant to Sections 120 . 569 and 120. 57(2) , Florida Statutes, where no material facts are in dispute. A petition for an informal hearing must also comply with the requirements set forth in Rule 28- 106 . 301 , Florida Administrative Code, Notice Of Rights 5 . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida . Petitions received by the District Clerk after 5:00 p. m . , or on a Saturday, Sunday, or legal holiday, shall be deemed filed as of 8: 00 a. m . on the next regular District business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101 . 001 , Florida Administrative Code), which is available for viewing at www. sirwmd .com . These conditions include , but are not limited to , the petition being in the form of a PDF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile is prohibited and shall not constitute filing . 6 . Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing . ( Rule 28- 106 . 111 , Florida Administrative Code). 7. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes , Chapter 28- 106, Florida Administrative Code, and Rule 40C- 1 . 1007, Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding , in accordance with the requirements set forth above. 8. A person with a legal or equitable interest in real property who believes that a District permitting action is unreasonable or will unfairly burden the use of their property, has the right to, within 30 days of receipt of the notice of District decision regarding a permit application , apply for a special magistrate proceeding under Section 70. 51 , Florida Statutes, by filing a written request for relief at the Office of the District Clerk located at District Headquarters, P. O . Box 1429, Palatka, FL 32178- 1429 (4049 Reid St. , Palatka , FL 32177) . A request for relief must contain the information listed in Subsection 70. 51 (6), Florida Statutes. Requests for relief received by the District Clerk after 5 : 00 p . m . , or on a Saturday, Sunday, or legal holiday, shall be deemed filed as of 8 :00 a. m . on the next regular District business day. 9 . A timely filed request for relief under Section 70 . 51 , Florida Statutes, tolls the time to request an administrative hearing under paragraph nos . 1 or 2 above . ( Paragraph 70. 51 ( 10)( b ), Florida Statutes). However, the filing of a request for an administrative hearing under paragraph nos. 1 or 2 above waives the right to a special magistrate proceeding . (Subsection 70 . 51 ( 1 0)(b), Florida Statutes) . 10. Failure to file a request for relief within the requisite time frame shall constitute a waiver of the right to a special magistrate proceeding . (Subsection 70. 51 ( 3 ) , Florida Statutes ) . Notice Of Rights 5 . A petition for an administrative hearing is deemed filed upon receipt of the complete petition by the District Clerk at the District Headquarters in Palatka, Florida . Petitions received by the District Clerk after 5:00 p. m . , or on a Saturday, Sunday, or legal holiday, shall be deemed filed as of 8: 00 a. m . on the next regular District business day. The District's acceptance of petitions filed by e-mail is subject to certain conditions set forth in the District's Statement of Agency Organization and Operation (issued pursuant to Rule 28-101 . 001 , Florida Administrative Code), which is available for viewing at www. sirwmd .com . These conditions include , but are not limited to , the petition being in the form of a PDF file and being capable of being stored and printed by the District. Further, pursuant to the District's Statement of Agency Organization and Operation , attempting to file a petition by facsimile is prohibited and shall not constitute filing . 6 . Failure to file a petition for an administrative hearing within the requisite time frame shall constitute a waiver of the right to an administrative hearing . ( Rule 28- 106 . 111 , Florida Administrative Code). 7. The right to an administrative hearing and the relevant procedures to be followed are governed by Chapter 120, Florida Statutes , Chapter 28- 106, Florida Administrative Code, and Rule 40C- 1 . 1007, Florida Administrative Code . Because the administrative hearing process is designed to formulate final agency action , the filing of a petition means the District's final action may be different from the position taken by it in this notice . A person whose substantial interests are or may be affected by the District's final action has the right to become a party to the proceeding , in accordance with the requirements set forth above. 8. A person with a legal or equitable interest in real property who believes that a District permitting action is unreasonable or will unfairly burden the use of their property, has the right to, within 30 days of receipt of the notice of District decision regarding a permit application , apply for a special magistrate proceeding under Section 70. 51 , Florida Statutes, by filing a written request for relief at the Office of the District Clerk located at District Headquarters, P. O . Box 1429, Palatka, FL 32178- 1429 (4049 Reid St. , Palatka , FL 32177) . A request for relief must contain the information listed in Subsection 70. 51 (6), Florida Statutes. Requests for relief received by the District Clerk after 5 : 00 p . m . , or on a Saturday, Sunday, or legal holiday, shall be deemed filed as of 8 :00 a. m . on the next regular District business day. 9 . A timely filed request for relief under Section 70 . 51 , Florida Statutes, tolls the time to request an administrative hearing under paragraph nos . 1 or 2 above . ( Paragraph 70. 51 ( 10)( b ), Florida Statutes). However, the filing of a request for an administrative hearing under paragraph nos. 1 or 2 above waives the right to a special magistrate proceeding . (Subsection 70 . 51 ( 1 0)(b), Florida Statutes) . 10. Failure to file a request for relief within the requisite time frame shall constitute a waiver of the right to a special magistrate proceeding . (Subsection 70. 51 ( 3 ) , Florida Statutes ) . Notice Of Rights 11 . Any person whose substantial interests are or may be affected who claims that final action of the District constitutes an unconstitutional taking of property without just compensation may seek review of the action in circuit court pursuant to Section 373 . 617 , Florida Statutes, and the Florida Rules of Civil Procedures , by filing an action in circuit court within 90 days of rendering of the final District action , (Section 373 . 617 , Florida Statutes), 12. Pursuant to Section 120. 68, Florida Statutes , a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9. 110 and 9 . 190, Florida Rules of Appellate Procedure , within 30 days of the rendering of the final District action . 13 . A party to the proceeding before the District who claims that a District order is inconsistent with the provisions and purposes of Chapter 373, Florida Statutes , may seek review of the order pursuant to Section 373 . 114, Florida Statutes, by the Florida Land and Water Adjudicatory Commission , by filing a request for review with the Commission and serving a copy on the Florida Department of Environmental Protection and any person named in the order within 20 days of the rendering of the District order. 14. A District action is considered rendered, as referred to in paragraph nos . 11 , 12, and 13 above , after it is signed on behalf of the District, and is filed by the District Clerk. 15 . Failure to observe the relevant time frames for filing a petition for judicial review as described in paragraph nos. 11 and 12 above , or for Commission review as described in paragraph no . 13 above, will result in waiver of that right to review. Notice Of Rights 11 . Any person whose substantial interests are or may be affected who claims that final action of the District constitutes an unconstitutional taking of property without just compensation may seek review of the action in circuit court pursuant to Section 373 . 617 , Florida Statutes, and the Florida Rules of Civil Procedures , by filing an action in circuit court within 90 days of rendering of the final District action , (Section 373 . 617 , Florida Statutes), 12. Pursuant to Section 120. 68, Florida Statutes , a party to the proceeding before the District who is adversely affected by final District action may seek review of the action in the District Court of Appeal by filing a notice of appeal pursuant to Rules 9. 110 and 9 . 190, Florida Rules of Appellate Procedure , within 30 days of the rendering of the final District action . 13 . A party to the proceeding before the District who claims that a District order is inconsistent with the provisions and purposes of Chapter 373, Florida Statutes , may seek review of the order pursuant to Section 373 . 114, Florida Statutes, by the Florida Land and Water Adjudicatory Commission , by filing a request for review with the Commission and serving a copy on the Florida Department of Environmental Protection and any person named in the order within 20 days of the rendering of the District order. 14. A District action is considered rendered, as referred to in paragraph nos . 11 , 12, and 13 above , after it is signed on behalf of the District, and is filed by the District Clerk. 15 . Failure to observe the relevant time frames for filing a petition for judicial review as described in paragraph nos. 11 and 12 above , or for Commission review as described in paragraph no . 13 above, will result in waiver of that right to review. Notice Of Rights Certificate of Service I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent by U . S . Mail to : Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 At 4: 00 p.m . this 28th day of January, 2009. Division of Regulatory Information Management Gloria Lewis , Director St. Johns River Water Management District Post Office Box 1429 Palatka, FL 32178- 1429 (386) 329-4152 Permit Number: 40-061 -87287-2 Notice Of Rights Certificate of Service I HEREBY CERTIFY that a copy of the foregoing Notice of Rights has been sent by U . S . Mail to : Board of County Commissioners 1840 27th Street Vero Beach , FL 32960 At 4: 00 p.m . this 28th day of January, 2009. Division of Regulatory Information Management Gloria Lewis , Director St. Johns River Water Management District Post Office Box 1429 Palatka, FL 32178- 1429 (386) 329-4152 Permit Number: 40-061 -87287-2 . - :STThFE OPFbwmOEHmEN'roFF Tiw. 4,s ,fiTTATTIoN85JA30-16 S75TM8 FlANNIG . G6DRIWWAY CONNwCTON { LlM1T Page 1 of FOR ALL CATEGORIES . PAR T 'F: PERMIT INFORMATION APPUlCATION NUM$ER' r a Pern7itCdte6 9 ?, AccessClassifieatien: pmjeCt : : {J o : d- �C..: f'`' t4:. 1/10..1 e N -�crs�-[.-F i V,.P 1 !✓n ki'3 ✓L' KQat':}5 Permitte :I* P+ tV< et` Va; . 8e0tion/Mile Post .. ;+ State Road: . b SectionlMile Post: State Raad: PART 2. PERMITTEE INFORMATION Permi9 { J j s:.ypp e ' Permittee Mailing Address. . . . t�iityr State Zip' - : : W�te Telephone (`7, ' {joau a� Enginear/Consuftanl/orProlecfivlanager: _{ Nn-� j,J . � t�:gL. e f2Chpt� :tl�' r {N ,r - Engineerresponsible for construction inspeetiort: NAME MailinBtldBress: - S-D61 : # JT4 Ctty State, Zip: f rtJ # �i �r (ScA� V 3rz 1 . 1 Telephone �S b 1 �� �.. : :'3o"i ty' : FAX, Mobile Phone, etc. ? ?Sl: PARTS: PERMIT APPROVAL : The above application has been .reviewed and is 1Tereby eDproved subject to all Provisions as attao7ed� . PermltNumber. ' ` `"' . : 0 ' `- bepartment of:Tfansporfation Vit, _ Signatece � f ! — Tae: car g ea:x Depar7rrient RepreSentative's P(irtfed Name, . . , . , . ..District its Engineer . Temporary Permit Q yES (!(NO . :(If tempomli, lhls per ,Us orO 4id. fer 6 months) Special provisions attached , ` YES OND Dete of lssuahse _ ffe If this 1s a :mrmat (non temporary,_perms itauthohzes constnxhlon forone year from ;heI date of issuance Thjs can Day l6e . . : exterxl@ti by She Deparfinentas�spedfied m i4-96.007(6). . _ - : . - - - see follewtng pageafoo General and Specidt: i+rovisions . - :STThFE OPFbwmOEHmEN'roFF Tiw. 4,s ,fiTTATTIoN85JA30-16 S75TM8 FlANNIG . G6DRIWWAY CONNwCTON { LlM1T Page 1 of FOR ALL CATEGORIES . PAR T 'F: PERMIT INFORMATION APPUlCATION NUM$ER' r a Pern7itCdte6 9 ?, AccessClassifieatien: pmjeCt : : {J o : d- �C..: f'`' t4:. 1/10..1 e N -�crs�-[.-F i V,.P 1 !✓n ki'3 ✓L' KQat':}5 Permitte :I* P+ tV< et` Va; . 8e0tion/Mile Post .. ;+ State Road: . b SectionlMile Post: State Raad: PART 2. PERMITTEE INFORMATION Permi9 { J j s:.ypp e ' Permittee Mailing Address. . . . t�iityr State Zip' - : : W�te Telephone (`7, ' {joau a� Enginear/Consuftanl/orProlecfivlanager: _{ Nn-� j,J . � t�:gL. e f2Chpt� :tl�' r {N ,r - Engineerresponsible for construction inspeetiort: NAME MailinBtldBress: - S-D61 : # JT4 Ctty State, Zip: f rtJ # �i �r (ScA� V 3rz 1 . 1 Telephone �S b 1 �� �.. : :'3o"i ty' : FAX, Mobile Phone, etc. ? ?Sl: PARTS: PERMIT APPROVAL : The above application has been .reviewed and is 1Tereby eDproved subject to all Provisions as attao7ed� . PermltNumber. ' ` `"' . : 0 ' `- bepartment of:Tfansporfation Vit, _ Signatece � f ! — Tae: car g ea:x Depar7rrient RepreSentative's P(irtfed Name, . . , . , . ..District its Engineer . Temporary Permit Q yES (!(NO . :(If tempomli, lhls per ,Us orO 4id. fer 6 months) Special provisions attached , ` YES OND Dete of lssuahse _ ffe If this 1s a :mrmat (non temporary,_perms itauthohzes constnxhlon forone year from ;heI date of issuance Thjs can Day l6e . . : exterxl@ti by She Deparfinentas�spedfied m i4-96.007(6). . _ - : . - - - see follewtng pageafoo General and Specidt: i+rovisions VMS, 1420 4th Ojeda ` 20 4t l 1 t, � {SW - WO-0404B . . uV 6YSTHdS PiRPU4AB :: 'VMD 8W�yL.!hJ(,] 'n 32962all crags 2cr3 1 i �7i 4'FJT }'vY PART d: GENERALPROVISI(iNa^ 1 Not fy the Depa tment of TransP P . tation Maintelianca Office at least � 8 hours in dance of:5tarting proposed pork. Phone: `JAGS , Attention: ' �Y t 2. copy of the approved permit must be displayed in a prominent location m the immediate vicinity of the connection - - construction, . 3. . Comply with Rule 14-9H.008( 1 ), F.A.C. , Disniptior of Traffic. 4. Comply with Rule 14561008{7), F:A.C., on Utlfity Notification Requirements. 5. P E{ work perfomTed n the Department's r ght of way shall be done in accordance with the most current Department standards, specificat ons and the, permit provlSians; 6. The peOritfee shall not commence use of the donrteCt on priarto a final inspection and acceptance by the Department.: 7 ComplywifiilRule14-96,003(3)(a),;F.A.C. Cos;ofConstntctlan. 8, If a Significant Change of tfte permittee's Fand :use, as deb ed in Section 335. 182,: Florida Statutes, occurs, the Permittee mustcontaet<thg Qepa tin2nt. $. Medians may be added antl median openings:may be changed by thi . pepartment as part ofa Constnrctlon project orSafety Projeot. The:provlsaan for a median might change:the operat op oftha Cor9naCtion t.. I. be for igltf tufns anty. 10. All aond fipn:S In I�10710E DFINTENT VVILLAFPLY unless: specifically changed. by the Department. 11 . All apptaved: connect oii(s) and tut'ning ntoverrrents ate sutilect to the Aepartmer3f!s con6nurf g authority to diII such connec3ion(sj ar tumrng rnevements in Order to protect safety ant! irafftc operations on the state highway or : : II ' IlIl State, flghway system: 12, Trar.nsposesfon COntrpl Features: and Devrees to the State Right of Way. Transporatio tt control features and devices in at a Departments rigfrt ofway, including, but nat. limitedto, traffic signals, medians, median 4psPohgs, or : : eny other trahsportabori:mnlrW features ar deuiCes in the:state fight of way, are operational and safety CharaCtonst Gs of Jho StBfe Highway and are not means of:accass Tt a Departure t may instaiE, remove or rnodrfy arty presant.gr 4rJture transportativtt Control #aatu .0 or device in the state right of to make Changes fo promote safety in thetight of wap:or ef4c1aTit traffic operatigns on the highway.: 13. The pemtitfee for him/herself, hislher #tears, his/her assigns and successors in interest, binds ;and is bound and 4tligated to :save and hold the State of Florida andthe Department, its agents and employees harmless fiam any and elf damages, clarets; expanse, ormjuries ansing out of any act, negleot, or omission by the applipnt, hisJher heirO, assigns and 5uceussots in interest that rmy occur by: reason ofthrs facility design, constroction, maintenance orcan3 nufng existence of the corirlecti4n fapijtty,exeept that the applicant shall not be Gable under this provlsion: for damages arsingfrom the spies egligence of the Department Ir 14. The Permittee shall berrespons ble:for rletarmin ngand nofity all Other:users of tF e;r ght ofway. 1 S. Starting work on the State Right ofWay,'means .that I am accepting all conditions on the Piernjit, VMS, 1420 4th Ojeda ` 20 4t l 1 t, � {SW - WO-0404B . . uV 6YSTHdS PiRPU4AB :: 'VMD 8W�yL.!hJ(,] 'n 32962all crags 2cr3 1 i �7i 4'FJT }'vY PART d: GENERALPROVISI(iNa^ 1 Not fy the Depa tment of TransP P . tation Maintelianca Office at least � 8 hours in dance of:5tarting proposed pork. Phone: `JAGS , Attention: ' �Y t 2. copy of the approved permit must be displayed in a prominent location m the immediate vicinity of the connection - - construction, . 3. . Comply with Rule 14-9H.008( 1 ), F.A.C. , Disniptior of Traffic. 4. Comply with Rule 14561008{7), F:A.C., on Utlfity Notification Requirements. 5. P E{ work perfomTed n the Department's r ght of way shall be done in accordance with the most current Department standards, specificat ons and the, permit provlSians; 6. The peOritfee shall not commence use of the donrteCt on priarto a final inspection and acceptance by the Department.: 7 ComplywifiilRule14-96,003(3)(a),;F.A.C. Cos;ofConstntctlan. 8, If a Significant Change of tfte permittee's Fand :use, as deb ed in Section 335. 182,: Florida Statutes, occurs, the Permittee mustcontaet<thg Qepa tin2nt. $. Medians may be added antl median openings:may be changed by thi . pepartment as part ofa Constnrctlon project orSafety Projeot. The:provlsaan for a median might change:the operat op oftha Cor9naCtion t.. I. be for igltf tufns anty. 10. All aond fipn:S In I�10710E DFINTENT VVILLAFPLY unless: specifically changed. by the Department. 11 . All apptaved: connect oii(s) and tut'ning ntoverrrents ate sutilect to the Aepartmer3f!s con6nurf g authority to diII such connec3ion(sj ar tumrng rnevements in Order to protect safety ant! irafftc operations on the state highway or : : II ' IlIl State, flghway system: 12, Trar.nsposesfon COntrpl Features: and Devrees to the State Right of Way. Transporatio tt control features and devices in at a Departments rigfrt ofway, including, but nat. limitedto, traffic signals, medians, median 4psPohgs, or : : eny other trahsportabori:mnlrW features ar deuiCes in the:state fight of way, are operational and safety CharaCtonst Gs of Jho StBfe Highway and are not means of:accass Tt a Departure t may instaiE, remove or rnodrfy arty presant.gr 4rJture transportativtt Control #aatu .0 or device in the state right of to make Changes fo promote safety in thetight of wap:or ef4c1aTit traffic operatigns on the highway.: 13. The pemtitfee for him/herself, hislher #tears, his/her assigns and successors in interest, binds ;and is bound and 4tligated to :save and hold the State of Florida andthe Department, its agents and employees harmless fiam any and elf damages, clarets; expanse, ormjuries ansing out of any act, negleot, or omission by the applipnt, hisJher heirO, assigns and 5uceussots in interest that rmy occur by: reason ofthrs facility design, constroction, maintenance orcan3 nufng existence of the corirlecti4n fapijtty,exeept that the applicant shall not be Gable under this provlsion: for damages arsingfrom the spies egligence of the Department Ir 14. The Permittee shall berrespons ble:for rletarmin ngand nofity all Other:users of tF e;r ght ofway. 1 S. Starting work on the State Right ofWay,'means .that I am accepting all conditions on the Piernjit, . _ . . . SYSTEM3Pk NNiNG:Ctr - - PajsSot3 PART 5: SPECIAL PROVISIONs t NON-GONrDfiM1NG CONNECTIONS, - 0 YES If this :is a non-cDnfarmtna conriection perm', as deiln=d in Rule Chapters 14 96 and 14-97, then the follatiing srtaL be a pa, o! this penin[ _ . _ 1 , The non-conforming connection(s) described in this ii6mt is (are) not permttfed Eor trafitc volumes erceetlmg the -Permd Category On page 1 Of.ths :permit, or as specified in '0Eher.Soedal :P ovisions" below. ' : . . . 2 All non-conforming connections will be sublect to closure or relocation when reasons ble:aecess becomes ayaAable-in the future. - OTHER SPECIAL: PROVI310NS - - - - PART 6 : APPEAL PROCEDURES You may pebhon foran admimstrafye haadng pursuaMto sediions 120,569and 120.57;iFlodda Statute;. YOU dispute the fads slated in the - : - foregoing Notice of Intended DapamnanE Adlon (hereinaRer Notice) you meq pefdion fila Formal admirnstrahve he rt 120.57{1), Flonda Statutes. Ifyoaagreewlth the-facts stated iq Uie T�kbce, : ou ma d nPursuant to secaon tlmlmsujnt section 320.57(2}, Elorkta 3Yatutes; -Ydu must file:IhepetthoQ:with: y y �?a'on foran informa( atrative hearing:pursuant to Clerk o( AgerrtyProceedings Departitrenf ofTr@nsporta6on is : : ' � . _ , . : - fi053uwanneeStrest, MS. 58 � . I � Tallahassee Flwlda 32999�Ug59 - I i i � ; - Thepetition for an admmrs[ratba#rearlog must conform to the- equirernentS of Ruta 28-106,201 (2) or Rule 28 106.301(2), Florida Ad mmistrahve : Code, and be tiled with the Clerk:pf,Agency Proceedings by Sioo o.Ir no Iater;than 21 days afteryAu received the NotKe The petition must include: a copy of the Notice, be legible, on 8 U26y 11 inch wnite paper,_anQ-domain : - r - . . . . yourname;:address, telephone number An Department of Trenspbnathon identifying number on the Notice: if known, the name and edeh�c2hpt :rlumber of each agency affected, i( known, and the name address Ehd tetephonanumberafyour representaGv@. rf any, whidishall:tie the addresS:for service purposes during Che nnuraC :of the ProCeedirig. 2. : An explanefibn nfiiwr ynui suhstantiaf interests wrlFDe affected: by the achon desehbed m ttjeNofine; 3. .A sfaternerii of when anQ hour you received the Not160, 4. A statement ofall disputed issues of material fact, Ifthere aranone, you must 5t1 indicate; 5 A concise staternent of tfieultlmate facia alleged, including the specific tact$ yriii.apnbond wariant reversal or. modiFicatioabf the agencysprtijlosad actidq as welt as artexplanation:pf how the alleged faces relate to the.specific rules arse:statutes you.eontend :inquire reversal or modffrcatlottof the agenoya propgsed action 6 . :A statement of the re ief sought, Staling Prey ely incl Cesired Actianyoovnsh the agency to take m respect t0 Fhe agancys proposed act on Ifthere are disputed issuas of materielfact a formal hearing wtll:be held, vrhere you may present evidence and argument on all issues involved and condrrd cross-examination. Ifthere are no digputedlssues.:of matetiak fait art informaf:heanng wok tie held, where.you may ls.ues t eviden pe ora vMttengtaibmentfdr4onsideratromby the. Departiiterti - : - fJedla3iehi pursuant tasedlon 1201M, Flonda S€dtutes may be:ava1[ 616 i4agraed to by all parbas, and (. . such tonna as may be agreed upon by parties The nghtao an admingtradve heanngits noE affeded whan mediation does.rrobresuttmasettlement, , , , . . , . : Your petition foran administrative hearingshall be dismissed rfrt is not in substantial compNancewith ihe�abova requirements of Rale : 28-106107 (� or Rule 2&106 301 (2}; Florida Administrative Cade. If yott fail to timely file your petihpn ln:acrnrdance with the Above requirements, you will have waived your right #o have iheudended action reviewed pursuant to chapter 120, Florida 8 atiites, and fhe:actlon sat . : : forth in the Notice shall:bIa mndusivai and final, . . . . . : : _ _ . : . : . . _ . . . . . . . _ . . . SYSTEM3Pk NNiNG:Ctr - - PajsSot3 PART 5: SPECIAL PROVISIONs t NON-GONrDfiM1NG CONNECTIONS, - 0 YES If this :is a non-cDnfarmtna conriection perm', as deiln=d in Rule Chapters 14 96 and 14-97, then the follatiing srtaL be a pa, o! this penin[ _ . _ 1 , The non-conforming connection(s) described in this ii6mt is (are) not permttfed Eor trafitc volumes erceetlmg the -Permd Category On page 1 Of.ths :permit, or as specified in '0Eher.Soedal :P ovisions" below. ' : . . . 