Loading...
HomeMy WebLinkAbout1989 07 00 - Contract Documents and Specifications=Q CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN RIVER COUNTY, FLORIDA NO. I DATE I REVISION I AUTH. CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN RIVER COUNTY, FLORIDA NO. I DATE I REVISION I AUTH. 1 1 1/89 1 Revised for Bid I DRH 1 I 1 7/89 I 1 Revised for Bid 1 I MJD 20'c INi0i _ ADVERTISEMENT FOR SEAT:) BIDS INDIAN RIVER COUNTY Sealed.Bids will be received by Indian River County until 2.00 P.M. on Wed., Z9. 30, 1989 , when they will be publicly opened and read aloud in the County Commission Chambers, 1840 25th Street, Vero Beach, Florida, for the following: IRC BID NO# 89-89 North County Sutragional Sewer System/Contract N3 Sewer Collectior System, Pumping Station b Force Hairs All material and equipment furnished azd all work performed shall be in strict accordance with the plans, syecifications and contract document pertaining thereto, which may be obtained from the Office - of Maste'ler E Moler Associates, 1623 U.S. Hicnway 1, Sults B-2, Sebastian, FL V-5 . Copies of the plans and the specifications a' containing the necessary contract docunts may be obtained by deposit of the check made payab to ste i ole in the amount of S o 11 2 2s oofor each set, which represents the cos: of printing and handling, which is not refundable. All bids shall be submitted in duplicate on the Bid Proposal forms provided within the specifications. A Bid Bond must accompany each bid and be properly executed by the bidder and by a qualified Surety in the sum of not less than five.,percest (58) of the total amount bid, made payable to Indian River County Board of County Commissioners. Each bid shall.be submitted in a sealed envelope addressed to the Purchasing Department, Indian River County, 1840 25th Street, Vero Beach, Florida 32960, and shall bear the name and address of the Bidder on the outside and the words IRC 89-82 a r Pumping Station b Force Mains If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the aforementioned address. The County reserves the right to delay awarding of the Contract for a period of sixty (60) days after the bid opening, to waive infor- malities in any bid, or reject any or all bids in whole or in part with or without cause/or to accept the bid that, in its judgement, will serve the best interest of Indian River County, Florida. A Pre -Bid Conference meeting will be held on August 21. 1989 in the First Floor Conference Room of the Indian River County, Administration Building, 1840 25th Street, Vero Beach, F1 3296: at 10:00 a.n. INDIAN RIVER COUNTY BY: Dominick L. Mascola CPO .. __ Purchasing Manager L95 SK 'W'B '�'8'I bC:Si E.- IM/EO JEFFREY BARTON, COUNTY CLERK CHARLES VITUNAC, COUNTY ATTORNEY TERRANCE G. PINTO, DIRECTOR OF UTILITIES w BY MASTELLER & MOLER ASSOCIATES, INC. P. 0. BOX 781045 SEBASTIAN, FLORIDA 32978-1045 (407) 589-4800 AUGUST, 1989 EARL H. MASTELLER, P.E. FLORIDA REGISTRATION #26658 PRESIDENT CONTRACT DOCUMENTS AND SPECIFICATIONS FOR INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN'RIVER COUNTY, FLORIDA PREPARED FOR: THE BOARD OF COUNTY COMMISSIONERS INDIAN 'RIVER COUNTY, FLORIDA GARY C. WHEELER, CHAIRMAN CAROLYN K. EGGERT, VICE CHAIRMAN COMMISSIONER DON C. SCURLOCK, JR. COMMISSIONER RICHARD N. BIRD COMMISSIONER MARGARET BOWMAN JAMES E. CHANDLER, COUNTY ADMINISTRATOR JEFFREY BARTON, COUNTY CLERK CHARLES VITUNAC, COUNTY ATTORNEY TERRANCE G. PINTO, DIRECTOR OF UTILITIES w BY MASTELLER & MOLER ASSOCIATES, INC. P. 0. BOX 781045 SEBASTIAN, FLORIDA 32978-1045 (407) 589-4800 AUGUST, 1989 EARL H. MASTELLER, P.E. FLORIDA REGISTRATION #26658 PRESIDENT CONTRACT SPECIFICATIONS AND BID DOCUMENTS INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN RIVER COUNTY, FLORIDA TABLE OF CONTENTS DIVISION 1 - GENERAL PROVISIONS SECTION 1 - GENERAL INFORMATION 1.1.1. Purpose 1.1.2. Organization of Articles 1.1.3. Definitions SECTION 2. - INFORMATION FOR BIDDERS 1.2.1. Invitation to Bids 1.2.2. Prequalification of Bidders 1.2.3. Plans and Specifications 1.2.4. Proposal T 1.2.5. Estimate of Quantities 1.2.6. Proposal Guaranties 1.2.7. Submitting Proposal 1.2.8. Withdrawing Proposal 1.2.9. Causes for Rejection 1.2.10 Laws and Other Requirements 1.2.11. Familiarity with Work 1.2.12. Subsurface Conditions 1.2.13. Differing Site Conditions 1.2.14. Sales and Use Tax Acts 1.2.15. Pre -Bid Conference 1.2.16. Working Areas DIVISION 1 - GENERAL PROVISIONS SECTION 3 - CONTRACT AND SUBCONTRACT PROCEDURE 1.3.1. Award of Contract 1.3.2. Progress Schedule 1.3.3. Time of Award; Return of Bid Security 1.3.4. Payment Bond 1.3.5. Execution of Contract 1.3.6. Failure to Execute Contract 1.3.7. Subletting and Assigning Contract 1.3.8. Pre -Construction Conference 1.3.9. Notice to Proceed SECTION 4 - SCOPE OF THE WORK 1.4.1. Work to be Performed 1.4.2. Other Contractors 1.4.3. Maintenance & Protection of Traffic 1.4.4. Final Cleaning Up 1.4.5. Field Office 1.4.6. Sanitary Provisions 1.4.7. Materials and Equipment 1.4.8. Superintendence and Workers _ 1.4.9. Construction Equipment 1.4.10. Working Site 1.4.11. Contractor's Organization DIVISION 1 - GENERAL PROVISIONS SECTION 5 - CONTROL OF THE WORK 1.5.1. Duties of Engineer 1.5.2. Plans and Specifications 1.5.3. Working and Shop Drawings and Data 1.5.4. Construction Layout 1.5.5. Inspectors 1.5.6. Unauthorized or Defective Work 1.5.7. Claims for Additional Compensation or Extension of Time 1.5.8. Acceptance of Work SECTION 6 - LEGAL AND PUBLIC RELATIONS 1.6.1. Insurance 1.6.2. Damage Claims 1.6.3. Laws, Ordinances and Regulations 1.6.4. Federal Aid 1.6.5. Permits and Licenses 1.6.6. Responsibility for Work 1.6.7. Explosives 1.6.8. Public Safety and Convenience 1.6.9. Accident Prevention 1.6.10. Property Damage 1.6.11. Public Utilities 1.6.12. Existing Monuments 1.6.13. Hauling Restrictions 1.6.14. Copy of F.E.C. Permiting DIVISION 1 - GENERAL PROVISIONS SECTION 7 - PROCEDURE AND PROGRESS 1.7.1. Commencement and Procedure 1.7.2. Progress and Time of Completion ^ 1.7.3. Suspension of Work 1.7.4. Unavoidable Delays 1.7.5. Annulment of Contract 1.7.6. Default of Contract 1.7.7. Liquidated Damages 1.7.8. Extension of Time SECTION 8 - MEASUREMENT AND PAYMENT ^ 1.8.1. Measurement of Quantities _ 1.8.2. Scope of Payment 1.8.3. Adjustment of Estimated Quantities 1.8.4. Change of Plans 1.8.5. Payments 1.8.6. Termination of Responsibility 1.8.7. Maintenance Bond 1.8.8. As -Built Drawings SECTION 9 - SPECIAL PROVISIONS 1.9.1. Description of Work 1.9.2. Pre -Bid Conference 1.9.3. Contract Change Order 1.9.4. Pre -Construction Conference 1.9.5. Time of Starting and Completing Work 1.9.6. Insurance DIVISION 1 - GENERAL PROVISIONS SECTION 9 - SPECIAL PROVISIONS (Cont'd) 1.9.7. Permits and Licenses 1.9.8. Interpretation of Specifications 1.9.9. Maintenance and Protection of Traffic 1.9.10. Inspection SECTION 10 - PROPOSAL 1.10.1. Form of Proposal 1.10.2. Non -Collusion Affidavit of Prime Bidder 1.10.3. Questionnaire 1.10.4. Bid Bond 1.10.5. Surety's Consent 1.10.6. Statement of Stockholder Information SECTION 11 - CONTRACT AGREEMENT 1.11.1. Form of Agreement 1.11.2. Performance Bond 1.11.3. Payment Bond 1.11.4. Notice of Award 1.11.5. Notice to Proceed 1.11.6. Affidavit 1.11.7. Final Payment - Contractor 1.11.8. Partial Payment Request DIVISION 2 - SUPPLEMENTARY SPECIFICATIONS SECTION 1 - SITE WORK 2.1.1. Mobilization 2.1.2. Clearing Site 2.1.3. Maintenance and Protection of Traffic 2.1.4. Engineer's Field Office SECTION 2 - PIPE INSTALLATION 2.2.1. Excavation for Test Pits - Unclassified 2.2.2. Saw Cut Pavement 2.2.3. Pavement Excavation 2.2.4. Gravity Sewer 2.2.5. Manhole Construction 2.2.6. Force Main 2.2.7. Pumping Station - Complete 2.2.8. Retrofit Pumping Stations 2.2.9. Sewer Service Laterals 2.2.10. Plug Valves 2.2.11. Fittings 2.2.12. Force Main Borings 2.2.13. Chain Link Fences & Gates 2.2.14. Potable Water Well 2.2.15. Potable Water Main 2.2.16. Subsurface Information 2.2.17. Audio -Video Taping 2.2.18. Sandridge Golf Course Improvements 2.2.19. Bridge/Canal Crossing DIVISION 2 - SUPPLEMENTARY SPECIFICATIONS so M M ■u M M �w 0 SECTION 3 - RESTORATION .� 2.3.1. Existing Paved County Road Reconstruction 2.3.2. Non -Paved Road Restoration ^' 2.3.3. Edge of Pavement Restoration 2.3.4. FDOT Pavement Restoration 2.3.5. Paved Driveway Restoration 2.3.6. Non -Paved Driveway Restoration 2.3.7. Trench/Paving Restoration 2.3.8. Sidewalk Restoration 2.3.9. Sod (If and Where Directed) 2.3.10. Seed & Mulch Restoration 2.3.11. General Restoration so M M ■u M M �w 0 ADDENDUM NO. 1 TO THE INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAIN INDIAN RIVER COUNTY, FLORIDA Date: August 25, 1989 From: Masteller & Moler Associates, Inc. To: All Bidding Contractors This Addendum is issued in accordance with Section 1.2.3. and and the following additions, revisions, deletions and clarifications are hereby incorporated into the Contract Documents. This Addendum shall also serve as a response to all questions brought up at the Pre -Bid Meeting. 1.) The bid opening will be September 1, 1989 at 2:00 P.M. 2.) Article 1.10.1. - Revised proposal forms are attached and shall be used for Bidding purposes. 3.) Article 2.2.4. - Mobilization will not be included in the pay item for Gravity Sewer but will be paid as specified in Article 2.1.1. 4.) Article 2.2.7. - The manholes located on the pump station sites #3 & #4 are not included in the pay item for Pumping Station but shall be paid as specified in Article 2.2.5. 5.) Article 2.2.4. - Gravity Sewer is measured by depth of cover not cut. 6.) Article 2.2.4. & 2.2.6. - Ductile Iron Pipe shall not be cement lined, but shall be lined with 24 mils DFT of Koppers 300M or approved equal. All fittings which result in change in direction, i.e. 45 degree bends, shall require restrained mechanical joint for every joint within twenty-one (21') feet from a fitting. Restraint shall be with megalug or approved equal. Runs of tees shall not be required to be restrained joints. All joints in direction of legs of tees within twenty-one (21') feet shall be restrained with megalug or approved equal. Class 50 DIP shall be acceptable under roadways. Addendum #1 Contract #3 Page 2 7.) Article 2.2.4. & 2.2.6. - DELETE: The pipe shall be marked the entire length with three (3) color coded stripes. These stripes shall be applied in the manner as the required ASTM coding using paint and shall be at least 1/2 inch high with the word(s) "SEWER" or "FORCE MAIN" in 3/4 inch high letters appearing one or more times every (21) inches. ADD: The pipe shall have attached to the top a 3" wide color coded marking tape with identification as to the type of utility pipe, (i.e. Sewer or Force Main). This marking tape does not have to be detectable, but shall be permanently printed and not surface printed. 8.) Article 1.8.5. - Shall not be revised. 9.) Article 1.6.14. & 1.9.7. - The permits for the five (5) Florida East Coast Railroad (FECRR) jack and bores have been secured. The contact person with the FECRR is Mr. John Knight, 1-800-342-1130, Ext. 309. The FECRR shall be notified fourteen (14) days prior to construction. The FECRR shall have an inspector present and will have complete authority over the project on the FECRR right-of-way. The Owner, the Engineer, the Contractor and subcontractors, as their interests may appear, shall be named as the insured on all Florida East Coast Railroad Company required insurance coverage. 10.) Article 1.5.4. - Contractor shall notify the Engineer in writing not less than five (5) calendar days in advance of when a bench mark is required. The Engineer will provide the location and elevation of the bench mark. 11.) Article 2.2.7. - It shall be the Contractor's responsibility to coordinate with Florida Power & Light to obtain the required electrical service for each Pump Station. 12.) Article 2.2.6. - Prestressed concrete cylinder pipe is not approved as a substitute material for force main. 13.) Article 2.1.1. - All debris: from cleaning the site and associated construction shall be removed to the Indian River County Landfill. The Contractor shall be responsible for all fees and associated charges for debris removal and disposal. Addendum #1 Contract #3 Page 3 14.) Article 1.9.10. the Engineer. The approval in writin Holidays, or more Compensation for 0 ($25.00) dollars per - Resident Inspection will be provided by Contractor shall submit and receive prior 3 prior to working on Saturdays, Sunday, than eight (8) hours on a weekday. vertime Inspection will be twenty-five hour, per inspector. 15.) Article 2.2.6. - The water for pressure testing may be obtained from surface water sources located along the construction route. All water for testing shall be approved by the Engineer. The Contractor shall be responsible for insuring that no suspended solids, duckweed, etc. enter the force main, and NO sedimentation is deposited within the force main. If in the Engineer's judgment the force main, upon completion, does not have the same carrying capacity as designed, the Contractor will be required to perform television inspection of all or portions of the force main as requested, at no additional cost to the Owner. 16.) Article 2.2.14. - To facilitate the obtaining of a Bid Price for the potable water well, the following information is provided: The depth of the two (2") inch well is not to exceed eighty (80') feet. The pump shall be two (2) HP. The screen shall be fifteen (15') feet in length. 17.) Article 1.2.16. - No site provisions have been made by the Owner for the loading or unloading of material off the railroad. The Contractor shall be responsible for making arrangements for obtaining areas for storage of materials, at his own expense. 18.) Article 2.2.8. - The Reflections Pump Station Retrofit pay item does not require any modifications to the existing pumping station. The existing pumps in the Reflections station shall not be replaced. Improvements related to the Reflections pumping station involve the existing 6" diameter force main that currently connects to the G.D.U. wastewater treatment plant. This existing 6" diameter force main shall be connected to this project's force main adjacent to the FEC right-of-way. The existing force main running to the G.D.U. WWTP shall be capped at the disconnect point. This connection shall not be made until the North County 1.0 MGD Wastewater Treatment Plant is in operation. The Contractor shall be responsible for maintaining uninterrupted existing sewer services. Addendum #1 Contract #3 Page 4 19.) Article 1.4.7. - The naming of specific materials, equipment, etc. is for the purpose of establishing a basis of quality and performance. Alternate or substitute materials may be considered by the contractor, and shall be reviewed and approved by the Engineer during the shop drawing review procedure. When submitting shop drawings for a substitute material, the Contractor shall allow himself a period of time for shop drawing resubmittal of other material, for those cases when a substitute material is disapproved. 20.) Article 2.2.17. - The revised section on Audio -Video Taping is attached. 21.) Article 2.3.1 & 2.3.3. - The Contractor shall restore the pavement as shown on Sheet 63 of 65 of the Contract Drawings with one (1") inch of asphalt. 22.) Sheet 48 of 63 - The twelve (12") inch diameter force main shown as D.I.P. has been changed to P.V.C. Please indicate receipt of this notice by completing the bottom portion of this notice and returning a copy to Masteller & Moler Associates, Inc. You are required to include an executed copy of this notice with your submitted bid. ADDENDUM #1 received and considered by: Name of Bidder (Please Print) Name of Bidder's Representative (Please Print) Signature of Bidder's Representative Title: Date: 3AZA 001d VIC wtZ SINn 8 'LE 3A'IA Jn'Id VIC „OZ ,LINn S '9E 3A'IA On'Id VIC „PT IINn z 'SE 3AZA On'Id VIC w0T IINn 9 'bE 3AZVA Jn7d VIC „8 SING E 'EE 3AZVA Jn7d HIO „9 LINn 8 'ZC 3AZVA Jn7d HIO V IINn L 'TE Wd 3JVMSS dIG HIO ,tZ 37 006£Z '0£ W3 3JVM3S dIG HIG „OZ 3'I SZSOT '6Z Wd 39VM3S VIC „ZT d7 OSOLT '8Z Wd H0VM3S HIG „OT 37 009LI 'LZ Wd 3JVM3S HIG m8 d7 OsVzI '9Z Wd 38VM3S HIO „9 d7 SLZL 'Sz Wd 3OVM3S HIO b d7 009T 6Z Id NHVd VIS dWnd SZ T EZ Id NVOI73d HIS dWnd SZ I 'ZZ SNI03733d HIS dWnd SZ T 'Tz Nnd HHAIH HIS dWnd SZ T OZ b# NOI.LdIS dWnd SZ T '61 C# NOIIVIS dWnd SZ T '8T Z# NOIIVIS dWnd SZ I 'LT I# NOIIVIS dWnd SZ I '9T (,ZT-,OT) SIHNW dOHG V3 T "ST (,8-,9) S'IHNW dOda V3 I '6T (,91-,bi) S37OHNVW H3 T 'ET (IVT-,ZT) S31IOHNVW V3 L "ZT (,ZT-,OT) SHIOHNVW V3 Z "TT (,OT -,8) S3'IOHNVW V3 9 'OT (,8-,9) SH70HNVW V3 S '6 (,9-,0) S37OHNU V3 ET '8 (,91 -,VT) 8M3S AV89 37 08z 'L (,VT-,ZT) 6M39 AVS9 37 SZST '9 (,ZT-,O U 8M3S AV80 37 OCT S (.OT -,8) MA3S AVdD 37 OSOZ b MM39 AV89 37 SZ8 E (,9-,0) :4M3S AVF9 37 OOZS 'Z NOIIHZIZI'dOW SZ T 'T 30Iyd 3JI3d NoIzdI8*.)S3G IINn XILLNUO 'ON ZVIO,L IINn W3.LI W3II HGIHO'I3 'AlKnOODXHAIN NVIGNI SNIVW ZDHOJ 9 SNOI,LVIS 0 IdWni '4I3WS[S NOII0377Q0 213M3S E# I5V2IINO5/W3ISAS 83M33 ZVNo)ION83NS AINf)00 HIHON S00-LZ-LBSn# I03C06d Almn00 HS AId NVIONI (4,uo0) Teso osd ;o wio3 'I'0T'1 I# WnGN3GGV :G3SIA3'd REVISED: ADDENDUM #1 1.10.1. Form of Proposal (Cont'd) ITEM ITEM UNIT TOTAL NO. QUANTITY UNIT DESCRIPTION PRICE PRICE 38. 7000 LF 8" DIA EFFLUENT FM 39. 1 LS EFFLUENT OUTFALL STRUCTURE 40. 2800 LF 2" DIA. WATER MAIN 41. 1 LS POTABLE WATER WELLS 42. 1 LS SANDRIDGE GOLF COURSE IMPROVEMENTS 43. 1 LS FEC BORE NORTH OF ROUTE 512 44. 1 LS FEC BORE MAIN ST 45. 1 LS FEC BORE RT. 512 46. 1 LS FEC BORE PARK. PLACE 47. 1 LS US #1 BORE RIVER RD 48. 1 LS US #1 BORE PELI SHPS 49. 1 LS FEC BORE TO WWTP 50. 7150 LF ROAD RESTORATION 51. 1600 LF NON -PAVED RD RESTOR. 52. 250 LF FDOT PAVEMENT RESTOR. 53. 85000 LF SEED & MULCH 54. 3000 LF SOD 55. 1300 LF TRENCH PAVING RESTOR. 56. 4200 LF DRIVEWAY (PAVED) 57. 2950 LF NON -PAVED DR. RESTOR. 58. 450 LF SIDEWALK 59. 20 UNIT 4" PVC SERVICE LATERALS (0' - 8') 60. 10 UNIT 4" PVC SERVICE LATERALS DEEP CUT (8+) 61. 6 UNIT 6" PVC SERVICE LATERALS (0' - 8') 62. 4 UNIT 6" PVC SERVICE LATERALS DEEP CUT (8+) TOTAL AMOUNT BID ................8 Written Amount of Total of Bid 1 10 Form of Proposal (Con't) The above "Total Amount Bid" for items ill through #b2 shall be the basis of award of the Contract. The Owner reserves the right to reject any and/or all bids. Address Signature Title Date License Number (If Applicable) (SEAL - if BID is by a corporation) ATTEST: REVISION: Addendum #1 Contract #3 2.2.17. Audio -Video Tapin Descrintion Prior to commencing the work, the Contractor shall have a continuous color audio --video tape recording taken along the entire length of the Project and at all proposed pump station sites within the Project area to serve as a record of pre -construction conditions. No construction shall begin prior to review and approval of the tapes covering the construction area by the Engineer. The Engineer shall have the authority to reject all or any portion of a video tape not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five (S) days after being notified. The Engineer shall designate those areas, if any, to be omitted from our added to the audio -video coverage. Tape recordings shall not be made more than ninety (90) days prior to construction in any area. All tapes and written records shall become property of Owner. The tapes shall be delivered to the Owner within ten (10) days after recording. The color audio -video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the. business of preconstruction color audio -video tape documentation. The electrographer shall furnish to the Engineer a list of all equipment to be used for the audio -video taping, i.e. manufacturer's name, model number, specifications and other pertinent information. Audio -video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one-half inch, high energy, extended still frame capable, video cassette, shall be interchangeable with the color video cassette player and shall be compatible for playback with standard VHS player -receiver. Equipment All equipment, accessories, materials and labor to perform this service shall be furnished by the Contractor. The audio -video tape system shall reproduce bright., sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from noticable or objectionable distortion and interruptions. REVISION: Addendum 41 Contract #3 2.2.17. Audio -Video Taping Equipment (Cont'd) When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve (12') feet. In some instances, audio -video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the Engineer. The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot. candles. Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual taping transparent digital information to include the date and time of recording, and stations numbers as shown on the Drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be narrated periodically. Such information shall include but not be limited to project name, contract number, name of street, house address, direction of travel and the viewing side. The written information shall appear on the left hand third of the screen. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. The rate of speed in the general direction of travel of the vehicle used during taping shall not exceed 44 feet per minute. Panning, zoom -in and zoom -out rates small be sufficiently controlled to - maintain a clear view of the object. rA 2.2.17. Audio -Video Taping Equipment (Cont'd) Tape coverage shall the zone of influence of coverage. Such coverage driveways, sidewalks, landscaping, culverts, covered. Quantity and Payment REVISION: Addendum #1 Contract #3 include all surface features located within construction supported by appropriate audio shall include, but not be limited to, existing curbs, pavements, ditches, mailboxes, fences, signs and headwalls within the area Separate payment for Audio -video Taping will not be made but shall be included in the unit prices bid for "Force Main" said price shall include all else necessary therefor and incidential thereto. DIVISION 1 GENERAL PROVISIONS SECTION 1 GENERAL INFORMATION 1.1.1. Purpose The purpose of this Division is to present, supplement and/or complement, in an orderly fashion, the Supplemental Specifications, Contract Drawings and all associated or related items that make up the Contract Documents. Frequently, references are made to the provisions of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction dated 1986, (FDOTSS) as currently amended, in accordance with the particular requirements of this Project. When there is conflict between the requirements of these General Provisions and the requirements of the General Provisions of the FDOTSS, these General Provisions shall govern. This Project is to be constructed in accordance with Indian River County Utilities Standards and Specifications. When there is a conflict between these Specifications and Indian River County Utilities Standards and Specifications, the Indian River County Utilities Standards and Specifications will supercede. 1.1.2. Oroanization of Articles The articles herein are numbered in three (3) parts. The first part denotes the division number; the second, the section number of the division; and the third, the article number of the section. The headings of the articles herein are for convenience of reference only and shall have no bearing on their interpretation. All references to article numbers in these Specifications shall be construed to mean the articles as amended herein unless specifically stated otherwise. 1.1.3. Definitions Wherever in the Contract that the following terms, abbreviations or pronouns are used, their intent and meaning shall be interpreted as follows: 1.1.3. Definitions (Con't) ABBREVIATIONS: A.A.N. American Association of Nurserymen, Inc. A.A.S.H.T.O. American Association of State Highway and Transportation Officials A.G.C. The Associated General Contractors of America, Inc. A.I.S.I. _ American Iron and Steel Institute A.N.S.I. American National Standards Institute, Inc. (formerly A.S.A. & U.S.A.S.I.) A.R.E.A. American Railway Engineering Association A.S.M.E. American Society of Mechanical Engineers A.S.T.M. American Society for Testing and Materials A.W.S. American Welding Society A.W.P.A. American Wood Preservers Association A.W.W.A. American Water Works Association C.R.S.I. Concrete Reinforcing Steel Institute F.S.S. Federal Specifications and Standards I.E.E.E. Institute of Electrical & Electronics Engineers (formerly A.I.E.E.) I.E.S. Illuminating Engineering Society I.P.C.E.A. Insulated Power Cable Engineers Association N.E.C. National Electrical Code (as recommended by the National Fire Protection Association) N.E.M.A. National Electrical Manufacturers Association S.A.E. Society of Automotive Engineers S.S.P.C. Steel Structures Painting Council M.U.T.C.D. Manual on Uniform Traffic Control Devices (Current Edition) F.D.O.T.S.S. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986. ADDENDA Any interpretations or revisions, in a written, telegraphic or graphic form, to any of the contract documents, received by Bidders before the opening of bids. ADVERTISEMENT The public announcement, as required by law, inviting bids for work to be,performed or materials to be furnished, and is usually issued as "Notice to Contractors," or "Notice to Bidders." The written agreement between Owner and Contractor covering the work to be performed; other contract documents are attached to the agreements. BIDDER An individual, firm, partnership or corporation, acting directly or through a duly authorized representative, legally submitting a Bid on the Proposal Form provided. 1.1.3. Definitions (Con't) BONDS Bid, performance, maintenance, payment or any other instruments of security furnished by the Contractor and his authorized Surety in accordance with the contract documents. — BRIDGE A structure, including supports, erected over a depression or over an obstruction such as water, highway or railway, or for elevated roadway, for carrying traffic or other moving loads, and having a length, measured along the center of the roadway, of more than 20' between the inside faces of end supports. A multiple -span box culvert is considered a bridge, where the length between the extreme ends of the openings exceeds 20'. CALENDAR DAY Every day shown on the calendar, ending and beginning at midnight. CHANGE ORDER A written order to the Contractor, signed by the Owner or the Owner's agent, and the Engineer, authorizing an addition, deletion or revision in the work issued after the Award of Contract. Such CHANGE ORDER may increase or decrease the Contract cost and/or time required and/or work required to perform the Contract. CONTRACT The agreement covering the performance of the Project and payments therefor, including, if — required: Advertisement for Bids, Proposal Form, Certification as to Publication and Notice of Advertisement for Bids, Appointment of Agent by Nonresident Contractors, Non -collusion Affidavit, Warranty Concerning Solicitation of the Contract by Others, Progress Schedule, Resolution of Award of Contract, Executed Form of Contract, Contract Bond, General Specifications, Supplementary Specifica- tions, Plans, Change Orders, Supplementary Agreements, Permits andletters or other information giving interpretations or revisions of any of the foregoing documents which are received by prospective Bidders not less than three (3) days prior to the date scheduled for the receipt of bids, all of which are to be treated as one instrument whether or not set forth at length in the Form of Contract. 1.1.3. Definitions (Con't) CONTRACT BOND The security furnished by the Contractor and the Surety as a guaranty that the Contractor will fulfill the terms of the Contract in accordance with the plans, specifications and other Contract Documents, and pay all legal debts pertaining to the construction of the Project. CONTRACT TIME The number of work days or calendar days allowed for completion of the Contract, including authorized time extensions. In case a calendar date of completion is stipulated in lieu of a number of work or calendar days, the Contract shall be completed by such calendar date. CONTRACTOR The party of the second part to the Contract, acting directly or through its principals and primarily liable for the acceptable performance of the Project and for payment of all debts pertaining to the Project. CULVERTS Any structure not classified as a bridge, which provides an opening under the roadway. DEPARTMENT State of Florida Department of Transportation. ENGINEER The consulting firm of Masteller & Moler Associates, Inc., its principals, or its authorized representative. EQUIPMENT The machinery and equipment, together with the necessary supplies for upkeep and maintenance thereof; also, the tools and all other apparatus necessary for the construction and acceptable completion of the work. INSPECTOR The Owner's and/or Engineer's on-site representative responsible for observation of work performed as set forth in these Specifications. MATERIAL All raw or prepared materials & manufactured or fabricated products entering into the finished project. NOTICE OF AWARD The written notice by Owner to the apparent successful Bidder stating that upon compliance with the conditions precedent to be fulfilled by him/her within the time specified, Owner will execute and deliver the Agreement to him/her. 1.1.3. Definitions (Con't) NOTICE TO PROCEED A written notice given by Engineer to Contractor fixing the date on which the Contract time will commence to run and on which Contractor shall start to perform his/her obligations under the Contract Documents. OWNER A public or quasi -public body or authority, corporation, association, partnership or individual for whom the work is to be performed. PLANS Drawings or reproductions thereof furnished by the Engineer, pertaining to the Project. PROJECT The entire work to be performed under the Contract. PROPOSAL The prepared form furnished by the Owner, properly filled out and executed and submitted as a bid for the performance of the Project. PROPOSAL GUARANTY The security designated to be furnished by the Bidder as guaranty that he/she will enter into the Contract for the work if his/her proposal is accepted. SPECIAL PROVISIONS Specific causes supplemental to the Standard Specifications, setting forth conditions varying from or additional to the Standard Specifications, for a specific project. SPECIFICATIONS The General and Special Provisions and all written agreements, made or to be made, pertaining to the method or manner of performing the Project or to the quantities or qualities of materials to be furnished for the Project. STATE The State of Florida. SUBCONTRACTOR An individual, partnership or corporation, or a combination of any or all jointly undertaking the execution of part of the work under the terms of the Contract, by virtue of an agreement, with the Contractor or with any other subcontractor. SUBSTANTIAL The date as certified by the Engineer when the con - COMPLETION struction of the Project, or a specified part thereof, is sufficiently completed, in accordance with the Contract Documents, so that the Project or specified part can be utilized for the purposes for which it was intended. 1.1.3. Definitions (Con't) — SUPERINTENDENT The Contractor's authorized representative in responsible charge of the work. SUPPLEMENTARY Additions to or amendments of the Standard SPECIFICATIONS Specifications pertaining to the Project. SURETY The corporate body which is bound with and for the — Contractor, and which contracts responsibility for his/her acceptable bid, performance and maintenance of the Project and for his/her payment of all obligations pertaining thereto. WORK All labor, materials and incidentals required for the construction of the improvement for which the Contract is made, including superintendence, use of equipment and tools, and all services and responsibilities prescribed or implied, which are — necessary for the complete performance by the Contractor of his/her obligations under the Contract. Unless otherwise specified herein or in the Contract, all costs of liability and of performing the work shall be at the Contractor's expense. WORKING DAY A calendar day, exclusive of Saturdays, Sundays and Legal Holidays, on which weather and working conditions permit the Contractor to make effective use of not less than 50% of the usual daily man hours during regular working hours. SECTION 2 INFORMATION FOR BIDDERS 1.2.1. Invitation to Bids In accordance with the Advertisement for Bids, Proposals will be received for the performance of the Project, the general designation of which is stated in the Advertisement for Bids. Bids are requested on the item(s) stated in the Form of Proposal for the Project. The price(s) bid shall cover all costs of any nature, incidental to and growing out of the work. In explanation, but not in limitation thereof, these costs shall include the cost of all work, labor, material, equipment, transportation and 'all else necessary to perform and complete the Project in the manner and within the time required, all incidental expenses in connection therewith, all costs on account of loss by damage or destruction of the Project, and any additional expenses for unforeseen difficulties encountered, for settlement of damages, and for replacement of defective work and materials. The Bidder shall not attach conditions, limitations or provisions to his/her proposal. The attention to Bidders is directed to the provisions of Article 1.2.7., Submitting Proposal, with particular reference to the Bid Guarantee and Non -Collusion Affidavit to be submitted with the Proposal, and to the provisions of Article 1.2.9., Causes for Rejection. The Bidder warrants that, before submitting his/her proposal, he/she became familiar with the Plans, Specifications and other documents that will form parts of the Contract, investigated in detail the site of the Project and the available means of access, and made such examination thereof as necessary to satisfy himself/herself in regard to the character and amount of work involved. He/she also warrants that he/she can secure the necessary labor and equipment and that the materials he/she proposed to use will conform to the requirements thereof and can be obtained by him/her in the quantities and at the time required. The cost of providing access to the Project will not be paid for under any specific scheduled item, but shall be included in the prices bid for the various items scheduled in the Proposal. The minimum criteria for work performed under this Contract shall be in compliance with all the requirements of the most current Addenda to the 1982 FDOTSS, unless amended herein. Copies of the current Addenda to the 1982 FDOTSS are on file with the FDOT. The Owner will consider only those bids received from parties who have obtained contract documents directly from the Owner or the Owner's Engineer. Contract documents are not transferable to other parties for bidding purposes. Bids received from firms whose names are not recorded by the Owner or the Engineer as having secured documents for this Contract, will be rejected. 1.2.2. Preouali£ication of Bidders For evaluating the qualifications of a Bidder, all of the following information is required: 1. a financial statement certified by the Bidder's accountant; 2. a list of contract successfully and satisfactorily carried to PM completion on work of this pr similar nature; 3. a list of contracts which the Bidder has underway at the present time, the percentage of completion of each contract, and ^' the name and address of the owner; 4. a notarized certificate of the Bidder's ability to perform the Contract in a satisfactory manner in the time limit specified; 5. the Bidder shall certify that he/she will, if the successful Bidder, submit to the Engineer, no later than ten (10) calendar days after the signing of the Contract, all information required under article 1.3.2., Progress Schedule; M 1.2.3. Plans and Specifications The Project shall be performed in accordance with the requirements of the Plans and Specifications, subject to modifications as provided in Article 1.8.4., Change of Plans. The Plans and Specifications are intended to complement and supplement each other. Any work required by either of them and not by the other shall be performed as if denoted both ways. Should any work be required which is not denoted in the Specifications or on the Plans because of an obvious omission, but which is nevertheless necessary for the proper performance of the Project, such work shall be performed as fully as if it were described and delineated. Should any conflicts occur between Plans and Specifications, Specifications shall govern. Before submitting his/her Proposal, it shall be the Bidder's res- ponsibility to determine that he/she has received a completed set of Plans and Specifications. If any person contemplating submitting a bid for the Project is in doubt as to the true meaning of the Plans, Specifications or other documents, he/she may submit, to the Owner's Engineer, a written request for an interpretation thereof. The persons submitting the request will be responsible for its delivery. Any interpretation of the documents will be made only by an Addendum duly issued, and a copy of such Addendum will be mailed or delivered to each Bidder on the official list of Bidders. M W 1.2.3. Plans & Specifications (Con't) Questions received less than two (2) calendar days prior to the date for opening of bids will not be answered. Only the interpretation or correction issued by the Engineer by Addendum shall be binding. Prospective Bidders are advised that no other source is authorized to give information concerning the documents or to explain or interpret the documents. All Bidders will acknowledge in the space provided for in the Proposal, the receipt of all Addenda and will confirm that the Addenda have been considered in the preparations of their proposal. Completeness of Work - The Contract documents, of which the Plans and Specifications form an essential part, are intended to cover the complete and proper execution of the Project. Details, parts and appurtenant work required to carry out their scope, even though not delineated, described, mentioned or indicated, shall be furnished the same as if they were specifically shown or mentioned. This applies to the prices bid which shall be deemed to include such details, parts and appurtenant work. The Plans with all notes thereon and the Specifications are intended to be corrective and of equal force and effect, and the Engineer will interpret their meaning should there be any apparent discrepancy. Figures shall be used in reading dimensions indicated and no scaled dimensions shall be used. Therefore, the Engineer shall have the right to make such interpretations as he/she may deem necessary for the proper completeness and objective purposes of the Plans and Specifications. Errors and Discrepancies - If, in the progress of the work, the Contractor discovers any error or omissions in the Plans or Specifications, or in the work, he/she shall immediately notify the Engineer and Owner, and the Engineer shall promptly verify the same. If, with the knowledge of any such error or omission and prior to the correction thereof, the Contractor proceeds with any work affected thereby, he/she shall do so at his/her own risk and the work so done shall not be considered as work done under and in performance of this Contract unless and until approved and accepted. 1.2.4. Proposal Proposals shall be submitted on the Form of Proposal as furnished, and shall be properly filled out and duly executed. The Bidder shall state in the Form of Proposal, in figures, the price per unit of measure for each scheduled item of work for which he/she will agree to carry out the work, the products of the respective estimated quantities and the Unit Prices bid therefore, and the Total Price for the performance of the Project obtained by adding the amount of the several 1.2.4. Proposal (Con't) items. All figures shall be typewritten or printed clearly in ink. For the purpose of comparison of bids received, the Total Price, as correctly determined from the estimated quantities listed in the Proposal and the Prices per Unit of Measure bid respectively therefore, will be considered to be the amount bid for the Project, and award will be made on the correct Total Price. ^ When the Proposal is made by an individual, his/her post office address shall be stated, and he%she shall sign the Proposal; when made by a firm or partnership, its name and post office address shall be stated, and the Proposal shall be signed by one or more of the ^ partners; when made by a corporation, its name and principal post office address shall be stated, with corporate seal affixed and signatures notarized in all cases. Before award is made to a Bidder not a resident of the State of Florida, such Bidder shall appoint and name, with address, a proper agent in the State of Florida on whom service can be made in event of litigation. Should the lump sum price bid for the item "Mobilization" exceed the maximum permissible amount for this item, as specified elsewhere herein, the bid price will be reduced to the maximum permissible amount, and the reduced price will be used in correctly determining the total price for comparison of bids received. 1.2.5. Estimate of Quantities The quantities shown on the Schedule of Quantities are not guaranteed correct, but are approximations only, being shown for the purpose of comparing bids received. The Engineer or Owner does not assume any responsibility that the quantities shall materialize strictly in accordance with provisions of the Contract Documents in construction of the work, nor shall the Bidder or Contractor plead misunderstanding or deception because of such estimate of quantities of the character of the work, location or other conditions pertaining thereto. The Engineer or Owner reserves the right to increase or decrease any or all of the above mentioned quantities of work, or to omit any of them as it may deem necessary, and such increase or decrease of the quantities given for any of the bid items shall not be considered as sufficient grounds for granting an increase in the unit prices bid except as set forth in Section 1.8.4., Change of Plans. 1.2.6. Proposal Guaranties No Proposal will be accepted unless the Bidder shall furnish one hundred (100X) percent security for the proper execution of the Contract. M 1.2.6. Proposal Guaranties (Con't) .� The Proposal, when submitted, shall be accompanied by two (2) Proposal Guaranties as follows: (1) a bid bond made payable to the order of the Owner as given in the Notice and Advertisement for Bids and drawn on a bank or trust company satisfactory to the Owner in the sum of no less than five (5%) percent of the amount of the Proposal, except that the amount of the bid bond shall not be less than 8500.00; and (2) a certified letter (bid letter) of intent guaranteeing the posting of a Performance Bond for 100% of the Project which will be prepared on the Surety's.Consent form as set forth in Section 1.10.5. of these Specifications. This letter will be duly executed by the Bidder, as principal, and by a surety company approved by the Owner. Such bid bond and letter of intent must be enclosed in the sealed envelope containing the Proposal and must be delivered with such Proposal. The name and address of each surety must be stated in the bid or Proposal, and the Surety's consent must be given in the form attached .. hereto. Furthermore, each Surety's consent must be accompanied by a Power _ of Attorney nominating, constituting and appointing the person whose signature appears on said Surety's consent and bid bonds as the true and lawful agent of the surety to execute all bonds and the consent on its behalf. 1.2.7. Submitting Proposal Two (2) originals of the executed Proposal, the Bid Security and all executed Addenda shall be enclosed in a sealed envelope, bearing on the outside the name and address of the Bidder as well as the designation of the work and Contract number as named in the Form of Proposal. Proposals will be accepted at the place and until the time stated in the Advertisement of Bids. Enclosed in the sealed envelope with the Proposal shall be submitted two (2) originals of the following documents: (a) the two Proposal Guaranties, as described in Article 1.2.6.; (b) Statement of Stockholder Information, as described in Article 1.10.6.; (c) a Non -Collusion Affidavit and a Warranty concerning solicitation of the Contract by others, as described in Article 1.10.2.; (d) an executed Contractor's Questionnaire as specified in Section 1.10.3.; (e) all executed Addenda; (f) Affidavits of Prequalification, as specified in Article 1.2.2. Two (2) originals of the required Non -Collusion Affidavit and the Warranty concerning solicitation of the Contract by others as cited in Article 1.10.2. (both on the form attached to the Form of Proposal) shall be properly signed, sworn to and submitted. L 1.2.7. Submitting Proposal (Con't) I£ forwarded by mail, the sealed envelope referred to above shall be placed in a second envelope addressed to the Owner as given in the Notice and Advertisement for Bids and shall be sent by registered mail. Mailed proposals received after the time set for the public opening of bids will be returned unopened. 1.2.8. Withdrawing Proposal A Proposal, after having been submitted, may be withdrawn by the Bidder prior to the time set for opening of bids upon the presentation of a written request for such withdrawal to the Owner and delivered to the place where bids are to be submitted. No withdrawal of bids will be allowed after said time even though bids may not as yet have been opened. 1.2.9. Causes for Rejection Proposals from Bidders not qualified to bid, according to the provisions of Articles 1.2.2., 1.2.6., and 1.2.7., will be rejected. If the Bid Prices for the several items of the work are unbalanced, the Owner shall have the right, in its own best interests, to consider the Proposal irregular and accordingly reject the same. The Owner may reject any or all bids not in accord with the Adver- tisement of Bids, or for any other irregularities, or may reject any or all bids if the price for work or materials is excessively above the estimated cost, or for any other cause. Proposals which are deemed by the Owner to be incomplete, conditional, or obscure, or which contain additions not called for, erasures, alterations, or irregularities of any kind, may be rejected. The Owner reserves the right to waive any informalities in the bids received, to award the Contract only to a Bidder experienced in ® this class of work, whose Proposal is deemed by the Owner to be moat advantageous to the Owner's interests, and to reject any or all bids for any reason whatsoever. The provisions of the Specifications are made for the benefit of the Owner and no right shall be deemed to accrue to any person making a Proposal by reason of the submission of any Proposal hereunder or by the waiver or nonenforcement of any provisions or requirements of the Specifications. Proposals may be rejected if received from Bidders who have performed work previously for the Owner in an unsatisfactory manner, and if the Engineer, in his/her sole discretion, deems it advisable to do so in the interest of the Owner. 1.2.10. Laws and Other Requirements Attention is called to Articles 1.6.3., 1.6.4. and 1.6.5., relating to Observance of Laws, Federal Aid, and Permits and Licenses, and to Articles 1.4.7., 1.4.8. and 1.4.9., relating to Materials and Equipment, Superintendence and Workers, and Construction Equipment. 