2 All non-conforming connections will be sublect to closure or relocation when reasons ble:aecess becomes ayaAable-in the future. - OTHER SPECIAL: PROVI310NS - - - - PART 6 : APPEAL PROCEDURES You may pebhon foran admimstrafye haadng pursuaMto sediions 120,569and 120.57;iFlodda Statute;. YOU dispute the fads slated in the - : - foregoing Notice of Intended DapamnanE Adlon (hereinaRer Notice) you meq pefdion fila Formal admirnstrahve he rt 120.57{1), Flonda Statutes. Ifyoaagreewlth the-facts stated iq Uie T�kbce, : ou ma d nPursuant to secaon tlmlmsujnt section 320.57(2}, Elorkta 3Yatutes; -Ydu must file:IhepetthoQ:with: y y �?a'on foran informa( atrative hearing:pursuant to Clerk o( AgerrtyProceedings Departitrenf ofTr@nsporta6on is : : ' � . _ , . : - fi053uwanneeStrest, MS. 58 � . I � Tallahassee Flwlda 32999�Ug59 - I i i � ; - Thepetition for an admmrs[ratba#rearlog must conform to the- equirernentS of Ruta 28-106,201 (2) or Rule 28 106.301(2), Florida Ad mmistrahve : Code, and be tiled with the Clerk:pf,Agency Proceedings by Sioo o.Ir no Iater;than 21 days afteryAu received the NotKe The petition must include: a copy of the Notice, be legible, on 8 U26y 11 inch wnite paper,_anQ-domain : - r - . . . . yourname;:address, telephone number An Department of Trenspbnathon identifying number on the Notice: if known, the name and edeh�c2hpt :rlumber of each agency affected, i( known, and the name address Ehd tetephonanumberafyour representaGv@. rf any, whidishall:tie the addresS:for service purposes during Che nnuraC :of the ProCeedirig. 2. : An explanefibn nfiiwr ynui suhstantiaf interests wrlFDe affected: by the achon desehbed m ttjeNofine; 3. .A sfaternerii of when anQ hour you received the Not160, 4. A statement ofall disputed issues of material fact, Ifthere aranone, you must 5t1 indicate; 5 A concise staternent of tfieultlmate facia alleged, including the specific tact$ yriii.apnbond wariant reversal or. modiFicatioabf the agencysprtijlosad actidq as welt as artexplanation:pf how the alleged faces relate to the.specific rules arse:statutes you.eontend :inquire reversal or modffrcatlottof the agenoya propgsed action 6 . :A statement of the re ief sought, Staling Prey ely incl Cesired Actianyoovnsh the agency to take m respect t0 Fhe agancys proposed act on Ifthere are disputed issuas of materielfact a formal hearing wtll:be held, vrhere you may present evidence and argument on all issues involved and condrrd cross-examination. Ifthere are no digputedlssues.:of matetiak fait art informaf:heanng wok tie held, where.you may ls.ues t eviden pe ora vMttengtaibmentfdr4onsideratromby the. Departiiterti - : - fJedla3iehi pursuant tasedlon 1201M, Flonda S€dtutes may be:ava1[ 616 i4agraed to by all parbas, and (. . such tonna as may be agreed upon by parties The nghtao an admingtradve heanngits noE affeded whan mediation does.rrobresuttmasettlement, , , , . . , . : Your petition foran administrative hearingshall be dismissed rfrt is not in substantial compNancewith ihe�abova requirements of Rale : 28-106107 (� or Rule 2&106 301 (2}; Florida Administrative Cade. If yott fail to timely file your petihpn ln:acrnrdance with the Above requirements, you will have waived your right #o have iheudended action reviewed pursuant to chapter 120, Florida 8 atiites, and fhe:actlon sat . : : forth in the Notice shall:bIa mndusivai and final, . . . . . : : _ _ . : . : . . _ . . . . . . STATE OF FLORIDA DEPARTMENT OF TRANSPpP.TFT10k ' - BSQfIW15 DRIVEWAYJCQNNECTION APPLICATION srsTEms aunrv,Nd FOR ALL CATEGORIES 7. OFFICE USE ONLY - rl A niicatron Numb r, v A :4 rI p Recaved 6y F Category J.. > � : 5 - fiDOT ST �F (TYPE OR PRVIT7 Date: _ Secuon/Mde Post: State Road ' I SeCtlontNitle PStateRoad: Insfruciions - 7o;4ppNeant • Contest 1Me 1,3epaitment DiTratisportahon io idetermin.e what plans and other documents you are regwred to satimtt with you rappl,casor. • Complete this tone (somepuestions may do apply to you)-.and attach all necessary documents and-:submiE it tprths Oeparimeiit a( r r Transpohatldr4. • Far Help with th,5'fbrm contad your Joeal mainfenariw drpistdet offee':� •�-ESr est our !Nebslhat wiew.dotstate.tLuSlonestopperinFtting iorihasorriest person and phone:pumker in your area. -:Ytu may alsolemail gfiv$tivays ,dopstate. ,ua j _ . . : . . . . " . . . : Or call your [Jistrictvr 6cak Fterida department of Transportrttdn Qthce and ask:for Driveway Permits Please cunt or APPLICANT: Ch x tUUMTer Qiessee (-' QCorrtracttoPurc(h}ase ( - Name Responsible Officer of Person . /1 lQ (fd..} y# Et-AI%r03A If the Applicanf ,s a Cvmpairyor OTgamzahon Name Address : }I,r© � � Vi1: 1 ({1 �j tlLL � LN C3 Ci€y Staet�e. r_ `r GO Ax { rZ�. Zip 21VF,6 P,hjot_ip:y^� �,3 �^' " }R+ Email �t.W€ l5tf?Pt� I_Y' }V LAN 11OWNEW* noEappticant) V� Name: Itthe Applicant is a Company or Organization, Name: Addresser City. State. . : . . . : - . . Ir Zip: Phone: : ' :Fax. Email: : : . : . : _ - i $ 1 Icl STATE OF FLORIDA DEPARTMENT OF TRANSPpP.TFT10k ' - BSQfIW15 DRIVEWAYJCQNNECTION APPLICATION srsTEms aunrv,Nd FOR ALL CATEGORIES 7. OFFICE USE ONLY - rl A niicatron Numb r, v A :4 rI p Recaved 6y F Category J.. > � : 5 - fiDOT ST �F (TYPE OR PRVIT7 Date: _ Secuon/Mde Post: State Road ' I SeCtlontNitle PStateRoad: Insfruciions - 7o;4ppNeant • Contest 1Me 1,3epaitment DiTratisportahon io idetermin.e what plans and other documents you are regwred to satimtt with you rappl,casor. • Complete this tone (somepuestions may do apply to you)-.and attach all necessary documents and-:submiE it tprths Oeparimeiit a( r r Transpohatldr4. • Far Help with th,5'fbrm contad your Joeal mainfenariw drpistdet offee':� •�-ESr est our !Nebslhat wiew.dotstate.tLuSlonestopperinFtting iorihasorriest person and phone:pumker in your area. -:Ytu may alsolemail gfiv$tivays ,dopstate. ,ua j _ . . : . . . . " . . . : Or call your [Jistrictvr 6cak Fterida department of Transportrttdn Qthce and ask:for Driveway Permits Please cunt or APPLICANT: Ch x tUUMTer Qiessee (-' QCorrtracttoPurc(h}ase ( - Name Responsible Officer of Person . /1 lQ (fd..} y# Et-AI%r03A If the Applicanf ,s a Cvmpairyor OTgamzahon Name Address : }I,r© � � Vi1: 1 ({1 �j tlLL � LN C3 Ci€y Staet�e. r_ `r GO Ax { rZ�. Zip 21VF,6 P,hjot_ip:y^� �,3 �^' " }R+ Email �t.W€ l5tf?Pt� I_Y' }V LAN 11OWNEW* noEappticant) V� Name: Itthe Applicant is a Company or Organization, Name: Addresser City. State. . : . . . : - . . Ir Zip: Phone: : ' :Fax. Email: : : . : . : _ - i $ 1 Icl - SYSTEMSAIANNING TWOS AUTHORIZEDREPRESENTATNE; if specified by Applicant tahandle, represent sion, andfilatheapplicetion - NOTE Anotarized letter of authodiahon mustbe Provided withthe Application Name CompanyName Address: City, State" P ._ Phcne ra>G .A.ddress .of pmperty to-pe served by permtt (if known): L r IPaddress-is not known .provide distance from nearesf intersecting public street (such as, 500 feet south of Main SL) Check hem if you are feques6ttg a : : : - - () nevi dnvewaY lQ temporary ddveway d modification m exlating rlhveway ;} safe u . . . . . . tY pgrade Does the propertyL owner ri n a have any mterests :in any adiacent propetip - - ON0Yes,: if yes please dascnba: re there other existing -cr tledicated PL iq streets, mads, highways or aceass:Basements bordering orwithin the property? Q N6yes, 'rf:yes - list them on your plans:and tndicata:the proposed and existing access pmnts.l Local Government Development Review or Approval tnformatiort: : - Locat Government' Contact. Government Agency - . : . ' r I : :' . Praoo #. - - SYSTEMSAIANNING TWOS AUTHORIZEDREPRESENTATNE; if specified by Applicant tahandle, represent sion, andfilatheapplicetion - NOTE Anotarized letter of authodiahon mustbe Provided withthe Application Name CompanyName Address: City, State" P ._ Phcne ra>G .A.ddress .of pmperty to-pe served by permtt (if known): L r IPaddress-is not known .provide distance from nearesf intersecting public street (such as, 500 feet south of Main SL) Check hem if you are feques6ttg a : : : - - () nevi dnvewaY lQ temporary ddveway d modification m exlating rlhveway ;} safe u . . . . . . tY pgrade Does the propertyL owner ri n a have any mterests :in any adiacent propetip - - ON0Yes,: if yes please dascnba: re there other existing -cr tledicated PL iq streets, mads, highways or aceass:Basements bordering orwithin the property? Q N6yes, 'rf:yes - list them on your plans:and tndicata:the proposed and existing access pmnts.l Local Government Development Review or Approval tnformatiort: : - Locat Government' Contact. Government Agency - . : . ' r I : :' . Praoo #. - MENNEN S"5TEMS PUUNING - - . : . : . . 04105 Gage 5 of'o If you are -requesting commercial of industrial access, phase indicate the types and number of businesses and provide the floor areaaquare footrineof:each. Useadditiohalsheetsrfnecessary 6u5iness 7Namc antl tynel'. Square Fontana Business (Name sed Type) Stl;i3p Foots.;e 1. 3. d• f lfyou are recuastmg a tesidertfai developmpni aaesss. what rs tfie type jsingle family aRartinent. tuavnhouse) and nnmt>rr of units? '. - paWk :. . - � : ;Nualtfer of.Unit3 Provide arir r estimate of the dally traffic volume anticipated for the eFitira pmperty:at build aur. (An rndlv�duat single fainly Koine duplex, or quad-ptax Is notrequired to complete this section}_ . . . . . . . . Dally TrafhC Estirn$e =:_ {Use the latest'institute of TranSA01tation �Engineef5 {IT£) Trip G tion Re on It you useti:fhe I'FE Trip Generation Report, Provide the land use code, independent variable; and refefenca page number. an -Use o e ih, _ependant enableffF po page rtum er re rence Check witkrttre Florida: DOT Office Where you wdl return thisform:to determirie;Which of the . :fclldwlmdocumerdsare required fo sornpfete the reviewotvpui.atolicahon, _ Plans slhdofd be 11 " x 1:T (scale t X50') Q PrbRosetl access deli £`lpke; No:plar>5 larger than 34 x 38 '-wiltbe auep(ed g) R:arca99 and owhershr'�� a� Highway and dnveway plop profile p maps: inRluding easements (Bound Survey) t7) Drainage plan showing impact b9 r6 ' 66 h) Signing andsffipmgplany 6 . y . . _ i) Traffic Cnntrgilfvlaintenanca:ofTraffic plan 6 6c) Map and lettersdetelling uhldy locations before and j) RroofofliatiilJty ihsurarepe after DeVO bprr Rt:in and along the n96t of W. k Traffic I d} $ubdlvlsrort zoning; or developnienf plans . : 6 'Cross S�ohE:Afroadway every 'fOp' i£ exclwsrveturn lanes are a) Propety map 1ndleahng other ddcess bordering roads and:sireets u7red . :. . . . Important Notices to �lppticeht Before Sfgriitg kpphaat on The 1 11Deparfmant.Rerservas The Right Tc Change.Tralfic pamures And Devrces in tYght O€'tNay ktAny 7me Proposacl'i. tt ' ' coMrdtfoabtres argil davi9 in the rightMway, such :ri edran openings andot#iBF:iraflfe contru1 devioe5, are not partaf : tFtaconnec0on{s) tohaauthorized:kiyaconnectionpermit.. TheDapartrnentreservestfarlghttachange th�e:Y�turesaL devicestn:the : : fuktcre in order to'p9 .rj k a safety Fn:the right 9, 'L orafKclapCtratYia operations on the;highway. Egpenditure by Fheappllcanf of monies : . far FnataiEztion ormalnterrenceof such features of devfcasstraliftot stetde:anytnteresk in thatntenadcaoF such teatums.ocilevlces. Srgnificarit Changalt [6 P.napQnq tJeii Mjlst Undergo FurtnerReyiew if an ad (Nis rl rrrrif js:issued to you it will stake Ehatermsarx):Cantfdidns f6r3ts use. Srg'rrificant changes in the use as definetl in Section - 33S.Y82(3a Flonde Sidto-ttes of the pemritfed access notconeistent with Y}ie terms and dondiUons Jistedan fhe;permit may bE:consrdered avfola6ofi:otthe penriif: : : - : AlNniormitton 4CiWe Isikepprdte . : ; I telrm {Frau am familiar wifA the infomragon contained inthis: application andthatto die best of my knowledgeand belief, such Informati6n is true, cari}pleta and accurato' ._ . . . . : : : - ' Sffirti. . Nl9rk On Th9it. II . 1 yC . rection AReril Car.pt My papjijkMeanslA:ccept All the Condidorrslii MY Permrt : l 1 9 L not begin work 9n:tha connettion Until) raCiiiVe my Pemiitand Fpndeistand all theieontlitions of the Perm1L: +lJhan I baginiwork on tFre connection, I am accepting alt ccnditlons Jis# tl Fn my Permit, : I AppEicantName {ptlnter3j Uri : : Appilcant'sslgnature: - Date ; , p � MENNEN S"5TEMS PUUNING - - . : . : . . 04105 Gage 5 of'o If you are -requesting commercial of industrial access, phase indicate the types and number of businesses and provide the floor areaaquare footrineof:each. Useadditiohalsheetsrfnecessary 6u5iness 7Namc antl tynel'. Square Fontana Business (Name sed Type) Stl;i3p Foots.;e 1. 3. d• f lfyou are recuastmg a tesidertfai developmpni aaesss. what rs tfie type jsingle family aRartinent. tuavnhouse) and nnmt>rr of units? '. - paWk :. . - � : ;Nualtfer of.Unit3 Provide arir r estimate of the dally traffic volume anticipated for the eFitira pmperty:at build aur. (An rndlv�duat single fainly Koine duplex, or quad-ptax Is notrequired to complete this section}_ . . . . . . . . Dally TrafhC Estirn$e =:_ {Use the latest'institute of TranSA01tation �Engineef5 {IT£) Trip G tion Re on It you useti:fhe I'FE Trip Generation Report, Provide the land use code, independent variable; and refefenca page number. an -Use o e ih, _ependant enableffF po page rtum er re rence Check witkrttre Florida: DOT Office Where you wdl return thisform:to determirie;Which of the . :fclldwlmdocumerdsare required fo sornpfete the reviewotvpui.atolicahon, _ Plans slhdofd be 11 " x 1:T (scale t X50') Q PrbRosetl access deli £`lpke; No:plar>5 larger than 34 x 38 '-wiltbe auep(ed g) R:arca99 and owhershr'�� a� Highway and dnveway plop profile p maps: inRluding easements (Bound Survey) t7) Drainage plan showing impact b9 r6 ' 66 h) Signing andsffipmgplany 6 . y . . _ i) Traffic Cnntrgilfvlaintenanca:ofTraffic plan 6 6c) Map and lettersdetelling uhldy locations before and j) RroofofliatiilJty ihsurarepe after DeVO bprr Rt:in and along the n96t of W. k Traffic I d} $ubdlvlsrort zoning; or developnienf plans . : 6 'Cross S�ohE:Afroadway every 'fOp' i£ exclwsrveturn lanes are a) Propety map 1ndleahng other ddcess bordering roads and:sireets u7red . :. . . . Important Notices to �lppticeht Before Sfgriitg kpphaat on The 1 11Deparfmant.Rerservas The Right Tc Change.Tralfic pamures And Devrces in tYght O€'tNay ktAny 7me Proposacl'i. tt ' ' coMrdtfoabtres argil davi9 in the rightMway, such :ri edran openings andot#iBF:iraflfe contru1 devioe5, are not partaf : tFtaconnec0on{s) tohaauthorized:kiyaconnectionpermit.. TheDapartrnentreservestfarlghttachange th�e:Y�turesaL devicestn:the : : fuktcre in order to'p9 .rj k a safety Fn:the right 9, 'L orafKclapCtratYia operations on the;highway. Egpenditure by Fheappllcanf of monies : . far FnataiEztion ormalnterrenceof such features of devfcasstraliftot stetde:anytnteresk in thatntenadcaoF such teatums.ocilevlces. Srgnificarit Changalt [6 P.napQnq tJeii Mjlst Undergo FurtnerReyiew if an ad (Nis rl rrrrif js:issued to you it will stake Ehatermsarx):Cantfdidns f6r3ts use. Srg'rrificant changes in the use as definetl in Section - 33S.Y82(3a Flonde Sidto-ttes of the pemritfed access notconeistent with Y}ie terms and dondiUons Jistedan fhe;permit may bE:consrdered avfola6ofi:otthe penriif: : : - : AlNniormitton 4CiWe Isikepprdte . : ; I telrm {Frau am familiar wifA the infomragon contained inthis: application andthatto die best of my knowledgeand belief, such Informati6n is true, cari}pleta and accurato' ._ . . . . : : : - ' Sffirti. . Nl9rk On Th9it. II . 1 yC . rection AReril Car.pt My papjijkMeanslA:ccept All the Condidorrslii MY Permrt : l 1 9 L not begin work 9n:tha connettion Until) raCiiiVe my Pemiitand Fpndeistand all theieontlitions of the Perm1L: +lJhan I baginiwork on tFre connection, I am accepting alt ccnditlons Jis# tl Fn my Permit, : I AppEicantName {ptlnter3j Uri : : Appilcant'sslgnature: - Date ; , p � k r�{ib' nAmpt2t't�9tltentSw�,v ,- a f a 'pie a� '. s �',, .••, .<1SESCWgFiOlt a+'S ss. � tr �, 1JNt: a s � �±.� fi OIW ' Mobdrzabor' 1 12,OS549 $ 12055491 0102 i MntnteimnceOFTraffc Ilncludes Pedestrian jvf0T,Y 1 " : LS $ 1 05549 $ 1205544 012011D Re¢ulnr Ezcavanon 280 CY .$ ~ 1770 $ 4,95600 . 0120 :1. " Embanlaient (Co iedifd P,sco 310 . CY . $ . 22 53 . 3. 10 . 0] 60:4 Sfablwiw TypaB 775 : : SYS 3. 10 . $ 221a'.50 - 0285706 Base Optiwel Base Grou- 06) - 715 : $Y $ 982 S 70213D D334 .IL Su rain Asphaltic CngQITrafric 13) 110 : : TN 5 ,95 00 $ 10,450 60.' D327 JO.d hLfl Exirtin4 As [ Psvemeat (I5" AVERAGE) 7,195 . : SY $ 205 $ . . 2050575r 033776 r AshCuec FC (ihe BlVRabT FC9.S 400: TN $ 147001S _ . 46800,OD 05201 10 Concrete Club R Ginter . ,ype F7 266 LF $ . Z5 49 IS 6,831 32 65221 ConceeteSidewWk (4" T¢ick3 317 SY $ . . . 41 .53 $ " 13, 76501 053611 Quardnil : " - 40 LF $ 36:00 $ �1 ,44a.00 0575'1 5add1 38: , Sy $ 4,86 $ 134:68 " SUB-TOTAL l S 144,665:83 NOTE THE UNIT PR- ES:USED INTHIS COST ESTIMATEARE ESTIMATES Of CURRENT COSTS:WED ON RECENT SIM RECEIVED,, OR ON PAST SIOSANUSTED SY CURRENT PRICE INDEXES THEIR ACCURACYiS A FUNCTtON.OF ECONOMIC CONOITIONSATTHE TIME THE WORK IS ACTUALLY 810; WHStILTMG ENGINEERS (ANDPINJNyS, sURVEYDR3 .ZnBt NSTA PARKWAY; Sl11TE 10n NENRYW MBE L, R WFSTPALMBE4 ,FL "3 11 Fk.1 REG. NO, 90aa9 REVETVED MAR. :2 :12008 �t5T.1Y • P aunol�xuwa wRWsoi�aapedsavPoo�essugr FSTN tvor ssoa.4e k r�{ib' nAmpt2t't�9tltentSw�,v ,- a f a 'pie a� '. s �',, .••, .<1SESCWgFiOlt a+'S ss. � tr �, 1JNt: a s � �±.� fi OIW ' Mobdrzabor' 1 12,OS549 $ 12055491 0102 i MntnteimnceOFTraffc Ilncludes Pedestrian jvf0T,Y 1 " : LS $ 1 05549 $ 1205544 012011D Re¢ulnr Ezcavanon 280 CY .$ ~ 1770 $ 4,95600 . 0120 :1. " Embanlaient (Co iedifd P,sco 310 . CY . $ . 22 53 . 3. 10 . 0] 60:4 Sfablwiw TypaB 775 : : SYS 3. 10 . $ 221a'.50 - 0285706 Base Optiwel Base Grou- 06) - 715 : $Y $ 982 S 70213D D334 .IL Su rain Asphaltic CngQITrafric 13) 110 : : TN 5 ,95 00 $ 10,450 60.' D327 JO.d hLfl Exirtin4 As [ Psvemeat (I5" AVERAGE) 7,195 . : SY $ 205 $ . . 2050575r 033776 r AshCuec FC (ihe BlVRabT FC9.S 400: TN $ 147001S _ . 46800,OD 05201 10 Concrete Club R Ginter . ,ype F7 266 LF $ . Z5 49 IS 6,831 32 65221 ConceeteSidewWk (4" T¢ick3 317 SY $ . . . 41 .53 $ " 13, 76501 053611 Quardnil : " - 40 LF $ 36:00 $ �1 ,44a.00 0575'1 5add1 38: , Sy $ 4,86 $ 134:68 " SUB-TOTAL l S 144,665:83 NOTE THE UNIT PR- ES:USED INTHIS COST ESTIMATEARE ESTIMATES Of CURRENT COSTS:WED ON RECENT SIM RECEIVED,, OR ON PAST SIOSANUSTED SY CURRENT PRICE INDEXES THEIR ACCURACYiS A FUNCTtON.OF ECONOMIC CONOITIONSATTHE TIME THE WORK IS ACTUALLY 810; WHStILTMG ENGINEERS (ANDPINJNyS, sURVEYDR3 .ZnBt NSTA PARKWAY; Sl11TE 10n NENRYW MBE L, R WFSTPALMBE4 ,FL "3 11 Fk.1 REG. NO, 90aa9 REVETVED MAR. :2 :12008 �t5T.1Y • P aunol�xuwa wRWsoi�aapedsavPoo�essugr FSTN tvor ssoa.4e SPIT CLAL . CONDITIONS i PERMIT NO, 2008 A 490 0012 State Section No :; 88060 l During construction, higbest priority should be gif en insuring pedestrian safety. If permission is granted to temporarily dose a.sidewalk, it is (]tine so with the express condition that it will be re-opened as quickly as possible. If any Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site {TI"VIS) is. in conflict, The PL&.EM Office must be called to establish location. If any-PTN1S and or TTMS sites are damaged during construction, :the complete restoration and repairs will be Lhe:responslbilih of the applicant. The Planning and Environmental Management Office (PL&EM) mustbe notifim ed imediately at (954) ' 777-4601 to 1 .schedule -a location or - Inspection. The D.O;T. right:o&way cannot .be utilized for on-site.construetlon: TI he D.On :T, roadway; sidewalk, etc. must not be disturbed until the off-site !improvements _ showon the permit, are readyI to be constructed. This Construction should lie: completedI as soon as possible so _as #o minimize disruption within tie: RlW; This permit is valid only for work proposed within the D.O.T_ right-ofivay. Contact IVIn FERPIAVAO OJEDIA at (772) 633-5334 to schedule a pre-construction conference. Certification aceeptahmand filial approval is contingent upon conformity of all work done according to .this permit A copy of ibis permit and;plan will be on the job site at all. times :during the construction of this facility. Permittee is .cautioued that: utilities may be located within the construction area. Validity: of:this permit is: contingent upon. permittee obtaining necessary permits from al] otber.aaencies involved. 6 Before beginning any work, the:Mgnal maintaining agency must be notified to establish the location of any signal loops, wires, system communications, ete. _ 6 1 — .1.. system cpm. m 6 , _ 6 ons -with the traffic control center :with all applicable :signals that are on-line. In 6the event thatsignal is brought off-line, you shall immediately notify the Browsed County Traffic Control :Center. Give $pecial attention to MOT nate instructing that local . media sballbe . contacted. a week priox �to any laue closures. n¢ the state: road sysfem � if it will occur ducingpeak:hours- or over the span of store'than one clay. Contact Barbara Kelleher, FDOT Public Information Office at 954-777-40 0 for guidance on who to contact. Provide a copy of the press release to: Florida. Department or Transportation Public .Wiirmotiott Office 3400 West ComntereialBlvd.. Fort Lauderdale, Florida 33309 D6isirict Ftan PcmliTs 04, 2h, 3t)t17 SPIT CLAL . CONDITIONS i PERMIT NO, 2008 A 490 0012 State Section No :; 88060 l During construction, higbest priority should be gif en insuring pedestrian safety. If permission is granted to temporarily dose a.sidewalk, it is (]tine so with the express condition that it will be re-opened as quickly as possible. If any Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site {TI"VIS) is. in conflict, The PL&.EM Office must be called to establish location. If any-PTN1S and or TTMS sites are damaged during construction, :the complete restoration and repairs will be Lhe:responslbilih of the applicant. The Planning and Environmental Management Office (PL&EM) mustbe notifim ed imediately at (954) ' 777-4601 to 1 .schedule -a location or - Inspection. The D.O;T. right:o&way cannot .be utilized for on-site.construetlon: TI he D.On :T, roadway; sidewalk, etc. must not be disturbed until the off-site !improvements _ showon the permit, are readyI to be constructed. This Construction should lie: completedI as soon as possible so _as #o minimize disruption within tie: RlW; This permit is valid only for work proposed within the D.O.T_ right-ofivay. Contact IVIn FERPIAVAO OJEDIA at (772) 633-5334 to schedule a pre-construction conference. Certification aceeptahmand filial approval is contingent upon conformity of all work done according to .this permit A copy of ibis permit and;plan will be on the job site at all. times :during the construction of this facility. Permittee is .cautioued that: utilities may be located within the construction area. Validity: of:this permit is: contingent upon. permittee obtaining necessary permits from al] otber.aaencies involved. 6 Before beginning any work, the:Mgnal maintaining agency must be notified to establish the location of any signal loops, wires, system communications, ete. _ 6 1 — .1.. system cpm. m 6 , _ 6 ons -with the traffic control center :with all applicable :signals that are on-line. In 6the event thatsignal is brought off-line, you shall immediately notify the Browsed County Traffic Control :Center. Give $pecial attention to MOT nate instructing that local . media sballbe . contacted. a week priox �to any laue closures. n¢ the state: road sysfem � if it will occur ducingpeak:hours- or over the span of store'than one clay. Contact Barbara Kelleher, FDOT Public Information Office at 954-777-40 0 for guidance on who to contact. Provide a copy of the press release to: Florida. Department or Transportation Public .Wiirmotiott Office 3400 West ComntereialBlvd.. Fort Lauderdale, Florida 33309 D6isirict Ftan PcmliTs 04, 2h, 3t)t17 1 _q.CONFRAsa' PLAN SIX . . . . . ' ON."AT PLANA Dt1 F 4 PAYLKxY PaINO P. EN% MIDGE A M IBPF .N, I? l�IAN R 'VERrr COUNTY BOARD OF COUNTY COMIu msioNER6 a q�0 IN,DEX 01 9HIF1'S - ' SIRtFY :N �DFSgRgryION - t� . 1 WIOLg' PMI NAGE NAPS EV � Aj 4) TYPI PA( SLC}IONs S^ LL /1�t, `SVLwR 9 P'IAN6I TIES / (`e y/ '� _ FP4itN 9 OPA INwE: ST$ICl{Ip[F �' \ C II(FFNNEME TiCs f1zT771 1 VAMMEL NO FES bkWx u lE LET IL tr� PL .r, E D w E CPUs ' FIDE SEPL1:ON SAIMALAN ANG PRprTLE SNL[i5 / © R I 31DO SEL} 10.Y S FC}S. 4 pxalrlLGE 'SIPJCTJRFS SxLl1L CROSS EET CA - fib th AVENUE SIPL STREET ONS: SEC I Ox1 f L SOUTH UP STATE fiOAD 50 T0 59th MEM- 1 . JL 1Fidlfi. :7 IG 20Cn )PROJ>:�!"c,Y. Na:., : r1�F.rr ✓1 FL AT�,jti I I�iiNI7 d FI L A 11 l NAW TI-Il G ILiiA ANAAF' A x. SNf6E PLANS HAVE DE EN P 4Ni+V a Y. MITI Ai A9 : IIEYAR�O IN ' Ap[OlIDA4CE r d". .+eam w., . 3.. UEPaR?c ,n E UTnANSEO Ir TNN STAgI N STANDARDS _ _% K_ . _ 7 OF INAN�PUVIAI !ON GECICN STANUAROS . " I pIOrt LLI OAIEp JJNllARI Z(106 ) e c'A a. hA c�:g4! CAL7Z COVE Nry IRL SPCC SFICAT IT'S ' TIE FLOR LCP TEPARLHtt IION pM1 ll jOAFT 0IoilLOSE I/ , • hN0AN0 Sp EL ( FLCAT IONS FOR lOAO B BH fgGE. LEND H OFOF PROJECT u 1 CONS MILE; I ONr OA TED 2001 , AND SPE C I AL '�+-•-A+' 1 _q.CONFRAsa' PLAN SIX . . . . . ' ON."AT PLANA Dt1 F 4 PAYLKxY PaINO P. EN% MIDGE A M IBPF .N, I? l�IAN R 'VERrr COUNTY BOARD OF COUNTY COMIu msioNER6 a q�0 IN,DEX 01 9HIF1'S - ' SIRtFY :N �DFSgRgryION - t� . 1 WIOLg' PMI NAGE NAPS EV � Aj 4) TYPI PA( SLC}IONs S^ LL /1�t, `SVLwR 9 P'IAN6I TIES / (`e y/ '� _ FP4itN 9 OPA INwE: ST$ICl{Ip[F �' \ C II(FFNNEME TiCs f1zT771 1 VAMMEL NO FES bkWx u lE LET IL tr� PL .r, E D w E CPUs ' FIDE SEPL1:ON SAIMALAN ANG PRprTLE SNL[i5 / © R I 31DO SEL} 10.Y S FC}S. 4 pxalrlLGE 'SIPJCTJRFS SxLl1L CROSS EET CA - fib th AVENUE SIPL STREET ONS: SEC I Ox1 f L SOUTH UP STATE fiOAD 50 T0 59th MEM- 1 . JL 1Fidlfi. :7 IG 20Cn )PROJ>:�!"c,Y. Na:., : r1�F.rr ✓1 FL AT�,jti I I�iiNI7 d FI L A 11 l NAW TI-Il G ILiiA ANAAF' A x. SNf6E PLANS HAVE DE EN P 4Ni+V a Y. MITI Ai A9 : IIEYAR�O IN ' Ap[OlIDA4CE r d". .+eam w., . 3.. UEPaR?c ,n E UTnANSEO Ir TNN STAgI N STANDARDS _ _% K_ . _ 7 OF INAN�PUVIAI !ON GECICN STANUAROS . " I pIOrt LLI OAIEp JJNllARI Z(106 ) e c'A a. hA c�:g4! CAL7Z COVE Nry IRL SPCC SFICAT IT'S ' TIE FLOR LCP TEPARLHtt IION pM1 ll jOAFT 0IoilLOSE I/ , • hN0AN0 Sp EL ( FLCAT IONS FOR lOAO B BH fgGE. LEND H OFOF PROJECT u 1 CONS MILE; I ONr OA TED 2001 , AND SPE C I AL '�+-•-A+' 40 a [Syr' 40 20 0 _ FL rl 1 • x—Iv-,-1 1 _ _ _ rt + fzz 49 9 Iio I15 1.20 155 .140 SUBBAS.INNO . 1 , BEGIN A � VSCUpY.BYBYFArtSRiI.Nn51 N0v rv fxe, PEAX .Succ CMTnk EL6 j _vci� M xa- ni 5 r C�11 )t l � I ]l3 m p � p CWIL • I 1 � I �I' NpM1A'L9 YM1. I I '; `—���•••_ ± xD . ; M ' 51M� }.di.� R . . . . I � SC If ' TIP - K {� � 1 !le �f/met of .Putti s ofks R 032000 P sr DRAINAGE MAP u1 ! 1 S U 5 IIJC EnginBefi atuw D 4S TM AVENUE .. soar ra n nano. Ins atr nen 1 -fi. J"14 f /?7 �fV%SID. p A _ a aF s nna u,Da o os bv+ i yENtIA INU4I v n rocF u- - SOUTH BF B.N. b9 TG N4NiN AF 87TH 6T Inc +w:xr �1P*N.�1w14'vDP1IPA'%+ en Ff 4ala,nN NIW- ---,• 40 a [Syr' 40 20 0 _ FL rl 1 • x—Iv-,-1 1 _ _ _ rt + fzz 49 9 Iio I15 1.20 155 .140 SUBBAS.INNO . 1 , BEGIN A � VSCUpY.BYBYFArtSRiI.Nn51 N0v rv fxe, PEAX .Succ CMTnk EL6 j _vci� M xa- ni 5 r C�11 )t l � I ]l3 m p � p CWIL • I 1 � I �I' NpM1A'L9 YM1. I I '; `—���•••_ ± xD . ; M ' 51M� }.di.� R . . . . I � SC If ' TIP - K {� � 1 !le �f/met of .Putti s ofks R 032000 P sr DRAINAGE MAP u1 ! 1 S U 5 IIJC EnginBefi atuw D 4S TM AVENUE .. soar ra n nano. Ins atr nen 1 -fi. J"14 f /?7 �fV%SID. p A _ a aF s nna u,Da o os bv+ i yENtIA INU4I v n rocF u- - SOUTH BF B.N. b9 TG N4NiN AF 87TH 6T Inc +w:xr �1P*N.�1w14'vDP1IPA'%+ en Ff 4ala,nN NIW- ---,• L.� wES> GwA[ RM LATF ST WEA RM UHC — �_ CAST MWI A/IY (ME �MAL WAX— I 1 �• YPRIES —'�^ SECINW ME fk15T, CMAL A!W lMf f GA95T. —_-� 5O vAA+es —' TSIjr P5I m 1"Af5'E6 . .... "_` N --'1 n• 9b .-_4427 Q x Ap R is k3 15'/5• IT MF4'ES SOO ` 'I TRAVELlave'L q AM'E lA4C q P6 TRAVEI TRAVEL ��""`` SW _ vAAIES ' [1 SEEII- A�,1.#.i,.. iq. E w .co♦ j COAL ' veren I &5_: I:�zj S ': zz aX l _ I'� ze. Sz -41. ..g I . ' ' fvWGIEXSYxW- 1 i 13 C. CK At K M' THCK1 .SW9EaLY ' !E C2 AT 0.9ry£gP151 � '� - B )YPE '£ WPe1 I' ' SU ALIS ';AW" / ✓ e WTTER PPE •P` ZIP, & ttPE IF' &MB b h+T>E/+ /x7 PAf ''� NT ER + Kd b WTTEA �A �MIST REAMEN rq aF: RE[wvta {i Of5/GN SPEED = 95 NPN lu I TYPICAL SECTION PDST€p SPEED = 45 MPH � � T 66th AVENUE + 7 I k }I 1 )34 RW ^¢ -�'; - zz SI'A, 128+O1.aa TO STA: .rs9*13:09 /WEST gq$( - RM LIAE I,N.T9 WI A[E MSE Alfl•RA' :R 4S_d 1z ¢• +{ q pIyPb F' u+a[ • �I L�r(� & . TPAML LEVEL _ A/T)ER. /MCJYfKOtJ dITTFN +MWf'!fd sLHi III i � LM'E (UiCRETEE$ERAgATLWLUPCOJ TYPICAL I 1 IFFY TURN NE DETAIL I 1 c r NEW CQNSTRUfTION iYP!CAL- 'SE'C*1lM' ,v4TM 3x ! ALL Pa YF gRCA; MIL fAv TRF :pR0.1EET ILBTS XI&BH APE __ AYIY 6YLYfMµ(Yq(O 8Y �;+' .ryA.tAl. SECT4y 9Ha(L 'fN(C. .5[OENA(R If THKK). . l SHRFAK: PRKTkW GLYIgSE PC 9 6 IRH88ER) fNi9/Sv) fY TIWSTALC{'ED W A6YpIH.VA[E II+FII THC ewrl4mr ,C THK'N -AT MNC�1'N'S1 S�RPACE NAC SP $iAUCTBRAt Edd LTfl(I (JWLRIST) SPELYPA:AMAAY$ +LfgfATE4IrERELW. Wass OTRERYfSE m7m.- 'rYPC BASE 5[19'IflA6E �.. MTKWA( RASE. GMAIP 9 E PRIME [pAF$x e s IJED AT A PATE L19 0 O OAVL/SY. L G TT(A TYPICAL $V93np[E' TYPE 'B s"7! AIATPM' [Q'L As u'RFFTEq'. fy rHF fAWPEER; J. PRA(VL�fwy�fw):gEI" $HALL [l��EN'$T/$$i Cf THE -Ci'&fP4ETL RICR'T TURN CAkE DERAIL BApfpiu wTh"UtCA8W i XiAf YArERNLRASC A4R E ARC fi1c mea &Yi° TYPt6l11 SECTION f'1t�l. U�� u S � � Waste De'ra:rtmeD/ of .f'ubl/c Warks. S 3 . : x,.Aw A f --- fox, a .. ;°e, veer Y � „[:, ,L o[Ai ;„„ , Engi'rieerTrrg -Divlslan Hex w E9EL i `p ,`° ° 66 TH AVENUE ,rt+::�. .,°„ e. r�a soa4 s: : v a+:]]�Cwlu.i°S]R4°p a ' "'_ • rmlo B6°[ 'WJ. ' �ovrn OF s,A. 6D To xonrx QF aTrx G.Jb°.X°. L.� wES> GwA[ RM LATF ST WEA RM UHC — �_ CAST MWI A/IY (ME �MAL WAX— I 1 �• YPRIES —'�^ SECINW ME fk15T, CMAL A!W lMf f GA95T. —_-� 5O vAA+es —' TSIjr P5I m 1"Af5'E6 . .... "_` N --'1 n• 9b .-_4427 Q x Ap R is k3 15'/5• IT MF4'ES SOO ` 'I TRAVELlave'L q AM'E lA4C q P6 TRAVEI TRAVEL ��""`` SW _ vAAIES ' [1 SEEII- A�,1.#.i,.. iq. E w .co♦ j COAL ' veren I &5_: I:�zj S ': zz aX l _ I'� ze. Sz -41. ..g I . ' ' fvWGIEXSYxW- 1 i 13 C. CK At K M' THCK1 .SW9EaLY ' !E C2 AT 0.9ry£gP151 � '� - B )YPE '£ WPe1 I' ' SU ALIS ';AW" / ✓ e WTTER PPE •P` ZIP, & ttPE IF' &MB b h+T>E/+ /x7 PAf ''� NT ER + Kd b WTTEA �A �MIST REAMEN rq aF: RE[wvta {i Of5/GN SPEED = 95 NPN lu I TYPICAL SECTION PDST€p SPEED = 45 MPH � � T 66th AVENUE + 7 I k }I 1 )34 RW ^¢ -�'; - zz SI'A, 128+O1.aa TO STA: .rs9*13:09 /WEST gq$( - RM LIAE I,N.T9 WI A[E MSE Alfl•RA' :R 4S_d 1z ¢• +{ q pIyPb F' u+a[ • �I L�r(� & . TPAML LEVEL _ A/T)ER. /MCJYfKOtJ dITTFN +MWf'!fd sLHi III i � LM'E (UiCRETEE$ERAgATLWLUPCOJ TYPICAL I 1 IFFY TURN NE DETAIL I 1 c r NEW CQNSTRUfTION iYP!CAL- 'SE'C*1lM' ,v4TM 3x ! ALL Pa YF gRCA; MIL fAv TRF :pR0.1EET ILBTS XI&BH APE __ AYIY 6YLYfMµ(Yq(O 8Y �;+' .ryA.tAl. SECT4y 9Ha(L 'fN(C. .5[OENA(R If THKK). . l SHRFAK: PRKTkW GLYIgSE PC 9 6 IRH88ER) fNi9/Sv) fY TIWSTALC{'ED W A6YpIH.VA[E II+FII THC ewrl4mr ,C THK'N -AT MNC�1'N'S1 S�RPACE NAC SP $iAUCTBRAt Edd LTfl(I (JWLRIST) SPELYPA:AMAAY$ +LfgfATE4IrERELW. Wass OTRERYfSE m7m.- 'rYPC BASE 5[19'IflA6E �.. MTKWA( RASE. GMAIP 9 E PRIME [pAF$x e s IJED AT A PATE L19 0 O OAVL/SY. L G TT(A TYPICAL $V93np[E' TYPE 'B s"7! AIATPM' [Q'L As u'RFFTEq'. fy rHF fAWPEER; J. PRA(VL�fwy�fw):gEI" $HALL [l��EN'$T/$$i Cf THE -Ci'&fP4ETL RICR'T TURN CAkE DERAIL BApfpiu wTh"UtCA8W i XiAf YArERNLRASC A4R E ARC fi1c mea &Yi° TYPt6l11 SECTION f'1t�l. U�� u S � � Waste De'ra:rtmeD/ of .f'ubl/c Warks. S 3 . : x,.Aw A f --- fox, a .. ;°e, veer Y � „[:, ,L o[Ai ;„„ , Engi'rieerTrrg -Divlslan Hex w E9EL i `p ,`° ° 66 TH AVENUE ,rt+::�. .,°„ e. r�a soa4 s: : v a+:]]�Cwlu.i°S]R4°p a ' "'_ • rmlo B6°[ 'WJ. ' �ovrn OF s,A. 6D To xonrx QF aTrx G.Jb°.X°. I : . NSPRCp WLRPL A' CAWAt . . _ WEST F:M' uxE4� � SXARfO nry EAST /Ab Rin' [NYE SECTNMf UNF f ^ �EY15 GNAT AT RM' llA'f ` U4ST. R Rf., I .g9rMX/xc - Itlt/t a r Tw ¢1 VARIES yTRMCLUSE YILW£L I . ( DSIRFWcD CMA, FXISFII 510.TWNA // 1 1 T fxnT. FtPf Y' r4 R[4AW1 SUflTACf 1! � 1 NRq PAO. EY4r PaVfMfHr .- SUBGRApE 1 i WirCR raTNfeOI SAWCUT _l - I `—EYLST vAYf4EAT ' 1 RB gs RfR4YEQI (T05Rt ANU N(NT l t-0.1kBPAp: WTIEHlFp) - L 5AIttVr TYPICAL SECTION 6m AVENUE 75 w _ STA. 1154.6$.03+ TO STA. 126415. A ? TYPICAL -SECTION QT£5: I Y. ML PAYER MEAS WFFMX THE -0MYECr LvtS WMTII 7ffWllFAClNl _ OEW CONMUCTION xqr SPB CKV CMRCD W A. 'UAEAL SECTx SXC MSTMRtEO NL M�lIfQ4110E: RIM rNE PAVEMENT LVLBiSYISPCf kATOS M'DMATEA HEWA:. dMIX$$ OTRA'fy'I$E Rrpp,ICIIWAL CYXIgiC IDEP A$ ht"wmlm. SYIIFALE: FR.CYAX W/RSE FC 9.S f/IIBBEPI IRMLB/SYJ P TALC CIL,Z 'EILKL A^P1/(B' Ar A MTE 0.` OTOS (MV9 ' 7YPf SP SJRUCTURAL [[ARSE lTICJ ID(ALB)arl P � CoA T ,FRAIL RE APPLLD Ar P PATE P` 0,0 c''A{YP'i .M$E: aIrb AL MSE T.9X(v 9. . AS PEC7tB ®' THE (NGINEfR. ' $UBWISp£' ETRE 4& SrA MZArov. 12'I D. PAYEWEA('IL`Mwt $HALL CLWS'IST CY 74 :CIWPLETE . REWYAL Y A M&T PAVEMEXr5 M VASE. M'p rN(: •" ^��- BK'NFILL WLT0 CLEAN A-V/ LATERIAL. DESIGN SPEED = 45 MMM POSTED SPEED 45 MPH - ApD7�/r^ yyoilN,P°rt NA _ TYPICAL S � CTtON , c ARCADIS us LNG = - � . . - Oe Engl o of PLrG1Tc sAR 113 I ,. Engiheeli g Dl �ision TH AWNUE MAP 'a4. , °5L Por 1 t r\f° f µ ° flf C n -. . . - "^ 8. Hf NE W DEME J .R D bom906. 4ou7n 01' .6.R. R.4 io xaR7x. Re 57TIt 97 a .40.x4. I : . NSPRCp WLRPL A' CAWAt . . _ WEST F:M' uxE4� � SXARfO nry EAST /Ab Rin' [NYE SECTNMf UNF f ^ �EY15 GNAT AT RM' llA'f ` U4ST. R Rf., I .g9rMX/xc - Itlt/t a r Tw ¢1 VARIES yTRMCLUSE YILW£L I . ( DSIRFWcD CMA, FXISFII 510.TWNA // 1 1 T fxnT. FtPf Y' r4 R[4AW1 SUflTACf 1! � 1 NRq PAO. EY4r PaVfMfHr .- SUBGRApE 1 i WirCR raTNfeOI SAWCUT _l - I `—EYLST vAYf4EAT ' 1 RB gs RfR4YEQI (T05Rt ANU N(NT l t-0.1kBPAp: WTIEHlFp) - L 5AIttVr TYPICAL SECTION 6m AVENUE 75 w _ STA. 1154.6$.03+ TO STA. 126415. A ? TYPICAL -SECTION QT£5: I Y. ML PAYER MEAS WFFMX THE -0MYECr LvtS WMTII 7ffWllFAClNl _ OEW CONMUCTION xqr SPB CKV CMRCD W A. 'UAEAL SECTx SXC MSTMRtEO NL M�lIfQ4110E: RIM rNE PAVEMENT LVLBiSYISPCf kATOS M'DMATEA HEWA:. dMIX$$ OTRA'fy'I$E Rrpp,ICIIWAL CYXIgiC IDEP A$ ht"wmlm. SYIIFALE: FR.CYAX W/RSE FC 9.S f/IIBBEPI IRMLB/SYJ P TALC CIL,Z 'EILKL A^P1/(B' Ar A MTE 0.` OTOS (MV9 ' 7YPf SP SJRUCTURAL [[ARSE lTICJ ID(ALB)arl P � CoA T ,FRAIL RE APPLLD Ar P PATE P` 0,0 c''A{YP'i .M$E: aIrb AL MSE T.9X(v 9. . AS PEC7tB ®' THE (NGINEfR. ' $UBWISp£' ETRE 4& SrA MZArov. 12'I D. PAYEWEA('IL`Mwt $HALL CLWS'IST CY 74 :CIWPLETE . REWYAL Y A M&T PAVEMEXr5 M VASE. M'p rN(: •" ^��- BK'NFILL WLT0 CLEAN A-V/ LATERIAL. DESIGN SPEED = 45 MMM POSTED SPEED 45 MPH - ApD7�/r^ yyoilN,P°rt NA _ TYPICAL S � CTtON , c ARCADIS us LNG = - � . . - Oe Engl o of PLrG1Tc sAR 113 I ,. Engiheeli g Dl �ision TH AWNUE MAP 'a4. , °5L Por 1 t r\f° f µ ° flf C n -. . . - "^ 8. Hf NE W DEME J .R D bom906. 4ou7n 01' .6.R. R.4 io xaR7x. Re 57TIt 97 a .40.x4. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . GENERAL NOTES c P£Rlp Ip ryy[K N4xT w .a EZC:x A Nw ir1E TPavLAll M IF> taA<vi n, fxbtxt NW>r dYfxk . . . [R/PCY It IN Ptlyn 51AIU/f bU.2A �fA Tll' ryprp" JP. NA NCL A'0 RN1A' YNIEWX a/]Mq th! IM'IS [F EOY}fAc/LW SW<L K tlNCEATSLVfD GAS NPEUHF'S . IRT UTNTAE KPMtigmt Ybu[i pyllygs F%P YPo-!%n - xENWFp P FK %IirRKIW .A KLVYIMZ' NtN IM 51XOHPo) KRI yA f Air CHALICE 5 dY ME IMo;,gD Px4 S EMEL 1 DrIE/MR! ,T[6 AT&T SAiAZEIAAD [pIC £DN^�'h! A. AGY m NE [)SI I . RLQ T AT ry KMMO gtlpL�, m',STN2']MI Yn12 PE L.0 IN AiWro * LEAP VA. rERM b'I)M TSJ (IA : USM N i/E MST,ry4'TXA N�r[. q'YFnSLp &iE. WIfSS .wlIAaH .H $ Tnf FM„wEEN ! T:Man( P s )5 HL'rCP >O TIK [ELILx[WE LP [p3T9ry'r4Y. " F. 69UA MYfR 4 L6r/T Le. - MW YAWt lZFrll-yp Al Vr A'NNf.0 .NSiL. : %ML ARYFC)5 6 RfIGTpS 8'LL'MSILx trP JT hN SI_ XL YCLEr,ITMI .CC34$ P KYLhi IOY. r£ {q p1MkA I/I$LYT,YI(!' WTFFLyS x.YW FAMINI Dz.erEav A(xL ES XEAfv PPF m1-3!!EW M NSA F'.�X{Kpd rM gNYn viae nu Rf YV SN Oyfb UATZAAS, a r5CI AYLI EMVAtXWS JTINDYN AM iML5y6llY Er. . ' qS£M E. EMMIrrCt . 14T M )= /U'Fffl U F [ �'[I.E C [YT If56 OrM C rgILU mAlffQ CKIf . REL Fi.(fAL 172-750t-SID . 35: [irrm�1MTNQ iWNM m Vitro LIAAAWENts CN%.\TND WF7II ME 5 6CXCAUNLY f Y EI£CTNRiµ+E��LWHECNIIL !Y 'pfYMTO PY6' AHEM 4Y(LL':BC nC DAW.£6EP5L➢ M R I.Vf ICWJRMr(R_ ' EY/StNi $ I[C Ay APE Hr I C0 BI MMC S YDJl1 G)r E.aS VnfAnt (}' FJM¢N 'PW '�G' .SggIIXK[n.TrA PSWY] S SXNL 8E LLYCO Poor AT )/E RAW LK m IWITS OF R%SrPK J2W. K44t Y YfMrEAWWNEA* AwMT . Nt` .ax.`.'Af AYp . )TP-ANI-AYU CLSlHi .CHUM ./NPt fNXI " mt. SEAMDANI ILfr. MCD iflm'WAMAT D Y p ry T 1 (,EIXY g 1{!) LL pL' N M r,RYp-b) N M WW 41E m LMF3 p ri TiMuc MM. N ALR ELIPSr lNE LVIACIOT $NAtL Gif C TrAS,q`Lgi [[IEAW WHe n. Tft' F&W XL VnlaAzoY 511TLN V Aws wA xMYEft htremA YJ.' CYN p/ Cq $ff! 14vCP MD Ixp'.tiv. W. - NN[M UTNAM1 pnE$ ,APF µ µEK m EMaYLiQYj' LdmM $IMIC TO I EgLf$q m fUFUK IY(mnfRp'q [ DMS.p'-$ O]Hffi E [06l W.EBAAr l SUn✓£T CATAX M4/NCNIS X I '/ tK l} WAVJAA A HMJNNr $fPAMTMV m W LSI AtAm ; L TO t q[ p1 r!Y PLNyµ. ryq M[r qP/K-YIWPD ll4LL BE [pYSTIGCTKM f lL Pf PgbrEC CD P A .ATAVYLAT I5�81 m6Eh M: AWI . yk}(YYO N MAF �r1gAC`) MKL j[yYp My GpAM6. BEMu' rHEFT0 r CIM ACIM SNAIL NA✓£ A AAE&M fwb AC ELMYA(AN, SIrgYT0.P PV[PC [ r/. MMA LCNS nAJr)W, wp R[SLt Q APT£R: YL MhfN MLHNN6 mYIIM YEN IVI fffr m }- iRMTL µ EWE' AWM flnER - JS, mrall 31ME3 ¢ BE NYMEb Al.DNttma m TMC CAGWCfn rD YAT(r LmsqrRlNrm - awn TRMrr WM]ALNS "ALL K Aa(e•Ed >I�r-'!o am . - EUSEM tavls .: I E PFNtIEi t LniLEN ITr✓F r F IE AT CM1 THXMIA .SMALL M T 4Y0 fl/NS SM,YL : C LRACCD AS N2'PI£p br INE ALL £lGI� MFfr4LTE5 6 NM/r4f CASIg45 1TMW w9E' .Y1bp'p pIMN' D, 1(MyCNT IS AY JKER LK 6YHa LC'r[65DLp, gpry a SNL LIYTS m Rtett AMS RYNL OE SN AMM FrMN TNf AA' £m araxk . I ff AV] /X'L' CRIY AffEAt r THE ivorft rm SNAIL' MrMT u �•�P>tlFM/rIL A rf0 m r4:/WIS. p qw{P FW0S5 0T#KI 6S HEAD 4 pry[g py/,q AI, -grPJ )p-fqb. I AAr p'S Prr [4a 91 ;UP rrW mn oElAt, d rEI£PIALIE.. n u DSEHiIII a FIE zdtY-R�ic�d/ ME YUE W 6YEp' Yb Arcriu ii. rlr� EMTxKrm slay am�erfN REAoveo esglx'P AYfYLT' 6' oI i 4 MYM?lT 2) t. 4 MAHN/TNDI ji EYI 5 N :CCL.iTq['rgr $IrAfl' Pf I0.fA TOFWMF4 ¢P sa APE, P 1Mf PA EYF P 11iv. YI MALT A5 M $ SPOOra. ' 8 Pxf LMALL.M9Er m cam CDATETTLO X Y(0rolyp K N ?Ex M. f m Le$TVTfP T AfAM MIa Pu NT Fi✓E" R m Eftµ, M DYti ANSTC [AYTAK'l0.1 .I,iLIP .'tlTNI: NE /I(PANFD P4EYEAw ;Pm. tl/C mrMT" m HE 4°AVACAM TCA'AL. . . AN( YAWIL NAM:C.SECTAV NflEFfK . ' G4LE] µYL I,M CE [P AMAL6'ASO N{ TP -MPR. a ~AoE STWCTU IvArj MYR9LLE AM�ASO ,ay3 A. SPERAL A] TFHTN.Y W DAEUTEO. to THE TXI THAT AMdS m SAIL. - -.MarKAE N) 19 mnNME ETRE FYKAM ECTEhfl PmWTO ]/E {mPKTFD SUSgACE IN9 [F ME MAD WE Elmeve.Ow" Eu ar fruss,01T OAb# M Fi M fY TM m44 CduvEAC£ ALL REOAED eVMWTS 00 kY^aJA» ¢°EA5TfA5 TMSE {¢'AtAH3. . . . !Pr`pNAu' H CL'[R Sep D ME) ME IM7T 704 IS b'NP A 9, aw r RPL NLKRT N{P.! SMILE. ME CLASS M NAZI E UNLESS. OTIC to PRkEEP. S. �r SdirTEOA n CMIRMIN SVAII brIJP£ ZuyS/hklHwAn E� Itp AT >NE CF (A1µ MATT Md AX= K PA"w}�W 0.� MSr `My,SlYfN1' N �L[L TLVJ SILyL NEMLC0 Ep>! n To VA411" VIN y� e! ar. pl' (g NtSRC K LIC EFmdM'UA M THE WYLE mYTAAT WATER 00A IT AT 57AW AO S, tl ry/ AL1 Sl E Aa='L APbES. D: rM ME V PPF SIAM HEFEI E�fy Ik^IEIgmWEb d WATER aNIRr 5) a1pS ' CµNLArm )HE psrAx'C ((MEN_ IM YENTLflUfC mTK WLFIS P COrRM, &A n IYt Y TF✓ M r tM'Fj RJMQ µIS AfrTpF'K Al aL arm 9ll1W f Fd SNAP! MAYE .M E>fBYi MP £LMaA W' HLVPdn1T£ 4 rtl rwr Mp nY' 6)J TAM p0 MO yWL F NY. Aii XN6VALE LrN IIAi WK pG iILIHNEXK$ LWHAM S%MUF AV& rtM EPA Ai AEGF45mT 10 PAJrvh W. f' mWorm mA14 yEMT ME EYRJN° MKSAT CMEEATNM4 TT!qE 'SNCIY P` )E R F M THE MEA YE THE MMM, Al"MMALKL w NFHHTS OF aL f SpW rylygAZ st M AES AWLS TQ EFg iFAI I� LACwr Him R Ipr FWF ILLIyN i ' WTA' � UATAW b PKa A9gN14£ d[gCNKS AY9 FYDEA:AiuYS Aro Tlk'. Yx vu m D IE lee Tal[tC' '0�: O`{SCrs GNA AFICr9 M WMI/I iAY mrirr3 TO PMVYD Lauf: :C IvA ffVAYd I AYRtiSf DA PAYE ST. . . P. 4JMFMV ryIxMKL SIMKltu4'S Awb Aero t FNN r C LAVM It P5. ALL Mawrou ClAwAriV SEFvfD f lltE'A'WLIYX Ptlm[ ClE'IS'11NA'TM OWs/r¢c m SH44 AE.Ipw„ arm *IHIefty E lump. WITH K xr.Ff W rtif yXE Y A11F1ER 5'r Tq. 'YRN EpIF ST�YpQ , WqE! 31L y TmS NEY Srm; q g1'AYW W. LWHL' ANSTAtiw AVxMv M> ZAAHME STM,CI1WfS M/ACIUtMy^. INWaS> N a THE G?:WNCT FRSE fmCL(.nbMl' AW Cp1WYNS. . . NPLSI Pt AIWA i", aK AqT STIDM dr TA[: PIA6. .p)yt.iLK AE 'ALL fN1/ 2tiAY pVDF fagfr 5651AITHM MMC LMS I£ EMNEEn n ENAr[o. tJX15TVm MIWIE ADMIN AN Al CUCADD m KNGYro rW s of , I3. EGItLF orIM1 f HL M: ST A{WSMED M hFYc1Tf0 m OWMrti, AJ' fir ME. LW rM Mp 570.1 a WFIW TIC RpT-W-YN Fm ACy L}PtUCp iP Mf fK✓NfLP, UHI655 P>MPoUSC MT10. 5 "T T �W M'C�A - FpAf£ RTW Iq'b'PoIfR.[tlLLYA'. 4 rCrEJu'Mf ttr �y rw VTI T44.Apa V>Iutt ALWSTv[]!i3: ' . A1 T K NLRIAW M VI tEEr SKMH LW .TME Pun ARE AtP)IG>WNr£ A. t*YRYTLN ay:EAEEAYSP GMIT FINE bWAn Aea/CR Kid'M1p EJ,S5ipK L+"0' THE tXAlTAT JKR W A MC GII /WWEEA. }IYAN OL. ipL1 I�,E ft a Mr Tr . N A THE c rt u9'eo FMEV&X wdAx T oaf S:MS SW, - EMT l PP flNW rb IL&K A lIlM Y A X NVfrybTpp x O THE MITAmCp F(Mjf. SNXL ,NWW TIT ENLWE°A Ab AYIIYY rNf, Rf�tYA{ V'iyrT Qf 1M AT h49 EA ' DbNERISI Io N[sKAC O TUFF aHFe4`IS MO UPM> MA/Snl{.A)E: Ye. M/MLrEMMLf or mAPrj AU K W K[¢pspE WITH CARAMAT A,Mr .MIAh:E D Y EM ° YIIUrA SYYrtVs. Y[ llpT :S lHIfWD WfEt a@.. 'SSD TRyT2 xsmv IT AY0.4Mot Np i°fbFIGrAM AND TILE NAVAL m IWYpW Y - MCA olirr ' 3EyEA OMA` XMIZ MAA K m aTEmNAM.E rHFFFt glyrgH STAgMXS off I!M a�S Sr4r[w9a AAp kYdrN. 6 LwYCATLT RA.S.. tl tlL )AK1pMy #.YtYISRIE FLA LtlCWC FAW' T tAISJMI PAVEEfYF wp JHE u urruTA a F mAWE rr¢ fKwrrcs. FAwvr% It Ts p IIP�y AT r MUL AE VOIW AM H. dm)RACrm SPU' LoE ErTLYME EAAAJ MAEY.x W W M A ft" WA$ Co WRRHEAb m 4NlIW)A-"'69'MG Y MFS. A: LrcIVAFEO 6615 AZ' fYdM! M!r BASE YN: K lI�S[ kulunu_'Hl GAYrAAEr 6HAU 50AS E 5> YF 'EHE' C L- Il-gM / omo"b TGC PVEA D MAY )Hf MAP y 4 SAE f FAL( M Aro AILLHAT A C[Ifn 4>¢iT¢5 24 AfLRS d' FWM[Y M NAT[reACS w AJ4 M: Dp KiCRRNNY! Y 4rE& !'. Mp (WaT!S. W H ]9 Mn{ A [CF'YAM A(PaMSENFASN'£ Yp 62 PNESEAT GAMST/QE fNJ YFC�PENYAW$ AlC'FmTAYAMWI I,Kfl SEE. If. ANY KgRX virfR'LL MdmCD Fm TEE AitE[I SHAIr K IwAYYNCO M THE MIArqy A/2LS AMX1E0 $' LYY,.AW IME =I y fWN)yHY6 RYM WJ£IX .gnu K ACUIEEO A THE MMP ." EmTAMr Po[f fm rM,,Ep . : AID Mow, xUI . �_�LEVISiDM. 'Pb DAIS. . . ` SCat ML9. . . 8 T j 1Je,{- irlotei�l aI Pub!!r Work 032UOB. M"' ! GEN �RAI. MATES �1 $ U S j AR� At, LA3T PALM ADI K „? FL FE4;r Fng% ring diVl57on NENR W, �€IBfpt t{ m}y� 66 TFC AVEf1UE ox _+o- A n! 3 156 69 p LA 561169"775 .� ' 1 r0 �(J449 + aA Nry ow ,,.o-A� A " ' FIL tlDa6A 1d, : 9011TH OF D.P. t0 T6 N0B7R bF VIA FM I c.40D.tiv. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . GENERAL NOTES c P£Rlp Ip ryy[K N4xT w .a EZC:x A Nw ir1E TPavLAll M IF> taA<vi n, fxbtxt NW>r dYfxk . . . [R/PCY It IN Ptlyn 51AIU/f bU.2A �fA Tll' ryprp" JP. NA NCL A'0 RN1A' YNIEWX a/]Mq th! IM'IS [F EOY}fAc/LW SW<L K tlNCEATSLVfD GAS NPEUHF'S . IRT UTNTAE KPMtigmt Ybu[i pyllygs F%P YPo-!%n - xENWFp P FK %IirRKIW .A KLVYIMZ' NtN IM 51XOHPo) KRI yA f Air CHALICE 5 dY ME IMo;,gD Px4 S EMEL 1 DrIE/MR! ,T[6 AT&T SAiAZEIAAD [pIC £DN^�'h! A. AGY m NE [)SI I . RLQ T AT ry KMMO gtlpL�, m',STN2']MI Yn12 PE L.0 IN AiWro * LEAP VA. rERM b'I)M TSJ (IA : USM N i/E MST,ry4'TXA N�r[. q'YFnSLp &iE. WIfSS .wlIAaH .H $ Tnf FM„wEEN ! T:Man( P s )5 HL'rCP >O TIK [ELILx[WE LP [p3T9ry'r4Y. " F. 69UA MYfR 4 L6r/T Le. - MW YAWt lZFrll-yp Al Vr A'NNf.0 .NSiL. : %ML ARYFC)5 6 RfIGTpS 8'LL'MSILx trP JT hN SI_ XL YCLEr,ITMI .CC34$ P KYLhi IOY. r£ {q p1MkA I/I$LYT,YI(!' WTFFLyS x.YW FAMINI Dz.erEav A(xL ES XEAfv PPF m1-3!!EW M NSA F'.�X{Kpd rM gNYn viae nu Rf YV SN Oyfb UATZAAS, a r5CI AYLI EMVAtXWS JTINDYN AM iML5y6llY Er. . ' qS£M E. EMMIrrCt . 14T M )= /U'Fffl U F [ �'[I.E C [YT If56 OrM C rgILU mAlffQ CKIf . REL Fi.(fAL 172-750t-SID . 35: [irrm�1MTNQ iWNM m Vitro LIAAAWENts CN%.\TND WF7II ME 5 6CXCAUNLY f Y EI£CTNRiµ+E��LWHECNIIL !Y 'pfYMTO PY6' AHEM 4Y(LL':BC nC DAW.£6EP5L➢ M R I.Vf ICWJRMr(R_ ' EY/StNi $ I[C Ay APE Hr I C0 BI MMC S YDJl1 G)r E.aS VnfAnt (}' FJM¢N 'PW '�G' .SggIIXK[n.TrA PSWY] S SXNL 8E LLYCO Poor AT )/E RAW LK m IWITS OF R%SrPK J2W. K44t Y YfMrEAWWNEA* AwMT . Nt` .ax.`.'Af AYp . )TP-ANI-AYU CLSlHi .CHUM ./NPt fNXI " mt. SEAMDANI ILfr. MCD iflm'WAMAT D Y p ry T 1 (,EIXY g 1{!) LL pL' N M r,RYp-b) N M WW 41E m LMF3 p ri TiMuc MM. N ALR ELIPSr lNE LVIACIOT $NAtL Gif C TrAS,q`Lgi [[IEAW WHe n. Tft' F&W XL VnlaAzoY 511TLN V Aws wA xMYEft htremA YJ.' CYN p/ Cq $ff! 14vCP MD Ixp'.tiv. W. - NN[M UTNAM1 pnE$ ,APF µ µEK m EMaYLiQYj' LdmM $IMIC TO I EgLf$q m fUFUK IY(mnfRp'q [ DMS.p'-$ O]Hffi E [06l W.EBAAr l SUn✓£T CATAX M4/NCNIS X I '/ tK l} WAVJAA A HMJNNr $fPAMTMV m W LSI AtAm ; L TO t q[ p1 r!Y PLNyµ. ryq M[r qP/K-YIWPD ll4LL BE [pYSTIGCTKM f lL Pf PgbrEC CD P A .ATAVYLAT I5�81 m6Eh M: AWI . yk}(YYO N MAF �r1gAC`) MKL j[yYp My GpAM6. BEMu' rHEFT0 r CIM ACIM SNAIL NA✓£ A AAE&M fwb AC ELMYA(AN, SIrgYT0.P PV[PC [ r/. MMA LCNS nAJr)W, wp R[SLt Q APT£R: YL MhfN MLHNN6 mYIIM YEN IVI fffr m }- iRMTL µ EWE' AWM flnER - JS, mrall 31ME3 ¢ BE NYMEb Al.DNttma m TMC CAGWCfn rD YAT(r LmsqrRlNrm - awn TRMrr WM]ALNS "ALL K Aa(e•Ed >I�r-'!o am . - EUSEM tavls .: I E PFNtIEi t LniLEN ITr✓F r F IE AT CM1 THXMIA .SMALL M T 4Y0 fl/NS SM,YL : C LRACCD AS N2'PI£p br INE ALL £lGI� MFfr4LTE5 6 NM/r4f CASIg45 1TMW w9E' .Y1bp'p pIMN' D, 1(MyCNT IS AY JKER LK 6YHa LC'r[65DLp, gpry a SNL LIYTS m Rtett AMS RYNL OE SN AMM FrMN TNf AA' £m araxk . I ff AV] /X'L' CRIY AffEAt r THE ivorft rm SNAIL' MrMT u �•�P>tlFM/rIL A rf0 m r4:/WIS. p qw{P FW0S5 0T#KI 6S HEAD 4 pry[g py/,q AI, -grPJ )p-fqb. I AAr p'S Prr [4a 91 ;UP rrW mn oElAt, d rEI£PIALIE.. n u DSEHiIII a FIE zdtY-R�ic�d/ ME YUE W 6YEp' Yb Arcriu ii. rlr� EMTxKrm slay am�erfN REAoveo esglx'P AYfYLT' 6' oI i 4 MYM?lT 2) t. 4 MAHN/TNDI ji EYI 5 N :CCL.iTq['rgr $IrAfl' Pf I0.fA TOFWMF4 ¢P sa APE, P 1Mf PA EYF P 11iv. YI MALT A5 M $ SPOOra. ' 8 Pxf LMALL.M9Er m cam CDATETTLO X Y(0rolyp K N ?Ex M. f m Le$TVTfP T AfAM MIa Pu NT Fi✓E" R m Eftµ, M DYti ANSTC [AYTAK'l0.1 .I,iLIP .'tlTNI: NE /I(PANFD P4EYEAw ;Pm. tl/C mrMT" m HE 4°AVACAM TCA'AL. . . AN( YAWIL NAM:C.SECTAV NflEFfK . ' G4LE] µYL I,M CE [P AMAL6'ASO N{ TP -MPR. a ~AoE STWCTU IvArj MYR9LLE AM�ASO ,ay3 A. SPERAL A] TFHTN.Y W DAEUTEO. to THE TXI THAT AMdS m SAIL. - -.MarKAE N) 19 mnNME ETRE FYKAM ECTEhfl PmWTO ]/E {mPKTFD SUSgACE IN9 [F ME MAD WE Elmeve.Ow" Eu ar fruss,01T OAb# M Fi M fY TM m44 CduvEAC£ ALL REOAED eVMWTS 00 kY^aJA» ¢°EA5TfA5 TMSE {¢'AtAH3. . . . !Pr`pNAu' H CL'[R Sep D ME) ME IM7T 704 IS b'NP A 9, aw r RPL NLKRT N{P.! SMILE. ME CLASS M NAZI E UNLESS. OTIC to PRkEEP. S. �r SdirTEOA n CMIRMIN SVAII brIJP£ ZuyS/hklHwAn E� Itp AT >NE CF (A1µ MATT Md AX= K PA"w}�W 0.