1.2.11. Familiaritv with Work It is the obligation of the Bidder to ascertain for himself/her- self all the facts concerning conditions to be found at the location of ^ the Project, including, but not limited to, means of access and all physical characteristics above, on and below the surface of the ground, to fully examine the Plans and read the Specifications, to consider fully these and all other matters which can in any way affect the work under the Contract and to make the necessary investigations relating thereto, and he/she agrees to this obligation in the signing of the Contract. The Engineer or Owner assumes no responsibility whatsoever with respect to ascertaining for the Contractor such facts concerning physical characteristics at the site of the Project. The Contractor agrees that he/she will make no claim for additional payment or extension of time for completion of the work or any other concession because of a misinterpretation or misunderstanding of the Contract, on his/her part, or of any failure to fully acquaint himself/herself with all conditions familiar with the work as described above. There is no ^ existence, on the part of the Owner, of any obligation or responsibility to make any adjustments as referenced above. It is the responsibility of the Contractor to consider the potential for subsurface or latent physical conditions at the site when preparing his/her bid. ^ The Bidder shall have satisfied himself/herself that he/she can secure the necessary labor and equipment; that the materials and equipment he/she proposes to use will comply with the requirements therefore and can be obtained by him/her in the quantities and at the time required; that he/she can secure the required insurance with special endorsements, and the Contract Bond; and that he/she can otherwise comply with the requirements of the Contract. 1.2.12. Subsurface Conditions Subsurface information may have been obtained for the Project for engineering design purposes. This information may also have been used in the preparation of estimates of quantities for bidding purposes. ^ However, it is the obligation of the Bidder to make his/her own investigations of subsurface conditions prior to submitting his/her Proposal. The Bidder should review all available subsurface information, including, but not limited to, boring logs, core recovery, test results and soil reports. The Bidder's review should be in great 1.2.12. Subsurface Conditions (Con't) detail through qualified and experienced representatives, and the Bidder, if not satisfied with the extent of available information, should, at his/her own expense, make an independent investigation, — which may include additional borings, as deemed necessary by the Bidder. If additional time is required for such investigations, he/she should notify the Engineer and request an extension of the bidding date, but the Engineer shall nqt be obligated to grant the additional time requested. The determination of subsurface materials and conditions to be encountered is a matter of judgment and opinion based on the interpretation of information available. Information available to the Engineer or Owner will be made available to the Bidder upon request. Subsurface information obtained by the Engineer or Owner, made available to the Bidders, is not guaranteed by the Engineer or Owner in any respect. The information is made available to Bidders, who shall make their own independent determination as to what value to assign to this information. The information is presented in good faith, but is not intended as a substitute for personal investigations, inter- pretations or judgment of the Bidder. Except as may be otherwise provided in the Contract documents, the risk of encountering unexpected subsurface conditions shall be borne by the Contractor. Any estimate or estimates of quantities shown on the Plans or in the form of proposal, based on any available boring logs, core recovery, test results, soil reports or any other subsurface — investigations, are in no way warranted to indicate the true quantities. The Contractor agreees that he/she will make no claim against the Engineer or Owner, if the actual quantity or quantities do not conform to the estimated quantity or quantities, except in accordance with the provisions of Article 1.8.4. 1.2.13. Differing Site Conditions The Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of : (1) subsurface or latent physical conditions at the site differing materially from those indicated in this Contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those originally encountered and generally recognized as inherent in work of the character provided for in this Contract. The Engineer shall promptly investigate the conditions, and if he/she finds that such conditions do materially so differ and cause an increase or decrease in the Contractor's cost of, or the time required for, performance of any part of the work under this Contract, whether or not changed as a result of such conditions, equitable adjustment shall be recommended to the Owner and if approved, the Contract modified in writing accordingly. 1.2.13. Differing Site Conditions (Con't) No claim of the Contractor under this clause shall be allowed unless the Contractor has given the notice required in the paragraph above. 1.2.14. Sales and Use Tax Acts Bidder will make his/her own independent analysis of the Florida Sales and Use Taxes and the applicability or non -applicability thereof to the materials, supplies and services to be provided and performed under and as part of the Contract work. All taxes are to be included in the unit prices bid or lump sum bid. No separate payment of taxes will be made. 1.2.15. Pre -Bid Conference A pre-bid conference will be held at least one week prior to the bid opening date. The exact time and place is listed in Section 9 of these General Provisions. Such meeting shall serve the purpose of allowing the Owner, the Engineers, all prospective Bidders and other interested parties to discuss this Project. 1.2.16. Working Areas The Contract Drawings show the Owner's property, if any, which the Owner will furnish the Contractor and other Contractors during the Construction of the work. The Contractor may use the areas shown on the Contract Drawings for the receipt and storage of materials and the construction of such plant as is necessary in connection with his/her operations. Upon completion of the work under this Contract, all such construction shall be removed and the property restored to a condition satisfactory to the Owner. The Bidder shall ascertain the adequacy of the areas for his/her _ facilities and the available means of access to the site. The Contractor shall make arrangements for such additional working area or access as he/she may require for his/her operations, at no cost to the Owner. SECTION 3 CONTRACT AND SUBCONTRACT PROCEDURE 1.3.1. Award of Contract Award, if made, will be to the lowest, responsible Bidder whose Proposal conforms in all respects to the requirements stated herein. The award shall not be binding,upon the Owner until the Contract has been executed by the Owner, nor shall any work be performed on account of the proposed Contract until the Contract has been duly executed and delivered. All Bidders whose Proposals are rejected will be notified in writing of the action taken by the Owner. 1.3.2. Progress Schedule Within ten (10) calendar days of the date of award of the Contract, the Contractor shall furnish a progress schedule, satisfactory to the Engineer, showing the times he/she intends to commence and complete the various work stages and operations and the principal items of work included in the Project, and the quantity and kinds of equipment and character of labor force which he/she intends to use. Such information and comment is required in order to safeguard the Owner's interest, but it shall in no way relieve the Contractor of his/her obligations or responsibility for the safe and proper conduct of the Work. The method of procedure shall be that best adapted to the efficient, safe and expeditious execution of the Work. If, in the opinion of the Engineer or his/her authorized representative, the progress schedule, as submitted by the Contractor, does not provide adequate plans, or does not take adequate considera- tion of climatological or other factors which may delay the progress of the Work, or for any other reason does not provide a reasonable expectation of time completion of the Work in accordance with the completion dates given in the Specifications, the Engineer may return the proposed project schedule to the Contractor for revision and resubmission. The Contractor shall cooperate with the Engineer or his/her authorized representative, and make available all information pertinent to the developing of the schedule. The schedule will be the plan to which Work progress will be compared for evaluation. This schedule, when approved by the Engineer will become part of the Contract. 1.3.2. Progress Schedule (Cont'd) In the case of a lump sum bid, the Contractor will furnish the Engineer a project cost breakdown at the same time that the progress schedule is submitted. The project cost breakdown will be prepared in sufficient detail listing project components in order that the cost breakdown can be used as a guide in preparing monthly payment certificates by comparing actual construction progress with the cost breakdown list. The cost breakdown list should also parallel the description of work to be performed as detailed on the progress schedule. 1.3.3. Time of Award; Return of Bid Security The Bidder shall maintain the bid as valid and the Owner shall award a contract or reject all bids within sixty (60) calendar days after receipt and opening of bids or within such time as may be specifically stated elsewhere in the Specifications. The Bid Security of the three (3) lowest Bidders will be returned within three (3) calendar days after award of Contract and approval of the Contractor's performance Bond, Sundays and Holidays excepted. The Bid Security of all other Bidders will be returned within ten (10) calendar days from the date of the bid opening, Sundays and Holidays excepted. 1.3.4. Payment Bond Within ten (10) calendar days of the date of award of the Contract, the Bidder whom the Contract has been awarded shall furnish and deliver a Payment Bond, satisfactory to the Owner. The bond shall be for a sum of not less than the Total Price bid for the Project and shall be maintained by the Contractor until acceptance of the Project, and in the event of insolvency of the Surety, the Contractor shall forthwith furnish and maintain, as above provided, other Surety satisfactory to the Owner. 1.3.5. Execution of Contract Within ten (10) calendar days of the date of award of the Contract, the Bidder to whom the Contract is awarded shall execute and deliver the necessary documents entering into the Contract with the Owner. Payment and Performance Bonds for the total amount bid shall have been furnished, executed and delivered before the Contract will be executed by the Owner. At the time of execution of the Contract, Contractor shall deliver the following documents to the Owner:. a) proof, satisfactory to the Owner, of the authority of the person or persons executing the Contract and Payment and Performance Bonds of the Contractor; b) satisfactory evidence of all insurance coverage prescribed by the Contract Documents; c) proof of current corporate status and certificate of authority to transact business in the State where the Work is to be performed and/or designation of a proper agent(s) in the State where the Work is to be done, upon whom service may be made in the event of litigation, if Contractor is a non-resident thereof. 1.3.5. Execution of Contract (Cont'd) — In case the Surety named in the Proposal is not approved by the Owner, the Bidder naming such sureties will be required, within five (5) calendar days or such further period as may be prescribed by the — Owner after notice of such disapproval, to substitute the name of another Surety satisfactory to the Owner. Evidence of the right of the company or companies furnishing the bonds to do business in Florida and the authority of the agents to execute the Bonds, will be required. The successful Bidder, at the time of signing the Contract, shall produce and file with the Owner, a certificate evidencing that Bidder, if an individual, firm or partnership, has filed and registered Bidder's trade name (or fictitious name) in the County and State wherein the work is to be performed; or, if a foreign corporation, that — Bidder is authorized to transact business in the State (or States)' wherein the work is to be performed. The successful Bidder, at the time of the signing of the Contract, shall produce a certified copy of corporate resolution or statement signed by all partners or the sole proprietor, setting forth the name(s) and position(s) of the person or persons authorized to execute Contract modifications, Change Orders, and/or monthly estimates on behalf of the Contractor. 1.3.6. Failure to Execute Contract Failure upon the part of the Bidder, to whom the contract has been — awarded, to execute and deliver the Contract, as provided in .Article 1.3.5., and the Surety Corporation Bond, as provided in Article 1.3.4., in the manner and within the time provided, shall be just cause for — annulment of the award and for the exclusion of the Bidder from bidding on subsequent projects, at the Owner's discretion. It is understood and agreed by said Bidder, that if the award is annulled for the above persons, the certified check or bid bond, as described in Article 1.2.6., shall become the property of the Owner, not as a penalty, but as liquidated damages. 1.3.7 Subletting and Assigning Contract The Contractor shall not sell, transfer, assign, hypothecate or otherwise dispose of the Contract to any other party. The Contractor shall perform with his/her own organization, and with assistance of workers under his/her immediate superintendence, work amounting to not less than 50% of the Total Price Bid for the Project, exclusive of specialty items not commonly found in Contracts for similar work or which require highly specialized knowledge, craftsmanship or equipment, not ordinarily available in the organization of contractors performing work of the character embraced in this Contract. Specialty items, if any, shall be as set forth in Section 9 of these Specifications. Where 1.3.7. Subletting and Assigning Contract (Cont'd) the value of the work to be sublet is 825,000 or more, subletting will be permitted only to subcontractors prequalified with the Owner and Engineer as described in Article 1.2.2. Subject to the written consent of the Owner and Engineer, work may be sublet. It is understood, however, that any written consent of the Owner or Engineer for the subletting of any of the work of the Contract, in no way relieves the Contractor from his/her full obligations under the Contract. The written consent to sublet any part of the work shall not be construed to be an approval of the said subcontract or of any of its terms, but shall operate only as an approval of the Contractor's request for the making of a subcontract between the Contractor and his/her chosen subcontractor. ^ The subcontractor shall look only to the Contractor for the payment of any claims of any nature whatsoever arising out of the said subcontract, and said subcontractor agrees, as a condition of the Owner's consent to the making of said subcontract, that he/she shall make no claim whatsoever against the Owner, Engineers or his/her agents, or employees for any other cause whatsoever that may arise by reason of the relationship created between the Contractor and subcontractor unless the proposed subcontractor furnishing a statement to the effect that said subcontractor is acquainted with all the provisions of the Contract and agrees thereto. In order to sublet any part of the work, the primary Contractor must make application to, and secure the written permission of the Owner and/or Engineer. The application shall give the items proposed to be sublet by items number and name, and the total value of the work proposed to be sublet. The application shall be accompanied by a statement showing that the subcontractor to whom the work is proposed to be sublet is particularly experienced and equipped for such work in addition to all other information contained in Article 1.2.2. 1.3.8. Pre -Construction Conference A preconstruction conference will be held at least five (5) calendar days prior to the commencement of work. The exact time and place will be scheduled after the award of the Contract, by the Engineer and the Contractor. The agenda shall include, but not be limited to: review of the ^ Progress Schedule, establish procedures for handling Shop drawings and other submissions, processing Applications for Payment and to establish a working understanding between all parties as to the Project, and its implementation. 1.3.8. Pre -Construction Conference (Cont'd) Present at the conference will be the Owner or his/her representa- tive, Engineer or his/her representative, the Contractor and other interested parties. 1.3.9. Notice to Proceed Within fifteen (15) calendar days of the execution of the Contract, the Owner will issue to the Contractor "Notice to Proceed." After receipt of the Notice, the Contractor shall proceed with submission of proposed shop drawings, catalog cuts and other data pertaining to material and equipment required for the work. The Contract time will commence effective on the date the "Notice to Proceed" is issued by the Owner. Construction operations shall not begin until the Contractor has completed the proper requirements in accordance with Articles 1.3.2. and 1.7.1. SECTION 4 SCOPE OF THE WORK 1.4.1. Work to be Performed The work of the Contract comprises the performance and comple- tion of the Project, including the furnishing of all materials, equipment, transportation, labor and all else necessary therefore and ^ incidental thereto, and final cleaning up as provided in Article 1.4.4., the payment of.all due obligations as provided in Article 1.8.5., and the replacing of defective work and materials as provided ^ in Article 1.8.7., all in accordance with the Plans and Specifications. Plans and Specifications form an essential part of the Contract Documents and are intended to cover the complete and proper execution ^ of the entire Work. Any omission of the mention of any of the detail work to be performed under each item does not relieve the Contractor from his/her obligation to complete each and every item of work ^ contracted for as shown on the Plans or called for in the Specifications. Any detail of work called out on the Plans, but not called out in the Specifications, or vice versa, any item of work or ^ detail not called out on the Plans, but called out in the Specifications, shall be considered the same as if called out in both the Specifications and the Plans, which are mutually complementary in all cases. 1.4.2. Other Contractors The right is reserved by the Owner to do work with its own employees or by other Contractors and to permit public utility companies and others to do work, during the progress and within the ^ limits of, or adjacent to, the Project, and the Contractor shall conduct his/her work and cooperate with such utility companies and others, so as to cause as little interference as possible with their ^ work, as the Engineer may approve. The Contractor shall and hereby does agree, to make no claims against the Owner for additional payment due to delays or other conditions created by the operations of such ^ other parties. If there is a difference of opinion as to the respective rights of the Contractor and others doing work within the limits of or adjacent to the Project,• the Engineer will decide as to the respective rights of the various parties involved in order to secure the ^ cpmpletion of the Owner's work in general harmony and in a satisfactory manner. The Engineer's decision shall be final and binding on, and shall not be cause for claims by, the Contractor. The Contractor will be held responsible for damage to the work performed on the Contract that may be caused by or on account of the work of his/her subcontractors or utilities companies adjusting their facilities because of the project. M 1.4.2. Other Contractors (Con't) The Contractor will not be held responsible for damage to work performed on other contracts within or adjacent to the site of the project that may be caused by or on account of the work of other contractors or utility companies. 1.4.3. Maintenance and Protection of Traffic Highway Traffic: - When vehicular or pedestrian traffic, or both, is to be maintained over existing highways or streets within the scope of the project, the Contractor shall plan and carry out his/her work to provide for the convenient and safe passage of such traffic. Reference to the "Manual on Uniform Traffic Control Devices for ^ Streets and Highways" in the specifications, shall mean the current edition published by the U.S. Department of Transportation, Federal Highway Administration, as currently amended. Construction barriers and major warning and delineation devices shall be placed in accordance with the construction barrier location plan, unless otherwise directed by the Engineer. Prior to beginning construction work in any area or phase of the Project, the Contractor shall erect or place those specified barriers, lights, signs, cones, and other warning and danger signals and devices which the Engineer deems adequate and appropriate for that particular area or phase. Traffic control devices shall conform to the Plans and Specifications and to the Manual on Uniform Traffic Control Devices of the Federal Highway Administration. Traffic control devices shall be placed and maintained in good and clean condition where shown on the plans or directed by the Engineer. Traffic control devices once delivered to the Project, shall be moved to other locations as directed, or stored as required, until such time as the Engineer determines that they are no longer required on the ^ Project. At such time, they will become the property of the Contractor to be disposed of by him/her, unless otherwise specified. The signs shall bear no symbols or messages; and the supports, no signs, other than specified. ^ Signs shall be erected on good, substantial posts, with the bottom of the sign thirty inches (30") above the ground so as to withstand normal winds, subject to the approval of the Engineer. Signs, barricades, traffic cones, drums and electrical flasher units shall be established, relocated, repaired and replaced in such manner and at such times and places as may be necessary for adequate protection of vehicular and pedestrian traffic, subject to approval by the Engineer. 1.4.3. Maintenance and Protection of Traffic (Cont'd) The Contractor shall provide sufficient watchmen and traffic directors and shall take all other precautions, including any which may be ordered by the Engineer, that may be necessary for the safety of the public and protection of the work. Watchmen shall patrol hourly and replace missing or inoperable lighting units. The Contractor shall not perform any construction work above vehicular or pedestrian traffic unless there be explicit provision therefor in the Supplementarty Specification or specific, written permission by the Engineer. Subject to such provision or permission, the Contractor shall provide the necessary devices and means to protect such traffic from falling construction materials and other projects, and from painting operations, during the time that construction work is carried on above traffic. Before starting work on bridge spans or other operations above traffic, the Contractor shall obtain the Engineer's approval of the precautions he intends to take for the protection of traffic. However, Engineers approval in no way affects the Contractor's full responsibility for the protection of traffic. Work which closes or alters the use of existing roads and streets shall not be undertaken until adequate temporary or permanent provisions for traffic have been provided or arranged for by the Contractor and such provisions have been approved by the Engineer. Where it is necessary for pedestrians to cross, or walk within the limits of the Project, the Contractor shall provide, without specific or additional compensation therefore, adequate temporary sidewalks of soil aggregate, stone or slag screenings or other suitable material and shall maintain them in a condition acceptable to the Engineer. Within ten (10) calendar days after notice to the Contractor of the award of the Contract, he shall submit, in writing, for approval of the Engineer, a plan of the methods, facilities and devices he/she proposes to use for the maintenance and protection of traffic. Wherever traffic lanes are to be maintained, such traffic lanes are to be not less than ten (10') feet in width in each direction and — shall be delineated with solid yellow traffic stripes six (6") inches wide. The means provided for the maintenance of traffic shall be removed upon conpletion of the work and any damage done to public or private property shall be made good by the Contractor at his/her own expense. The cost of maintenance and protection of traffic as described above will not be paid for under any specific item, but the cost thereof shall be included in the prices bid for various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. 