� MSr `My,SlYfN1' N �L[L TLVJ SILyL NEMLC0 Ep>! n To VA411" VIN y� e! ar. pl' (g NtSRC K LIC EFmdM'UA M THE WYLE mYTAAT WATER 00A IT AT 57AW AO S, tl ry/ AL1 Sl E Aa='L APbES. D: rM ME V PPF SIAM HEFEI E�fy Ik^IEIgmWEb d WATER aNIRr 5) a1pS ' CµNLArm )HE psrAx'C ((MEN_ IM YENTLflUfC mTK WLFIS P COrRM, &A n IYt Y TF✓ M r tM'Fj RJMQ µIS AfrTpF'K Al aL arm 9ll1W f Fd SNAP! MAYE .M E>fBYi MP £LMaA W' HLVPdn1T£ 4 rtl rwr Mp nY' 6)J TAM p0 MO yWL F NY. Aii XN6VALE LrN IIAi WK pG iILIHNEXK$ LWHAM S%MUF AV& rtM EPA Ai AEGF45mT 10 PAJrvh W. f' mWorm mA14 yEMT ME EYRJN° MKSAT CMEEATNM4 TT!qE 'SNCIY P` )E R F M THE MEA YE THE MMM, Al"MMALKL w NFHHTS OF aL f SpW rylygAZ st M AES AWLS TQ EFg iFAI I� LACwr Him R Ipr FWF ILLIyN i ' WTA' � UATAW b PKa A9gN14£ d[gCNKS AY9 FYDEA:AiuYS Aro Tlk'. Yx vu m D IE lee Tal[tC' '0�: O`{SCrs GNA AFICr9 M WMI/I iAY mrirr3 TO PMVYD Lauf: :C IvA ffVAYd I AYRtiSf DA PAYE ST. . . P. 4JMFMV ryIxMKL SIMKltu4'S Awb Aero t FNN r C LAVM It P5. ALL Mawrou ClAwAriV SEFvfD f lltE'A'WLIYX Ptlm[ ClE'IS'11NA'TM OWs/r¢c m SH44 AE.Ipw„ arm *IHIefty E lump. WITH K xr.Ff W rtif yXE Y A11F1ER 5'r Tq. 'YRN EpIF ST�YpQ , WqE! 31L y TmS NEY Srm; q g1'AYW W. LWHL' ANSTAtiw AVxMv M> ZAAHME STM,CI1WfS M/ACIUtMy^. INWaS> N a THE G?:WNCT FRSE fmCL(.nbMl' AW Cp1WYNS. . . NPLSI Pt AIWA i", aK AqT STIDM dr TA[: PIA6. .p)yt.iLK AE 'ALL fN1/ 2tiAY pVDF fagfr 5651AITHM MMC LMS I£ EMNEEn n ENAr[o. tJX15TVm MIWIE ADMIN AN Al CUCADD m KNGYro rW s of , I3. EGItLF orIM1 f HL M: ST A{WSMED M hFYc1Tf0 m OWMrti, AJ' fir ME. LW rM Mp 570.1 a WFIW TIC RpT-W-YN Fm ACy L}PtUCp iP Mf fK✓NfLP, UHI655 P>MPoUSC MT10. 5 "T T �W M'C�A - FpAf£ RTW Iq'b'PoIfR.[tlLLYA'. 4 rCrEJu'Mf ttr �y rw VTI T44.Apa V>Iutt ALWSTv[]!i3: ' . A1 T K NLRIAW M VI tEEr SKMH LW .TME Pun ARE AtP)IG>WNr£ A. t*YRYTLN ay:EAEEAYSP GMIT FINE bWAn Aea/CR Kid'M1p EJ,S5ipK L+"0' THE tXAlTAT JKR W A MC GII /WWEEA. }IYAN OL. ipL1 I�,E ft a Mr Tr . N A THE c rt u9'eo FMEV&X wdAx T oaf S:MS SW, - EMT l PP flNW rb IL&K A lIlM Y A X NVfrybTpp x O THE MITAmCp F(Mjf. SNXL ,NWW TIT ENLWE°A Ab AYIIYY rNf, Rf�tYA{ V'iyrT Qf 1M AT h49 EA ' DbNERISI Io N[sKAC O TUFF aHFe4`IS MO UPM> MA/Snl{.A)E: Ye. M/MLrEMMLf or mAPrj AU K W K[¢pspE WITH CARAMAT A,Mr .MIAh:E D Y EM ° YIIUrA SYYrtVs. Y[ llpT :S lHIfWD WfEt a@.. 'SSD TRyT2 xsmv IT AY0.4Mot Np i°fbFIGrAM AND TILE NAVAL m IWYpW Y - MCA olirr ' 3EyEA OMA` XMIZ MAA K m aTEmNAM.E rHFFFt glyrgH STAgMXS off I!M a�S Sr4r[w9a AAp kYdrN. 6 LwYCATLT RA.S.. tl tlL )AK1pMy #.YtYISRIE FLA LtlCWC FAW' T tAISJMI PAVEEfYF wp JHE u urruTA a F mAWE rr¢ fKwrrcs. FAwvr% It Ts p IIP�y AT r MUL AE VOIW AM H. dm)RACrm SPU' LoE ErTLYME EAAAJ MAEY.x W W M A ft" WA$ Co WRRHEAb m 4NlIW)A-"'69'MG Y MFS. A: LrcIVAFEO 6615 AZ' fYdM! M!r BASE YN: K lI�S[ kulunu_'Hl GAYrAAEr 6HAU 50AS E 5> YF 'EHE' C L- Il-gM / omo"b TGC PVEA D MAY )Hf MAP y 4 SAE f FAL( M Aro AILLHAT A C[Ifn 4>¢iT¢5 24 AfLRS d' FWM[Y M NAT[reACS w AJ4 M: Dp KiCRRNNY! Y 4rE& !'. Mp (WaT!S. W H ]9 Mn{ A [CF'YAM A(PaMSENFASN'£ Yp 62 PNESEAT GAMST/QE fNJ YFC�PENYAW$ AlC'FmTAYAMWI I,Kfl SEE. If. ANY KgRX virfR'LL MdmCD Fm TEE AitE[I SHAIr K IwAYYNCO M THE MIArqy A/2LS AMX1E0 $' LYY,.AW IME =I y fWN)yHY6 RYM WJ£IX .gnu K ACUIEEO A THE MMP ." EmTAMr Po[f fm rM,,Ep . : AID Mow, xUI . �_�LEVISiDM. 'Pb DAIS. . . ` SCat ML9. . . 8 T j 1Je,{- irlotei�l aI Pub!!r Work 032UOB. M"' ! GEN �RAI. MATES �1 $ U S j AR� At, LA3T PALM ADI K „? FL FE4;r Fng% ring diVl57on NENR W, �€IBfpt t{ m}y� 66 TFC AVEf1UE ox _+o- A n! 3 156 69 p LA 561169"775 .� ' 1 r0 �(J449 + aA Nry ow ,,.o-A� A " ' FIL tlDa6A 1d, : 9011TH OF D.P. t0 T6 N0B7R bF VIA FM I c.40D.tiv. - . . . . . . . . . . . . . . . . . . . . . 1 r '(AYE . ' a v a INfW(O It RIEfld x k FYSrf NM NE I r I. A/Y ENS RA v. 77r—• .. .. .._ �.._ . nom AI WNCOI rf , -4. a .. +,»-c I WN M20 rt7cJ 6q : 00 40 2A d 20 - :90 - $0 '80 ' w 120 140 g e — — ry ; SP `y[N CROSS SECTION (((( YEI of P�WJc works R 83 2hdR °" - JPM �r{Cl � ll 5 [NC Engineering DIY/Sion n a a 66 TN AVENUE on r a :+a . ie� e w ,es iu esae , „ it oh i as+-In + HENRY '- dC�BEI 1R �.a1aYLdS,mWUYqufiln tRmaMf1.IYla dx� 2�o BOPM No. AOUTN OF S.N. 00: TO NONTM OF Sd TN ST. M4 00 i.o . . . . . . _ a . . . . Y . . . . . : . '. . ' . : . 0 - . . . . . . . . . . . . . . . . . . . . . 1 r '(AYE . ' a v a INfW(O It RIEfld x k FYSrf NM NE I r I. A/Y ENS RA v. 77r—• .. .. .._ �.._ . nom AI WNCOI rf , -4. a .. +,»-c I WN M20 rt7cJ 6q : 00 40 2A d 20 - :90 - $0 '80 ' w 120 140 g e — — ry ; SP `y[N CROSS SECTION (((( YEI of P�WJc works R 83 2hdR °" - JPM �r{Cl � ll 5 [NC Engineering DIY/Sion n a a 66 TN AVENUE on r a :+a . ie� e w ,es iu esae , „ it oh i as+-In + HENRY '- dC�BEI 1R �.a1aYLdS,mWUYqufiln tRmaMf1.IYla dx� 2�o BOPM No. AOUTN OF S.N. 00: TO NONTM OF Sd TN ST. M4 00 i.o . . . . . . _ a . . . . Y . . . . . : . '. . ' . : . 0 srwr 'ob Twwux . orktowottoA iooTtoiriorito ra Yarw NET '—�+�-•+�.,_ 1t OMTn n Jru a M M w2Y wW M dkP F [ v l ykd y y, tlra+'+ro: c T rownra sAwro is race a eogerila. J I I M PdwmYs pre A wM/i/i N 30 W/ yl/�of pryp rrcTmWsik le'�.s_afeiLN'R0.red LAIN.RSAPIIL , 1 . � I I 3 Irohed: ierrxr a NrpTbd poYfdfs jWN,' bid- Po [awsr of 4•!4» sono p: pseVWl arlw.y wAr dv Wo=cOr.ditto re lou lhy FIWt FEE /ee r ip pne utlw%. 4wFU /prltpn a pY dMde nYi a a-psrR.ykw Ni AAYa envy Al /AtH&W In oso4owed wile Tom alb a ryspg ' P � 1 did 115's 115's {YM WE A6INIa Al rM-SlrrM !n aLltredb wun IMmi HNv Cowiy 51wtproe. RS r» AJ rrt ra BE nE.W✓EDN FEE - Ot 66THn � ,G' ' . G z7 — a � "of Sir A 4,, tl - �.�, g * ` -FrWS1�?4 �"' CA1 to Do ,r + -r rr oz 11 I InDw_ W WST: .I• StR II _ J TO RfiYNN 49 F. . e It ICL 1 I ELLOo 6dJG 12 E 4W6 INLLibr . 0 1� If L[t . . L 1 [ 6or ft a R9IE$ ii _R 4' /fes 5 v' q vor FIE W MR[ eNro ept . , Lr4; LIIN umar�Pasare ,u W n _ W e^[Ie l I II - too) 71 1 jor syk; ( oili1 a. _ .q x y _� svt o -__ .ARCADIS U S !NC ' .,�DeEorrmrnt of Pub/Ic Wtl("Z'$ Al GRAN $ I GNINC 8 PAYEMLHi Mf DYING PLAN5 IF r - Ik fnginaerrnq Di✓/sig o � of o "C zd nxs nm r axt r t of NLs ss em_L w•op S TIi : kT/EhIUE . .. — rse 627-7000, s.0 ase 1 owns, 9 c ret �e. o psi ,� oWaTLlv�rgaeyrss eos anawe .a_:xao __ A� Q9 M two, BOYT1t OF SR DO TO NORTH OF 5TT - - HerdR4 �� OC 9LtI11JP;.,: Fu t-0.1.15— srwr 'ob Twwux . orktowottoA iooTtoiriorito ra Yarw NET '—�+�-•+�.,_ 1t OMTn n Jru a M M w2Y wW M dkP F [ v l ykd y y, tlra+'+ro: c T rownra sAwro is race a eogerila. J I I M PdwmYs pre A wM/i/i N 30 W/ yl/�of pryp rrcTmWsik le'�.s_afeiLN'R0.red LAIN.RSAPIIL , 1 . � I I 3 Irohed: ierrxr a NrpTbd poYfdfs jWN,' bid- Po [awsr of 4•!4» sono p: pseVWl arlw.y wAr dv Wo=cOr.ditto re lou lhy FIWt FEE /ee r ip pne utlw%. 4wFU /prltpn a pY dMde nYi a a-psrR.ykw Ni AAYa envy Al /AtH&W In oso4owed wile Tom alb a ryspg ' P � 1 did 115's 115's {YM WE A6INIa Al rM-SlrrM !n aLltredb wun IMmi HNv Cowiy 51wtproe. RS r» AJ rrt ra BE nE.W✓EDN FEE - Ot 66THn � ,G' ' . G z7 — a � "of Sir A 4,, tl - �.�, g * ` -FrWS1�?4 �"' CA1 to Do ,r + -r rr oz 11 I InDw_ W WST: .I• StR II _ J TO RfiYNN 49 F. . e It ICL 1 I ELLOo 6dJG 12 E 4W6 INLLibr . 0 1� If L[t . . L 1 [ 6or ft a R9IE$ ii _R 4' /fes 5 v' q vor FIE W MR[ eNro ept . , Lr4; LIIN umar�Pasare ,u W n _ W e^[Ie l I II - too) 71 1 jor syk; ( oili1 a. _ .q x y _� svt o -__ .ARCADIS U S !NC ' .,�DeEorrmrnt of Pub/Ic Wtl("Z'$ Al GRAN $ I GNINC 8 PAYEMLHi Mf DYING PLAN5 IF r - Ik fnginaerrnq Di✓/sig o � of o "C zd nxs nm r axt r t of NLs ss em_L w•op S TIi : kT/EhIUE . .. — rse 627-7000, s.0 ase 1 owns, 9 c ret �e. o psi ,� oWaTLlv�rgaeyrss eos anawe .a_:xao __ A� Q9 M two, BOYT1t OF SR DO TO NORTH OF 5TT - - HerdR4 �� OC 9LtI11JP;.,: Fu t-0.1.15— . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B€G!N 5lGN/NG G PAVEN€NT MARKINGS r0 aenux 5'.Ta 2532 A _ - ANOj : Ma rCH PGaN� gi,'"" ' iy i PRolEcr No YPe62T ! se•oi � i doffs ` R1 Ql- 0-7 I_ �a $4TH STREET t5 R 601 Le ti ewsti -- - - - - - - - - - - ------� - -`tea l,. DeE EfineM of PULJfc PLAN. AND PR (7FILE9 INC NAtf D 326 �.°a ° " °: ° s ter ns A YEQ? 70 sr I nsyy rt vnu € 1 /7r11ngBtt/!,p /J1vi57<011 ;MTc ° m e«_ Q g TH - A rENUE vn cr «a: ai °se 5 oo r Rorx EYE, l3N 901 I — +mgr —`+—_ HE iY W. DEIAE EZ,�C. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . B€G!N 5lGN/NG G PAVEN€NT MARKINGS r0 aenux 5'.Ta 2532 A _ - ANOj : Ma rCH PGaN� gi,'"" ' iy i PRolEcr No YPe62T ! se•oi � i doffs ` R1 Ql- 0-7 I_ �a $4TH STREET t5 R 601 Le ti ewsti -- - - - - - - - - - - ------� - -`tea l,. DeE EfineM of PULJfc PLAN. AND PR (7FILE9 INC NAtf D 326 �.°a ° " °: ° s ter ns A YEQ? 70 sr I nsyy rt vnu € 1 /7r11ngBtt/!,p /J1vi57<011 ;MTc ° m e«_ Q g TH - A rENUE vn cr «a: ai °se 5 oo r Rorx EYE, l3N 901 I — +mgr —`+—_ HE iY W. DEIAE EZ,�C. END %NNfG & PAVEMENT MARKINGS ff4 STA. 2538+ 13 R -. AaN 60- 1, - - io xFuax PROIFCT Apo. 228627 I-92 GI r-INO � ro. NExax q $ f I €ill I� fl ^ 71, - - - - M PZ r lI �� y I_— a � 3 r ` B PLAN ASID pRCIFILE ll De rlmewl of PUMc Works _ ARCADIS - 6LI £ngrneerrny Di✓�sro� p tt 66 T H: A M U E' . o 96a r[91 }0�.a61� PK B[ C� IlL 9] I IIY w GE�� 'C'1 kIX L]- f9l .eww9ouasamnsms a.maoaa,..au.w 6 P,E. NO ,QJuB 6006 0. 20TH AVE In 40) _ me,.n END %NNfG & PAVEMENT MARKINGS ff4 STA. 2538+ 13 R -. AaN 60- 1, - - io xFuax PROIFCT Apo. 228627 I-92 GI r-INO � ro. NExax q $ f I €ill I� fl ^ 71, - - - - M PZ r lI �� y I_— a � 3 r ` B PLAN ASID pRCIFILE ll De rlmewl of PUMc Works _ ARCADIS - 6LI £ngrneerrny Di✓�sro� p tt 66 T H: A M U E' . o 96a r[91 }0�.a61� PK B[ C� IlL 9] I IIY w GE�� 'C'1 kIX L]- f9l .eww9ouasamnsms a.maoaa,..au.w 6 P,E. NO ,QJuB 6006 0. 20TH AVE In 40) _ me,.n APPENDIX ` B ' FLORIDA EROSION & SEDIMENT CONTROL INSPECTOR MANUAL CHAPTER 4 , " BEST MANAGEMENT PRACTICES FOR EROSION AND SEDIMENTATION CONTROL " CONTRACTOR TO REFER TO THE WEB SITE LISTED BELOW http://www.dep .state.fl . us/water/nonpoint/ero man . htm Appendix B-BMP F9Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\APPENDIX B - CHAPTER 4 BEST MANAGEMENT PRACTICES.doc APPENDIX ` B ' FLORIDA EROSION & SEDIMENT CONTROL INSPECTOR MANUAL CHAPTER 4 , " BEST MANAGEMENT PRACTICES FOR EROSION AND SEDIMENTATION CONTROL " CONTRACTOR TO REFER TO THE WEB SITE LISTED BELOW http://www.dep .state.fl . us/water/nonpoint/ero man . htm Appendix B-BMP F9Engineering\Capital Projects\9920-16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\APPENDIX B - CHAPTER 4 BEST MANAGEMENT PRACTICES.doc APPENDIX ` C ' ROADWAY SOIL SURVEY F:\Engineenng\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\APPENDIX C ROADWAY SOIL SURVEY.doc APPENDIX ` C ' ROADWAY SOIL SURVEY F:\Engineenng\Capital Projects\9920- 16th St, 74th Ave to 66th Ave\9920 Contract Documents & Specs\APPENDIX C ROADWAY SOIL SURVEY.doc ' 4 DUNKELBERGER ENGINEERING & TESTING, INC. I Geotechnical • Materials Testingllnspection •Environmental Indian River County Engineering Division January 20 , 2006 1840 - 25th Street Project No . 99- 11 -721 Vero Beach,' Flo rida 32960 Attention: Mr. Rob S . Skok Civil Engineer Subject : Borehole Permeability Tests 16th Street, 74th Avenue to 66th Avenue - Indian River County, Florida Dear Mr. Skold In accordance with your request and authorization, Dunkelberger.Engineering & Testing, Inc. (DET) has completed borehole permeability, tests in connection with the above referenced project. Test Nos . 1 and 3 were positioned at the locations shown on the provided roadway plans . Test No . 2 was moved 100 feet east of the planned position to Station 106+00 . A shallow layer of caprock was encountered about 2 feet below the ground surface in the vicinity of Station 105+00 (planned location of Test No. 2). We were unable to hand-auger through the rock layer and therefore shifted the test location to an area where the caprock was absent. The borehole permeability test set-up involved hand-augering an approximately 4-inch diameter borehole to a depth of about 6" feet, inserting a 3 to - 4-foot length of 2-inch diameter well screen into the borehole and then constructing a filter pack in the annular space of the borehole with uniformly graded filter sand. An approximately 3 to 4-foot length of solid (riser), 2-inch diameter PVC pipe extended from the top of the well screen to a point about i - " foot above the ground surface. Each test was conducted by charging the hole with water and then maintaining the water ata constant level while recording the volume of water used at fixed time intervals. Upon completion of these constant head tests, falling-head tests were conducted by re-filling the pipe and then recording the water level drop in a 30 second time period. Complete test data, including subsurface and hydraulic conditions, are -given on the attached Sheets 1 through 3 . Reference to the sheets shows that average (i.e., average of the constant and falling-head test methods) coefficients of permeability at 12.3 , 3 .9 and 6.4 feet per day (fpd) were ' deternuned for Test Nos. 1 , 2 and 3 , respectively. Review of the subsoil stratigraphy at the test locations suggests that the higher value measured at the Test No. 1 location is related to the horizontal movement of the water through the cleaner (i.e. , AASHTO A-3 soil .types), more permeable surficial sand layer. The soils below this layer, and those 523A N .W. Enterprise Drive Port St. Lucie , Florida 34986 Telephone (561 ) 343-9787 Fax (561 ) 343-9404 ' 4 DUNKELBERGER ENGINEERING & TESTING, INC. I Geotechnical • Materials Testingllnspection •Environmental Indian River County Engineering Division January 20 , 2006 1840 - 25th Street Project No . 99- 11 -721 Vero Beach,' Flo rida 32960 Attention: Mr. Rob S . Skok Civil Engineer Subject : Borehole Permeability Tests 16th Street, 74th Avenue to 66th Avenue - Indian River County, Florida Dear Mr. Skold In accordance with your request and authorization, Dunkelberger.Engineering & Testing, Inc. (DET) has completed borehole permeability, tests in connection with the above referenced project. Test Nos . 1 and 3 were positioned at the locations shown on the provided roadway plans . Test No . 2 was moved 100 feet east of the planned position to Station 106+00 . A shallow layer of caprock was encountered about 2 feet below the ground surface in the vicinity of Station 105+00 (planned location of Test No. 2). We were unable to hand-auger through the rock layer and therefore shifted the test location to an area where the caprock was absent. The borehole permeability test set-up involved hand-augering an approximately 4-inch diameter borehole to a depth of about 6" feet, inserting a 3 to - 4-foot length of 2-inch diameter well screen into the borehole and then constructing a filter pack in the annular space of the borehole with uniformly graded filter sand. An approximately 3 to 4-foot length of solid (riser), 2-inch diameter PVC pipe extended from the top of the well screen to a point about i - " foot above the ground surface. Each test was conducted by charging the hole with water and then maintaining the water ata constant level while recording the volume of water used at fixed time intervals. Upon completion of these constant head tests, falling-head tests were conducted by re-filling the pipe and then recording the water level drop in a 30 second time period. Complete test data, including subsurface and hydraulic conditions, are -given on the attached Sheets 1 through 3 . Reference to the sheets shows that average (i.e., average of the constant and falling-head test methods) coefficients of permeability at 12.3 , 3 .9 and 6.4 feet per day (fpd) were ' deternuned for Test Nos. 1 , 2 and 3 , respectively. Review of the subsoil stratigraphy at the test locations suggests that the higher value measured at the Test No. 1 location is related to the horizontal movement of the water through the cleaner (i.e. , AASHTO A-3 soil .types), more permeable surficial sand layer. The soils below this layer, and those 523A N .W. Enterprise Drive Port St. Lucie , Florida 34986 Telephone (561 ) 343-9787 Fax (561 ) 343-9404 Indian Com)ty Engineering Division ; Page 2 Project No. 99- 11 -721 encountered at the locations of Test Nos. 2 and 3 , are lower in permeability as a result of their silt and clay (fines) content. The soil permeability value should not be applied alone as a discharge rate for stormwater disposal. The disposal rate will also be a function of the hydraulic gradient (i. e., position of the water, table) and the thickness of the transmissive zone. 000 We appreciate the opportunity to be of continued service to Indian River County. Should you have any questions regarding this information, please feel free to call me . Sincerely, DUNKELBERGER ENGINEERING & TESTING, INC. Cry E. Datikelberger,JP Project Manager 7211n Attachments: Sheets I through 3 - Field Permeability Test Results � � I Indian Com)ty Engineering Division ; Page 2 Project No. 99- 11 -721 encountered at the locations of Test Nos. 2 and 3 , are lower in permeability as a result of their silt and clay (fines) content. The soil permeability value should not be applied alone as a discharge rate for stormwater disposal. The disposal rate will also be a function of the hydraulic gradient (i. e., position of the water, table) and the thickness of the transmissive zone. 000 We appreciate the opportunity to be of continued service to Indian River County. Should you have any questions regarding this information, please feel free to call me . Sincerely, DUNKELBERGER ENGINEERING & TESTING, INC. Cry E. Datikelberger,JP Project Manager 7211n Attachments: Sheets I through 3 - Field Permeability Test Results � � I D E & T DUNKELBERGER ENGINEERING & TESTING, INC . FIELD :PERMEABILITYIEST " Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test # 1 Test Date : 12-30-99 Test Location: Station 89+50 , 40 feet north of north edge of roadway SUBIIRlCEPROFTLE Depth' Soil description to fee CI$ silrcaon 0.0 - 0 . 8 Light gray brown fine SAND, trace silt, trace fine roots A-3 0 . 8 - 2 . 8 Light orange brown fine SAND, trace silt A-3 2 .8 - 4.3 Gray brown clayey to very clayey fine SAND, with reddish- A-2-5 / A-2-6 brown ( iron oxide) mottling 4 .3 - 6 . 7 Greenish gray clayey fine SAND A-24 - Water Table Depth: 4.5 feet below ground level Water Level During Test: At ground level PERMEABILITYRESULTS Uncased JJ) or Cased (C) : C-2 " diameter Casing Depth (ft) : 6 .0 Casing Stick-up (ft): 1 .0 Perforated length (ft) : 4. 0 Constant Head Falling Head ti 3fa i Stop Volumc [Jsed Start �' fup ' 0 min 21 .7 min 50 0 sec 30 sec 3 .5 (average of three tests) (average of three tests K, Coefficient of Permeability (feet per day [fpd]) wa23 , (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523A NW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone : (561 ) 343 -9787 • Fax: (561 ) 343 -9404 721dU5 I Sheet 1 D E & T DUNKELBERGER ENGINEERING & TESTING, INC . FIELD :PERMEABILITYIEST " Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test # 1 Test Date : 12-30-99 Test Location: Station 89+50 , 40 feet north of north edge of roadway SUBIIRlCEPROFTLE Depth' Soil description to fee CI$ silrcaon 0.0 - 0 . 8 Light gray brown fine SAND, trace silt, trace fine roots A-3 0 . 8 - 2 . 8 Light orange brown fine SAND, trace silt A-3 2 .8 - 4.3 Gray brown clayey to very clayey fine SAND, with reddish- A-2-5 / A-2-6 brown ( iron oxide) mottling 4 .3 - 6 . 7 Greenish gray clayey fine SAND A-24 - Water Table Depth: 4.5 feet below ground level Water Level During Test: At ground level PERMEABILITYRESULTS Uncased JJ) or Cased (C) : C-2 " diameter Casing Depth (ft) : 6 .0 Casing Stick-up (ft): 1 .0 Perforated length (ft) : 4. 0 Constant Head Falling Head ti 3fa i Stop Volumc [Jsed Start �' fup ' 0 min 21 .7 min 50 0 sec 30 sec 3 .5 (average of three tests) (average of three tests K, Coefficient of Permeability (feet per day [fpd]) wa23 , (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523A NW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone : (561 ) 343 -9787 • Fax: (561 ) 343 -9404 721dU5 I Sheet 1 D E & T DUNKELBERGER ENGINEERING & TESTING, INC. PERMEABILITYTEST Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test 42 Test Date : 12-30-99 Test Location: Station 106+00. 40 feet north of north edge of roadway (note : moved from Station 105+00 due to presence of caprock. Unable to hand-auger deeper than 2 ' at that location) SUBSURFACE PRQILE041 - � Dtpth Sodwescription " S d t 4 m feet J AMR fi0, bn � 0. 0 - 1 . 1 Gray brown fine SAND, slightly siltyA-35 A-2-4 1 . 1 - 2 .6 Gray brown clavey fine SAND A-2-4 2 .6 - 4 . 8 Gra slightly clayey fine SAND A-2-4 4 .8 - 6.0 Gra sli tl cla e fine SAND with broken shell A-2-4 Water Table Depth : 4.7 feet below ground level Water Level During Test: At ground level PERME4BILITYRESULTS Uncased (U) or Cased (C) : C-2 " diameter Casing Depth (ft): 6.0 Casing Stick-up (ft) : 1 .0 Perforated length (ft) : 4.0 Constant Head Falling Head is ; 5_ op . gh(tneJsed `Stark r �aS}o " N: armed' 0 min 63 .2 min 1 50 0 see �30 sec 1 .75 average of three tests) (average of three tests K, Coefficient of Permeability (feet per day [fpd] ) a (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523A NW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone: (561 ) 343 -9787 • Fax: (561 ) 343-9404 rzida5 shit 2 D E & T DUNKELBERGER ENGINEERING & TESTING, INC. PERMEABILITYTEST Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test 42 Test Date : 12-30-99 Test Location: Station 106+00. 40 feet north of north edge of roadway (note : moved from Station 105+00 due to presence of caprock. Unable to hand-auger deeper than 2 ' at that location) SUBSURFACE PRQILE041 - � Dtpth Sodwescription " S d t 4 m feet J AMR fi0, bn � 0. 0 - 1 . 1 Gray brown fine SAND, slightly siltyA-35 A-2-4 1 . 1 - 2 .6 Gray brown clavey fine SAND A-2-4 2 .6 - 4 . 8 Gra slightly clayey fine SAND A-2-4 4 .8 - 6.0 Gra sli tl cla e fine SAND with broken shell A-2-4 Water Table Depth : 4.7 feet below ground level Water Level During Test: At ground level PERME4BILITYRESULTS Uncased (U) or Cased (C) : C-2 " diameter Casing Depth (ft): 6.0 Casing Stick-up (ft) : 1 .0 Perforated length (ft) : 4.0 Constant Head Falling Head is ; 5_ op . gh(tneJsed `Stark r �aS}o " N: armed' 0 min 63 .2 min 1 50 0 see �30 sec 1 .75 average of three tests) (average of three tests K, Coefficient of Permeability (feet per day [fpd] ) a (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523A NW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone: (561 ) 343 -9787 • Fax: (561 ) 343-9404 rzida5 shit 2 D E & T DUNKELBERGER ENGINEERING & TESTING, INC. FUEL J ERMEABILITY'TEST Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test #3 Test Date: 12-30-99 Test Location : Station 118+00, 40 feet north of north edge of roadway �'UB S�TRFICE PROFIE s y Y a , Depth < So"il-Description S pOMr ; in` feet r ' Classifi�afionb 0 .0 - 1 .5 Dark gray slightly sil /clafffine !SAND, A-2-4 1 . 5 - 4.0 Gray brown clayey to very with reddish- A-2-5 / A-2-6 brown iron oxide) mottlin 4 .0 - 6 . 7 Greenish gray slightly silty/clayey fine SAND, trace broken A-24 shell Water Table Depth : 2.8 feet below ground level Water Level During Test: At ground level ?° PERMEABILITYRESULTS Uncased (U) or Cased (C) : C-2 " diameter Casing Depth (ft): 6.0 Casing Stick-up (ft): 1 .0 Perforated length (ft) : 3 .0 Constant Head Falling Head S#ark; Stogy Trol(► l7sed Start; estop 9TO ' t w ,�.. 4. ..., 0 min 1 76.6 min 50 0 sec 30 sec 1 .25 (average of three tests) (average of three tests) K, Coefficient of Permeability (feet per day [fpd]) (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523ANW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone: (561 ) 343-9787 Fax: (561) 343-9404 721dt15 Sheet 3 D E & T DUNKELBERGER ENGINEERING & TESTING, INC. FUEL J ERMEABILITY'TEST Project Name / Number: 16th Street, 74th Avenue to 66th Avenue / 99- 11 -721 Test Number: Test #3 Test Date: 12-30-99 Test Location : Station 118+00, 40 feet north of north edge of roadway �'UB S�TRFICE PROFIE s y Y a , Depth < So"il-Description S pOMr ; in` feet r ' Classifi�afionb 0 .0 - 1 .5 Dark gray slightly sil /clafffine !SAND, A-2-4 1 . 5 - 4.0 Gray brown clayey to very with reddish- A-2-5 / A-2-6 brown iron oxide) mottlin 4 .0 - 6 . 7 Greenish gray slightly silty/clayey fine SAND, trace broken A-24 shell Water Table Depth : 2.8 feet below ground level Water Level During Test: At ground level ?° PERMEABILITYRESULTS Uncased (U) or Cased (C) : C-2 " diameter Casing Depth (ft): 6.0 Casing Stick-up (ft): 1 .0 Perforated length (ft) : 3 .0 Constant Head Falling Head S#ark; Stogy Trol(► l7sed Start; estop 9TO ' t w ,�.. 4. ..., 0 min 1 76.6 min 50 0 sec 30 sec 1 .25 (average of three tests) (average of three tests) K, Coefficient of Permeability (feet per day [fpd]) (average of the two test procedures) (Reference : Hvorslev ( 1951 ), "Well-Point Filter in Uniform Soil") 523ANW Enterprise Drive, Port St. Lucie, Florida 34986 • Phone: (561 ) 343-9787 Fax: (561) 343-9404 721dt15 Sheet 3 196 Soil Survey TABLE 17 . --WATER FEATURES [ "Flooding" and " water table " and terms such as " rare , " "brief , " "apparent , " and "perched" are explained in the text . The symbol < means less than ; > means more than . Absence of an entry indicates that the feature is not a concern or that data were not estimated] Flooding Q water ale Map symbol and lHydrologicI I { soil name i group i Frequency i Duration i Months i Depth i Kind i Month=_ t 1 --- -- -------------- ---- i C iNone- ----------- I ___ ; ___ 1 1 . 0-3 . 0 iApparent i Jun-Nov Canaveral 2 _ _____ ____ ___ _ __ _ _ __ __ _ I B/D lNone- ----------- I _ __ I ___ I 0- 1 . 0 lA i Chobee I I I l I i pparent l Jun -Feb I I I I I I I 3 ____ _ ______ ___ ____ ____ _ i B/D iNone --- ---- ---__ 1 ___ i 1 0-1 . 0 iApparent i Jun-Oct EauGallie 4 _ ___ ______ ____ ___ _ _____ I B/D INone- ---- ------- I _ _ _ I ___ 1 0- 1 . 0 lA i I I I [ I I pparent l Jun -Nov Zmmokalee I I I I I I I 5--- - - ------ ---- -- ----- - i B/ D iNone------ - - ---- i --- i --- 1 0-1 . 0 iApparent i Jun -Nov Myakka I I I I I I I 6 _______________ __ _ __ _ _ _ i B/D iNone_____ _ _ _____ I _ _ _ i _ __ 1 0-1 . 0 iApparent i Jun-Feb Oldsmar I I I I I I 7 _ ___ __ __________ _ _ ____ _ i A iNone- ---- ------- i _ __ i ___ i >6 . 0 Palm Beach 8____ ______ _ ___ ____ ____ _i A iNone- ---- - ----- - i _ __ i _ __ i >6 . 0 Paola 9 ---- ---- --- ------------ i D iNone- -- --- -----_ i -- - i --- 1 0-1 . 0 ( Perched i Jun-Oct Pepper I I I I I I I 10--- ------------------ - i C/D iNone----- ------ - i -- - i - -- i D-l . o iApparent i Jun-Dec Riviera 11___ ______ _ ___________ _ i A iNone- _____ ______ i ___ i _ __ i >6 . 0 St . Lucie 12--- -- ----- ------- ---- - i A ± None------- ----- i - -- - - - 13 . 5-6 . 0 iApparent i Jun-Nov Archbold I I I I I I I 13 _ __ ________ ___ _____ ___ i B/D iNone- ----- ------ I _ __ i _ __ 1 0-1 . 0 iApparent i Jun-Oct _q Wabasso 14 -.----------'---- -' - I B/D iNone--------- -- - i '-' i ' -- 1 0- 1 . 0 iApparent i Jun-Dec ` Winder, 15 ___ _____ __________ I B/D INone- ----------_ I ___ I ___ 1 0- 1 . 0 IA 1 - Manatee;.. I I I I Apparent I Jun-Feb - ' 16 y____ __ __ _ __ _ ____ __ _ 1 B /D IRare----------- - I ___ I ___ I 0- 1 . 0 lA I - Plneda 1 I 1 I I I pparent 1 Jun-Nov I I I I I V I 17 . * Quartzipsamments 18---- ----- ---------- --- i B/D iNone----- ------ - i --- i - -- 1 0-0. 5 iApparent i Jun-Oct Captiva See footnotes at end of table . 196 Soil Survey TABLE 17 . --WATER FEATURES [ "Flooding" and " water table " and terms such as " rare , " "brief , " "apparent , " and "perched" are explained in the text . The symbol < means less than ; > means more than . Absence of an entry indicates that the feature is not a concern or that data were not estimated] Flooding Q water ale Map symbol and lHydrologicI I { soil name i group i Frequency i Duration i Months i Depth i Kind i Month=_ t 1 --- -- -------------- ---- i C iNone- ----------- I ___ ; ___ 1 1 . 0-3 . 0 iApparent i Jun-Nov Canaveral 2 _ _____ ____ ___ _ __ _ _ __ __ _ I B/D lNone- ----------- I _ __ I ___ I 0- 1 . 0 lA i Chobee I I I l I i pparent l Jun -Feb I I I I I I I 3 ____ _ ______ ___ ____ ____ _ i B/D iNone --- ---- ---__ 1 ___ i 1 0-1 . 0 iApparent i Jun-Oct EauGallie 4 _ ___ ______ ____ ___ _ _____ I B/D INone- ---- ------- I _ _ _ I ___ 1 0- 1 . 0 lA i I I I [ I I pparent l Jun -Nov Zmmokalee I I I I I I I 5--- - - ------ ---- -- ----- - i B/ D iNone------ - - ---- i --- i --- 1 0-1 . 0 iApparent i Jun -Nov Myakka I I I I I I I 6 _______________ __ _ __ _ _ _ i B/D iNone_____ _ _ _____ I _ _ _ i _ __ 1 0-1 . 0 iApparent i Jun-Feb Oldsmar I I I I I I 7 _ ___ __ __________ _ _ ____ _ i A iNone- ---- ------- i _ __ i ___ i >6 . 0 Palm Beach 8____ ______ _ ___ ____ ____ _i A iNone- ---- - ----- - i _ __ i _ __ i >6 . 0 Paola 9 ---- ---- --- ------------ i D iNone- -- --- -----_ i -- - i --- 1 0-1 . 0 ( Perched i Jun-Oct Pepper I I I I I I I 10--- ------------------ - i C/D iNone----- ------ - i -- - i - -- i D-l . o iApparent i Jun-Dec Riviera 11___ ______ _ ___________ _ i A iNone- _____ ______ i ___ i _ __ i >6 . 0 St . Lucie 12--- -- ----- ------- ---- - i A ± None------- ----- i - -- - - - 13 . 5-6 . 0 iApparent i Jun-Nov Archbold I I I I I I I 13 _ __ ________ ___ _____ ___ i B/D iNone- ----- ------ I _ __ i _ __ 1 0-1 . 0 iApparent i Jun-Oct _q Wabasso 14 -.----------'---- -' - I B/D iNone--------- -- - i '-' i ' -- 1 0- 1 . 0 iApparent i Jun-Dec ` Winder, 15 ___ _____ __________ I B/D INone- ----------_ I ___ I ___ 1 0- 1 . 0 IA 1 - Manatee;.. I I I I Apparent I Jun-Feb - ' 16 y____ __ __ _ __ _ ____ __ _ 1 B /D IRare----------- - I ___ I ___ I 0- 1 . 0 lA I - Plneda 1 I 1 I I I pparent 1 Jun-Nov I I I I I V I 17 . * Quartzipsamments 18---- ----- ---------- --- i B/D iNone----- ------ - i --- i - -- 1 0-0. 5 iApparent i Jun-Oct Captiva See footnotes at end of table . INVOICE #: 16907 DATE: February 26, 1999 Carter Associates, Inc. 1708 2111 Street Vero Beach, Florida 32960 561 -562-4191 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORDDA 34946 VERO BEACH (561) 567-6167 FT- PIERCE (561) 461-7508 STUART (561283-7711 FT. PIERCE (800) 233-9011 Re : 66' Avenue between S.R. 60 and 121' Street Indian River County, Florida TEST NO, TEST QUANTITY UNIT PRICE AMOUNT D-99104 Boring Layout and Staking (crew time) 5 hrs. @ $ 100. 00 $500 . 00 6' deep Auger Borings 37 @ 40.00 1 ,480.00 10' deep Auger Borings 8 @ 70.00 560. 00 Laboratory Sieve Analysis Tests 15 @ 35 .00 525.00 Hydraulic Conductivity Tests 6 @ 175. 00 1 ,050. 00 Soil Borings for Bridge 100 ft. @ 9.00 900 .00 Probe Soundings in Main Canal (crew time) 2 hrs. @ 100 .00 200.00 Report Preparation, Clerical 16 hrs. @ 30 . 00 480. 00 Engineering Coordination, Evaluation 20 hrs @ 75 . 00 17500. 00 And Report TOTAL AMOUNT DUE THIS INVOICE $79195.00 Please include the invoice number on your check and mail remittance to: FRASER ENGINEERING AND TESTING, INC. 3504 Industrial 33'd Street Fort Pierce, Florida 34946 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATION CONCRETE, SOD, & ASPHALT TESTING INVOICE #: 16907 DATE: February 26, 1999 Carter Associates, Inc. 1708 2111 Street Vero Beach, Florida 32960 561 -562-4191 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORDDA 34946 VERO BEACH (561) 567-6167 FT- PIERCE (561) 461-7508 STUART (561283-7711 FT. PIERCE (800) 233-9011 Re : 66' Avenue between S.R. 60 and 121' Street Indian River County, Florida TEST NO, TEST QUANTITY UNIT PRICE AMOUNT D-99104 Boring Layout and Staking (crew time) 5 hrs. @ $ 100. 00 $500 . 00 6' deep Auger Borings 37 @ 40.00 1 ,480.00 10' deep Auger Borings 8 @ 70.00 560. 00 Laboratory Sieve Analysis Tests 15 @ 35 .00 525.00 Hydraulic Conductivity Tests 6 @ 175. 00 1 ,050. 00 Soil Borings for Bridge 100 ft. @ 9.00 900 .00 Probe Soundings in Main Canal (crew time) 2 hrs. @ 100 .00 200.00 Report Preparation, Clerical 16 hrs. @ 30 . 00 480. 00 Engineering Coordination, Evaluation 20 hrs @ 75 . 00 17500. 00 And Report TOTAL AMOUNT DUE THIS INVOICE $79195.00 Please include the invoice number on your check and mail remittance to: FRASER ENGINEERING AND TESTING, INC. 3504 Industrial 33'd Street Fort Pierce, Florida 34946 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATION CONCRETE, SOD, & ASPHALT TESTING SUBSURFACE SOIL INVESTIGATION FOR PROPOSED ROADWAY 661H AVENUE BETWEEN STATE ROAD 60 AND 12TRSTREET Indian River County, Florida February 1999 Prepared for: Indian River County Public Works Department and Carter Associates, Inc. FRASER ENGINEERING AND TESTING, INC. 3504 INDUSTRIAL, 33RD STREET • FT. PIERCE, FLORIDA 34946 • TELEPHONE (561) 461-7508 • FAX (561) 461-8880 SUBSURFACE SOIL INVESTIGATION FOR PROPOSED ROADWAY 661H AVENUE BETWEEN STATE ROAD 60 AND 12TRSTREET Indian River County, Florida February 1999 Prepared for: Indian River County Public Works Department and Carter Associates, Inc. FRASER ENGINEERING AND TESTING, INC. 3504 INDUSTRIAL, 33RD STREET • FT. PIERCE, FLORIDA 34946 • TELEPHONE (561) 461-7508 • FAX (561) 461-8880 FRASER ENGINEERING AND TESTING, INC. 35041NDUSTRUL 33RD STREET • FT. PIERCE, FLORIDA 34946 • TELEPHONE (561) 461-7508 • FAX (561) 461-8880 February 26, 1999 Indian River County Public Works Department Attention. Jim Davis, P .E. 1840 251" Street Vero Beach, Florida 32960 Re : 66" Avenue Paving and Drainage Improvements Between S.R. 60 and 12'° Street Indian River County, Florida FET Job#: D-99104 Gentlemen: The following are the results of the subsurface soils investigation for the above referenced project. The report includes our understanding of the project, results of the field investigation, results of the laboratory tests, and our recommendations. The purpose of this investigation was to obtain general subsurface data to provide an engineering evaluation of the subsurface conditions. PROJECT DESCRIPTION The project consists of the paving of 66'b Avenue from S .R. 60 to just south of 12th Street, a distance of approximately 1 . 1 mile. There will be a bridge constructed over the main relief canal which is approximately 1 , 100 feet south of 161e Street. Also included in the project is the paving of 12' Street for approximately 800 feet east and west of 66' Avenue and the paving of 1616 Street for approximately 800 feet west of 66' Avenue. We understand the 66'h Avenue roadway will be three lanes with a pavement width of 36 feet, and that the roadway may eventually be widened to 5 lanes. There will be 4 feet of paved shoulder and 4 feet of unpaved shoulder on the west side of the road for the entire length of the roadway and on the east side south of 16ie Street and north of the relief canal. There will be a 6 feet wide sidewalk on the east side of the road for the entire length of the roadway. There will be curb and gutter construction along the east side of the roadway north of 16' Street and south of the main relief canal. With the exception of an approximately 1 , 100 feet long section near the center of the project, the 66th Avenue roadway will follow the approximate alignment of the existing unpaved roadway. The majority of the new roadway will be constructed within and to the west of the existing unpaved roadway. We understand that both 12` ' Street and 16' Street will be constructed slightly north of the existing unpaved roadways. FRASER ENGINEERING AND TESTING, INC. 35041NDUSTRUL 33RD STREET • FT. PIERCE, FLORIDA 34946 • TELEPHONE (561) 461-7508 • FAX (561) 461-8880 February 26, 1999 Indian River County Public Works Department Attention. Jim Davis, P .E. 1840 251" Street Vero Beach, Florida 32960 Re : 66" Avenue Paving and Drainage Improvements Between S.R. 60 and 12'° Street Indian River County, Florida FET Job#: D-99104 Gentlemen: The following are the results of the subsurface soils investigation for the above referenced project. The report includes our understanding of the project, results of the field investigation, results of the laboratory tests, and our recommendations. The purpose of this investigation was to obtain general subsurface data to provide an engineering evaluation of the subsurface conditions. PROJECT DESCRIPTION The project consists of the paving of 66'b Avenue from S .R. 60 to just south of 12th Street, a distance of approximately 1 . 1 mile. There will be a bridge constructed over the main relief canal which is approximately 1 , 100 feet south of 161e Street. Also included in the project is the paving of 12' Street for approximately 800 feet east and west of 66' Avenue and the paving of 1616 Street for approximately 800 feet west of 66' Avenue. We understand the 66'h Avenue roadway will be three lanes with a pavement width of 36 feet, and that the roadway may eventually be widened to 5 lanes. There will be 4 feet of paved shoulder and 4 feet of unpaved shoulder on the west side of the road for the entire length of the roadway and on the east side south of 16ie Street and north of the relief canal. There will be a 6 feet wide sidewalk on the east side of the road for the entire length of the roadway. There will be curb and gutter construction along the east side of the roadway north of 16' Street and south of the main relief canal. With the exception of an approximately 1 , 100 feet long section near the center of the project, the 66th Avenue roadway will follow the approximate alignment of the existing unpaved roadway. The majority of the new roadway will be constructed within and to the west of the existing unpaved roadway. We understand that both 12` ' Street and 16' Street will be constructed slightly north of the existing unpaved roadways. iiiiiiiiiiiiiiiiiiiiiillillillillillillI MONSOON PENN ON 1111111 1 Indian River County Public Works Department and Carter Associates, Inc. 661" Avenue from 12' Street to S.R. 60 February 26, 1999 We understand the lowest finish grade of the 66" Avenue roadway will be at approximately elevation +22, resulting in the grades of the new roadway being generally from 0 to 2 feet above the grades of the existing unpaved roadway. FIELD INVESTIGATION Auger Borings Thirty three (33) auger borings were taken at approximately 200 feet intervals along the proposed 66' Avenue alignment. The borings were taken to a depth of six feet below existing grade with approximately every fourth boring taken to a depth of 10 feet. Eight (8) six foot deep borings were taken along the proposed 12' Street alignment and four (4) six foot deep borings were taken along the proposed 16' Street alignment. The soil types and water table data from the individual borings are presented on the enclosed profile sheets. The individual boring locations for 66' Avenue are noted on the profiles by station numbers from the project survey and by offsets from the survey baseline. Locations for 12'" and 16' Streets are referenced by distances from the existing unpaved roadways. Depth, as noted on the profiles, represent the depth below existing grade at the time the borings were taken. The enclosed "Classification of Soil Strata" sheet presents the general soil descriptions and AASHTO designations of the various soil types encountered. Each soil type is numbered and correlates to the numbers on the profile sheets. Probe Rod Soundings in Unpaved Roadways Shallow (2' deep) auger borings and hand probe rod soundings were taken at approximately 200 feet intervals in the center of the 66' Avenue unpaved roadway. Results of the borings and probe soundings are discussed in the following sections of the report. Percolation Tests Four (4) water management district hydraulic conductivity (percolation) tests were taken along the north side of 12'hStreet and two (2) percolation tests were taken along the north side of 16' Street. The results are enclosed and the test locations are noted on the individual report forms. Six foot deep auger borings were taken at each of the test locations and the soil and water table data are presented on the enclosed auger boring profile sheets. Borings for Bridge over Relief Can Two 50 foot deep soil borings were taken to determine the required depths and the capacities of the 2 Fraser Engineering and Testing, Inc . iiiiiiiiiiiiiiiiiiiiiillillillillillillI MONSOON PENN ON 1111111 1 Indian River County Public Works Department and Carter Associates, Inc. 661" Avenue from 12' Street to S.R. 60 February 26, 1999 We understand the lowest finish grade of the 66" Avenue roadway will be at approximately elevation +22, resulting in the grades of the new roadway being generally from 0 to 2 feet above the grades of the existing unpaved roadway. FIELD INVESTIGATION Auger Borings Thirty three (33) auger borings were taken at approximately 200 feet intervals along the proposed 66' Avenue alignment. The borings were taken to a depth of six feet below existing grade with approximately every fourth boring taken to a depth of 10 feet. Eight (8) six foot deep borings were taken along the proposed 12' Street alignment and four (4) six foot deep borings were taken along the proposed 16' Street alignment. The soil types and water table data from the individual borings are presented on the enclosed profile sheets. The individual boring locations for 66' Avenue are noted on the profiles by station numbers from the project survey and by offsets from the survey baseline. Locations for 12'" and 16' Streets are referenced by distances from the existing unpaved roadways. Depth, as noted on the profiles, represent the depth below existing grade at the time the borings were taken. The enclosed "Classification of Soil Strata" sheet presents the general soil descriptions and AASHTO designations of the various soil types encountered. Each soil type is numbered and correlates to the numbers on the profile sheets. Probe Rod Soundings in Unpaved Roadways Shallow (2' deep) auger borings and hand probe rod soundings were taken at approximately 200 feet intervals in the center of the 66' Avenue unpaved roadway. Results of the borings and probe soundings are discussed in the following sections of the report. Percolation Tests Four (4) water management district hydraulic conductivity (percolation) tests were taken along the north side of 12'hStreet and two (2) percolation tests were taken along the north side of 16' Street. The results are enclosed and the test locations are noted on the individual report forms. Six foot deep auger borings were taken at each of the test locations and the soil and water table data are presented on the enclosed auger boring profile sheets. Borings for Bridge over Relief Can Two 50 foot deep soil borings were taken to determine the required depths and the capacities of the 2 Fraser Engineering and Testing, Inc . Indian River County Public Works Department and Carter Associates, Inc. 66" Avenue from 12" Street to S.R. 60 February 26, 1999 pilings which will support the bridge span crossing the canal The borings were taken within the proposed bridge alignment on both the north and south sides of the canal. The test borings were performed using Dutch Cone Penetrometer Soundings (CPTs) to a depth of about 32 feet, followed by Standard Penetration Borings (SPTs) extending to a depth of 50 feet. Based on a project survey, the ground elevations at the boring locations were in the +23 to +24 range. The boring locations, as located by station and offset from the survey baseline are noted on the individual logs. Depth, as recorded on the boring logs, represent the depth below existing grade at the time the borings were taken. Cone Penetrometer Test soundings are performed in accordance with ASTM D-3441 , 'Deep Quasi- Static, Cone and Friction-Cone Penetration Tests of Soils" . The SPT borings were completed employing mud rotary techniques. Samples of the in-place materials were recovered using a standard split barrel driven with a 140-pound hammer freely falling 30 inches (ASTM D-1586, 'Penetration Test and Split-Barrel Sampling of Soils"). Samples collected from the borings were returned to our laboratory where they were visually classified by a geotechnical engineer. LABORATORY TESTING PROGRAM Sieve analysis tests were performed on 15 selected samples from the auger borings and the results are enclosed. The tests were used in determining the general soil classifications noted on the soil profiles. SUBSURFACE CONDITIONS Roadway Alignment Based on the January, 1987 U.S .D.A. Soil Conservation Service Soil Survey of Indian River County, the soil type throughout the roadway alignment is No. 14, Winder fine sands. The primary soil types in the Winder classification are defined as sandy loam and loamy sands. These terms refer to soils having a combined silt/clay content in the 10 to 20 percent range. Our visual examination of the site soils, as well as the results of the sieve analysis tests performed, concur with the findings in the U. S.D .A soil survey. At the locations of the auger borings and soil probes taken within the unpaved roadway, there was about six inches of sand/shell material on the surface, followed by well compacted silty, clayey sands extending to depths ranging generally from 2 to 3 feet below the road surface. Below this depth, loose silty, clayey soils were encountered. 3 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66" Avenue from 12" Street to S.R. 60 February 26, 1999 pilings which will support the bridge span crossing the canal The borings were taken within the proposed bridge alignment on both the north and south sides of the canal. The test borings were performed using Dutch Cone Penetrometer Soundings (CPTs) to a depth of about 32 feet, followed by Standard Penetration Borings (SPTs) extending to a depth of 50 feet. Based on a project survey, the ground elevations at the boring locations were in the +23 to +24 range. The boring locations, as located by station and offset from the survey baseline are noted on the individual logs. Depth, as recorded on the boring logs, represent the depth below existing grade at the time the borings were taken. Cone Penetrometer Test soundings are performed in accordance with ASTM D-3441 , 'Deep Quasi- Static, Cone and Friction-Cone Penetration Tests of Soils" . The SPT borings were completed employing mud rotary techniques. Samples of the in-place materials were recovered using a standard split barrel driven with a 140-pound hammer freely falling 30 inches (ASTM D-1586, 'Penetration Test and Split-Barrel Sampling of Soils"). Samples collected from the borings were returned to our laboratory where they were visually classified by a geotechnical engineer. LABORATORY TESTING PROGRAM Sieve analysis tests were performed on 15 selected samples from the auger borings and the results are enclosed. The tests were used in determining the general soil classifications noted on the soil profiles. SUBSURFACE CONDITIONS Roadway Alignment Based on the January, 1987 U.S .D.A. Soil Conservation Service Soil Survey of Indian River County, the soil type throughout the roadway alignment is No. 14, Winder fine sands. The primary soil types in the Winder classification are defined as sandy loam and loamy sands. These terms refer to soils having a combined silt/clay content in the 10 to 20 percent range. Our visual examination of the site soils, as well as the results of the sieve analysis tests performed, concur with the findings in the U. S.D .A soil survey. At the locations of the auger borings and soil probes taken within the unpaved roadway, there was about six inches of sand/shell material on the surface, followed by well compacted silty, clayey sands extending to depths ranging generally from 2 to 3 feet below the road surface. Below this depth, loose silty, clayey soils were encountered. 