1.4.3. Maintenance and Protection of Traffic (Cont'd) Where the Project includes work across, over, under or adjacent to railroad tracks or railroad right-of-way, the Contractor shall safeguard the traffic, tracks and appurtenances and other property of the railroad affected by his/her work. He/she shall comply with the regulations of the railroad company relating to the work, shall keep the tracks clear of obstruction, shall provide barricades, warning signs, light, and other danger signals and means of protection, and shall arrange with the railroad company for the furnishing of watchmen and flagmen and other protective service that may be required by the railroad company. The Contractor shall arrange with the railroad company for direct payment to the company watchmen, flagmen, and other protective service which it may require. In addition to any other insurance or bonds that may be required under the Contract, the Contractor shall carry insurance covering the work to be performed on, over, or under railroad property, when and as prescribed in the Supplementary Specifications. The maintenance and protection of railroad traffic will not be paid for under any specific scheduled item, but the cost thereof, including the safeguarding of tracks, traffic and appurtenances of the railroad, watchmen, flagmen, barricades, lights, signs, signals, warnings, all other protection and services, and insurance, when and as specified in the Supplementary Specifications, but excluding work, labor, materials and equipment specifically provided to be performed and furnished by the railroad company, at its own expense or under direct reimbursement by the Owner, shall be included in the prices bid for the various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. During any suspension, the Contractor shall make passable and shall open to traffic, such portions of the Project and temporary roadways or portions thereof, as may be agreed upon between the Contractor and the Engineer for the temporary accommodation of necessary traffic during the anticipated period of suspension. Thereafter, and until an issuance of an order for the resumption of construction operations, the maintenance of the temporary route or line of travel agreed upon, will be by and at the expense of the Owner. When work is resumed, the Contractor shall replace or renew any work or materials lost or damaged because of such temporary use of the Project; shall remove to the extent directed by the Engineer any work or materials used in the temporary maintenance thereof by the Owner, and shall complete the Project in every respect as though its prosecutions had been continuous and without interferences. All additional work caused by such suspensions, for reasons beyond the control of the Contractor, will be paid for by the Owner at contract prices or by supplemental work. 1.4.4. Final Cleaning Up As the work progresses, all debris, rubbish, refuse and all unused materials and tools shall be removed promptly from the site. Before the final acceptance of the Project, the Contractor shall remove all equipment, temporary work, unused and useless materials, rubbish and temporary buildings, shall repair or replace, in an acceptable manner, fences or other private or public property which may have been damaged or destroyed on account of the prosecution of the work, shall fill all depressions and water pockets on public and private property caused by his/her operations, shall remove all obstructions from waterways caused by his/her work, shall clean all drains and ditches within and adjacent to the site of the Project which have been obstructed by his/her operations, and shall leave the site of the Project and adjacent public and private property in a neat'and presentable condition whenever his/her operations have disturbed conditions existing at the time of starting work. If directed by the Engineer, the Contractor shall procure and submit to the Engineer, signed statements from property owners affected, that he/she has fulfilled his/her obligations in the matters enumerated above with regard to their respective properties. The Contractor shall remove all silt and other deposits from all culverts, inlet, outlet and parallel ditches, and other drainage structures, including stream channels. The Contractor shall also clean and remove from the Project and adjacent properties, including waste and borrow areas, all surplus and discarded materials, equipment and temporary structures, and shall further remove all debris and objectionable materials of any kind from areas used or disturbed by the construction operations within, or within sight of, the roadways. Waste and borrow areas shall be seeded and mulched as specified in Section 570 of FDOTSS. All grass and vegetation within the slope limits as constructed by the Contractor, including waste and borrow areas, shall be mowed by him/her and he/she shall leave the site in a presentable condition throughout, satisfactory to the Engineer. Payment for final cleaning up and restoration of property, as above provided, will not be made under any specific item, but the cost of this work shall be included in the prices bid for the various items scheduled in the Proposal. 1.4.5. Field Office If required by the Supplementary Specifications, the Contractor shall provide and maintain, in good condition, for the exclusive use of the Engineer, one or more of the hereinafter described construction field offices at a location or locations to be approved by the Engineer. The number of field offices shall be as designated in the ^ Supplementary Specifications or Proposal. 1.4.5. Field Office (Cont'd) The office shall be of weatherproof construction having a floor space of no less than 288 SF, located on or in the immediate vicinity of the Project. The office shall be provided with sufficient natural and artificial light and shall be adequately cooled and/or heated. Doors and windows shall be equipped with adequate locks, and all keys shall be in the possession of the Engineer. Suitable sanitary conven- iences for the use of the Engineer, conforming to the requirements of Article 1.4.6., shall be provided in or adjoining the field office or offices which shall be maintained clean and in good working condition, and shall be stocked with lavatory and sanitary supplies at all times during the period of the Contract. If a field office is not required, these conveniences shall be provided at a location directed or approved by the Engineer. The office shall be equipped with tables and chairs for the use of four (4) people and shall have sufficient drawers for the standard size plans, either attached to the tables or in cabinet form, one (1) rough plan rack, one (1) supply cabinet, a minimum of five (5) gallons of potable water maintained by the Contractor, one (1) dual cassette telephone answering machine, and one (1) fire-resistant, (2) drawer legal size file cabinet meeting fire underwriters' approval for no less than a 1 -hour test. The room also shall be provided with a desk and chair. Parking spaces for two (2) full-size vehicles shall also be provided within the immediate vicinity of the office. The Contractor will provide for the installation of telephone facilities in the field offices. However, only the minimum monthly service chart and work related toll charges will be paid by the Contractor. In lieu of the field office or offices specified above, the Contractor may provide equivalent office space, equipment and facilities subject to approval of the Engineer. The field office shall be ready for use no later than ten (10) calendar days after the date of mailing the fully executed Contract and before any other work is started, shall be maintained by the Contractor until one (1) month after final acceptance of the Project by the Engineer and Owner, and then shall be removed. Payment for field office will not be made under any specific item, but the cost of this work shall be included in the prices bid for various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. 1.4.6. Sanitary Provisions The Contractor shall provide and maintain, in a neat and sanitary condition, properly secluded accommodations for himself/herself and his/her employees, complying with the regulations of the State _ Department of Health and other bodies having jurisdiction. Necessary conveniences, properly secluded, shall be provided and maintained for the use of the Engineer, satisfactory to the Engineer and sanitary authorities. The cost of sanitary conveniences for the Engineer and the cost of accommodations for the Contractor and his/her employees shall be included in the prices bid for the various items scheduled in the Proposal. 1.4.7. Materials and Equipment General - All materials for the Project shall be furnished by the Contractor, unless otherwise specifically prescribed. They shall conform to the Plans and Specifications, and shall be from approved sources. Only materials which have been.approved by the Engineer shall be used. Within twelve (12) hours after receiving a shipment of materials, the Contractor shall advise the Engineer of the kind, size, quantity and location thereof. Quality and Source of Equipment - All equipment for the Project shall be furnished by the Contractor, unless otherwise specifically prescribed. The equipment shall conform to the Plans and Specifications and shall be from approved sources or manufacturers. Only equipment which has been approved in writing by the Engineer shall be used. The naming of specific materials, equipment etc., is for the purpose of establishing a basis of quality and performance. Alternate or substitute materials, equipment, etc., may be considered by the Contractor, provided they are acceptable to the Engineer. The acceptance procedure for substitute or alternate material, equipment, etc., is set forth on the last page of this Article. Should an alternate or substitute material, equipment, etc., be approved by the Engineer, the total cost of any changes, alterations or modifications to the Project, Plans, etc., resulting from its use, shall be the responsibility of the Contractor and performed to the satisfaction of the Engineer. Ouality and Source of Materials - All materials for this Contract shall be new materials, unless otherwise specifically provided, and shall be approved by the Engineer. The Contractor shall, within ten (10) calendar days after the date of execution of the Contract by the Owner, inform the Engineer, in writing, from whom and where he/she proposes to obtain the materials required and advise the Engineer accordingly. Submission of the source of supply of each of the materials to be incorporated into the Work shall be made to the Engineer for approval, preferably before delivery 1.4.7. Materials and Equipment Quality and Source of Materials (Cont'd) of such material is started. Subsequent to the submission of this initial list of sources of supply, the Contractor shall notify the Engineer of new sources of supply in advance of the proposed shipment of materials from such new sources. The approval of the Engineer may be withdrawn, at any time, when it appears to the Engineer that the materials no longer conform to Contract requirements, after giving such approval. Approval by samples alone may be permitted by the Engineer only so long as the material conforms to the samples approved and it can be furnished at the time and in the quantity required by a producer equipped to furnish it in uniform quality and composition. Approval for a specific case or use does not imply approval for other cases or uses. Approved materials which appear defective when received, or which may have become damaged in any manner, shall not be used until retested and reapproved. All materials proposed to be used may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. No material which, after approval, has in any way become unfit for use shall be used in the Work. Orders for materials shall give detailed description of them and their intended use, manner of shipment, proposed delivery date and shall state the official designation of the work on which they are to be used. Duplicates of orders (except for prices) shall be furnished by the Engineer at the time the order is placed, if requested by the Owner. Material delivery slips shall show such information as may be prescribed by the Engineer. In any item of construction, the sources, brands or types of material shall not be changed without the consent of the Engineer. Unless otherwise directed by the Engineer, the Contractor's request for such changes shall be filed with the Engineer thirty (30) days in advance of such changes. The Contractor's notice shall state the name and address of the supplier, the location of the proposed source, the method of shipment and the intended use of the material. The Contractor shall also furnish this information for all materials whenever he/she places an order therefore. 1.4.7. Materials & Equipment (Cont'd) The foregoing provisions shall apply with regard to requests by subcontractors for the sources of the materials they propose to use, such requests to be submitted through the Contractor. Commercial Articles - For the purpose of concisely indicating the standard of the requirements as to type, quality, design and finish, certain materials may be specified as named commercial articles, or approved equal, and in such case other makes of equal grade, suitability, availability and finish may be offered by the Contractor, but submitted only if approved by the Engineer. Sampling and Testing Materials - All materials furnished by the Contractor, the subcontractors &'suppliers for use in connection with the work, are subject to test, or visual inspection if testing is not required, for verification as to conformance to Contract requirements. In general and unless otherwise provided, representative samples of materials to be tested or inspected by the Owner will be selected at random by the Engineer or his/her Inspectors from sources or supplies provided by the Contractor. The Contractor shall provide samples, at no cost to the Owner, and shall furnish all necessary assistance to the Engineer or Inspector in selecting the samples. The Owner reserves the right to order that representative samples of certain materials be delivered to the Engineer, Inspector or to the Owner's laboratory. Samples required to be furnished or made available by the Contractor shall also be furnished or made available by the Contractor's suppliers of materials whenever tests and inspections are made at plants, quarries, mills, foundries, warehouses, shops or other point of manufacture, treatment, fabrication, assembly or storage. Samples of materials, units of manufactured items and prototypes shall be furnished in such quantities and numbers as may be required for establishing quality, classification, suitability, verification or performance and mix formulation. Whenever the Contract Specification, or other specifications referred to therein, require that tests be performed by the manufacturer of the material or by a laboratory of the Contractor's selection, the cost of such tests shall be borne by the Contractor. Tests performed by the Owner will be made at the expense of the Owner. Methods of test shall be those prescribed or referred to in the Specifications for the various materials. If no methods of test are provided for in the Specifications for a particular material, the material shall be tested in accordance with an appropriate A.A.S.H.T.O. method or, if there is no appropriate A.A.S.H.T.O. method of test, such material shall be tested in accordance with an appropriate A.S.T.M. method of test. 1.4.7. Materials & Equipment Storage of Materials - Materials shall be stored or stockpiled so as to insure preservation of their quality and fitness for the work. Material liable to damage or change in quality by the elements shall be stored in proper structures, or in such other manner as may be necessary to protect them from damage. Materials shall be kept clean and free from foreign matter of any kind, before, while and after being placed in the finished work, and provisions necessary therefore shall — be made by the Contractor. Metalwork shall be stored on skids or otherwise placed above ground and protected against contact with rising water or mud. Unless otherwise directed, granular materials shall be stockpiled on hard, clean surfaces, shall be placed in neat stockpiles and when so required, shall be suitably covered. The locations for the methods of storing materials shall, at all times, meet with the approval of the Engineer. Any materials improperly stored will not be approved for use. Source of Materials and Equipment A. Agreement: The Contractor agrees that only domestic construction materials and equipment, unless otherwise specified, will be used (by the Contractor, subcontractor, materialpeople and suppliers) in the performance of the Contract. B. Domestic Construction Material: "Construction Material" means any article, material or supply to the construction site for incorporation in the work. An unmanufactured construction material is a "domestic construction material" if it has been — manufactured in the United States and if the cost of its components which have been mined, produced or manufactured in the United States, exceed 50% of the cost of all its components. "Components" means any article, material or supply directly incorporated in a construction material. C. Domestic Component: A component shall be considered to have been "mined, produced or manufactured in the United States" (regardless of its source in fact) if the article, material or supply in which it is incorporated was manufactured in the United States and the component is of a class or kind determined by the Owner to be not mined, produced, or manufactured in the United States in sufficient and reasonable available quantities and of a satisfactory quality. 1.4.7. Materials & Equipment (Con't) Substitutions - Wherever on the drawings and in these Specifica- tions materials or equipment have been specified by using the name of the proprietary product or manufacturer or vendor, the term "or equal" is always understood to follow immediately after the name of the manufacturer, vendor or proprietary products. The materials or equipment so specified have been selected as being most suitable for the service anticipated and will be regarded as standard. This is not done, however, to eliminate others equally as good and efficient. The Contractor should prepare his/her bid on the basis of the particular equipment and materials specified. The awarding of the Contract will constitute a contractual obligation on the part of the Contractor to furnish the specified equipment and materials. Should the Bidder desire to submit, for consideration, an unspeci- fied product or products as equal to those specified, the Bidder shall furnish, as detailed below, a listing of any products he/she proposes to incorporate in the work other than those specified herein by manufacturer's name. This listing shall be accompanied by descriptive information for each unspecified product or products, including, as applicable, detailed drawings and Specifications, certified operation data and experience records. The Owner reserves the right to reject any unspecified product or products submitted which require changes in design, construction or other changes which may increase the contract price for the performance of any of the separate contracts of the Project. The alternate product or products submitted by the Bidder shall meet the requirements of the Specifications and shall, in all respects, be equal to the products specified by name herein and shall be approved by the Engineer. The Engineer shall be in receipt of all substitution submittals at least twelve (12) working days prior to receipt of bids in order to evaluate the items and notify all Bidders. All Contractors on the list of Bidders shall be notified by certified mail of the approved list of substitute manufacturers which will be mailed no later than six (6) working days before the receipt of bids. No additional substitution request will be entertained by the Engineer after the letter has been sent. The Contractor shall not consider or use any substitute items which have not been prequalified and are not included in the letter containing the approved list of substitutes. The Contractor shall be responsible for any and all additional costs associated with redesign, redrawing, re-engineering and revisions to other contracts resulting from the use of the approved substitute. All material for approval as a substitute shall be submitted by the bidding Contractor. 1.4.8. Superintendence and Workers ^' Contract Supervision - The Contractor shall maintain an office near the site with adequate provision for receiving and delivering messages, at all times, from start until completion of the work. He/she shall, at all times when the work is in progress, keep a competent representative or superintendent on the work site who shall have full authority to receive and execute orders. Complete copies of Plans and Specifications shall be kept at such office at all times and .. individual copies of drawings shall be kept at locations where they apply. The Contractor shall make available to the Engineer and Owner, a means for (24) hours per day, '(7) days per week contact with his/her organization, through an emergency telephone number with at least one alternate, to be supplied to the Engineer and Owner at least ten (16) days prior to the commencement of work on the Project. These numbers shall be kept current and up-to-date. The Contractor shall give the work constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer and with other Contractors authorized to perform work adjacent to or .,, within the physical limits of the Contract. The Contractor shall furnish the Engineer and Owner and his/her Inspectors with every reasonable facility for ascertaining whether or .. not the work is being done in accordance with the requirements of the Contract. The Contractor shall furnish, construct and maintain whatever may be necessary of walkways, platforms, ladders, stairways and other facilities of usual and suitable character and adequate strength to provide properly for all operations of construction and inspection of work under the Contract. Workers - The workers shall be competent and shall perform their work in a neat and workmanlike manner. Any worker not properly qualified for his/her work or who is doing it in an unsatisfactory manner or contrary to the Specifications or the Engineer's instructions, or who is disorderly, shall be discharged, if so requested by the Engineer, and shall not be employed again on the Project except with the approval of the Engineer. The superintendence and the number of workers shall be sufficient, in the opinion of the .. Engineer, to insure the completion of the Project with the time stipulated therefore. P" M 1.4.9. Construction Equipment Good equipment only shall be used, and it shall be in proper working condition. Sufficient equipment shall be used to insure the completion of the Project within the time specified. The equipment shall be operated so as not to damage public or private property. When a specific type or character of equipment is called for it shall be provided and used. All equipment shall be subject to the approval of the Engineer. The Engineer shall have the right to reject or condemn any piece of plant, apparatus, staging or other appliance which, in his opinion, is improper or inadequate, but whether the Engineer exercises this. authority or not, the Contractor shall not be relieved from his sole responsibilty for the safe, proper, and lawful construction, maintenance and use of such plant, apparatus, staging, or other appliance. If, in the opinion of the Engineer, the rate of progress of the work is not such as to insure its completion within the Contract time, the Engineer shall have the right to recommend that the Contractor employ more workers or increase his plant, and the Contractor shall forthwith comply with these recommendations, at the expense of the Contractor. If the Contractor or his subcontractors do not own all or part of the equipment required, a written statement shall be submitted by the Contractor or his subcontractors, respectively, of the name and address of the owner or owners, stating that an agreement has been made to lease or loan the equipment and that in event of default, as set forth in Article 1.7.6., the Owner has the right to take over and use such equipment or cause it to be used for completing the Project. 