3 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66th Avenue from 12" Street to S.R. 60 February 26, 1999 At the boring locations not within the unpaved roadways, the silty, clayey sands were in a generally loose condition throughout the boring depths and have a relatively high moisture content. There were no significant amounts of organic surface soils or muck encountered. There was about a six-inch thick layer of muck noted in the bottom of the ditch running along the west side of the unpaved roadway in the north 800 feet of 66' Avenue. Bridge over Relief Canal At both boring locations, very loose soils were encountered to a depth of about 32 feet (approximately elevation -9). Below this depth, dense and very dense soils were encountered to the 50-foot (elevation -27) termination depths of the borings. The soils encountered from elevation -9 to -27 were fine sands and shell fragments with some thin seams of cemented sand. The water table depth was 6. 5 feet below the existing grade at the north boring and 7.5 feet at the south boring. Based on the project survey, the canal bottom is at about elevation + 10. Soundings of the canal bottom were taken by our personnel on February 24, 1999 . The soundings were taken at numerous locations within the bridge alignment. There was no appreciable silting of the canal bottom at any of the sounding locations. Based on the soundings, the soils in the canal bottom appear consistent with those encountered in the test borings at the same elevation. GROUNDWATER With very few exceptions, the groundwater levels at the time of testing ranged from 2 .5 feet to 6 feet below existing grades with the differences within the range mostly due to elevation changes. Actual depths are noted in the profile logs. We would estimate the current water tables levels represent an average dry season condition. We estimate the average wet season levels to be approximately 3 feet above the noted levels. "Perched" water conditions and controlled drainage canals and ditches throughout the project may also impact the groundwater levels. CONCLUSIONS AND RECOMMENDATIONS FOR ROADWAY The silty, clayey sands found throughout the site are difficult to compact due to the following: • The relatively high silt/clay content of the soils. • The relatively high moisture content of the soils and the associated difficulty in lowering the moisture content of the soils to the optimum moisture range required for compaction. • Construction activities cause an unstable soil condition referred to as pumping or yielding. 4 Fraser Engineering and Testing, Inc . Indian River County Public Works Department and Carter Associates, Inc. 66th Avenue from 12" Street to S.R. 60 February 26, 1999 At the boring locations not within the unpaved roadways, the silty, clayey sands were in a generally loose condition throughout the boring depths and have a relatively high moisture content. There were no significant amounts of organic surface soils or muck encountered. There was about a six-inch thick layer of muck noted in the bottom of the ditch running along the west side of the unpaved roadway in the north 800 feet of 66' Avenue. Bridge over Relief Canal At both boring locations, very loose soils were encountered to a depth of about 32 feet (approximately elevation -9). Below this depth, dense and very dense soils were encountered to the 50-foot (elevation -27) termination depths of the borings. The soils encountered from elevation -9 to -27 were fine sands and shell fragments with some thin seams of cemented sand. The water table depth was 6. 5 feet below the existing grade at the north boring and 7.5 feet at the south boring. Based on the project survey, the canal bottom is at about elevation + 10. Soundings of the canal bottom were taken by our personnel on February 24, 1999 . The soundings were taken at numerous locations within the bridge alignment. There was no appreciable silting of the canal bottom at any of the sounding locations. Based on the soundings, the soils in the canal bottom appear consistent with those encountered in the test borings at the same elevation. GROUNDWATER With very few exceptions, the groundwater levels at the time of testing ranged from 2 .5 feet to 6 feet below existing grades with the differences within the range mostly due to elevation changes. Actual depths are noted in the profile logs. We would estimate the current water tables levels represent an average dry season condition. We estimate the average wet season levels to be approximately 3 feet above the noted levels. "Perched" water conditions and controlled drainage canals and ditches throughout the project may also impact the groundwater levels. CONCLUSIONS AND RECOMMENDATIONS FOR ROADWAY The silty, clayey sands found throughout the site are difficult to compact due to the following: • The relatively high silt/clay content of the soils. • The relatively high moisture content of the soils and the associated difficulty in lowering the moisture content of the soils to the optimum moisture range required for compaction. • Construction activities cause an unstable soil condition referred to as pumping or yielding. 4 Fraser Engineering and Testing, Inc . Indian River County Public Works Department and Carter Associates, Inc . 66'h Avenue from 12" Street to S.R. 60 February 26, 1999 Due to these conditions, in the areas outside of the unpaved roadway, we recommend there be a minimum of 3 feet of compacted sand separating the bottom of the stabilized subgrade and the existing soils. If the existing grades in relation to the finish grades do not allow for the 3 feet of separation, then undercutting of the existing soils will be necessary. The 3 feet of sand should be free-draining and contain less than 3% material passing the No .200 sieve and be compacted to a minimum of 1001/o density per AASHTO T-99. We anticipate fill-induced settlement of the silty, clayey sands encountered throughout the project. These settlements will be differential between the natural ground that is to be filled and the existing unpaved roadway. The existing unpaved roadway has experienced heavy traffic loads. These loads have consolidated the soils in the upper 2 to 3 feet. The natural ground, which has never been subjected to traffic loading, will have settlement due to the anticipated traffic loads as well as the construction fill loads. Removing the consolidated soils by undercutting of the existing roadway, and providing the 3 feet of separation as outlined above, would minimize these differential settlements. Due diligence in achieving uniform soil types, layer thicknesses and compaction will produce optimum conditions for a successful project. In order to estimate the extent of the differential settlements, additional studies would be required. These studies would consist of penetration testing of the existing soils both on and off the unpaved roadway, as well as additional laboratory testing of soil samples. It is likely that it would be determined that unacceptable differential settlement will occur unless the existing unpaved roadway is undercut. If it is estimated that there will be minimal differential settlements, it may be feasible to leave the compacted unpaved roadway undisturbed. However, final grades will also be a factor in determining if the unpaved road will remain undisturbed. Based on the 10 feet deep borings taken throughout the site, it is unlikely the type of fill material needed for the 3 feet of separation noted above will be available in any shallow lakes excavated within the project. Deeper SPT borings can be taken to determine if suitable fill material is available at lower levels. It may be possible to perform lake dredging in a manner which will remove silt and clay from the soil. Pavement Recommendations The Florida Department of Transportation (FDOT) flexible pavement design method was used to evaluate the proposed pavement section. The following values were used based on soil conditions encountered and discussions with the Client : Design Period = 20 years Limerock Bearing Ratio (LBR) for existing soils = 20 Soil Support Value (SSV) = 5 . 0 Usage = Rural Major Collector Street Equivalent 18-kip Axle Loading (EAL) = 15500,000 5 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc . 66'h Avenue from 12" Street to S.R. 60 February 26, 1999 Due to these conditions, in the areas outside of the unpaved roadway, we recommend there be a minimum of 3 feet of compacted sand separating the bottom of the stabilized subgrade and the existing soils. If the existing grades in relation to the finish grades do not allow for the 3 feet of separation, then undercutting of the existing soils will be necessary. The 3 feet of sand should be free-draining and contain less than 3% material passing the No .200 sieve and be compacted to a minimum of 1001/o density per AASHTO T-99. We anticipate fill-induced settlement of the silty, clayey sands encountered throughout the project. These settlements will be differential between the natural ground that is to be filled and the existing unpaved roadway. The existing unpaved roadway has experienced heavy traffic loads. These loads have consolidated the soils in the upper 2 to 3 feet. The natural ground, which has never been subjected to traffic loading, will have settlement due to the anticipated traffic loads as well as the construction fill loads. Removing the consolidated soils by undercutting of the existing roadway, and providing the 3 feet of separation as outlined above, would minimize these differential settlements. Due diligence in achieving uniform soil types, layer thicknesses and compaction will produce optimum conditions for a successful project. In order to estimate the extent of the differential settlements, additional studies would be required. These studies would consist of penetration testing of the existing soils both on and off the unpaved roadway, as well as additional laboratory testing of soil samples. It is likely that it would be determined that unacceptable differential settlement will occur unless the existing unpaved roadway is undercut. If it is estimated that there will be minimal differential settlements, it may be feasible to leave the compacted unpaved roadway undisturbed. However, final grades will also be a factor in determining if the unpaved road will remain undisturbed. Based on the 10 feet deep borings taken throughout the site, it is unlikely the type of fill material needed for the 3 feet of separation noted above will be available in any shallow lakes excavated within the project. Deeper SPT borings can be taken to determine if suitable fill material is available at lower levels. It may be possible to perform lake dredging in a manner which will remove silt and clay from the soil. Pavement Recommendations The Florida Department of Transportation (FDOT) flexible pavement design method was used to evaluate the proposed pavement section. The following values were used based on soil conditions encountered and discussions with the Client : Design Period = 20 years Limerock Bearing Ratio (LBR) for existing soils = 20 Soil Support Value (SSV) = 5 . 0 Usage = Rural Major Collector Street Equivalent 18-kip Axle Loading (EAL) = 15500,000 5 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66`h Avenue from 12t° Street to S.R. 60 February 26, 1999 Based on the above, the required Structural Number (SN) of the pavement section is approximately 3 .20. The following is one preferred option discussed with Pat Walther, P.E. , the project design engineer for Carter Associates, Inc., for a pavement section meeting the above structural number: Asphalt Wearing Course (Type SC-3 1 .0 inches Asphalt Surface Course (Type S- 1 ) 2 . 0 inches Limerock or Cemented Coquina Base (FDOT approved, minimum LBR= 100) 8 inches Stabilized Subgrade (LBR 40) 12 inches The above profile yields a SN equal to 3 .36 which is greater than the required value of 3 .20 . As a result, it is our opinion that the proposed pavement section is adequate for the noted design conditions. RECOMMENDATIONS FOR BRIDGE OVER RELIEF CANAL Based on our discussion with the bridge design engineer, Paul Carrol, P.E. with Jenkins and Charland, Inc. , it is likely that 18 " square prestressed concrete pilings will be used for the bridge. A pile capacity analysis was performed for 18-inch square piles using the FDOT CONEPILE program developed by the University of Florida which uses resistance values to determine skin friction and end bearing values. Based on the results of the analysis and consistent conditions across the site, the following pile capacities may be used: Pile Depth Below Existing Grade Pile Tip Elevation Design End Bearing 33 Feet - 10 45 Tons 35 Feet - 12 90 Tons 37 Feet - 14 90 Tons We recommend the pilings be installed to a minimum pile tip elevation of -35 in order to ensure adequate penetration of the dense layer. In addition, the piles should be installed per the applicable driven pile formula for the driving hanimer used. 6 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66`h Avenue from 12t° Street to S.R. 60 February 26, 1999 Based on the above, the required Structural Number (SN) of the pavement section is approximately 3 .20. The following is one preferred option discussed with Pat Walther, P.E. , the project design engineer for Carter Associates, Inc., for a pavement section meeting the above structural number: Asphalt Wearing Course (Type SC-3 1 .0 inches Asphalt Surface Course (Type S- 1 ) 2 . 0 inches Limerock or Cemented Coquina Base (FDOT approved, minimum LBR= 100) 8 inches Stabilized Subgrade (LBR 40) 12 inches The above profile yields a SN equal to 3 .36 which is greater than the required value of 3 .20 . As a result, it is our opinion that the proposed pavement section is adequate for the noted design conditions. RECOMMENDATIONS FOR BRIDGE OVER RELIEF CANAL Based on our discussion with the bridge design engineer, Paul Carrol, P.E. with Jenkins and Charland, Inc. , it is likely that 18 " square prestressed concrete pilings will be used for the bridge. A pile capacity analysis was performed for 18-inch square piles using the FDOT CONEPILE program developed by the University of Florida which uses resistance values to determine skin friction and end bearing values. Based on the results of the analysis and consistent conditions across the site, the following pile capacities may be used: Pile Depth Below Existing Grade Pile Tip Elevation Design End Bearing 33 Feet - 10 45 Tons 35 Feet - 12 90 Tons 37 Feet - 14 90 Tons We recommend the pilings be installed to a minimum pile tip elevation of -35 in order to ensure adequate penetration of the dense layer. In addition, the piles should be installed per the applicable driven pile formula for the driving hanimer used. 6 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66' Avenue from 12" Street to S.R. 60 February 26, 1999 An inspector knowledgeable in pile driving or angering should be present during the pile driving to ensure that proper penetration has been achieved. CLOSURE This report has been prepared in accordance with generally accepted engineering practices. The recommendations presented herein are based on the data obtained from the soil borings previously described. No other warranty, expressed or implied, is made. We do not guarantee project performance in any respect, only that our work meets normal standards of professional care. This report may not account for all possible variations that may exist between conditions observed in the borings and conditions at locations that were not explored. The nature and extent of any such variations may not become evident until further explorations are made or construction is underway. If variations are then observed, we recommend that Fraser Engineering and Testing, Inc. be requested to inspect the actual site conditions and, if necessary, re-evaluate the recommendations of this report . It has been our pleasure to assist you in this phase of your project. If you have any questions about this report or need any additional information, please call us at your convenience at 561 -567-6167 . Respectfully submitted, FRASER EN INEERING ND TESTING, INC. wlwt� � w4 - Alexander H. Fraser, P .E. Florida Registration No . 16178 AHF:da Copies: Indian River County: Attention: Jim Davis, P .E . Carter Associates, Inc ., Attention: Pat Walther, P.E. Jenkins and Charland, Inc. , Attention: Paul Carrol, P .E. 7 Fraser Engineering and Testing, Inc. Indian River County Public Works Department and Carter Associates, Inc. 66' Avenue from 12" Street to S.R. 60 February 26, 1999 An inspector knowledgeable in pile driving or angering should be present during the pile driving to ensure that proper penetration has been achieved. CLOSURE This report has been prepared in accordance with generally accepted engineering practices. The recommendations presented herein are based on the data obtained from the soil borings previously described. No other warranty, expressed or implied, is made. We do not guarantee project performance in any respect, only that our work meets normal standards of professional care. This report may not account for all possible variations that may exist between conditions observed in the borings and conditions at locations that were not explored. The nature and extent of any such variations may not become evident until further explorations are made or construction is underway. If variations are then observed, we recommend that Fraser Engineering and Testing, Inc. be requested to inspect the actual site conditions and, if necessary, re-evaluate the recommendations of this report . It has been our pleasure to assist you in this phase of your project. If you have any questions about this report or need any additional information, please call us at your convenience at 561 -567-6167 . Respectfully submitted, FRASER EN INEERING ND TESTING, INC. wlwt� � w4 - Alexander H. Fraser, P .E. Florida Registration No . 16178 AHF:da Copies: Indian River County: Attention: Jim Davis, P .E . Carter Associates, Inc ., Attention: Pat Walther, P.E. Jenkins and Charland, Inc. , Attention: Paul Carrol, P .E. 7 Fraser Engineering and Testing, Inc. FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33'm STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461 -7508 VERO BEACH 561 -567-6167 STUART 561 -283-7711 FAX 561461-8880 800-233-9011 CLASSIFICATION OF SOIL STRATA Client: Carter Associates, Inc. Date : February 1999 Site: 66 h Avenue between S .R. 60 and 12'hStreet Project No: 99104 Indian River County, Florida Profile Code #1 Soil Description : Brown and gray fine sand to slightly silty, slightly clayey, fine sand 0 - 10 Percent material passing the No. 200 sieve AASHTO Classification: A-3 Profile Code #2 Soil Description : Brown and gray slightly silty, slightly clayey, fine sand 10 - 35 Percent material passing the No . 200 sieve AASHTO Classification: A-2-4 Profile Code #3 Soil Description : Dark brown and gray silty fine sand with organics (muck) AASHTO Classification: A-8 GEOTECHMCAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33'm STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461 -7508 VERO BEACH 561 -567-6167 STUART 561 -283-7711 FAX 561461-8880 800-233-9011 CLASSIFICATION OF SOIL STRATA Client: Carter Associates, Inc. Date : February 1999 Site: 66 h Avenue between S .R. 60 and 12'hStreet Project No: 99104 Indian River County, Florida Profile Code #1 Soil Description : Brown and gray fine sand to slightly silty, slightly clayey, fine sand 0 - 10 Percent material passing the No. 200 sieve AASHTO Classification: A-3 Profile Code #2 Soil Description : Brown and gray slightly silty, slightly clayey, fine sand 10 - 35 Percent material passing the No . 200 sieve AASHTO Classification: A-2-4 Profile Code #3 Soil Description : Dark brown and gray silty fine sand with organics (muck) AASHTO Classification: A-8 GEOTECHMCAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 3312D STREET FORT PIERCE, FLORIDA 34946 FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283.7711 FAX 561 .461 M80 800.233.9011 Client: Carter Associates, Inc. Date : February, 1999 Contractor: Client Project No : 99104 Site: 66Th Avenue between S.R. 60 and 12th Street Sample Source : Proposed Roadway Indian River County, Florida SUMMARY OF GRADATION TEST RESULTS PERCENT PASSING U . S. Standard Sieve Series A. S.T. M . E-11 Boring Offset Depth Description Profile AASHTO 4 10 20 40 601 140 200 ID Code Class. 64+00 22' {Nest 1 .5.4.5 IL ht ra silty, cla a fine sand 2" A•2 4 97.8 95.9 94:8 , 9 .0 60.31. 2 . 1 15.5 66+00 3' East 4. 5-5.0 Medium brown silty clayey fine sand 2 A-2-4 99.9 99. 1 97.2 88.7 45.6 19.6 17.6 66+00 3' East 1 .5-4.5 Li ht brown sli htl silt , slightly clayey fine sand 1 A-3 100.0 98.4 65. 1 83.3 37.0 9. 1 6.6 74+00 151 East" 10-3.0 Light, r n ilt c�a a ane sandf "2 A-2=A 166 100.0 99.8 ' 95 2 55. t' 47 I 10.5 74+00 15' East 3.0-5.5 Light brown silty clayey fine sand 2 A-2-4 100.0 100.0 99.9 96.3 53.0 13.7 12.0 84+00 53' East 0.5-2.0 Light brown silty clayey fine sand 2 A-2-4 100.0 10.0 99.9 94.4 54.9 15.6 11 .8 4+0p 63' East 2,Q 3,5 Light h# brawn silt cla e f ne santl 2 A-2 4. . 100.0 10Q 0 99.8 97 2 57.1 21 ,0 ! 19.5 84+00 53' East 3.5-5.5 Light brown silty clayey fine sand 2 A-2-4 99.9 99.9 98. 9 93.6 57.2 22.3 21 .5 88+00 25' East 6.0-10 Li hU Ua silty clayey fine sand 2 A-2-4 99.3 96.7 94. 0 92.6 55.3 16.8 14.9 92+00 14 West2,015 5 4ark gray, slightly silty; sl'1 htl cla l fine sand1 A;3100.Q 100.0 99,3 97,1 58.21 14.9 9:Q ♦ Offsets based on project survey o Depths below existing grade at the time of the testing Checked By: Alexander II. Fraser, PE, FT . Reg. No. 16178 GEOTECHNICAL INVEST IGA"CIONS FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 3312D STREET FORT PIERCE, FLORIDA 34946 FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283.7711 FAX 561 .461 M80 800.233.9011 Client: Carter Associates, Inc. Date : February, 1999 Contractor: Client Project No : 99104 Site: 66Th Avenue between S.R. 60 and 12th Street Sample Source : Proposed Roadway Indian River County, Florida SUMMARY OF GRADATION TEST RESULTS PERCENT PASSING U . S. Standard Sieve Series A. S.T. M . E-11 Boring Offset Depth Description Profile AASHTO 4 10 20 40 601 140 200 ID Code Class. 64+00 22' {Nest 1 .5.4.5 IL ht ra silty, cla a fine sand 2" A•2 4 97.8 95.9 94:8 , 9 .0 60.31. 2 . 1 15.5 66+00 3' East 4. 5-5.0 Medium brown silty clayey fine sand 2 A-2-4 99.9 99. 1 97.2 88.7 45.6 19.6 17.6 66+00 3' East 1 .5-4.5 Li ht brown sli htl silt , slightly clayey fine sand 1 A-3 100.0 98.4 65. 1 83.3 37.0 9. 1 6.6 74+00 151 East" 10-3.0 Light, r n ilt c�a a ane sandf "2 A-2=A 166 100.0 99.8 ' 95 2 55. t' 47 I 10.5 74+00 15' East 3.0-5.5 Light brown silty clayey fine sand 2 A-2-4 100.0 100.0 99.9 96.3 53.0 13.7 12.0 84+00 53' East 0.5-2.0 Light brown silty clayey fine sand 2 A-2-4 100.0 10.0 99.9 94.4 54.9 15.6 11 .8 4+0p 63' East 2,Q 3,5 Light h# brawn silt cla e f ne santl 2 A-2 4. . 100.0 10Q 0 99.8 97 2 57.1 21 ,0 ! 19.5 84+00 53' East 3.5-5.5 Light brown silty clayey fine sand 2 A-2-4 99.9 99.9 98. 9 93.6 57.2 22.3 21 .5 88+00 25' East 6.0-10 Li hU Ua silty clayey fine sand 2 A-2-4 99.3 96.7 94. 0 92.6 55.3 16.8 14.9 92+00 14 West2,015 5 4ark gray, slightly silty; sl'1 htl cla l fine sand1 A;3100.Q 100.0 99,3 97,1 58.21 14.9 9:Q ♦ Offsets based on project survey o Depths below existing grade at the time of the testing Checked By: Alexander II. Fraser, PE, FT . Reg. No. 16178 GEOTECHNICAL INVEST IGA"CIONS FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 331°D STREET FORT PIERCE, FLORIDA 34946 FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283.7711 FAX 561 .461 .8880 800.233.9011 Client: Carter Associates, Inc. Date : February, 1999 Contractor: Client Project No : 99104 Site : 66"' Avenue between S.R. 60 and 121h Street Sample Source: Proposed Roadway Indian River County, Florida SUMMARY OF GRADATION TEST RESULTS PERCENT PASSING U . S. Standard Sieve Series A. S.T. M . E-11 o Boring Offset Depth Description Profile AASHTO 4 10 20 40 60 140 200 ID Code Class. 92+00 14' West` 2.5 4 5 Medium brown, sil , rla a Bn� s�rl� 2 A 4 " ! tU6 0 � 99 8 ��5.0 95,.7 59.1 ' 14.E 94+00 7' East 0-3.5 Medium brown , silty, clayey, fine sand 2 A-2-4 98.6 96.2 91 .6 79.6 42.2 14. 3 11 . 1 108+00 28' West 0-1 .0 Medium brawn, silty, cla a , fine sand 2 A-24 100.0 99.3 96.0 89.4 58.9 30.5 27.2 108+00 28' West 1 .0-2 0 ` Medwm brow, silt ela"e " fine sand 2 9, q A-24 99.9 9,9.8 99.4 97,9 67.4 L L29i7 L 25.0- 116+00 1 ' East 0.5-3.0 Light brown, silty, clayey, fine sand, with shell fragments 2 A-2-4 99.2 98.4 97.4 93.7 56.9 17.8 14.8 116+00 I' East 3.0-5.0 Medium gray, silty, clayey, fine sand 2 A-2-4 100.0 99.0 96.2 90.2 55.2 20.3 17. 1 ♦ Of based on project survey G Depths below existing grade at the time of the testing Checked By: Alex nder . Fraser, PE, FL Reg. No. 16178 GEOTECHNICAL INVESTIGATIONS FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 331°D STREET FORT PIERCE, FLORIDA 34946 FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283.7711 FAX 561 .461 .8880 800.233.9011 Client: Carter Associates, Inc. Date : February, 1999 Contractor: Client Project No : 99104 Site : 66"' Avenue between S.R. 60 and 121h Street Sample Source: Proposed Roadway Indian River County, Florida SUMMARY OF GRADATION TEST RESULTS PERCENT PASSING U . S. Standard Sieve Series A. S.T. M . E-11 o Boring Offset Depth Description Profile AASHTO 4 10 20 40 60 140 200 ID Code Class. 92+00 14' West` 2.5 4 5 Medium brown, sil , rla a Bn� s�rl� 2 A 4 " ! tU6 0 � 99 8 ��5.0 95,.7 59.1 ' 14.E 94+00 7' East 0-3.5 Medium brown , silty, clayey, fine sand 2 A-2-4 98.6 96.2 91 .6 79.6 42.2 14. 3 11 . 1 108+00 28' West 0-1 .0 Medium brawn, silty, cla a , fine sand 2 A-24 100.0 99.3 96.0 89.4 58.9 30.5 27.2 108+00 28' West 1 .0-2 0 ` Medwm brow, silt ela"e " fine sand 2 9, q A-24 99.9 9,9.8 99.4 97,9 67.4 L L29i7 L 25.0- 116+00 1 ' East 0.5-3.0 Light brown, silty, clayey, fine sand, with shell fragments 2 A-2-4 99.2 98.4 97.4 93.7 56.9 17.8 14.8 116+00 I' East 3.0-5.0 Medium gray, silty, clayey, fine sand 2 A-2-4 100.0 99.0 96.2 90.2 55.2 20.3 17. 1 ♦ Of based on project survey G Depths below existing grade at the time of the testing Checked By: Alex nder . Fraser, PE, FL Reg. No. 16178 GEOTECHNICAL INVESTIGATIONS FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC , 3504 INDUSTRIAL 33RD STREET FORT PIERCE FLORIDA 34946 * PHONE 800.233.9011 AUGER BORLNGPROFILES FET Project No. 99104 0 ' 0' 0' 1 1 1 2 2 2 w 5 ' 10 ' 10 ' 10' 56+00 58+00 60+00 20' West 3' West 53' West 0' 09 0+ 2 VF 2 2 1 5' 5' 2 10' 10' 10' 62+00 64+00 66+00 28' West 22' West 3' East 0' 0' 0' Shell and sand 2 2 2 5' g 5 ' 10 ' 10' 10 ' 68+00 F 70+00 72+00 5 ' West 20' West 24' West Client: Carter Associates, Inc . Test Date: 2/10 - 2/ 12/1999 Project: 66th Avenue between S . R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567. 6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC , 3504 INDUSTRIAL 33RD STREET FORT PIERCE FLORIDA 34946 * PHONE 800.233.9011 AUGER BORLNGPROFILES FET Project No. 99104 0 ' 0' 0' 1 1 1 2 2 2 w 5 ' 10 ' 10 ' 10' 56+00 58+00 60+00 20' West 3' West 53' West 0' 09 0+ 2 VF 2 2 1 5' 5' 2 10' 10' 10' 62+00 64+00 66+00 28' West 22' West 3' East 0' 0' 0' Shell and sand 2 2 2 5' g 5 ' 10 ' 10' 10 ' 68+00 F 70+00 72+00 5 ' West 20' West 24' West Client: Carter Associates, Inc . Test Date: 2/10 - 2/ 12/1999 Project: 66th Avenue between S . R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567. 6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC , 3504 INDUSTRIAL 33M STREET FORT PIERCE FLORIDA 34946PHONE 800 233 9011 AUGER BORING PROFILES FET Project No. 99104 0' p> p+ 2 2 2 r 5' y 5 ' 10' 10 ' 10' 74+00 76+00 78+00 15' East 14' West 20' East 0' 0' 09 2 2 2 5' 5� 5' 10' 10' 10' 82+00 84+00 86+00 57' East 53' East 47' East 0' 0' 0' 2 2 2 5' 53 5' 10' 10 ' 10' 88+00 90+00 92+00 25' East 10' East 14 ' West Client: Carter Associates, Inc. Test Date: 2/10 - 2/12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 . 7508 VERO BEACH 561 .567. 6167 STUART 561 .283 . 7711 FAX 561 .461 . 8880 FRASER ENGINEERING AND TESTING, INC , 3504 INDUSTRIAL 33M STREET FORT PIERCE FLORIDA 34946PHONE 800 233 9011 AUGER BORING PROFILES FET Project No. 99104 0' p> p+ 2 2 2 r 5' y 5 ' 10' 10 ' 10' 74+00 76+00 78+00 15' East 14' West 20' East 0' 0' 09 2 2 2 5' 5� 5' 10' 10' 10' 82+00 84+00 86+00 57' East 53' East 47' East 0' 0' 0' 2 2 2 5' 53 5' 10' 10 ' 10' 88+00 90+00 92+00 25' East 10' East 14 ' West Client: Carter Associates, Inc. Test Date: 2/10 - 2/12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 . 7508 VERO BEACH 561 .567. 6167 STUART 561 .283 . 7711 FAX 561 .461 . 8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33AO STREET FORT PIERCE FLORIDA 34946 * PHONE 800.233.9011 AUGER BORING PROFILES FET Project No. 99104 0' 0' 0 ' /................._...Sandand shell........................ 2 2 2 50 5' 5' 10' 10' 10' 94+00 96+00 98+00 7' East 2' West 10' West 0' 0' 0+ 2 2 2 5' 5' 5, 7 10' 10' 10' 100+00 102+00 104+00 25' West 15' West 17' West 0 ' 0 ' 0> Sand and shell 2 3 2 2 5' 5> 53 2 10' 10 10 ' 106+00 108+00 110+00 13 ' East F 33' West 31 ' West F Carter Associates, Ino Test Date: 2/ 10 - 2/ 12/1999 t: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567. 6167 STUART 561 .283 .7711 FAX 561 .461 . 8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33AO STREET FORT PIERCE FLORIDA 34946 * PHONE 800.233.9011 AUGER BORING PROFILES FET Project No. 99104 0' 0' 0 ' /................._...Sandand shell........................ 2 2 2 50 5' 5' 10' 10' 10' 94+00 96+00 98+00 7' East 2' West 10' West 0' 0' 0+ 2 2 2 5' 5' 5, 7 10' 10' 10' 100+00 102+00 104+00 25' West 15' West 17' West 0 ' 0 ' 0> Sand and shell 2 3 2 2 5' 5> 53 2 10' 10 10 ' 106+00 108+00 110+00 13 ' East F 33' West 31 ' West F Carter Associates, Ino Test Date: 2/ 10 - 2/ 12/1999 t: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567. 6167 STUART 561 .283 .7711 FAX 561 .461 . 8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33an STREET FORT PIERCE FLORIDA 34946 " PHONE 800.233.9011 AUGER BORING PROFILES FET Project No. 99104 0p' 0 ' IV 2 2 2 5' 5' 5' 10' 10' 10 ' 112+00 114+00 116+00 36' West 42' West 27' West 0' Sand and shell 3 3 2 5' 5' 5> Water Table Below 6.0 i 10' 10' 10' 116+45 116+00 110+00 22 ' West 1 ' East 1 ' West 0 ' 0' 0 ' 5' 5' 5� 10 ' 1 10' 10 ' Client: Carter Associates, Inc. Test Date: 2/10 - 2/ 12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33an STREET FORT PIERCE FLORIDA 34946 " PHONE 800.233.9011 AUGER BORING PROFILES FET Project No. 99104 0p' 0 ' IV 2 2 2 5' 5' 5' 10' 10' 10 ' 112+00 114+00 116+00 36' West 42' West 27' West 0' Sand and shell 3 3 2 5' 5' 5> Water Table Below 6.0 i 10' 10' 10' 116+45 116+00 110+00 22 ' West 1 ' East 1 ' West 0 ' 0' 0 ' 5' 5' 5� 10 ' 1 10' 10 ' Client: Carter Associates, Inc. Test Date: 2/10 - 2/ 12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location: 66th Avenue FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33M STREET FORT PIERCE FLORIDA 34946PHONE 800.233 .9011 AUGER BORING PROFILES 0' W 0 ' 2 2 4W 2 5' 5+ 51 10' 10' 10' 12th St., 200' W. of 66th Ave. 12th St., 400' W. of 66th Ave. 12th St.,600' W, of 66th Ave. 15 ' N. of Dirt Rd. 40 ' N. of Dirt Rd15 ' N. of Dirt Rd. Percolation Test Location Pe. rcolation Test Location 0' 0 > 0' 2 2 2 Ir 5 ' 5' S' 10' 10' 10' 12th St., 800' W, of 66th Ave. 12th St., 225' E. of 66th Ave. 12th St., 425' E. of 66th Ave. 60' N. of Dirt Rd. 10' N. of Dirt Rd. 35 ' N. of Dirt Rd. Percolation Test Location 0' 09 0+ 1 2 1W 2 5' 5+ 55 10' 10 ' 10 ' 12th St., 600' E. of 66th Ave. 12th St., 800' E. of 66th Ave. 10 ' N of Dirt Rd. 52' N. of Dirt Rd. Pe colafion Tet Location Client: Carter Associates, Inc . Test Date : 2/12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location : 12th Street FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33M STREET FORT PIERCE FLORIDA 34946PHONE 800.233 .9011 AUGER BORING PROFILES 0' W 0 ' 2 2 4W 2 5' 5+ 51 10' 10' 10' 12th St., 200' W. of 66th Ave. 12th St., 400' W. of 66th Ave. 12th St.,600' W, of 66th Ave. 15 ' N. of Dirt Rd. 40 ' N. of Dirt Rd15 ' N. of Dirt Rd. Percolation Test Location Pe. rcolation Test Location 0' 0 > 0' 2 2 2 Ir 5 ' 5' S' 10' 10' 10' 12th St., 800' W, of 66th Ave. 12th St., 225' E. of 66th Ave. 12th St., 425' E. of 66th Ave. 60' N. of Dirt Rd. 10' N. of Dirt Rd. 35 ' N. of Dirt Rd. Percolation Test Location 0' 09 0+ 1 2 1W 2 5' 5+ 55 10' 10 ' 10 ' 12th St., 600' E. of 66th Ave. 12th St., 800' E. of 66th Ave. 10 ' N of Dirt Rd. 52' N. of Dirt Rd. Pe colafion Tet Location Client: Carter Associates, Inc . Test Date : 2/12/1999 Project: 66th Avenue between S. R. 60 and 12th Street Location : 12th Street FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 330.0 STREET FORT PIERCE, FLORIDA 34946 * PHONE 800 233 9011 AUGER BORING PROFILES 0' 0' 0' 2 2 2 5' 5' F 10 ' 10' 10' 16th St., 200' W. of 66th Ave. 16th St., 400' W. of 66th Ave. 16th St., 600' W. of 66th Ave. 10' N. of Dirt Rd. 30' N. of Dirt Rd. 10' N. of Dirt Rd. Percolation Test Location Percolation Test Location 0' 05 01 2 5' 5> 5' 10' 10' 10 ' 16th St., 800' W. of 66th Ave. 60 ' N, of Dirt Rd. 0' 0' 0 ' 5' 5' 5' 10' 10' Client: Carter Associates , Inc. Test Date : 2/12/1999 Project: 66th Avenue between S . R. 60 and 12th Street Location: 16th Street FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 330.0 STREET FORT PIERCE, FLORIDA 34946 * PHONE 800 233 9011 AUGER BORING PROFILES 0' 0' 0' 2 2 2 5' 5' F 10 ' 10' 10' 16th St., 200' W. of 66th Ave. 16th St., 400' W. of 66th Ave. 16th St., 600' W. of 66th Ave. 10' N. of Dirt Rd. 30' N. of Dirt Rd. 10' N. of Dirt Rd. Percolation Test Location Percolation Test Location 0' 05 01 2 5' 5> 5' 10' 10' 10 ' 16th St., 800' W. of 66th Ave. 60 ' N, of Dirt Rd. 0' 0' 0 ' 5' 5' 5' 10' 10' Client: Carter Associates , Inc. Test Date : 2/12/1999 Project: 66th Avenue between S . R. 60 and 12th Street Location: 16th Street FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561 .283 .7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461-7508 VERO BEACH W-567£167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 101 Site: 66" Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 12t° Street, 225' East of 66" Avenue 15' North of the north edge of the dirt road Project No. : 99104 I NATURAL GRADE (N.G.) i I I I I I d Hz — I I I I I D I I � ELEV. "A" 4Q K= Tr d(2HZZ + 4H2DS + HZd) K = HYDRAULIC CONDUCTIVITY 4. 01 x 10-5 CFS/FT.2 FT. HEAD Q = "STABILIZED" FLOW RATE 7.42 x 10-4 CFS d = DIAMETER OF TEST HOLE 0.375 FEET H2 = DEPTH TO WATER TABLE 3 .7 FEET Ds = SATURATED HOLE DEPTH 2 . 3 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted. FRASE EN /INE,/RING AND /TESTING, INC. Alexander H. Fraser, P.E. , Fl . Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION EVVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461-7508 VERO BEACH W-567£167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 101 Site: 66" Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 12t° Street, 225' East of 66" Avenue 15' North of the north edge of the dirt road Project No. : 99104 I NATURAL GRADE (N.G.) i I I I I I d Hz — I I I I I D I I � ELEV. "A" 4Q K= Tr d(2HZZ + 4H2DS + HZd) K = HYDRAULIC CONDUCTIVITY 4. 01 x 10-5 CFS/FT.2 FT. HEAD Q = "STABILIZED" FLOW RATE 7.42 x 10-4 CFS d = DIAMETER OF TEST HOLE 0.375 FEET H2 = DEPTH TO WATER TABLE 3 .7 FEET Ds = SATURATED HOLE DEPTH 2 . 3 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted. FRASE EN /INE,/RING AND /TESTING, INC. Alexander H. Fraser, P.E. , Fl . Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION EVVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 33m STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461 -7508 VERO BEACH 561 -567-8167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No. : 102 Site: 66" Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 12" Street, 600' East of 66th Avenue, 10' North of the north edge of the dirt road Project No. : 99104 I g i K NATURAL GRADE (N.G .) I I I I d I I HZy IF = �� I I I I I Ds I I ELEV. "A" 4n K= /7d(2H22 + 4H2Ds + H2d) K = HYDRAULIC CONDUCTIVITY 8 . 60 x 10-5 CFS/FT. 2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .48 x 10-3 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 .3 FEET Ds = SATURATED HOLE DEPTH 2. 7 FEET ELEV . "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. Alexander If. Fraser, P .E., Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 33m STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461 -7508 VERO BEACH 561 -567-8167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No. : 102 Site: 66" Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 12" Street, 600' East of 66th Avenue, 10' North of the north edge of the dirt road Project No. : 99104 I g i K NATURAL GRADE (N.G .) I I I I d I I HZy IF = �� I I I I I Ds I I ELEV. "A" 4n K= /7d(2H22 + 4H2Ds + H2d) K = HYDRAULIC CONDUCTIVITY 8 . 60 x 10-5 CFS/FT. 2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .48 x 10-3 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 .3 FEET Ds = SATURATED HOLE DEPTH 2. 7 FEET ELEV . "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. Alexander If. Fraser, P .E., Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 35041NDUS7RIAL 33M STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -061-7508 VERO BEACH 561-567-6167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc._ Date: 2/25/1999 Test No. : 100 Site: 66`h Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc.: 12`h Street, 200 ' West of 66`h Avenue 15' North of the north edge of the dirt road Project No. : 99104 NATURAL GRADE (N.G.) I I I I d I I Hzy IF I I I I I Ds I I ELEV . 4Q K= 7Td(2H22 + 41-12Ds + HA K = HYDRAULIC CONDUCTIVITY 7 . 17 x 10-5 CFS/FT 2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .24 x 10-' CFS d = DIAMETER OF TEST HOLE 0.375 FEET H, = DEPTH TO WATER TABLE 3 .3 FEET Ds = SATURATED HOLE DEPTH 2 .7 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGJINEERING AND TESTING, INC. {�- IJA411-- Alexander A. Fraser, P.E., Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 35041NDUS7RIAL 33M STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -061-7508 VERO BEACH 561-567-6167 STUART 561-283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc._ Date: 2/25/1999 Test No. : 100 Site: 66`h Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc.: 12`h Street, 200 ' West of 66`h Avenue 15' North of the north edge of the dirt road Project No. : 99104 NATURAL GRADE (N.G.) I I I I d I I Hzy IF I I I I I Ds I I ELEV . 4Q K= 7Td(2H22 + 41-12Ds + HA K = HYDRAULIC CONDUCTIVITY 7 . 17 x 10-5 CFS/FT 2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .24 x 10-' CFS d = DIAMETER OF TEST HOLE 0.375 FEET H, = DEPTH TO WATER TABLE 3 .3 FEET Ds = SATURATED HOLE DEPTH 2 .7 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGJINEERING AND TESTING, INC. {�- IJA411-- Alexander A. Fraser, P.E., Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC. 3504 INDUSTRIAL 33m STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 .461-7508 VERO BEACH 561-567-6167 STUART 561-283-7711 FAX 561461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 103 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested : 2/12/1999 Test Loc. : 12`h Street, 600' West of 66`h Avenue 15' North of the north edge of the dirt road Project No. : 99104 NATURAL GRADE (N.G.) i I I I I I d I HZ = I I Ir� y IF I I I I I I Ds ELEV . "A" 4th K= /-rd(2H22 + 4H2DS + H2d) K = HYDRAULIC CONDUCTIVITY 6 .61 x 10-5 CFS/FT.2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .31 x 10-3 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 .6 FEET Ds = SATURATED HOLE DEPTH 2 .4 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASEIA ENGINEERING AND TESTING, INC. Alexander . Fraser, P.E. , Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION 24 VESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC. 3504 INDUSTRIAL 33m STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 .461-7508 VERO BEACH 561-567-6167 STUART 561-283-7711 FAX 561461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 103 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested : 2/12/1999 Test Loc. : 12`h Street, 600' West of 66`h Avenue 15' North of the north edge of the dirt road Project No. : 99104 NATURAL GRADE (N.G.) i I I I I I d I HZ = I I Ir� y IF I I I I I I Ds ELEV . "A" 4th K= /-rd(2H22 + 4H2DS + H2d) K = HYDRAULIC CONDUCTIVITY 6 .61 x 10-5 CFS/FT.2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 .31 x 10-3 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 .6 FEET Ds = SATURATED HOLE DEPTH 2 .4 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASEIA ENGINEERING AND TESTING, INC. Alexander . Fraser, P.E. , Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION 24 VESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3804 INDUSTRIAL 33n STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461 -7508 VERO BEACH 561 -567-6167 STUART 561 -283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No.: 106 Site: 66`h Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 16`h Street, 225' East of 66`h Street Project No. : 99104 10' north of north edge of dirt road l NATURAL GRADE (N.G.) I I I I I d I 1-12y IF — I I I I D I I s ELEV. "A" 4Q K= 7Td(2H22 + 41-12Ds + H2d) K = HYDRAULIC CONDUCTIVITY 1 . 82 x 10.s CFS/FT.'-FT . HEAD Q -"STABILIZED" FLOW RATE 3 .37 x 104 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 . 7 FEET Ds = SATURATED HOLE DEPTH 2 . 3 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. H G Alexan er 1 Fraser, P .E.. Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3804 INDUSTRIAL 33n STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561 -461 -7508 VERO BEACH 561 -567-6167 STUART 561 -283-7711 FAX 561-461 -8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No.: 106 Site: 66`h Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 16`h Street, 225' East of 66`h Street Project No. : 99104 10' north of north edge of dirt road l NATURAL GRADE (N.G.) I I I I I d I 1-12y IF — I I I I D I I s ELEV. "A" 4Q K= 7Td(2H22 + 41-12Ds + H2d) K = HYDRAULIC CONDUCTIVITY 1 . 82 x 10.s CFS/FT.'-FT . HEAD Q -"STABILIZED" FLOW RATE 3 .37 x 104 CFS d = DIAMETER OF TEST HOLE 0 .375 FEET H2 = DEPTH TO WATER TABLE 3 . 7 FEET Ds = SATURATED HOLE DEPTH 2 . 3 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. H G Alexan er 1 Fraser, P .E.. Fl. Reg. No. 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 Ff. PIERCE 561 -461-7508 VERO BEACH 561 -567£167 STUART 561-283-7711 FAX561-461-8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No. : 107 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc.: 16 " Street, 625' East of 66`h Street 10' north of edge of dirt road Project No. : 99104 NATURAL GRADE (N.G.) I I I I I d H2 = I I~� I I I I I Ds ELEV. "A" 4Q K= -7/ d(2H22 + 4H2Ds + H2d) K = HYDRAULIC CONDUCTIVITY 2.9x 10-5 CFSIFT.Z-FT. HEAD Q = "STABILIZED" FLOW RATE 4 .95 x 10-4 CFS d = DIAMETER OF TEST HOLE 0. 175 FEET H2 = DEPTH TO WATER TABLE 3 .2 FEET Ds = SATURATED HOLE DEPTH 2 . 8 FEET ELEV. "X' = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. / 94 G AIX Alexan r H. racer, P.E., Fl. Reg. No . 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 Ff. PIERCE 561 -461-7508 VERO BEACH 561 -567£167 STUART 561-283-7711 FAX561-461-8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No. : 107 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc.: 16 " Street, 625' East of 66`h Street 10' north of edge of dirt road Project No. : 99104 NATURAL GRADE (N.G.) I I I I I d H2 = I I~� I I I I I Ds ELEV. "A" 4Q K= -7/ d(2H22 + 4H2Ds + H2d) K = HYDRAULIC CONDUCTIVITY 2.9x 10-5 CFSIFT.Z-FT. HEAD Q = "STABILIZED" FLOW RATE 4 .95 x 10-4 CFS d = DIAMETER OF TEST HOLE 0. 175 FEET H2 = DEPTH TO WATER TABLE 3 .2 FEET Ds = SATURATED HOLE DEPTH 2 . 8 FEET ELEV. "X' = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRASER ENGINEERING AND TESTING, INC. / 94 G AIX Alexan r H. racer, P.E., Fl. Reg. No . 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461-7508 VERO BEACH 561 -567-6167 STUART 561-283-7711 FAX 561461-8880 800-2333011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No.: 104 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 16`h Street, 200' West of 66`" Avenue 10 ' North of the north edge of the dirt road Project No. : 99104 MENNEEM NATURAL GRADE (N.G.) I I I I I d I HZy IF = I I I I I I Ds ELEV. "A" 4Q K= /7d(2HZ2 + 4H2DS + H2d) K = HYDRAULIC CONDUCTIVITY 8.0 x 10.6 CFS/FT.2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 . 59 x 104 CFS d = DIAMETER OF TEST HOLE 0.375 FEET HZ = DEPTH TO WATER TABLE 4.2 FEET DS = SATURATED HOLE DEPTH 1 . 8 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRA SER NGINEERING AND TESTING, INC. Alexander H. raser, P.E. , F1. Reg. No. 16178 GEOTECI-MCAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING , INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461-7508 VERO BEACH 561 -567-6167 STUART 561-283-7711 FAX 561461-8880 800-2333011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date: 2/25/1999 Test No.: 104 Site: 66th Avenue between S.R. 60 and 12 Avenue Date Tested: 2/12/1999 Test Loc. : 16`h Street, 200' West of 66`" Avenue 10 ' North of the north edge of the dirt road Project No. : 99104 MENNEEM NATURAL GRADE (N.G.) I I I I I d I HZy IF = I I I I I I Ds ELEV. "A" 4Q K= /7d(2HZ2 + 4H2DS + H2d) K = HYDRAULIC CONDUCTIVITY 8.0 x 10.6 CFS/FT.2-FT. HEAD Q = "STABILIZED" FLOW RATE 1 . 59 x 104 CFS d = DIAMETER OF TEST HOLE 0.375 FEET HZ = DEPTH TO WATER TABLE 4.2 FEET DS = SATURATED HOLE DEPTH 1 . 8 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRA SER NGINEERING AND TESTING, INC. Alexander H. raser, P.E. , F1. Reg. No. 16178 GEOTECI-MCAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 330 STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461-7508 VERO BEACH 561567£167 STUART 561283-7711 FAX 561461-8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 105 Site: 66`" Avenue between S.R. 60 and 12 Avenue Date Tested : 2/12/1999 Test Loc. : 16'h Street, 600' West of 66" Street Project No. : 99104 10' north of north edge of dirt road NEINUMMEM NATURAL GRADE (N.G.) I I I I I d I Hz I~� IF I I I I I j � Ds ELEV . "A" 4n K= 7Td(2H22 + 4HZDs + H2d) K = HYDRAULIC CONDUCTIVITY 2 . 50 x 10-5 CFS/FT.`-FT . HEAD Q = "STABILIZED" FLOW RATE 4.24 x I0-4 CFS d = DIAMETER OF TEST HOLE 0.375 FEET H2 = DEPTH TO WATER TABLE 3 .2 FEET Ds = SATURATED HOLE DEPTH 2 . 8 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRA SER ENGI / RING AND TESTING, INC. 7Gt.- la.14� __ Alexand r H. Fraser, P.E. , Fl. Reg. No . 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 330 STREET FORT PIERCE, FLORIDA 34946 FT. PIERCE 561461-7508 VERO BEACH 561567£167 STUART 561283-7711 FAX 561461-8880 800-233-9011 Report of HYDRAULIC CONDUCTIVITY Client: Carter Associates, Inc. Date : 2/25/1999 Test No. : 105 Site: 66`" Avenue between S.R. 60 and 12 Avenue Date Tested : 2/12/1999 Test Loc. : 16'h Street, 600' West of 66" Street Project No. : 99104 10' north of north edge of dirt road NEINUMMEM NATURAL GRADE (N.G.) I I I I I d I Hz I~� IF I I I I I j � Ds ELEV . "A" 4n K= 7Td(2H22 + 4HZDs + H2d) K = HYDRAULIC CONDUCTIVITY 2 . 