1.4.10. Working Site Any space that the Contractor may require for plant, equipment, storage or other purposes, in addition to that available therefor at the site of the Project, shall be procured by the Contractor and the cost thereof shall be included in the prices bid for the various items scheduled in the Proposal or Lump Sum bid. In the event of default as set forth in Article 1.7.6., the Owner has the right to take over and occupy such space, or cause, it to be occupied, for the purpose of completing the Project, at the Contractor's expense. If leased, the lease shall contain a provision that in event of default by the Contractor, the lease may be assigned to the Owner or its nominee, at the Owner's or its nominee's option, and copies of all such leases shall be provided to the Owner. The Contractor agrees in event of said default, that he will make such assignment. 1.4.10 Working Site (Cont'd) Building, fences, and miscellaneous temporary structures erected by the Contractor shall be neat in appearance and acceptably painted. No advertising matter, other than Contract information and the name and address of the Contractor shall be displayed on the work. All such advertising, its location and size, shall be subject to the approval of the Engineer. The Contractor shall provide his own access to the site of the work. Any roadways or other facilities required for this purpose shall be constructed and finally removed by the Contractor at his own expense. All open excavations and' other hazardous areas shall be safeguarded by the Contractor to the satisfaction of the Engineer by providing temporary barricades, caution signs, lights, and other means to prevent accidents to persons and damage to property. The Contractor Shall provide adequate lighting, at his own cost and expense, such as to permit proper workmanship and inspection on all operations which may be performed during hours of darkness. 1.4.11. Contractor's Organization The working force, equipment and working site, provided by the Contractor for the Project, shall at all times be adequate and sufficient to insure the completion of the Project within the time stipulated therefor. When, in the opinion of the Engineer, either the working force, the equipment at the working site, or any or all of them, are inadequate or insufficient to insure completion within said time, the Engineer may order the Contractor to correct the deficiency, and the Contractor shall comply with such order. The Contractor and his subcontractors shall not engage, on a full or parttime or other basis during the period of the Contract, any of the professional or technical personnel of the Engineer's office, or of any state, county or municipality, who are or have been at any time during the period of the Contract, or for thirty (30) days prior to the award of the Contract, in the employ of such public agencies, except regularly retired employees, without the written consent of the employer of such personnel. SECTION 5 CONTROL OF THE WORK 1.5.1. Duties of Engineer The Engineer will furnish Plans and Specifications and review r monthly and final certificates as provided in Article 1.8.5. He/she will give instructions necessary to attain due and full effect of the provisions of the Specifications. Should any differences of opinion r arise as to the meaning or intent of the Plans and Specifications, his/her decision shall be final and conclusive. All materials and work shall be subject to his/her inspection and acceptance provided, however, that his/her acceptance of materials furnished or work performed does not commit the Owner to acceptance thereof if said materials or work do not conform to the requirements of the Specifications. This section shall not limit the right of the Engineer to observe, evaluate and approve the work in the best interest of the Owner. 1.5.2 Plans and Soecifications Plans and Supplementary Specifications for the Project, and the Standard Specifications, form a part of the Contract and are on file with the Engineer and Owner. One or more copies of the Plans and Specifications shall be kept at the site of the Project by the Contractor. The successful bidder will receive three (3) copies of Plans and Specifications without charge, upon award of the Contract. Additional copies of Plans and Specifications may be purchased by the successful bidder upon payment of the costs as noted in the Notice and Advertisement to Bidders. Additional plans may be purchased upon payment of $2.00 per sheet. Specification pages may be purchased upon payment of 80.25 per page with copy of one side. .n On the Plans, figured dimensions shall govern in case of discrepancy between scaled and figured dimensions. If any discrepancy is found between the Plans and Specifications, the Specifications shall govern. If there is a discrepancy between the Standard Specifications and the Supplementary Specifications, the requirements of the Supplementary Specifications shall govern. The Engineer shall have the right to correct apparent errors or omissions in the Plans and Specifications. 1.5.3. Workina and Shoo Drawinas and Data The Contractor shall prepare such working drawings as are necessary to show in detail the temporary work and methods of construction he/she proposes to use. In order to satisfy the Engineer that the plans and methods he proposes using in constructing the work will furnish a completed structure in strict accordance with the Plans and Specifications, and within the time limit required, the Contractor shall submit such plans to the Engineer for examination. Such examination by the Engineer shall not relieve the Contractor of any of his responsibility to complete the construction in strict accordance with the Plans and Specifications. For any construction over thirty (30) feet above finished grade, erection drawings shall be provided and show in detail or shall clearly describe temporary structures, falsework and general features and capacities of erection equipment, and shall bear the name and seal of a Professional Engineer registered in the State of Florida responsbile for the design thereof . The Contractor shall prepare, check and submit to the Engineer and — Owner, for his review, such detailed shop or working drawings of the permanent work as may be required for carrying out the Project. These drawings will be checked by the Engineer and approved or returned for correction, as promptly as the conditions will permit. The Engineer may reject drawings and not complete the check or correction when, in his opinion, the drawing(s) submitted are poorly drawn or of such — quality as to require excessive and/or unusual effort for review and correction. The Contractor shall order no materials or equipment and do no work relating to said drawings before their approval. The carrying out of the work or the ordering of the materials or equipment before the approval of the drawings may constitute a cause for rejection of such work, materials or equipment. No deviations from approved working drawings shall be made without the written approval of the Engineer. Working drawings for steel structures shall consist of shop, erection and other drawings, showing details, dimensions, sizes and other information necessary for the complete fabrication and erection of the metalwork. Shop drawings for steel structures shall include a shop bill of materials on each individual drawing showing all pertinent information, including weights of all items, together with the total weight of metal for the shop drawing. Working drawings for concrete structures shall consist of any additional detailed drawings, sketches and data sheets as may be required for the prosecution of the work, such as reinforcing bar lists, bending diagrams, drawings of falsework, bracing, centering and formwork, cofferdams and masonry layout diagrams. The Contractor shall check completely the rod lists and details of reinforcement steel shown on the Plans and shall submit complete working drawings for the reinforcement steel to the Engineer for his approval. 1.5.3. Working and Shop Drawings and Data (Con't) It is expressly understood that the approval by the Engineer of the Contractor's working drawings relates to the requirement for design and conformance to Plans and Specifications only and that such approval does not relieve the Contractor from responsibility for errors in dimensions and elevations. The Contractor shall furnish the Engineer with such a number of blueprint copies of the working drawings as may be required for approval and construction purposes, after which one copy will be returned with corrections or marked approved, or approved as noted. Any drawings not fully aproved shall be resubmitted in the number as required above. The Contractor shall also furnish, in the number required above for working drawings, copies of catalog cuts, manufacturers' literature, manufacturers' specifications, photographs, etc., which may be required for electrical, plumbing, electronic and mechanical materials to be incorporated into the Contract. No approvals by the Engineer of such documents shall relieve the Contractor from the responsibility for erroneous or inconsistent dimensions, notations, ommissions or the proper functioning of these materials in the completed installation. The Contractor will keep one record of all Specifications, Drawings, Addenda, Modifications and Shop Drawings at the site in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer and Owner. The cost of preparing and furnishing working drawings, blueprints, copies of: catalog cuts, manufacturers' literature, manufacturers' specifications, photographs and all other graphic instruments, shall be included in the prices bid for the various items scheduled in the Proposal or lump sum bid. 1.5.4. Construction Layout The Contractor shall provide a Florida State licensed surveyor, subject to the approval of the Owner, to layout and survey the proposed construction lines and to set grade stakes as required. The Contractor shall notify the Engineer in writing not less than five (5) calendar days in advance of when a bench mark is required. No claims shall be made by the Contractor due to delays if he fails to give such notice. The Engineer shall provide a bench mark at the project site to be used by the Contractor's surveyors. Where there is any question as to location, alignment or grade of the proposed construction, the Contractor shall report his findings to the Engineer for any decisions that must be made with regards to location or grade. 1.5.4. Construction Lavout (Con't) The contractor shall make all necessary computations to establish the exact position of all the work from the control point which are shown on the plans or furnished by the Engineer. All the work shall be referenced to base lines which the Contractor shall establish from the control points, re-establish when necessary and maintain throughout the life of the Contract so as to permit the Engineer to make the necessary preliminary, interim, and final measurements and to check the Contractor's layout if he so desires. The Contractor shall provide and maintain offset stakes outside the limits of grading and construction. Each stake shall be identified and marked to show the offset'distance from the base line and the Contractor shall furnish grade sheets showing the cut or fill to the finished profile lines with reference to the offset stakes. The Contractor shall provide adequate and accurate offset lines during such construction that will require occupation of the Base Lines by construction equipment or loss of the Base Line Points by construction operations. The Contractor shall be responsible for maintaining the points he has established. Any error or apparent discrepancies found in the Plans or Specifications shall be called to the Engineer's attention for interpretation prior to proceeding with the work. The Contractor shall, in no case, make changes in the location or grade without written consent or approval of the Engineer. The Contractor shall be responsible for the finished work conforming to the lines and grades called for on the Plans, and he shall correct all errors caused by his personnel at his own expenses. Attention is directed to the need for caution in laying out and constructing sewer pipes and appurtenances to ascertain that these items do not encroach on private property where easements have not been obtained. The cost to the Contractor of laying out the work from lines and grades furnished by the Engineer and the cost of stakes set by the Contractor, shall be included in the price bid for the various items scheduled in the Proposal, unless a separate pay item has been included by the Engineer. 1.5.5. Inspectors The Owner and Engineer shall have the right to observe all work done and all materials furnished, including the preparations, fabrication and manufacture in mill, plant, shop and field of the materials to be used, and may assign an Inspector or other authorized representative for this purpose. The Contractor shall provide all facilities necessary for such observation and shall furnish or cause to be furnished to the said Inspector or other authorized representative, safe access at all times to the places where preparation, fabrication or manufacture of materials and construction of the work in progress, .� as well as such information and assistance as may be required to make a complete and detailed observation. When the said Inspector or other authorized representative is in or about the premises above referred to .n in the course of his/her employment, he/she shall be deemed conclusively to be an invitee of the Contractor. If the Contractor is not the owner of the place where fabrication, preparation or manufacture is in progress, the owner thereof shall be deemed to be the agent of the Contractor with respect to the obligation assumed hereunder. The Contractor or his/her agent shall be responsible for the payment of claims for injuries to the Owner's and/or Engineer's authorized representative due to negligence on the part of the said Contractor or his/her agent. The cost of providing the necessary facilities, information, assistance, and protection and of satisfying claims for injuries to the Owner's and/or Engineer's representative, as specified above, shall be included in the prices bid for the various items scheduled in the Proposal. .. Inspectors or other authorized representatives may be stationed on the work to report to the Engineer as to the progress thereof and the manner in which it is being performed; to inform him whenever it appears that the materials furnished and the work performed by the Contractor fail to perform to the requirements of the Plans and Specifications; and to direct the attention of the Contractor to such failure. The inspection, however, shall not relieve the Contractor from his/her obligations to furnish materials or perform work in conformity with the requirements of the Plans and Specifications. The Contractor shall provide safe transportation for Inspectors to dredges and boats used for procuring or delivering materials to the Project. In case of any dispute as to materials furnished or the manner of performing the work, the inspector shall have the authority to suspend work until the question at issue can be referred to and be decided by the Engineer. .. The Inspectors or other authorized representatives of the Engineer or Owner shall not be authorized to revoke, alter, enlarge, relax, or release any requirements of the Plans and Specificatins, or to approve or accept any portion of the work, or to issue instructions contrary to said Plans and Specifications. They shall in no case act as foreman or 1.5.5. Inspectors (Con't) perform other duties for the Contractor nor interfere with the management of the work by the Contractor. Any advice which they may give the Contractor shall in no way be construed as binding on the Engineer or on the Owner in any way, nor shall such advice relieve the Contractor from the fulfillment of the terms of the Contract. The Owner and its Engineer and his/her assistants and subordinates and all persons bearing the authorization of the Owner and/or his/her Engineer, shall have access at any time to the work and premises used by the Contractor; or to any plant or place where material is being made or stored for the work. 1.5.6. Unauthorized or Defective Work The Contractor shall use no materials in the work before they have been approved as provided in Article 1.4.7.; he shall perform no work before the lines, grades and benchmarks have been established and set; and he shall perform no work not provided for in the Contract unless a Change Order therefor has been issued as provided in Article 1.8.4. Work performed and materials furnished which do not conform to the requirements therefor will be rejected and shall be removed, replaced or repaired as the Engineer may direct and in a manner satisfactory to him, at the Contractor's expense. Materials which have been rejected, the defects of which have been subsequently removed or corrected, shall not be used unless approved by the Engineer. T All work and materials which do not conform to the requirements of the Contract Documents shall be considered as defective work. Any defective work, whether the result of poor workmanship, use of defective materials, damage through carelessness or any other cause, found to exist prior to acceptance of final payment for work, shall be removed immediately and replaced by work and materials which shall conform to the Specifications or shall be remedied otherwise in an acceptable manner as authorized by the Engineer. This clause shall have the full effect regardless of the fact that the defective work may have been done or the defective materials used with the full knowledge of the Inspector. The fact that the Inspector in charge may have previously overlooked such defective work may have been done or the defective work shall not constitute an acceptance of any part of it. Any work which may be done by the Contractor prior to approval of Contract, work done contrary to or regardless of the instructions of the Engineer, work done beyond the lines shown on the Plans, or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the Contract. Work so done may be ordered removed or replaced at the Contractor's expense. 1.5.6. Unauthorized or Defective Work (Cont'd) Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer, made under the provisions of this Article, the Engineer shall have authority to cause defective work to be remedied or removed and replaced, and unauthorized work to be removed and to deduct the costs from any monies due or to become due the Contractor. 1.5.7. Claims for Additional Compensation or Extension of Time When the Contractor deems that additional compensation or extension of time is due him for work required to be performed or materials required to be furnished which, in the opinion, cannot be classified under the scheduled items of work and which have not been ^ covered by a Change Order as hereinafter specified in Article 1.8.4., and it is his intention to make claim therefor, he shall notify the Engineer in writing of such intention before he begins the work or furnished the opportunity to modify the design or construction procedure, or both, before the Contractor begins the work or furnishes the materials in question, and the opportunity and proper facilities for keeping account of the actual cost of such work and materials after the work begins. If such notice is not given in writing, or if the Engineer is not afforded such opportunity and facilities, then the Contractor shall and hereby does agree to waive the claim for such additional compensation or extension of time or both. However, if the Contractor has complied with the foregoing provisions, this circumstance in no way shall be passed on by the Engineer and/or Owner and, if he finds it to be justifiable under the provisions of the Contract, the work or materials in question will be paid for under an appropriate Change Order. Attention is directed to the provisions of Article 1.8.4., regarding limitation of increase and reduction of quantities of major scheduled items and Article 1.8.5., Payments. ^ 1.5.8. Acceptance of Work When ^ notify the advise the before the Contractor acceptance the Project has been completed, the Contractor shall so Engineer. If it is not acceptable to the Engineer, he will Contractor as to the particular defects to be remedied final acceptance will be made. Payments made to the before the final acceptance do not commit the Engineer to of the Project. 1.5.8. Acceptance of Work (Con't) The Owner shall not be precluded or estopped by any measurement, estimate or certificate, made either before or after the completion and acceptance of the Project and payment therefor, if such measurement, estimate or certificate is found to be in error or untrue, from showing the true amount and character of the work performed and materials furnished by the Contractor, or from showing that any such measurement, estimate or certificate is incorrectly made or untrue, or that the work or materials do not conform in fact to the requirements of the Contract. The Owner shall not be precluded or estopped, notwithstanding any such measurement, estimate or certificate, and payment made in accordance therewith, from recovering from the Contractor and his Surety such damages as it may sustain by reason of the Contractor's failure to comply or to have complied with the terms of the Contract. Neither the acceptance of the whole or any part of the Project by the Engineer or by any representative of the Engineer, nor any payment made for the work, nor any extension of time granted by Contractor, nor any possession taken by the Owner, shall operate as a waiver of any portion of the Contract or of any power herein reserved, or of any right to damage therein provided. A waiver of any breach of the Contract shall not be held to be a waiver of any other or subsequent breach. SECTION 6 LEGAL & PUBLIC RELATIONS 1.6.1., Insurance T The Contractor shall not commence work under this Contract until he/she has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his/her subcontract until the insurance required of the subcontractor has been obtained and approved. The insurance companies indicated in the certificates shall be authorized to do business in the State of Florida and shall be acceptable to the Owner. In carrying out the provisions of this Contract or in exercising any power or authority granted them by their position, there shall be no liability upon the Owner or Engineer, and their authorized representatives or assistants, either personally or otherwise; it being understood that in such matters, they act as agents and representatives of the Owner. The Contractor shall procure and maintain for the duration of the T contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his/her agents, representatives, employees or sub -contractors. The cost of such insurance shall be included in the Contractor's bid. _ The Contractor shall include all sub -contractors as insured under its policies or shall furnish separate certificates and endorsements for each sub -contractor. All coverages for sub -contractors shall be subject to all of the requirements stated herein. Any deductibles or self insured retentions must be approved by the Risk Manager for Indian River County with the ultimate responsibility for same going to the Contractor. A written safety inspection plan must be submitted to the Indian River County Risk Management Department for approval prior to the signing of the Contract. The Contractor's insurance coverage shall be primary. The insurance policies procured shall be occurrence forms, not claims made policies. 1.6.1. Insurance (Cont'd) The Contractor will be required to provide insurance of the PER prescribed types and minimum amounts as set below: a. Worker's Compensation Insurance - The Contractor shall procure and shall maintain, during the life of this Contract, Worker's Compensation Insurance, as required by the State of Florida, for all of his/her employees to be engaged in work at the site of the project PER under this Contract and in case,of any such work sublet, the Contractor shall similarly require the subcontractor q y to provide Worker's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection PER afforded by the Contractor's Worker's Compensation Insurance. Employer's Liability - 8500,000.00. on b. Contractor's Comprehensive General Liability Insurance, Including Contractual Liability Insurance and Completed Operations Insurance - Public Liability Insurance in an amount not less than One Million Dollard (81,000,000 ) each person, One Million Dollars 100 (81,000,000) each occurrence, Two Million Dollars (82,000,000) aggregate. Contractual Liability Insurance to include coverage for the liabilities assumed under Article 1.6.2., 1.6.6. and 1.6.8. If any part of the work under the Contract is to be performed by a subcontractor, therime Contractor shall carry, y, on his/her own behalf, Contractor's Protective Liability Insurance for both bodily injury and property damage for the same limit as specified above, and be responsible for each subcontractor maintaining liability insurance as specified above. The coverage provided shall include, but not be limited to, broad form property damage, premises operations, contractual coverage, completed operations, independent contractor's protective liability protection against "X" "Explosion," "C" "Collapse" and "U" "Underground" and "Aircraft." C. Comprehensive Automobile Liability Insurance - To provide coverage for all owned, non -owned, hired, leased and rented vehicles and automotive construction equipment with bodily injury limits of no less than Five Hundred Thousand Dollars (8500,000.00) each person, Five JEW Hundred Thousand Dollars (8500,000.00) each accident, and property damage limits of no less than Five Hundred Thousand Dollars (8500,000.00); or combined single limits per accident for bodily injury and property damage of no less than One Million Dollars (81,000,000.00). Public Liability Insurance in an amount not less than Five Hundred Thousand Dollars (8500,000.00) Bodily Injury and Property Damage, per person, per accident. 1.6.1. Insurance (Cont'd) d. All Risks Including Transportation Insurance - On all materials delivered to the posession of the Owner as required by Article 1.8.5., Payment. Railroad Protective Liability Insurance, and Builders' All Risk Insurance shall also be provided on a 100% completed value basis on the insurable portion of the project. The Owner, the Engineer, the Contractor and subcontractors, as their interests may appear, shall be named as the insured. e. Proof of Carriage of Insurance - The Contractor shall furnish the Owner with satisfactory proof of the insurance herein required prior to signing- of contracts to the Indian River County Risk Management Department. This proof shall consist of three certified copies of the policies, not certificates of insurance, of each insurer insuring the Contractor or any subcontractor employed under the Contract, which certificates shall contain the following information, (except in the case of Worker's Compensation Insurance, Items 1, 2 G 4 will be sufficient: 1. Name and address of the insured; 2. Number of the policy and the type or types of insurance in force thereunder on the date borne by such certified copies of the policies; 3. The expiration'date of the policy and the limit or limits of liability thereunder on the date borne by such certified copies of the policies; 4. A statement that the insurance of the type afforded by the policy applies to all the operations of the project which are undertaken by the insured during the performance of his/her contract or subcontract. This insurance specifically applies to all acts, omissions or activities of any subcontractor relating thereto, as well as the Contractor; 5. A statement showing the methods of cancellation. If cancellation may be affected by the giving of notice to the insured and Owner by the insurer, the policy shall provide that cancellation shall not be effective until 30 days after receipt of such notice. All policies listed above shall name the Owner and Engineer as the "insured." 1.6.1. Insurance (Cont'd) Contractor shall be responsible for complying p p ying with and obtaining all Insurance Coverage required by the Florida East Coast Railroad Company as set forth in Section 1.6.14. Coverage shall be kept in full force and effect at cost of Contractor and shall run the life of the Contract. All policies required shall be secured from an agency of an insurance company which is duly licensed to conduct such business in the State of Florida and which has an established place of business in the State. All insurance policies shall be placed with insurers with a Best's rating of no less than A + VII. A Certificate of Insurance attesting to the required coverages shall be provided to the Owner prior to Owner's obligation to issue the notice to proceed, and in any event prior to the commencement of the work. Upon request, Contractor r shall furnish a copy of any or all of the above required policies of insurance. The Contractor shall obtain necessary endorsements to make Owner an additional insured under each of the coverages listed above. Further, the Owner shall be entitled to thirty (30) days notice prior r to cancellation of the above coverages, which notice g period shall be reflected in the Certificate of Insurance. The insurance companies selected shall send written verification to the Indian River County r Risk Management Department- that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or terminate said policies of insurance. r In addition, the Contractor shall furnish evidence to show that the public agencies listed in Section 9 of these specifications, are covered by the Contractor's Comprehensive General Liability Insurance by furnishing copies of the insurance documents proving their coverage. W r no r FnT�y"A O IED AUT05 (Pp W.. PAW ED AUTOS �PiW. PA65. UTOS N80 AW06 WANK UA[YJTY .JAI.M A WRM TARN UMBRELLA FORM(EAG' CGMPEIIIATIONANDPLOYLFW L"ILM I 0 JUL THIS CERTV4CATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO R IMT[ UPON THE CERTIFICATE HOLDER. TKIS GERTD'ICATE ODES NOT AM&HP. tXT[Mp OR KT W TILL COV[RAG[ APPORO[D By TN[ POLICIES SELOW CoMpANIES AFFORDING COVERAGE COMPANY A EMA COMPANY un-mCOMPANY B Liam C COMPANY aD cow [ LKWsm [ELOVE HAV[ [[[M I[[UEOTOTH[ DISUREO NAMED ABOVE FOR THE POLICY PERIOD INDICATED.TE ILAY 1 CONDITWH OF ANY �+T T oR OTHER DOCUMENT VATII FAWL6T TO VnuCH ITGg CERTIFICATE WV.. ilW1D[D LY OF ►OLJGI[[ D71[GMMO MUM r i1IW40 TO ALL TM[ T WM4 EiG6W10NE, AND CONDF, Pam _ LIA&UTV LIWTS W THOUSANDS 0xxxv 1R Pin Qw am - •. V • Tok " AGGREGATE POLICY MUY[[R ... ' Y DAMAGPROPFE Y r S 8,AFO $1 INDIAN RIVER COUNTY TO BE ADDELL -SHOULD ANY OF THE HRATIQIi GATE T MAIL JO DAY1 V LEFT. SLR FAILURE TI • OF ANY K 0 UPON AVTHOR+ii0 REPRESS PEELSONAL uuuRY S m+ AOuwIEo $ IAPO OMAIALD S S STAMORY $ EAO AW $ (OGEAsk S T d 0 IOISEASEF FOR THIS PROJECT. O[SCAWD ►OLR:IES BE CANCELLiO BEFORE THE EX - THE ISSUING COMPANY Wil. 2"09 QSQ TO NOTICE TO THE CERTWICATE HOLDER NAMED TO THE iltll NOT= SMALL IMPOSE NO OSLIG/ITION Opt LOLAILM ^'�"'__.-_.. ...' ,'..•„„^. ;.nye: ti-( 1.6.2. Damage Claims The Contractor shall indemnify and save harmless the Owner and Engineer, their officers, agents and servants and each and every one of M them against and from all suits and costs of every kind and description and from all damages to which the Owner and Engineer, any of their officers, agents or servants may be subjected by reason of injury to the person or property of otherq resulting from the performance of the Project, or through the negligence of the Contractor, or through any improper or defective machinery, implements of appliances used by the Contractor in the performance of the Project, or through any act or, omission on the part of the Contractor or his/her agents, employees or servants; and he/she shall further indemnify and save harmless the Owner and Engineer, their officers, agents and servants from all suits and actions of any kind or character whatsoever which may be brought or instituted by any subcontractor, materialman or laborer who has performed work or furnished materials in or about the Project or by, or on account of, any claims or amount recovered for any infringement of patent, trademark or copyright. The cost of such indemnification shall be included in the prices bid for the various scheduled items in the Proposal. So much money due to the Contractor under and by virtue of the Contract as shall be considered necessary by the Engineer may be retained by the Owner and held until such suits, actions, claims or amounts shall have been settled, and suitable evidence to that effect furnished to the Owner and Engineer. M 1.6.2. Damace Claims (Cont'd) It is specifically agreed between the parties executing this Contract that it is not intended by any of the provisions of any part of the Contract to create the public or any member thereof a third party beneficiary hereunder, or to authorize anyone not a party to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. 1.6.3. Laws, Ordinances and Regulations The Contractor shall observe and comply with all federal and state laws, rules and regulations, and local ordinances, that affect those engaged or employed on the Project, the materials or equipment used, or the conduct of the work. Attention is called to the following specific regulations: Establishment of an eight-hour working day for laborers, workers and mechanics and requiring payment of prevailing rates of wages (if specified in the Supplemental Specifications) and providing penalties for violations. Laborers, workers and mechanics hired for the performance of work — under this Contract or any subcontract hereunder, neither the Contractor or his subcontractors, nor any person acting on their behalf shall, by reason of race, creed, color, national origin or ancestry, discriminate against any citizen who is qualified and available to — perform the work to which the employment relates. Neither the Contractor or his subcontractors, nor any person on their behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin or ancestry. That this Contract may be cancelled or terminated by the Owner and all money due or to become due hereunder, may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Contract. The Contractor, as a condition of the Contract, shall and hereby does agree that in the performance of the Project, only domestic materials and manufactured and farm products of the United States will be used, whenever available, unless otherwise specifically provided in the Supplementary Specifications with respect to any material or equipment which the Engineer may deem available to except from this requirement in the interest of the Owner. 1.6.3. Laws, Ordinances and Regulations (Cont'd) The Contractor, as a condition of the Contract, shall and hereby does agree to give a suitable warranty that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business, ,for the violation of which warranty the Owner shall have the right to annul such Contract without liability or in its descretion to deduct from the Contract price or consideration the full amount of such commission, percentage, brokerage or contingent fee. The Contractor shall comply with any Statutes pertaining to Child Labor. The Contractor shall comply with any relative Safety Code for Workers in the Construction Industry, and the rules and regulations of the Department of Labor and Industry promulgated to implement and supplement this law. The Contractor shall comply with the "Occupation, Safety and Health Act" and all current amendments as listed in the Federal Register. a Rules and Regulations Concerning Precautions to be taken in the Proximity of High -Voltage Lines for the Prevention of Accidents shall be followed. Rules and Regulations Governing Blasting on Construction and Related Operations shall be followed. Attention is also called to soil removal ordinances which may be in effect in municipalities, governing the removal of soil materials within the municipal limits. It shall be the responsibility of Bidders and the Contractor to ascertain the existence and provisions of any such ordinances that may affect their bids and the prosecution of the Project. State and Local rules and ordinances relating to Soil Erosion Control Measures shall be followed. The Contractor shall comply with the Florida Department of Environmental Regulation's requirements concerning the handling of all solid waste materials generated during construction. Disposal must be in an approved licensed landfill site. 1.6.4. Federal Aid When the Project is carried out with Federal Aid, it shall be subject to inspection and approval by the Federal agencies involved and in accordance with the rules and regulations promulgated by it, pursuant to any Act of Congress relating thereto. 1.6.5. Permits and Licenses Except as otherwise hereinafter provided, the Contractor shall procure all required permits and licenses, pay all charges and fees therefore, and shall give all notices necessary and incident to the due and lawful prosecution of the Project. The cost thereof shall be included in the prices bid for the various items scheduled in the Proposal. Before the Contractor performs dredging or channel excavation within any waterways for the procurement of materials, or performs therein other work on his own, when such work is not part of the permanent or temporary work provided for in the Contract, he/she shall advise the District Engineer, Corps of Engineers, U.S. Army, Division — of Water Policy and Supply, State of Florida Department of Environmental Regulation and State Water Management District of his intended work. If the waterway is not tidal, he/she shall notify the State Division of Water Policy and Supply, State of Florida Department — of Environmental Regulation and State Water Management District. The Contractor shall procure all necessary permits for such work from the above named agencies having jurisdiction and interest and shall comply with their rules and regulations in the performance of the above of riparian grants or leases issued by the Department of Natural Resources, the Contractor shall procure from the grantees or lessees consent for such work and for the necessary occupation of the premises. Charges for permits and all other charges by the above named agencies, grantees and lessees in connection with the work described above, shall be paid to them direct by the Contractor and shall be included in the — unit prices bid for the various items scheduled in the Proposal. If any permits have been procured by the Owner, the Contractor shall comply with the conditions of the permit and shall advise such agencies and parties of his/her proposed operations and obtain their cooperation and such supplemental permission as may be necessary. Copies of all permits secured by the Contractor shall be filed with the Owner and the Engineer. Copies of all formal permits secured by the Owner or his/her Engineer shall be posted at the job site field office. 1.6.6. Responsibility for Work The Contractor assumes full responsibility for materials and equipment employed in the construction of the Project and agrees to make no claim against the Owner for damages to such materials and equipment from any cause whatsoever. Until its final acceptance, the Contractor shall be responsible for damage to or destruction of the Project, or to any part thereof, due to any cause. The Contractor shall make good all work damaged or destroyed before the final acceptance of the Project and the cost thereof shall be included in the prices bid for the various items scheduled in the Proposal. 1.6.7. Explosives Explosives shall be stored safely under lock and key. The storage places shall be marked plainly DANGEROUS EXPLOSIVES and be in the care of a competent watchman at all times. The storing and handling of explosives and highly flammable materials shall conform to the Federal Regulations relating thereto. Proper means shall be used to avoid blasting damage to public and private property. Flagmen shall be provided, when necessary, who shall warn and keep traffic from the danger area, and all persons within the danger area shall be warned and given time to withdraw. The cost of the above shall be included in the prices bid for the appropriate items scheduled in the Proposal. The bringing of the explosives within the Project limits and the — performance of any blasting shall not be done except with prior written permission of the Engineer and in conjunction with the appropriate Federal Rules and Regulations. 1.6.8. Public Safety and Conveniences The safety, protection and convenience of the public and adjacent residents are of primary importance and shall be provided for by the Contractor in an adequate and satisfactory manner. The Contractor shall provide and maintain ingress and egress for all residences and places of business located within construction limits. Adequate temporary crossings shall be constructed and maintained where access to _ adjacent property is desired, whether for convenience or fire protection. All fire hydrants shall, at all times, be left clear of obstructions and readily accessable to fire apparatus and no materials or other obstruction shall be placed within ten (10') feet of a fire hydrant. Fire alarm boxes shall be maintained so as to be readily accessible and open to view. r 1.6.8. Public Safety and Convenience (Cont'd) r Trucks hauling material shall have tight tailgates and shall be loaded with adequate freeboard of not less than three (3") inches, without precarious cones or piles of material. ^ The Contractors shall provide for prompt removal from existing roadways of all dirt and other materials that have been spilled, washed, tracked or otherwise deposited thereon by his hauling and other operations, whenever the accumulation is sufficient to cause the formation of mud, interfere with drainage, damage pavements or create a traffic hazard. r The Contractor shall employ construction methods and means that will keep flying dust to the minimum. He/she shall provide for the _ laying of dust preventatives on the Project, and on the roads, streets and other areas immediately adjacent to the Project limits, wherever traffic or buildings that are occupied or in use are affected by such dust caused by his/her hauling or other operations. The materials and ^ methods used for dust laying shall be subject to the approval of the Engineer. Neither oil nor kerosene shall be used to control dust. Precaution shall be exercised at all times for the protection of persons and property. The Contractor shall comply with all applicable federal, state and local laws governing safety and shall provide all safeguards, safety devices and protective equipment, and take any other needed actions on his/her own responsibility, or as directed by the Engineer, as reasonably necessary to protect the life and health of personnel on the job, the safety of the public, and to protect property r during the construction of the Project. Also, the safety provisions of building and construction codes shall be observed. Machinery, equipment and other hazard of whatsoever character, shall be guarded in r accordance with the safety provisions of the current "Manual of Accident Prevention in Construction," published by the Associated General Contractors of America, to the extent that such provisions are not inconsistent with applicable federal, state and local laws and r regulations. The Contractor will be required to furnish sufficient qualified uniformed traffic control officers for each crew of workers at his/her own expense to protect the workers whenever working within orf adjacent to streets, roadways, or railroad tracks, and shall instruct the workers regarding the hazards involved within the areas of streets, r roadways and/or railroad tracks. If any operation, practice or condition during the course of the r work is unsafe or is deemed by the Engineer to be unsafe, the Contractor shall take corrective action. Where any operation, practice or condition endangers persons or property, it shall be discontinued r and adequate remedial action taken before the affected part of the work is resumed. M r r 1.6.8. Public Safety and Convenience (Cont'd) ' The Contractor shall not start any fires within the Project limits or the adjacent areas without first obtaining the necessary permits that may be required by all or any of the various levels of government. r The cost of carrying our the foregoing provisions shall be included in the prices bid for the various items scheduled in the Proposal. 1.6.9. Accident Prevention r Precaution shall be exercised at all times for the protection of persons and property. The safety provisions of applicable laws, r building and construction codes, and the rules and regulations of the Department of Labor and Industry, shall be observed. Machinery, equipment and other hazards of whatsoever character shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction," published by the Associated General Contractors of America, to the extent that such provisions are not inconsistent with applicable federal, state, and local laws and regulations. If any operation, practice or condition during the course of the r work be deemed by the Engineer to be unsafe, the Contractor.shall take corrective action when notified in writing by the Engineer. However, where in the opinion of the Engineer, any operation, practice or condition endangers person or property, it shall be discontinued and r adequate remedial action taken before the affected part of the work is resumed. The Contractor shall provide such equipment and facilities as are necessary or required for first aid service to any who may be injured in the progress of the work, and he/she shall have standing arrangements with local hospitals for the removal and hospital treatment of any employee who may be injured or who may become ill. The Contractor shall keep records of all accidents, including in r such records such data as may be required by the Department of Labor of the State of Florida and/or the Federal Occupation and Safety Health Act. r The Contractor must promptly report in writing to the Engineer and the Owner, all accidents whatsoever, arising out of or in connection with the performance of the work, whether on or adjacent to the site, r which cause death, personal injury, or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone to the Engineer. 1.6.9. Accident Prevention (Cont'd) If any claim is made by any third person against the Contractor or any subcontractor on account of accident, the Contractor shall promptly report the fact in writing to the Engineer and the Owner, giving full details of the claim. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility for safe prosecution of the work at all times. .. 1.6.10. Property Damage The Contractor shall not enter on or make use of private property in the presecution of the Project unless written permission therefor is secured in duplicate, from the private property Owner, one copy of which shall be filed with the Engineer. He/she shall promptly restore or repair, without cost to the Owner and in a manner satisfactory to its Owner, property damaged or destroyed by his operations. Special attention shall be given to the protection of existing landscape features and natural vegetation. 