50 x 10-5 CFS/FT.`-FT . HEAD Q = "STABILIZED" FLOW RATE 4.24 x I0-4 CFS d = DIAMETER OF TEST HOLE 0.375 FEET H2 = DEPTH TO WATER TABLE 3 .2 FEET Ds = SATURATED HOLE DEPTH 2 . 8 FEET ELEV. "A" = DEPTH TO PROPOSED TRENCH BOTTOM Respectfully submitted, FRA SER ENGI / RING AND TESTING, INC. 7Gt.- la.14� __ Alexand r H. Fraser, P.E. , Fl. Reg. No . 16178 GEOTECHNICAL ENGINEERING FOUNDATION INVESTIGATIONS CONCRETE, SOIL AND ASPHALT TESTING ■■■■■ ltitle■■■■ltaalniaw■!!■■■wl■■■ n■■n! ■■a■atltl■ !!!iliii!! ■■►!■ ■fila ttitaa■ttl itfai inti a!■ii iiiiaafiil /ttil iilitRiiii a■.i! ■iiu■titan■■!/ i■itfittti■■ii/ llli/liat■ tataiili!!i!i!! ■■\\ii itilf atif i ■t■■i ifit!it■R a■/f a iatii iffii f/tf i i■!�itliiiii til�1 !111■■ ■■■!■!■■!■ ■11/! ■/■■■!!■/■ !■■■! !■■■■q!N ■■■■! !11!!i!!!!! �, .�, !!■■■ntti■q■!■■■iii ■■a■■at■■t ■■ql ■■t!■!■■!lett/■ !!!i■N!!!! W,IiE� ll■ntattit■■ltiitti■ ■■tit■itltitf■■ ■■■�i�t!■■■!■■l !i!!t■tiili li1■iittii■■■■ltttlt itiiiaittt!latl ■al/lit!■lttttlli�!!liii! tlE1 list■ltil�itt■■ ■■atilt■ii■■■11 ■t■titan■■ ■■■f■ ttttili!!tt•i!i! ��ta7 1N■r.Mali!!■■lit■/ itwif ■■flail/a■ i!■n■■f!■l tttaa i►liiliili �ttElFl ntta■ �%litltlt■■■tilq!■fin■■ata■■l lit!!loaa■ fitl! !!!!tN!!ii ���� ■ti1!!■■nw■ti!!!■!■■ !!■■■itw■■itNi/liiiRt/ittglta■.�ltRili! . �� itis■fttRitmwttlteff■ttttR®itifatgttia■■tttRUiaNliii OWN 1111 11111 Pill Jill MITI 11111111 11111 111 11 llllll�f itlttittititgtiNttitttitgqRqi lttiiRgttttit tRI/tti•tNii MOURNER" H!! ■■ft■■ ■■N■■■!!■■■■!■ ■!!t! !1■1w /!sol!!!!!■■■!! ■!■■■ l�lili!!!!! E"� ■iltt■■tl■lttti■■tt!■t■■■ft■Rttgliltaaaiitiatti■ !IIltINlili ■lIltll-7 tt\tuft/titltttttiiiaittittti ttgliitil ttititttfti\\iitNiiii /■Iii/gttitfiiftltilattlittttitgl iiiitititi tttit iliitRiiN t® ■\lttttt■■Rtfittti■ lfttatttttiigttltiiultl Rtit iI/iitRiii! !I/■!o■!■000■!!■■■oo !■■!■■N■■■aN■ ■■■■■ ■■■■■■■■/! !e!■N!!!! UMLI:■ti i!!! t11ti■■tit itRwta!■■ltttltt■tilt■■/Rfi i!a■l tttafllt�.T�lili ■i57 at Ili iqR to■■lit■■■t1■ti qtR■■Na■!■!t itq!■/tti !l��tllili! �� ■t\1t■igtittai■■ttiait■■tttNttNititatatltittt■liilll■Rlii! El ■■■\`to■■N■■■■noo!■■■o■■■■woo■■!!■■ ■■!!! !!■■! !■■!■ !!Gin■■!i!! ■m.■ttitttttttat/it■tgtttt■Rgltltiiititi tttlt ii`i®illi a■■/�ltft!■Rtittt■n■ ■a■t■■litlw■ia■ !q■■■■l■■■tttt !!■iltul!!! RI.lt tttttitai■itttt itati tint pati falai a■ltl tNlt iilamilli ■1tt■■itiiitRi tttttiif■ltatNi■t■iiitiaRRitttti ltll��tNiili ��� .. l�Itf■■ltllitttiftitittiNtit■titgiiitNltmttttl tta!'ititiii! ■1t■1tlttai■iilittta Wti■ttttalNttttgNNlttttl i!l�ptNl! t►fat!■itliltfa■■■ttf nit■itgitlgii tgiiftita tt■li lilts®!i!i �® llittiftlt■ttttttiliiattlEtta■iitaititii■■ltittttil-lttaill!! al�tti plat Rtitlttii inti tittalttti tltii pili iN/■ 101tt■illl! NOt® !'IltitttitittitiittlitltatitR ■tttitiilittltltNttii��Nilii 11■i■■ ■■!■!■t■!oo!■■/ ■!i■■1to■■ itgftltt■■■a■■ ■■!■■ !■A♦'Sp!!!! NR■NE" ■ ■■ollttiiit/itittti■t!■a■■tit■q!i■i■■■!■■■■ ■tttt !!l/�!l!l! �f1tE�Fl ■o■ti■■tli��t�t!__/���■/1t■t�NtiMititRlttiata■ll lilallil!! MEMO Nom„ ■■■■!■■■■■ �■�■■o�ow��--��-!!�ii ����� �■■■■■■!11l11ltltlltt■ !■■■■■■■■■ ■N■■ ■■■N■ll■■■■■■1■!■■■ ■N!!qn■■■■■■■ li!lofl!!!! ■■!■■■■■■!!■taf■■■t1■■■■owl■!■ wta■f ■■■!■■t■■l tt■■■ lalll!!!!! iii!■ ■ittiita/■/■iii !■t■l an■iii■111■itil ■■l■■ ■!!t1 llll■Ilil!! �� !!■!■ !■iia!!!!/t1lt■ ■oaf■ ■lin■ ■ti■■ ■■■■■ !!1■olttf■ lolllq!!!! ■■iia■■titlttlait■tt ■■glia■iii■litiitta ■■a■■ !■■■l lNltlllll! �� ■■■tltttll ■■■flit■■■ tilt■■■t■au■■ilttllttttiftt■■ lttiltRllil it■iittttt■■titittt■ !■■ti ■ata■ltNl lttilfitiittt/■ lilltltllli �= lttt■■ltulit!■ ■!■ti■■f!f ■■■ta ■oNl ■■■■■■■■!■!■■ia !!!lNON!! ■■■■■■!!■■N■■■■■■!■ ■■!■■■■1N■■■■■lull N■■■ ■■■■■ !ll!■N!!!! MEMO! ■■N1N■o■q!■■oNln■■o■■■oNlNR■■■!■■ R■!■■ittl ■R!!N!l!l ■■■■■a1■■■■!■■tit■■■ ■stns■l■■■■tN■■■■1t qn■t tit■■ ■tail!!!!!! �� !■lfa■!■!flit■!■■■iiiEt■■Mai■!qi ■a■■■!■■■■!■■tl llillll!!! ■■■■■il■ao ■■■lf Eta!■!t!t■■R■■ sins■ ■■■of■■■■■Nta■ nati!■tf!!!l stn!■■■tR■■■of■tt■■■t!i!■atNttB■■■■■■ ■■ooftNq ■■N1loR!!!i �= !!■■■■!!!■■■■tt■■!■!■■■■tt■■■!■■Rl■■■■! illi■!N■l tlllltlli!!! !!■■!!!!!■■tti!■!■■■ !!i■■■Eqt■■■/laltll N!■■!■■t■ aliilN!!!! ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■ NBl ■■■■!oil■■ ■■■■■ ■■■!!!!!!!! !■■l■■■■olsttfli■■iii■■■!■■■tol■giiftaaltf■■ ■ittia■iiilil!!! ilattl!!��tit■Elf■ta/alfa ltgli/iii flttitttti iittiliiiil ttN� l■00■■1■!!■0■0ll■■■ll■t■n■■1■■■■Nl■■■■l ■■■■!o■■■■ !!i!■1!!!!! ■t■■o■■tfiutN■■■■■t■■■■■1!■■qN■■■■■i ■■■■!■■■q l!i!O!!!l -- ■■■ittttiitittaitiii■■tfit/iii /■gifftti ■iitltNt! ltNi■t•!i!l /ttlttttfi ittiiit■tt iiifittitt itgifiiti Rtiittttt iilitlliii! — ntt!! ■■ttiilta■ ■itto ■tali■italltgllitiiitttitt■tiWlNiiii tttt ltttiiitlfittftttttiltatitittittRliti/itttttttttitttaitltilil tltt !tl!■1lttitttt!■■tq■t/iailglitgf Riii ■tliitt/ti ltlitllilil! =� ■tif■■atiiit■!laltt■itati ifitw ltfi! ■■a■a ■■/■■ tit/t liilili!!! MEMO MEMO �— !■otttittiiitti iitti ttitlfiallits/lifiititfti ■■ifiiillliiil! oil■■ ■!■■l lit■■ ■otll niaiilitialtifl lit■! swoon ■tact !lllliili! ttN ■an■i itttlitttt lltil leaf! !anti /t!i■ i■■i■ a■att aft■■ l!llil!!!! ttN nala■ itttltataflstlslta■■ ■iialitilf ■/!t■ !t!o■ ■tlti hill!!!!! �� ����� ltatli!■■tit■!■i■la■ tln�� ���■iia!■lit■t■ i■■lailllll!!!! ---------- ---------- --- -- ----- - -- -- ----- ---------- ■■■■■ ltitle■■■■ltaalniaw■!!■■■wl■■■ n■■n! ■■a■atltl■ !!!iliii!! ■■►!■ ■fila ttitaa■ttl itfai inti a!■ii iiiiaafiil /ttil iilitRiiii a■.i! ■iiu■titan■■!/ i■itfittti■■ii/ llli/liat■ tataiili!!i!i!! ■■\\ii itilf atif i ■t■■i ifit!it■R a■/f a iatii iffii f/tf i i■!�itliiiii til�1 !111■■ ■■■!■!■■!■ ■11/! ■/■■■!!■/■ !■■■! !■■■■q!N ■■■■! !11!!i!!!!! �, .�, !!■■■ntti■q■!■■■iii ■■a■■at■■t ■■ql ■■t!■!■■!lett/■ !!!i■N!!!! W,IiE� ll■ntattit■■ltiitti■ ■■tit■itltitf■■ ■■■�i�t!■■■!■■l !i!!t■tiili li1■iittii■■■■ltttlt itiiiaittt!latl ■al/lit!■lttttlli�!!liii! tlE1 list■ltil�itt■■ ■■atilt■ii■■■11 ■t■titan■■ ■■■f■ ttttili!!tt•i!i! ��ta7 1N■r.Mali!!■■lit■/ itwif ■■flail/a■ i!■n■■f!■l tttaa i►liiliili �ttElFl ntta■ �%litltlt■■■tilq!■fin■■ata■■l lit!!loaa■ fitl! !!!!tN!!ii ���� ■ti1!!■■nw■ti!!!■!■■ !!■■■itw■■itNi/liiiRt/ittglta■.�ltRili! . �� itis■fttRitmwttlteff■ttttR®itifatgttia■■tttRUiaNliii OWN 1111 11111 Pill Jill MITI 11111111 11111 111 11 llllll�f itlttittititgtiNttitttitgqRqi lttiiRgttttit tRI/tti•tNii MOURNER" H!! ■■ft■■ ■■N■■■!!■■■■!■ ■!!t! !1■1w /!sol!!!!!■■■!! ■!■■■ l�lili!!!!! E"� ■iltt■■tl■lttti■■tt!■t■■■ft■Rttgliltaaaiitiatti■ !IIltINlili ■lIltll-7 tt\tuft/titltttttiiiaittittti ttgliitil ttititttfti\\iitNiiii /■Iii/gttitfiiftltilattlittttitgl iiiitititi tttit iliitRiiN t® ■\lttttt■■Rtfittti■ lfttatttttiigttltiiultl Rtit iI/iitRiii! !I/■!o■!■000■!!■■■oo !■■!■■N■■■aN■ ■■■■■ ■■■■■■■■/! !e!■N!!!! UMLI:■ti i!!! t11ti■■tit itRwta!■■ltttltt■tilt■■/Rfi i!a■l tttafllt�.T�lili ■i57 at Ili iqR to■■lit■■■t1■ti qtR■■Na■!■!t itq!■/tti !l��tllili! �� ■t\1t■igtittai■■ttiait■■tttNttNititatatltittt■liilll■Rlii! El ■■■\`to■■N■■■■noo!■■■o■■■■woo■■!!■■ ■■!!! !!■■! !■■!■ !!Gin■■!i!! ■m.■ttitttttttat/it■tgtttt■Rgltltiiititi tttlt ii`i®illi a■■/�ltft!■Rtittt■n■ ■a■t■■litlw■ia■ !q■■■■l■■■tttt !!■iltul!!! RI.lt tttttitai■itttt itati tint pati falai a■ltl tNlt iilamilli ■1tt■■itiiitRi tttttiif■ltatNi■t■iiitiaRRitttti ltll��tNiili ��� .. l�Itf■■ltllitttiftitittiNtit■titgiiitNltmttttl tta!'ititiii! ■1t■1tlttai■iilittta Wti■ttttalNttttgNNlttttl i!l�ptNl! t►fat!■itliltfa■■■ttf nit■itgitlgii tgiiftita tt■li lilts®!i!i �® llittiftlt■ttttttiliiattlEtta■iitaititii■■ltittttil-lttaill!! al�tti plat Rtitlttii inti tittalttti tltii pili iN/■ 101tt■illl! NOt® !'IltitttitittitiittlitltatitR ■tttitiilittltltNttii��Nilii 11■i■■ ■■!■!■t■!oo!■■/ ■!i■■1to■■ itgftltt■■■a■■ ■■!■■ !■A♦'Sp!!!! NR■NE" ■ ■■ollttiiit/itittti■t!■a■■tit■q!i■i■■■!■■■■ ■tttt !!l/�!l!l! �f1tE�Fl ■o■ti■■tli��t�t!__/���■/1t■t�NtiMititRlttiata■ll lilallil!! MEMO Nom„ ■■■■!■■■■■ �■�■■o�ow��--��-!!�ii ����� �■■■■■■!11l11ltltlltt■ !■■■■■■■■■ ■N■■ ■■■N■ll■■■■■■1■!■■■ ■N!!qn■■■■■■■ li!lofl!!!! ■■!■■■■■■!!■taf■■■t1■■■■owl■!■ wta■f ■■■!■■t■■l tt■■■ lalll!!!!! iii!■ ■ittiita/■/■iii !■t■l an■iii■111■itil ■■l■■ ■!!t1 llll■Ilil!! �� !!■!■ !■iia!!!!/t1lt■ ■oaf■ ■lin■ ■ti■■ ■■■■■ !!1■olttf■ lolllq!!!! ■■iia■■titlttlait■tt ■■glia■iii■litiitta ■■a■■ !■■■l lNltlllll! �� ■■■tltttll ■■■flit■■■ tilt■■■t■au■■ilttllttttiftt■■ lttiltRllil it■iittttt■■titittt■ !■■ti ■ata■ltNl lttilfitiittt/■ lilltltllli �= lttt■■ltulit!■ ■!■ti■■f!f ■■■ta ■oNl ■■■■■■■■!■!■■ia !!!lNON!! ■■■■■■!!■■N■■■■■■!■ ■■!■■■■1N■■■■■lull N■■■ ■■■■■ !ll!■N!!!! MEMO! ■■N1N■o■q!■■oNln■■o■■■oNlNR■■■!■■ R■!■■ittl ■R!!N!l!l ■■■■■a1■■■■!■■tit■■■ ■stns■l■■■■tN■■■■1t qn■t tit■■ ■tail!!!!!! �� !■lfa■!■!flit■!■■■iiiEt■■Mai■!qi ■a■■■!■■■■!■■tl llillll!!! ■■■■■il■ao ■■■lf Eta!■!t!t■■R■■ sins■ ■■■of■■■■■Nta■ nati!■tf!!!l stn!■■■tR■■■of■tt■■■t!i!■atNttB■■■■■■ ■■ooftNq ■■N1loR!!!i �= !!■■■■!!!■■■■tt■■!■!■■■■tt■■■!■■Rl■■■■! illi■!N■l tlllltlli!!! !!■■!!!!!■■tti!■!■■■ !!i■■■Eqt■■■/laltll N!■■!■■t■ aliilN!!!! ■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■ NBl ■■■■!oil■■ ■■■■■ ■■■!!!!!!!! !■■l■■■■olsttfli■■iii■■■!■■■tol■giiftaaltf■■ ■ittia■iiilil!!! ilattl!!��tit■Elf■ta/alfa ltgli/iii flttitttti iittiliiiil ttN� l■00■■1■!!■0■0ll■■■ll■t■n■■1■■■■Nl■■■■l ■■■■!o■■■■ !!i!■1!!!!! ■t■■o■■tfiutN■■■■■t■■■■■1!■■qN■■■■■i ■■■■!■■■q l!i!O!!!l -- ■■■ittttiitittaitiii■■tfit/iii /■gifftti ■iitltNt! ltNi■t•!i!l /ttlttttfi ittiiit■tt iiifittitt itgifiiti Rtiittttt iilitlliii! — ntt!! ■■ttiilta■ ■itto ■tali■italltgllitiiitttitt■tiWlNiiii tttt ltttiiitlfittftttttiltatitittittRliti/itttttttttitttaitltilil tltt !tl!■1lttitttt!■■tq■t/iailglitgf Riii ■tliitt/ti ltlitllilil! =� ■tif■■atiiit■!laltt■itati ifitw ltfi! ■■a■a ■■/■■ tit/t liilili!!! MEMO MEMO �— !■otttittiiitti iitti ttitlfiallits/lifiititfti ■■ifiiillliiil! oil■■ ■!■■l lit■■ ■otll niaiilitialtifl lit■! swoon ■tact !lllliili! ttN ■an■i itttlitttt lltil leaf! !anti /t!i■ i■■i■ a■att aft■■ l!llil!!!! ttN nala■ itttltataflstlslta■■ ■iialitilf ■/!t■ !t!o■ ■tlti hill!!!!! �� ����� ltatli!■■tit■!■i■la■ tln�� ���■iia!■lit■t■ i■■lailllll!!!! ---------- ---------- --- -- ----- - -- -- ----- ---------- F+'RASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 * PHONE 800.233 .9011 DEPTH (ft.) (1 ) (2) BORING LOG - SOIL DESCRIPTION 30 Cone Penetrometer sounding to 33 ' 32 32 .0 26 34 53 Sand, medium gray fine , and shell fragments with 36 thin cemented seams 98 38 90 40 30 42 97 44 99 50 blow for 5" 46 50 blow for 3" 48 50 blo for 4" 50 50.0 Boring Terminated at 50.0 Water Table at 6 .5 i North Bridge boring at Station 79 + 25 (1) "N" VALUE - BLOWS PER FOOT BORING NO. : B- 1 (2J GROUND wA ER = DATE DRILLED: 2/9/99 JOB NO.: D-99104 CLIENT: Carter Associates, Inc. SITE: 66th Avenue between S.R. 60 and 12th Street Indian River County, Florida FORT PIERCE 561.461.7508 VERO BEACH 561567.6167 SMART 561.283.77I 1 FAX 561 .461 .8880 F+'RASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 * PHONE 800.233 .9011 DEPTH (ft.) (1 ) (2) BORING LOG - SOIL DESCRIPTION 30 Cone Penetrometer sounding to 33 ' 32 32 .0 26 34 53 Sand, medium gray fine , and shell fragments with 36 thin cemented seams 98 38 90 40 30 42 97 44 99 50 blow for 5" 46 50 blow for 3" 48 50 blo for 4" 50 50.0 Boring Terminated at 50.0 Water Table at 6 .5 i North Bridge boring at Station 79 + 25 (1) "N" VALUE - BLOWS PER FOOT BORING NO. : B- 1 (2J GROUND wA ER = DATE DRILLED: 2/9/99 JOB NO.: D-99104 CLIENT: Carter Associates, Inc. SITE: 66th Avenue between S.R. 60 and 12th Street Indian River County, Florida FORT PIERCE 561.461.7508 VERO BEACH 561567.6167 SMART 561.283.77I 1 FAX 561 .461 .8880 f - f ms//f slit! dfiniNti ■iltE■iiia itt/! Wille miNetmain liiiiliiN mlf.tsufol lltmltl\ilflliinfutw !filo !Emil It//! loll! iilC�iiiH dGlJtfFrR-J !loti �illailumollmluf11t11Nlflttaf emuif wtlMslmflll��liliili effll Hilal lllmolumtula/sloftuw It/is fmliSiis\! \Elul iffiiliiili f mEtsmoFAi ontimmotlu sfEi - winlffululwismlmlmNlEEalso\//!/alwtiillilftfftttlii//i_iliiN sowlfA EEfsilalulltlmflaili ooiin ■stll ■/iaffmuiosufuofalinliiR�iiii fi\'\tfEiif iifim fflinsitt\ stiff /ii\■ ■lift fit\f E/m!n iil��fiN!! me Jea » Mani\ tfi/ast/ie\iiiisiiontltlo !lilt ■itimmimsfiiii/ !i\`illiiil suN�lmElaillmsilmmuluuf Eoln 1amuS.amillwNMl umalf i�NiliNl s•.f� t/sa\ allEliiilaflmlaioE/ilii\Miiiilstoi\el1ie111afi�iiliiiiii Eli/I/ltllu luluwlamii 11u1f loll intim toll/sulllllufs laliiiiiill mssifnlflit!lift!i/iiiiinssisfliiin /lif� lftlfllll! !i1!!i!!i!i (tt[siR;i mdl�iilmlu NutwliiiiNmdoolp Nit■lmmunfiiloNlo/ ii\ilgiiq /afffu8ma1EN1m8NN1NnNBNmmwlmmuffuNlBmllfi/iNlB® Etila flalufuam1u81afm1NltmNNamElimtf fmN1dNE ll�iiiiiiq � llfii ■luumlummlu8u■ MuuNltlNNsffimmEifuoloNUEli/RiiiiiiN fEl�if ■ii/!iiiif/Nos niidnsiin iiiif iiiitffiiniiiin i\\i_liiliq /sI/!\1111 lulms 11iNtiii!■\\!■1li10 lit!■oifuwOwll ii���iiiH E�S afiu\ filuflulmw oimllluufilltlflulutlmmal\tllllllllii���iiiq 'fI•NtlultM 11E10 almNlafNllmnullul lmulffmlasmmulm ii'iiliiN sc� !/lltl1111!/iimElmNlmfmalu\Nsalulum■11lmlESlmlaSii/IlliiiN i'37fF7f7 mn\fEliii/ /1ldiiidii/isffldifliniiifssinimiiii■ ii\\!!!!iB NmmmE" ■//i■filEtiiiistlmi■iildiNN/iiilti�!■omliniiitENiiiiliq 1111E iiiEi Ela\l/umta Etfmf 1NNluuml tilt)nieff Nuoa iii��lliiN � sdf1111ftfiitNttNNidNitiliilfllltllil/fiiiliN�iiiliN /alts/ilii /1111\imNEElNuamNllmEe ltmalmiiN Nual iiNliiiH NEES�niiii/\dfiiitf NlEftfiNlitimti�/f misifpifm ii��!!iliH si�1 • ' /EiSEliiiiiiiafsiiiiioii■EiiNtliimltminiiNSNiis ltfm,iliiiq isolllfululliNsuumul llaNuluNallullmmmf lmfaoNlmo li/IiiiiiN li!!/fulullilituudi ■iiil■liNiiilolmi/mfmll■iiiiEii giiliq Nlnoti" n�flftt!/EmlusimmuulllululuNEEuff iumuE■tilaNuloii►iiiiiN ifl® Ef/issiiiloidfiNif dim■ffiNitliniiE■/silinpNl N/iililiH Wall notrommwl fir/Nlumlllpmolumul■lammoluNiomlw ■litllil1181t1p/iiiiiiH Nii\also!lit/lmaamafiaN 1NN N\ul utillfiSit8lul N\iiiiiiq � m/IN1mtm8 iNulaimmuEluN tlmndui■umaEENluupuuf Nt•��Niq ■\/iifNii nilofiiiNiiiddfdffii■ fifif/iii/BiiiNi�'�!!iH lift■oNltftiini8mld\N oNn ■\1ul timluSmEif Nuuf lliiiiiiN ��� ■aLtosNillllullEiil mulli■liftiiiillttilltlndiiiiRliiNiiq tail! ummulliilfalmN fuuN lltff fuels lumlisulllulutl iii\iiiiiH 11111 EumulltamwlamNfu18f1mNfu111Eamulluful Nutf i�IIiiiiiN �`� ' rliiEt ilii■iiiinffNEiffiffmifffEE/■iiiEfft/if EEElfli\�iiiiii EmaimmEm�B ' fEfuf ■iii■EttmoiiiditlfE■\iNniii■ itEii slain Niiiliii►IiiiH ONE42MNFW-1 o\fiE�iiaffmmisuumiEionol /a\n■\i!1■/ill It/s/ lulaaiilitlliiN filli�!i1odN■���i� �m�m� fNNliiiollmfifmlllioii! liiiNiiN t� wmiE/illi/Iliifir.��� ����� __�����iffffilMielammul■ liiiNiiN sua miioi/N/idadfiiimiintslaolmsli■■ ia!/■maotimitit liiiiiliN !\llssiiii■1lullamiM lifin ENn\iilllEilf wtfimauli■ iiiNiiiN Nisi■umtsotiiniiilasifil1NN11tomiumEE/\iioNmllliiiiiiiH niallstiii/muulalmii twtd fait/\\li�fE/1■st/Ee\lililiiiiiiiq _— fiffffiitf fiiEffllii N\iffdfi ///liiiiilfaiffflffiliiiiiiiii !lain affil 11f is■/iiE ilii/ ilia ■Efin flit n Eisn\illi iiiiliiil! t1/inllutlltEt/\iitfllfuwllulf iltiolumE■ ouful ttilliiiiiNq! otli/ MilalammtSummml iafuw u1u1111umE iumul Eululmulla iiiiiiiNi —_ sinioMilinsiifwiiiiE EMMif lain■ niiiotiiloloiin iiiiliiiiliiili fE/fafEEEf iiiff/flit iiiif ElEff Nt■■ iiiif fifif lliim Niiliiill -- fE//■EiiiffiN■oiilMlisiflflff ■\iinisEE■sin/■ittfiNiilNlN fiEEEit\1Sliiiniiiifw/i�lliossniilnalisf■\/ilioolf NiilNill __ ■ifE■iiiiiillosilmaiiisi/liafsltllm ■ills\in/fit\alNiiliNii fififfiisf■iiufiii\e/Efpif/fffEfffil\ff■/f/ffN/f N/iiiiifri ditniiiiiEiifsiifii iininiiiiffid■iiitnmilifiNii NiiliilH sitiiiiiiEEtmMiiiilii�li■■sifmtiEi■fill! mifimNutl iiiiliiiil /sninf/\if N\iniiiiM ■\f\SliinEiiitufm\! stluwNiii iiNiiiiii siniiiultm \ilii\\t■EsllEmiifn■EEitsuEii/lift■iiiiiiiiiiiiill _— fEfifioiaffEiff/iilffEfpiEEf/EsfififiaffElEfEEliEiiiiiiilll �� tiofmistlluiii! /iiiEtmENEEitn elallfiiiallfis ilii■ Niiiiiili mill!■sis/ /till■toll iiiif flan iii!/1f mE/ !l1111itiiiiiiiliiil ■/iillNNlllllf l!llflltllt\tl NiiiiNii —= Nffnofitffilfn■tiltiff!fEf/ffsiiofiiiiffiflfiiiifliiiiiNll nisfastiilsiialtti\siilinilfnlidlfit\f niitfliiii iiiNlNi! fmf uMtlall oumltlimml uufil mlmtf ii8f llmao oulum ■Nal liiiNiilt smfllfmulEfumaalmi!■lu1f111t1Si1ullulmulluElIENNNiiNiii! -- lulM■ mimlElulisliilllul■!!flat f\ulftlmuioulifiamlf NiiiNi!! fifif tiff■fiitftifif /fain iEenf fiffniiiflniEif lifii NiiNiill lilElffm111iim1fm8iiulNNinftlmlfumliwaoaliumau Niiiiiili —� a/tlnolmlEllmufl8afoulmllaanlmulllwmlwlimistululliiiiiiili _— oiEEMnsmulwiilwlumii Elllf Eli\t elEll Nmwlf!!\lfmuul.iiiiiliill udf flaal It/oa■\iii smlu■ iiiff mill! !fill wElEf isulu iiiilNii! -- fimlfffiiifilif fill■ fifif fffff fiiiiffiif ftfiffiiiaRi����!•iRR sono mmoss ommus IEESE NEEM! mil!! otlff lfmuw /lilt Mumma iiililiil! mosso mmosm ommof woman MEESw alt!/ fluff /soul will/ silaf liiliiiill oswommusastomm SEMEN MENEM nommommmon MENEM OROIE SEEMS liiillilii mnsia mmosonoiow woman smo■s noose MEN EM amman noomm mamma liiillilii =� nsoff sniiafiitn iiiif smoIs noosewli/1 ■niiffllus wiiif iiiliimm�� 4 1 1 ' 1 If I i f - f ms//f slit! dfiniNti ■iltE■iiia itt/! Wille miNetmain liiiiliiN mlf.tsufol lltmltl\ilflliinfutw !filo !Emil It//! loll! iilC�iiiH dGlJtfFrR-J !loti �illailumollmluf11t11Nlflttaf emuif wtlMslmflll��liliili effll Hilal lllmolumtula/sloftuw It/is fmliSiis\! \Elul iffiiliiili f mEtsmoFAi ontimmotlu sfEi - winlffululwismlmlmNlEEalso\//!/alwtiillilftfftttlii//i_iliiN sowlfA EEfsilalulltlmflaili ooiin ■stll ■/iaffmuiosufuofalinliiR�iiii fi\'\tfEiif iifim fflinsitt\ stiff /ii\■ ■lift fit\f E/m!n iil��fiN!! me Jea » Mani\ tfi/ast/ie\iiiisiiontltlo !lilt ■itimmimsfiiii/ !i\`illiiil suN�lmElaillmsilmmuluuf Eoln 1amuS.amillwNMl umalf i�NiliNl s•.f� t/sa\ allEliiilaflmlaioE/ilii\Miiiilstoi\el1ie111afi�iiliiiiii Eli/I/ltllu luluwlamii 11u1f loll intim toll/sulllllufs laliiiiiill mssifnlflit!lift!i/iiiiinssisfliiin /lif� lftlfllll! !i1!!i!!i!i (tt[siR;i mdl�iilmlu NutwliiiiNmdoolp Nit■lmmunfiiloNlo/ ii\ilgiiq /afffu8ma1EN1m8NN1NnNBNmmwlmmuffuNlBmllfi/iNlB® Etila flalufuam1u81afm1NltmNNamElimtf fmN1dNE ll�iiiiiiq � llfii ■luumlummlu8u■ MuuNltlNNsffimmEifuoloNUEli/RiiiiiiN fEl�if ■ii/!iiiif/Nos niidnsiin iiiif iiiitffiiniiiin i\\i_liiliq /sI/!\1111 lulms 11iNtiii!■\\!■1li10 lit!■oifuwOwll ii���iiiH E�S afiu\ filuflulmw oimllluufilltlflulutlmmal\tllllllllii���iiiq 'fI•NtlultM 11E10 almNlafNllmnullul lmulffmlasmmulm ii'iiliiN sc� !/lltl1111!/iimElmNlmfmalu\Nsalulum■11lmlESlmlaSii/IlliiiN i'37fF7f7 mn\fEliii/ /1ldiiidii/isffldifliniiifssinimiiii■ ii\\!!!!iB NmmmE" ■//i■filEtiiiistlmi■iildiNN/iiilti�!■omliniiitENiiiiliq 1111E iiiEi Ela\l/umta Etfmf 1NNluuml tilt)nieff Nuoa iii��lliiN � sdf1111ftfiitNttNNidNitiliilfllltllil/fiiiliN�iiiliN /alts/ilii /1111\imNEElNuamNllmEe ltmalmiiN Nual iiNliiiH NEES�niiii/\dfiiitf NlEftfiNlitimti�/f misifpifm ii��!!iliH si�1 • ' /EiSEliiiiiiiafsiiiiioii■EiiNtliimltminiiNSNiis ltfm,iliiiq isolllfululliNsuumul llaNuluNallullmmmf lmfaoNlmo li/IiiiiiN li!!/fulullilituudi ■iiil■liNiiilolmi/mfmll■iiiiEii giiliq Nlnoti" n�flftt!/EmlusimmuulllululuNEEuff iumuE■tilaNuloii►iiiiiN ifl® Ef/issiiiloidfiNif dim■ffiNitliniiE■/silinpNl N/iililiH Wall notrommwl fir/Nlumlllpmolumul■lammoluNiomlw ■litllil1181t1p/iiiiiiH Nii\also!lit/lmaamafiaN 1NN N\ul utillfiSit8lul N\iiiiiiq � m/IN1mtm8 iNulaimmuEluN tlmndui■umaEENluupuuf Nt•��Niq ■\/iifNii nilofiiiNiiiddfdffii■ fifif/iii/BiiiNi�'�!!iH lift■oNltftiini8mld\N oNn ■\1ul timluSmEif Nuuf lliiiiiiN ��� ■aLtosNillllullEiil mulli■liftiiiillttilltlndiiiiRliiNiiq tail! ummulliilfalmN fuuN lltff fuels lumlisulllulutl iii\iiiiiH 11111 EumulltamwlamNfu18f1mNfu111Eamulluful Nutf i�IIiiiiiN �`� ' rliiEt ilii■iiiinffNEiffiffmifffEE/■iiiEfft/if EEElfli\�iiiiii EmaimmEm�B ' fEfuf ■iii■EttmoiiiditlfE■\iNniii■ itEii slain Niiiliii►IiiiH ONE42MNFW-1 o\fiE�iiaffmmisuumiEionol /a\n■\i!1■/ill It/s/ lulaaiilitlliiN filli�!i1odN■���i� �m�m� fNNliiiollmfifmlllioii! liiiNiiN t� wmiE/illi/Iliifir.��� ����� __�����iffffilMielammul■ liiiNiiN sua miioi/N/idadfiiimiintslaolmsli■■ ia!/■maotimitit liiiiiliN !\llssiiii■1lullamiM lifin ENn\iilllEilf wtfimauli■ iiiNiiiN Nisi■umtsotiiniiilasifil1NN11tomiumEE/\iioNmllliiiiiiiH niallstiii/muulalmii twtd fait/\\li�fE/1■st/Ee\lililiiiiiiiq _— fiffffiitf fiiEffllii N\iffdfi ///liiiiilfaiffflffiliiiiiiiii !lain affil 11f is■/iiE ilii/ ilia ■Efin flit n Eisn\illi iiiiliiil! t1/inllutlltEt/\iitfllfuwllulf iltiolumE■ ouful ttilliiiiiNq! otli/ MilalammtSummml iafuw u1u1111umE iumul Eululmulla iiiiiiiNi —_ sinioMilinsiifwiiiiE EMMif lain■ niiiotiiloloiin iiiiliiiiliiili fE/fafEEEf iiiff/flit iiiif ElEff Nt■■ iiiif fifif lliim Niiliiill -- fE//■EiiiffiN■oiilMlisiflflff ■\iinisEE■sin/■ittfiNiilNlN fiEEEit\1Sliiiniiiifw/i�lliossniilnalisf■\/ilioolf NiilNill __ ■ifE■iiiiiillosilmaiiisi/liafsltllm ■ills\in/fit\alNiiliNii fififfiisf■iiufiii\e/Efpif/fffEfffil\ff■/f/ffN/f N/iiiiifri ditniiiiiEiifsiifii iininiiiiffid■iiitnmilifiNii NiiliilH sitiiiiiiEEtmMiiiilii�li■■sifmtiEi■fill! mifimNutl iiiiliiiil /sninf/\if N\iniiiiM ■\f\SliinEiiitufm\! stluwNiii iiNiiiiii siniiiultm \ilii\\t■EsllEmiifn■EEitsuEii/lift■iiiiiiiiiiiiill _— fEfifioiaffEiff/iilffEfpiEEf/EsfififiaffElEfEEliEiiiiiiilll �� tiofmistlluiii! /iiiEtmENEEitn elallfiiiallfis ilii■ Niiiiiili mill!■sis/ /till■toll iiiif flan iii!/1f mE/ !l1111itiiiiiiiliiil ■/iillNNlllllf l!llflltllt\tl NiiiiNii —= Nffnofitffilfn■tiltiff!fEf/ffsiiofiiiiffiflfiiiifliiiiiNll nisfastiilsiialtti\siilinilfnlidlfit\f niitfliiii iiiNlNi! fmf uMtlall oumltlimml uufil mlmtf ii8f llmao oulum ■Nal liiiNiilt smfllfmulEfumaalmi!■lu1f111t1Si1ullulmulluElIENNNiiNiii! -- lulM■ mimlElulisliilllul■!!flat f\ulftlmuioulifiamlf NiiiNi!! fifif tiff■fiitftifif /fain iEenf fiffniiiflniEif lifii NiiNiill lilElffm111iim1fm8iiulNNinftlmlfumliwaoaliumau Niiiiiili —� a/tlnolmlEllmufl8afoulmllaanlmulllwmlwlimistululliiiiiiili _— oiEEMnsmulwiilwlumii Elllf Eli\t elEll Nmwlf!!\lfmuul.iiiiiliill udf flaal It/oa■\iii smlu■ iiiff mill! !fill wElEf isulu iiiilNii! -- fimlfffiiifilif fill■ fifif fffff fiiiiffiif ftfiffiiiaRi����!•iRR sono mmoss ommus IEESE NEEM! mil!! otlff lfmuw /lilt Mumma iiililiil! mosso mmosm ommof woman MEESw alt!/ fluff /soul will/ silaf liiliiiill oswommusastomm SEMEN MENEM nommommmon MENEM OROIE SEEMS liiillilii mnsia mmosonoiow woman smo■s noose MEN EM amman noomm mamma liiillilii =� nsoff sniiafiitn iiiif smoIs noosewli/1 ■niiffllus wiiif iiiliimm�� 4 1 1 ' 1 If I i FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 * PHONE 800. 233 .9011 DEPTH (ft.) (1 ) (2) BORING LOG - SOIL DESCRIPTION 30 Cone Penetrometer Sounding to 33 ' 32 33 . 0 34 27 Sand, medium gray fine , and shell fragments with 36 thin cemented seams 38 58 40 42 44 80 46 48 27 50 50.0 Boring Terminated at 50.0 Water Table at 7 . 5 South Bridge boring at Station 78 + 45 (1) "N" VALUE - BLOWS PER FOOT BORING NO.: B -2 (2) GROUND WATER = DATE DRILLED: 2/9199 JOB NO.: D-99104 CLIENT: Carter Associates, Inc. SITE: 66th Avenue between S .R. 60 and 12th Street Indian River County, Florida FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561.283.7711 FAX 561 .461 .8880 FRASER ENGINEERING AND TESTING, INC . 3504 INDUSTRIAL 33RD STREET FORT PIERCE, FLORIDA 34946 * PHONE 800. 233 .9011 DEPTH (ft.) (1 ) (2) BORING LOG - SOIL DESCRIPTION 30 Cone Penetrometer Sounding to 33 ' 32 33 . 0 34 27 Sand, medium gray fine , and shell fragments with 36 thin cemented seams 38 58 40 42 44 80 46 48 27 50 50.0 Boring Terminated at 50.0 Water Table at 7 . 5 South Bridge boring at Station 78 + 45 (1) "N" VALUE - BLOWS PER FOOT BORING NO.: B -2 (2) GROUND WATER = DATE DRILLED: 2/9199 JOB NO.: D-99104 CLIENT: Carter Associates, Inc. SITE: 66th Avenue between S .R. 60 and 12th Street Indian River County, Florida FORT PIERCE 561 .461 .7508 VERO BEACH 561 .567.6167 STUART 561.283.7711 FAX 561 .461 .8880