1.6.11. Public Utilities Utilities as referred to herein, shall be understood to mean utilities of the Owner as well as publicly owned utilities and other privately owned utilities. Within the site of the Project there may be utility structures, and notwithstanding any other clause or clauses of this Contract, the .. Contractor shall not proceed with his/her work until he has made diligent inquiry at the offices of the Engineer, the utility companies and municipal authorities or other owners, to determine their exact location. Sufficiently prior to the Pre -Construction meeting, the Contractor shall notify, in writing by certified mail return receipt requested, the utility companies and municipalities or other owners invoived, of the nature and scope of the Project, the time and location ., of the meeting and of his/her operations that may affect their facilities or property. A copy of such notices and signed return receipt shall be sent to the Engineer. Except as otherwise specifically provided, the Contractor shall be responsible for the safety, protection, maintenance and final restoration to as useful, safe and durable a condition as existed prior to construction, of all surface and subsurface utilities (together with all parts and appurtenances thereof), facilities, streets, waterways, structures and other properties at or near the site. 1.6.11. Public Utilities (Cont'd) Before the Contractor begins any work or operations in the vicinity of subsurface structures, he/she shall carefully locate such structures and conduct his/her operations so as to avoid any damage to them. Unless otherwise specifically stated herein, the Contractor shall be responsible for the continuity of service of all overhead, surface and subsurface utilities affected by his/her operations, and shall maintain them in a safe and satisfactory operating condition. The Contractor shall, at his/her own expense, make good any direct �. or indirect damage that may be done in the course of construction to any utility structure or property through or by reason of the prosecution of the work. The liability of the Contractor under this covenant is absolute and is not dependent upon any questions of negligence on his/her part or on the part of his/her agent, servants, employees, subcontractors or suppliers, and the neglect of the Engineer to direct the Contractor to take any particular precaution or to refrain from doing any particular thing shall not excuse the Contractor of any such damage in any case. The Contractor shall carry out his/her work carefully and skillfully and shall support and secure all utility structures so as to avoid damage to them. Flow in drains and sewers shall be satisfactorily maintained. He/she shall not move, without the Owner's consent, any utility structures, and at the completion of the work, their condition shall be as safe and permanent as before. When utility structures, facilities or equipment are demaged by the Contractor, he/she shall notify their owners, who may cause the damage to be repaired at the Contractor's expense. If the cost thereof be not paid by the Contractor within thirty (30) days after repairs have been completed, the Owner may retain an amount sufficient to cover the cost from any monies due or that may become due the Contractor under this Contract. House service connections damaged by the Contractor shall be repaired by competent, skilled mechanics. When the removal, relocation or replacement of utility structures or facilities is deemed essential for the proper execution of the Contract, the cost of such work shall be included in the prices bid for the various appropriate items scheduled in the Proposal, unless specifically provided for in the form of Proposal. A partial list of some of the utilities located within or adjacent to the Project limits is located in Section 9 of these General Provisions or on the plans. It is understood and agreed that the Contractor has considered in his/her bid, all of the permanent and temporary utility appurtenances in their present or relocated positions and that no additional compensation will be allowed for normal delays, inconvenience, or damage sustained by him/her due to any interference from the said utility appurtenances or the operation of moving them. M 1.6.12. Existing Monuments Existing monuments and title stones which need not be removed, shall be left in place and protected by the Contractor against damage and dislocation. When relocation or change in the grade of existing monuments is necessary, they shall be protected in their original position until their removal is approved by the Engineer, and shall be reset when directed by a licensed land surveyor, and in conformance with the new lines and grades. Monuments and title stones that are to be left in place or reset and are moved without approval of the Engineer, shall be replaced at the Contractor's expense. The resetting of monuments as provided above, and payment therefore, shall be .. included in the prices bid for various items scheduled in the Proposal. 1.6.13. Hauling Restrictions The Contractor shall be responsible for all hauling done on the Project and on highways adjacent thereto in connection with the Contract. The Contractor shall comply with all applicable federal, state and local laws concerning hauling restrictions on highways. .. so 1.6.14 Copy of F.E.C. Permitting INDEMNITY TO FLORIDA EAST COAST RAILWAY COMPANY AND CONTRACTURAL LIABILITY ENDORSEMENTS TO CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE POLICIES DURING SUCH INDEMNITIES In further consideration of the sums of money herein agreed to be paid to the Contractor, the Contractor by execution and delivery hereof, agrees that it shall and will at all times hereafter indemnify and save harmless the Florida East Coast Railway Company from and against all judgments, and all loss, damages, costs, charges, and expenses which it may stiffer, sustain, or in anywise be �+ subjected to on account of or occasioned by the operations, whether or not negligent, of the Contractor, or any subcontractors, or both, whether directly or indirectly under, or pursuant to, this ,. construction contract, up to the total sums of money, as follows: A. On account of death, personal injuries, loss of income or .. earning ability of any person, including without limitation upon the generality of the foregoing description, employees and officers of Florida East Coast Railway Company, employees and officers of materialmen, employees and officers of the Contractor, employees ., and officers of all subcontractors, in the limits of $1,000,000 each person injured or killed, and $2,000,000 each occurence. B. Loss, damage, injury and loss of use of any real or personal property (a) in which Florida East Coast Railway Company has any ownership interest and (b) personal property in the custody of Florida East Coast Railway Company under any transportation "^ contracts; including without limitation the upon p � generality of the two foregoing enumerations, all railroad equipment commonly described as rolling stock and the contents of the same, all in the aggregate limit of $2,000,000. C. Loss, injury, decline in market value or deterioration in quality of any perishable murchandise in the custody of Florida East Coast Railway Company occurinq or originating daring the first forty-eight (48) hours from, but excluding, the first five (5) minutes any break in the continuity or other obstruction of passage of trains, directly or indirectly arising from the Contcactor's operations, upon said track or tracks, as the case may be, of Florida East Coast Railway Company at or within one hundred (100) .. feet of said location upon which the work is to be performed hereunder, the improvement, renovation, or repair of which is the subject matter of this construction contract, and also all expenses .. reasonably incurred by Florida East Coast Railway Company in and about the re-routing of its trains and cars to, via, and from the lines of railroad of other railroad common carriers during the first forty-eight (48) hours following any such break in the continuity of said track or tracks, as the case may be, of the Florida East Coast. Railway Company at or within one hundred (100) feet of said area. 1.6.14. Copy of F.E.C. Permitting (Cont'd) INSURANCE FOR BENEFIT OF FLORIDA EAST COAST RAILWAY COMPANY TO BE OBTAINED AND KEPT 1.N FULL FORCE AND EFFECT AT COST OF CONTRACTOR In further consideration of the sums of money herein specified to be paid to Contractor, Contractor, at its cost and expense, shall obtain and keep in effect, insurance policy or policies in the limits of $1,000,000 each person injured or killed and $2,000,000 each occurrence and $1,000,000 property damage per person and $2,000,000 property damage each occurrence directly by Contractual Liability Endorsement to Contractor's General Public Liability and Property Damage Insurance Policies insuring Contractor against loss or damage to Contractor upon the indemnities concurrently extended to the Florida East Coast Railway Company and within the limits specified in this paragraph. Alternatively, Contractor may procure and keep in effect during the life of this construction contract, as aforesaid, Railroad Protective Liability Policies insuring Florida East Coast Railway Company directly as insured against losses and damages but within the limits specified in this paragraph. In addition to the above, Contractor shall, at its cost and expense, maintain a Workman's Compensation Insurance Policy as available in the State of Florida. All such insurance, directly or indirectly for the benefit of the Florida East Coast Railway Company, shall be in a form satisfactory to its Manager of Insurance and issued by a casualty company -insurance company authorized to do business in the State of Florida that has a "Best's" rating of A or A+ and a financial category size of Class XII or higher. L 1.6.14. CODv of F.E.C. 'Permittinx (Cont'd ,. FLORIDA EAST COAST RAILWAY OOMPANY OFFLCE OF CHIEF ENGINEER GENERAL SPECIFICATIONS FOR SUBGRADF, AND ABOVE GRADE CROSSINGS OF THF. RAILWAY'S RIGf1T OF WAY I. GENERAL PROVISIONS A. A plan and profile drawing containing all pertinent details for the proposed crossing shall be submitted to the Office of the Chief Engineer for approval preliminary to preparation of an agreement if approved. B. The plan will show all information for the proposed crossing installation with reference to the nearest Railway survey .. station or distance to nearest mile post, Railway right of way, tracks, or any other Railway facilities or structures in the vicinity. C. Request for installation shall be accompanied with a letter signed by the owner, company official, or government agent. D. The lessee will be responsible for any and all costs of repairs or maintenance of the Railway's property and structures disturbed or damaged due to the installation or construction after effects. E. The lessee of .an installation approved by agreement will be required to provide proof of protective insurance for and during: construction. h II. SUBGRADE PIPELINE AND CABLES A. All subgrade, carrier pipelines and wirelines will be installed ` " within a casing pipe. �, '=3 1. All casing pipes will extend fron right-of-way line to right-of-way line. 2. The Railway will not permit casing installation by open -cut method throutjh the roadbed. B. Application will be accompanied with plans showing profile in relation to actual ground, track, and other facilities at the project site. -1- 1.6.14. Copy of F.E.C. Permitting (Cont'd) 1. The method of installation will be detailed including the location of jacking pit as measured from centerline of near track. -2- I" 2. The casing pipe must be installed at least 5.5 feet below top of tie. 3. Jacking pit location must be at least 30.0 feet from center- line of near track for pit down to 20 feet below grade. The pit will be protected with adequate sheeting, bulkheads, and L sidewalls to protect the Railway's roadbed. Barricades and lights will be set around the pit for protection. _ C. Casing Pipe Specifications are as follows: 1. Casing pipe shall have a minimum diameter of 2.0 inches and -_ size 2.0- through 8.0 -inch diameters must be galvanized and standard weight ASTM Specification A53, Grade B. Thread coupling is allowed. - 2. Casing pipe 6.0- and 8.0- inch diameters may be used complying with C-3. 3. Casing pipe shall be in accordance with current ASTM speci- fication A139 and be protected by a black bituminous coat- ing for PROTECTION AGAINST CORROSION. Wall thickness shall A a be as follows: DIAMETER THICKNESS (inches) (inches) 6 - 16 1/4 18 - 20 5/16 22 - 24 3/8 26 - 28 7/16 30 - 34 1/2 _ 36 - 38 9/16 �*l 40 - 48 5/8 52 - 56 11/16 _ 60 - 66 3/4 ,R 72 - 78 13/16 84 - 90 7/8 - _ 96 - 102 15/16 108 - 114 1 120 1-1/8 4. All casing pipe joints will be welded in accordance with AISC Specifications, Section 1-7-2. All joint welds will be full penetration. -2- I" 1.6.14. Copy of F.E.C: Permitting (Cont'd) M .� 5. At no time will construction interfer with the normal and safe operation of the Railway. No construction, manpower, or equipment will enter the right of way beyond safety clearance limits of 20.0 Ecet from the centerline of near track. 6. All casing pipe installations where the diameter is greater than 48 inches will require a preconstruction conference at the project site. ., 7. Preconstruction arrangements will be made with the Office of the Engineer of Bridges and Buildings at least one week prior to construction. A Railway inspector must be present during the entire construction of the casing pipe. The inspector will have complete authority over the project on the Railway's right of way. 8. All costs to provide inspection will be borne by the lessee. D. Tunnel liner requirements are as Eollows: 1. All applicable preceding sections will govern tunnel liner usage proposals. 2. Tunnel liner plate will be, 12 Pi, galvanized, and all belts and nuts will be galvanized. 3. Live load will be based on E-80 Railway Toading using applicable formulae and canputations performed by a ., registered professional engineer. The computation results will accompany the plans for review by the OEEice of the Chief Engineer. 4.. Grout holes will be provided at 10 -foot intervals along the roof and sides. 5. The tunnel liner jacking shield will protect 180 degrees of the upper" section and material removed allow for a minimum 1:1 slope with a minimum 2.0 feet of undisturbed soil ,. supporting the overburden. 6. The tunnel liner installation will prnlress with sufficient manpower and supervision Cur around-the-clock construction until the liner is completed. E. Carrier pipeline specifications are as follows: ., 4 1. Reinforced Concrete Pipe a. Materials: Modified bell and spigot or tongue and .. groove in accordance with current PSIM Specifica- -3- 1.6.14. Copy of F.E.C. Permitting (Cont'd) tion C76 Class TV for Railway strength pipe or current specification for prestressed concrete pipe. b. Joints: Rubber and steel joint for prestressed pipe in accordance with current Lock Joint Pipe Canpany Speci- fication on SP5, or equivalent. Joints for bell and spigot and T. and G. pipe to be in accordance with current standard practice. Joints may be made using confined continuous rubber gasket. 2. Cast Iron Pipe a. Materials: Pipe must conform to current ASTM Specifi- cation A142 for "Standard Pipe." b. Joints: Bell and spigot, caulked with lead and oakum, or an approved mechanical type. 3. Polyethylene Pipe a. Materials: Pipe must conform to current ASTM Specifi- cation D2104, Schedule 40, for standard pipe. 4. Steel Pipe a. Materials: Pipe must conform to current ASTM Specifi- cation A120, Schedule 40. b. Joints: All joints must be welded or of an approved mechanical type. F. Carrier pipe with an internal pressure less than 30.0 lbs. per square inch shall have the ends of the casing pipe sealed after installation. G. Carrier pipe with an internal pressure of 30.0 lbs. per square inch and over shall have the casing pipe open at the ends if local conditions permit water from leaks to discharge into drainage ditch or manhole. If this is not practicable, the casing pipe shall be sealed at both ends and 4 -inch relief vert provided at either end off the Railway's right of way, which shall discharge into drainage ditch or sewer. Casirpipe sha.l: have a minimLan inside diameter of 6.0 inches greater tfian tle maximum outside diameter of the carrier lupe, includin hell III. ABOVE GRAM ?fRUCTURES A. All applicable preceding sections will govern the installation. -4- 1.6.14 Copy of F.E.C. Permitting (Cont'd) B. Minimum clearance of 23 feet 6 inches over top of rail of highest track shall govern the proposed structure. C. Predesign conference with the Chief Engineer will set forth horizontal clearance of subgrade, grade and above.grade construction and structural limits. IV. ABWE GRADE WIRELINES A. All power lines and cables will provide a minimum clearance above top of rail of highest track of 43.0 feet for up to 50 KV. An additional 0.4 inch of clearance must be provided for each KV in excess of 50 KV. ., B. All power lines and cables lying within a grade crossing will provide a minimum clearance above top of rail of highest track of 50.0 feet for up to 50 KV. An additional 0.4 inch of clearance must be provided for each KV in excess of 50 KV. C. All cable will provide a minimum clearance above top of rail of the highest track of 43.0 feet. D. Any wireline or cable at a grade crossing protected with crossing gates must clear the tip of the gate arm by a minimum _ of 6.0 feet when the gate arm is in the raised position. E. Should the Railway add crossing gates to grade crossing protection, raisirrj of wirelines or cables shall he preformed ^ immediately on notice and at the sole cost and expense of the lessee. F. All applicable preceding sections will govern the installa- tions. V. MISCELLANEOUS A. Cathodic protection of pipelines, cables, or casings ., 1. When cathodic protection is provided, it shall be installed so as not to induce currents which will interfer with the signal apparatus of the Railway. Any changes required in .. the manner, method, or location of such cathodic protection shall be made at the sole cast and expense of the lessee and to the satisfaction of the Chief Engineer of the Railway or his duly authorized representative. B. Proposed structur_s mur;t maintain a minimum of 10 feet of horizontal clearance to the baso of the signals/crossing gates. � c . Revised September 11, 1987 SECTION 7 PROCEDURE AND PROGRESS 1.7.1. Commencement and Procedure The Contractor shall commence work within ten (10) calendar days after the date of mailing the fully executed Contract and the receipt of the Notice to Proceed and shall continue without interruption until the work is completed, except as provided in Article 1.7.3. The sequence of work shall conform to the progress schedule submitted in accordance with Article 1.3.2., provided, however, that said schedule may be modified from time to time as directed or approved by the Engineer. The Contractor shall give the Engineer not less than seven (7) calendar days notice of the time and place or places he/she will start the work. The Contractor shall send notices to the proper Municipal Officials in which the Project is located. The notices shall be sent out before work on the Project is begun. The notices shall be published at least twice in at least two newspapers published in the County. One ^ such newspaper must be of a daily nature. Such publication shall be made before the work on the Project is begun. The costs incurred in performing the aforementioned notifications shall be borne by the Contractor in their entirety, and shall be assumed to have been included in the bid submitted. No separate payment shall be made for this item. The progress schedule to be submitted by the Contractor, in accordance with Article 1.3.2., shall clearly outline the various stages and operations by which he/she proposes to complete the entire Project, including the maintenance and protection of traffic as specified in Article 1.4.3. Construction operations shall not begin until the above schedule has been approved by the Engineer, and the Contractor shall not deviate from the proposed schedule without the expressed permission of the ^ Engineer. The Contractor shall arrange and conduct the work using such procedures and stages as may be necessary to comply with the provisions of Articles 1.4.2., 1.4.3., 1.6.11., 1.7.1., 1.7.2. 6 provisions of any other Articles which may be dependent upon the procedures and stages of his/her work. No work which closes or alters the use of existing roadways shall be undertaken until adequate provisions, conforming to the requirements of Article 1.4.3., have been made by the Contractor and approved by the Engineer. 1.7.1. Commencement and Procedure (Cont'd) The Contractor shall arrange and prosecute his/her work so that each successive construction operation at each location shall follow the preceding operation as closely as the requirements of the various types of construction will permit, and the combined successive operations shall be limited to a minimum practical length of time, as approved by the Engineer. The work under this Project shall be carried out in accordance with logical stage construction and in accordance with the provisions of Article 1.4.3. However, two or more construction operations may .. proceed simultaneously subject to the approval of the Engineer. As directed by the Engineer, the Contractor shall develop and _ submit a detailed plan of stage construction and maintenance and protection of traffic for written approval by the Engineer, which incorporates the requirements of the Owner and is based on approved construction methods and procedures. The Engineer may revise stage construction and maintenance and protection of traffic, if deemed necessary, due to unforeseen circumstances which may arise during construction. Revisions so made shall not be considered reason for any claim for extra payment or extension of time by the Contractor. Completed or partly completed sections of the Project to be opened to traffic prior to acceptance of the Project, due to the various stages of construction are, subject to the approval of the Engineer and .� the provisions of Articles 1.4.3. and 1.6.6. When possible, the construction of subsurface structures within or _ immediately adjacent to roadway limits shall be performed while traffic is being diverted from such areas. If traffic must be maintained in such areas, the work shall be done expeditiously in stages, as approved by the Engineer, and with minimum interference with traffic. Subsurface structure excavation within and immediately adjacent to roadways available to traffic shall not remain open overnight. Operations adjacent to roadways on which traffic is being maintained shall be confined to only one side of the roadway at any one time. When the Contractor's excavating operations encounter prehistoric remains or artifacts of historical or archeological significance, the .� operations shall be temporarily discontinued in that area. The Engineer will consult archeological authorities and determine the disposition of the remains or artifacts. The Contractor agrees that he/she will make no claim for additional payment or for extension of time because of any delays in or alteration of his/her procedure due to removal of any such remains or artifacts. M 1.7.1. Commencement and Procedure (Cont'd) In all areas where work is being performed during dusk or darkness, the Contractor shall furnish, place lighting facilities meeting with the approval of the .. capable of providing light of sufficient intensity to workmanship and proper inspection at all times. the hours of and maintain Engineer and permit good No separate payment will be made for lighting work areas as ^' specified above, but all costs thereof shall be included in the unit prices for the various scheduled items in the Proposal. The Contractor shall schedule and conduct the work exercising such precautions as necessary to prevent or reasonably minimize the pollution or contamination of streams, canals and other waters with sediment, chemicals, fuels, lubricants, bitumens, raw sewerage and other harmful materials. Wherever construction exposes work which is subject to erosion, the extent of such exposure in advance of subsequent construction shall be subject to the approval of the r� Engineer. Erosion control features or other work to be completed within such areas shall follow as soon after exposure as practicable and shall comply with all local, state or federal requirements regarding same. Construction of drainage facilities as well as performance of other Contract work which will contribute to the control of siltation or erosion shall be carried out in conjunction with earthwork operations, including all borrow pit operations, or as soon thereafter as is practicable. During construction, the Contractor shall shape the top of earthwork so as to effect the drainage of rainwater and to prevent the flow of runoff over the slopes except at locations selected or approved by the Engineer. If and where the Engineer so directs, temporary slope drains shall be constructed to carry the runoff. Payment for temporary drains ordered by the Engineer will be included in the various items scheduled in the Proposal, or lump sum bid. The erosion control measures described herein shall be continued until the permanent drainage facilities have been constructed and/or until the grass on seeded slopes is sufficiently established to be an effective erosion deterrent. Unless otherwise approved in writing by Engineer, construction operations in rivers, streams and impoundments shall be restricted to those areas where channel changes are shown on the Plans and to those areas which must be entered for the construction of temporary or permanent structures. Rivers, streams and impoundments shall be promptly cleared of all falsework, piling, debris or other obstructions placed therein or caused by the construction operations. Excavation from the roadway, channel changes, cofferdams, etc., shall not be deposited in or so near to rivers, streams, canals or impoundments that it will be washed away by high water or runoff. 1.7.1. Commencement and Procedure (Cont'd) Frequent fording of live streams with construction equipment will not be permitted. Therefore, temporary bridges or other structures shall be used whenever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams except as may be required to construct channel changes and temporary or permanent structures. In the execution of any work within or adjacent to any State or National Park, forest or other public or private lands, the Contractor shall comply with all of the appropriate authorities having jurisdiction over such forest, park or lands. He/she shall keep the areas embraced in his/her construction companies in an orderly condition and dispose of all refuse and discarded materials. 1.7.2. Proaress and Time of Completion The progress and the time of completion of the Project shall conform to the requirements therefor as stated in the Special — Provisions, except as provided in Article 1.7.8. When the progress and the time of completion are stated in terms of working days, these, as defined in Article 1.1.3., will be counted starting ten (10) calendar days after the date of mailing the fully executed Contract to the Contractor or as stated in the Notice to Proceed; and when specified in terms of calendar days or months or specific dates, the actual number of working days will not be considered, but the Contractor shall arrange his/her working force and equipment so as to ensure completion within the specified time. 1.7.3. Suspension of Work If the Engineer deems it in the best interest of the Owner, he may notify the Contractor in writing to suspend work on all or any part of the Project, and the Contractor shall do no work where so suspended until he has received written notice from the Engineer to resume work. When work is suspended as above provided, payment for the completed parts of the work will be made provided in Article 1.8.5., and a suitable extension of time for completing the suspended work will be granted. No other compensation or allowance will be made on account of such suspension unless it shall be for more than ten (10) calendar days. Should the suspension be for more than ten (10) calendar days and should the Contractor be put to additional expense on account thereof, he shall have the right to file with the Engineer a statement showing the character and amount of such additional expense and, if the Engineer deems it a proper charge, the Contractor will be reimbursed therefor. However, he shall have no expense claims for said first ten ^ ^ 1.7.3. Suspension of Work (Cont') ^ (10) calendar days of suspension, and any claim for allowance as above provided shall be filed, in writing, with the Engineer before the expiration of the first ten (10) calendar days of suspension. No payments will be made for work done by the Contractor on suspended work. If the suspension extends for one (1) year and the value of the suspended work, based on bid prices and estimated quantities, exceeds 25 percent of the total price bid, the Owner will, at the Contractor's ^ requesi, annul the Contract as provided in Article 1.7.5. When said value is 25 percent or less, and the suspension extends for one (1) year, the Owner will, at the Contractor's request, by Change Order as .. provided in Article 1.8.4., omit the suspended work from the Contract. 1.7.4. Unavoidable Delays If for any reason beyond the control of the Contractor other than as provided for in Article 1.7.3., the work be delayed, the Contractor �. may be granted an extension of time as provided in Article 1.7.8., but he/she shall have no right to, nor shall he/she make any claim whatsoever for damages or additional compensation by reason of the ^ delay. 1.7.5. Annulment of Contract ^ When the Engineer deems it advisable and/or in the best interest of the Owner, or in the event of a national emergency, that .. construction be stopped directly or indirectly, by a national or state agency, he/she may annul the Contract on thirty (30) calendar days written notice to the Contractor and, if the Contractor be not in default, payments will be made as provided in Article 1.8.5., for all ^ work done under the terms and conditions of the Contract, except that payments will be made in such amounts as the Engineer may consider just and proper for such parts of the work that are not fully completed and, .+ for that reason, not susceptible of classification under the bid prices, and for expenditures in connection with the preparing for and moving equipment to and from the work for which the Contractor is not ^ otherwise compensated. It is understood and agreed, however, that no payments shall be made for any claim for loss of anticipated profits. Attention is directed to the provisions cited herein under Article 1.6.3., whereby, for violation of the Contractor's warranty concerning solicitation of the Contract by others under an agreement or understanding for compensation of the Owner shall have the right to annul the Contract without liability or, at the Owner's discretion, to deduct from the contract price or consideration the full amount of such compensation. ^ ^ M 1.7.5. Annulment of Contract (Cont'd) When the Contract is annulled as above provided, the Contractor shall, if so required by the Engineer, remove promptly any or all of his equipment and supplies from the site of the Project or other ,., property of the Owner, failing which, the Owner may remove or have removed such equipment and supplies at the expense of the Contractor. 1.7.6. Default of Contract When, in the opinion of the Engineer, the Project or any part �. thereof has been abandoned, unnecessarily delayed, or cannot be completed by the Contractor within the time specified at his rate of progress, or the Contractor is willfully violating any of the covenants of the Contract, or is carrying out the Contract in bad faith, then the Engineer may so certify in writing to the Owner, and the Owner may declare the Contractor in default of the Contract and notify him to discontinue the Project. The Owner may then call on the Surety to complete the Project or may complete it by other means, as he may elect. He may take over any working site procured the Contractor and may use materials and equipment at the site of the Project and other equipment used elsewhere for the Project at the time of default, and may procure other materials, equipment and all else necessary for the completion of the Project. The Owner shall recover the cost of finishing the work of the original Contract, over and above the cost thereof at the original bid prices, by deducting the amount thereof from any monies due or which may become due the Contractor under the Contract, and when such monies are insufficient to pay said cost, the . amount of said cost in excess of such monies shall be paid by the Contractor or the Surety. 1.7.7. Liquidated Damages If the Contractor fails to complete the Project and each and every part and appurtenance thereof fully, entirely'and in conformity with the provisions of the Contract, within the time stated in the Contract, or within such further time as may have been granted in accordance with the provisions of the Contract, then the Contractor shall and hereby does agree to being assessed (9100.00) one hundred dollars each and every calendar day that the Contractor is in default on time to complete the work, which said amount per day is agreed upon by the .. parties hereto to be liquidated damages, not a penalty. The days in default mentioned above shall be the number of M calendar days in default. The Owner shall recover said damages by deducting the amount thereof from any monies due or that may be due the Contractor and if said monies are insufficient to cover said damages, then the Contractor or his/her Surety shall pay the amount due. 1.7.8. Extension of Time Extension of the time stipulated in the Contract for completion of the Project will be made if and as the Engineer may deem proper, when work under a Change Order as hereinafter provided is added to the total work of the Contract; when the work is suspended as provided in Article 1.7.3., and when the work of the Contractor is delayed on account of conditions, other than daily weather conditions, which in the opinion of the Engineer warrant such extension; provided however, that no extension on account of delay will be granted unless notice of such delay, and of the Contractor's intention to claim an extension of time, be given the Engineer, in writing, within five (S) calendar days after the beginning of such delay, and said notice shall give complete information of the nature, cause and probable extent of the delay. Extensions of time shall be binding only when issued in writing. M M No M M SECTION 8 MEASUREMENT AND PAYMENT .. 1.8.1. Measurement of Quantities All work completed under the Contract will be measured for payment according to United States StanAard Measures. 1.8.2. Scope of Payment The Contractor hereby agrees to accept payment as provided in Article 1.8.5., as full payment for performing and completing the Project, for furnishing all labor, materials, equipment, transportation and all else necessary therefor, for all incidental expenses in connection therewith, for loss by damage to or destruction of the Project as provided in Article 1.6.6., for any additional expenses on account of unforseen difficulties encountered, for settlement of claims, and for replacement of defective work and materials for one (1) year after acceptance of the Project by the Owner and the Engineer. .. Accordingly, a maintenance bond shall be posted for a one (1) year period at the time of final acceptance and prior to final payment. 1.8.3. Adjustment of Estimated Quantities (Chance Orders) While the Project is progressing, the quantities of the various items scheduled in the Proposal and placed in the Project will be measured. When these quantities are greater or less than the corresponding estimated quantities stated in the Proposal, Change Orders will be issued by the Engineer to cover the difference between estimated and actual quantities, and no payment will be made for work done in excess of the quantities, stated in the Proposal until such Change Orders have been issued, approved, and executed by all parties. 1.8.4. Chance of Plans It is understood and agreed, that the Engineer may change the Plans so as to increase or decrease the quantities of work to be ., performed or materials to be furnished under the various items scheduled in the Proposal at the unit bid prices and such changes will be authorized by the issuance of a fully executed Change Order. The order will show in detail the type and quantity of work to be performed or be added or deducted from the total price bid in the Proposal for each scheduled item increased or decreased by order; the number of days W 1.8.4. Change of Plans Cont'd) ^ if any, that will be added or deducted from the time for completion stipulated in the Contract on account of the added or decreased work covered by the order. The Contractor shall do no work and furnish no ,. materials, except as shown on the Plans, until he has received a copy of said Change Order duly approved and executed. If the Contractor refuses to accept said Change Order, he may be declared in default as provided in Article 1.7.6. It is further understood and agreed that the Owner and the Contractor may enter into supplementary agreements, executed on Change .� Order forms, for the Contractor to furnish materials or perform work of a type not susceptible of cl&ssification under any of the items scheduled in the Proposal. The Change Order shall state the type and .. character of such work to be performed or materials to be furnished under the supplementary agreement and the amount to be paid therefor, and the number of days, if any, that will be added to or deducted from the time for completion stipulated in the Contract on account thereof. The work and materials covered by the supplementary agreements shall conform to the requirements therefor of the Specifications provided for the supplemental work. The amount to be paid the Contractor for ^ performing the work or furnishing the materials covered by the supplementary agreements, may be determined at the discretion of the Engineer on a lump sum or unit price basis, or on the basis of actual cost to which a percentage of the actual cost or a fixed sum is added. If the Contractor fails to execute the Change Order for the supplementary agreememt, the Owner may have the materials furnished or the work performed by others, and the Contractor shall not interfere therewith. If any acceptable materials may have been furnished, which cannot be used on account of the supplementary agreement, such materials may be purchased from the Contractor at the actual cost to the Contractor and shall then become the property of the Owner or other allowance may be made therefor as approved by the Engineer. On federal aid project, all changes of Plans and other modifications of the Contract shall be subject to approval by the proper Bureau before they shall become effective. ^ 1.8.5. Payments Payments will be made for the actual quantity of authorized work ^ done under each item scheduled in the Proposal at the unit price bid therefore, except as otherwise provided in Article 1.8.4., and under supplementary agreements, if any, at the price or prices stipulated ^ therein. I.B.S. Payments (Cont'd) Monthly certificates will be made of the approximate quantities of work done during the preceding month and payments on account therefore will be based on the prices bid in the Proposal and/or sitpulated in ^ supplementary agreements, if any, except that ten (10%) percent of the amount due on such partial payments, will be withheld from the Contractor pending completion of the Contract of Agreement. The monthly certificates and payments on account will also include fifty ^ (50%) percent of the value of materials and equipment, based on receipted bills or other satisfactory evidence, furnished but not incorporated in the work as determined by the Engineer, provided that: ^ 1) such materials have been delivered at or near the site of the work; 2) are properly stored and prdtected and have been inspected and approved; and' 3) that the Contractor has furnished the Engineer with satisfactory releases of lien for said materials; and provided further; that if claims have been filed with the Owner or Engineer against the Contractor, sufficient money may be withheld to satisfy such claims until they have been satisfied, all in accordance with certified material costs provided to the Engineer by the Contractor. When the project is completed and accepted by the Owner, a final .. certificate of cost of the Project will be made by the Engineer, based on the actual quantities of authorized work done under each item scheduled in the Proposal and under supplementary agreements, if any, at the unit price or prices stipulated therein. When this final ^ certificate is approved, the money due the Contractor for the performance of the Project, as determined by said final certificate, after deduction of previous payments on account, will be paid the ^ Contractor, provided, however, that before such final payment is made, the following requirements shall be satisfied: a) there shall be no outstanding claims against the Contractor filed with the Owner, b) the ^ Contractor shall have paid all due obligations and shall have furnished, when directed by the Engineer, receipted bills or other satisfactory evidence that all obligations incurred by him and by his subcontractors in carrying out the project have been satisfied, and c) ^ the Contractor shall have delivered a bond as hereinafter specified in Article 1.8.7. When the work is suspended as provided in Article 1.7.3., a semi- final certificate may be made at the discretion of the Engineer. This certificate will show the cost of the work completed and the estimated cost to complete the work, based on the unit prices bid and the quantities scheduled in the Proposal as amended by Change Orders, if any, except that for such parts of the work and for that reason are not appropriate for estimate as above provided, the estimated cost to complete will be determined by the Engineer. When the semifinal certificate is approved, payment will be made to the Contractor in the sum of the cost of the work completed after deduction of previous ^ monthly payments on account and deduction of twenty-five (25%) ^ I.S.S. Payments (Con't) ^ percent of the estimated cost to complete the work determined as described above, provided, however, that before said payment is made, the following requirements shall be satisfied: a) there shall be no outstanding claims against the Contractor filed with the Owner; b) when ^ directed by the Engineer, the Contractor shall have furnished receipted bills or other satisfactory evidence that all obligations incurred by him and his subcontractors in carrying out the work have been ^ satisfied; and c) the Contractor shall have delivered a bond as hereinafter specified in Article 1.8.7. Before a semifinal payment will be made, the Contractor shall execute and deliver a release substantially in the following form: "In consideration of the above payment, (I)(We) hereby release the ^ Owner, Engineer, and their agents from all claims and liability of whatsoever nature for anything done or furnished or in any manner growing out of the performance of the Project, except that it is understood that credit will be given in the final certificate for the amount, covering twenty-five (25%) percent of the estimated cost to complete the work, which has been deducted in the semifinal certificate." Before final payment, based on the final certificate of cost and actual quantities will be made, the Contractor shall execute and deliver a release substantially in the following form: "In consideration of the above payment, (I)(We) hereby release the Owner, Engineer and their agents from all claims and liability of whatsoever nature for anything done or furnished or in any manner growing out of the performance of the Project." ^ The acceptance by the Contractor of payment of said final or semi- final certificate shall operate as and shall be released to the Owner, the Engineer and their agents from all claims or liability to the ^ Contractor for anything done or furnished for or relating to the Project, or any act or neglect of the Owner, the Engineer or any person relating thereto, and except that in the case of semifinal certificate being paid as above described, the Contractor has the right and is obligated to continue and complete the Project when notice to resume has been received by him/her. 1.8.6. Termination of Responsibility ^ When all the work included in this Contract has been accepted by the Owner and Engineer and the final certificate has been paid, the Project shall be considered as completed, and the Contractor shall be released from all further obligations and requiremetns, except as set ^ forth and provided in Articles 1.5.8. and 1.8.7. and as provided in Article 1.8.5. 1.8.7. Maintenance Bond Before final or semifinal payment is made as provided in Article 1.8.5., the Contractor shall furnish a surety corporation bond to the Owner in a sum equal to twenty-five (25%) percent of the Contract price. The bond shall remain in full force and effect for a period of one (1) year. The bond shall stipulate that in the event any work performed or materials and equipment furnished were not performed or furnished according to the terms and performance requirements of the Contract, then Surety will make good the defects thereof which have become apparent before the expiration of the said period of one (1) year. In addition, the Contractor shall be responsible and liable to the Owner for any defects in the work or material supplied in accordance with the applicable State statute. ,^ If, in the judgment of the Engineer, any part of the Project need be replaced, repaired or made good during the specified guaranty period, for the reasons stated above, he will notify the Contractor in writing. If the Contractor refuses or neglects to start such work within five (5) days from the date of service of such notice or at such other time as the Engineer may direct, or if he/she fails to complete such work within the time prescribed by the Engineer, then the Owner .. will have the work done by others and the cost thereof shall be paid by the Contractor or his/her Surety. Before the Surety is released from its bond, the Engineer shall certify in writing that the foregoing _ obligations have been duly performed. It shall be the Contractor's and/or Surety's responsibility to notify the Owner in writing by registered mail sixty (60) calendar days .. prior to the expiration of the Project Maintenance Bond that said Bond is due to expire. K= 1.8.8 As -Built Drawings Prior to final payment, the Contractor shall furnish the Engineer with one (1) set of prints upon which as -constructed dimensions of all appurtenances are shown as determined by a Florida State Licensed Surveyor hired by the Contractor. The format of the as -built prints .. shall meet the approval of the Engineer. The As -built prints, with the as -construction dimensions, shall be signed and sealed by a Florida State licensed surveyor hired by the Contractor. No separate payment will be made for As -Built Drawings, the cost thereof shall be included in the prices bid for the various items, or lump sum bid, scheduled in the Proposal. SECTION 9 SPECIAL DIVISION 1.9.1. Description of Work Without intending to limit and/or restrict the scope of the work required by the Specifications and the applicable drawings, the work generally consists of furnishing and installing all materials, equipment, accessories, appliances and providing all labor, transportation, and services necessary to accomplish and complete the construction of the following: Construction of approximately 9,900 linear feet of gravity sewer, 34 manholes, four (4) new pumping stations, four (4) retrofit pumping stations, 87,000 linear feet of sewage force main, 7,000 lineal feet of effluent force main, service laterals, valves, seven (7) road borings, three (3) canal crossings, one (1) potable water well, 2800 LF 2" water main, appurtenances, complete restoration and general site work, complete and ready for operation. 1.9.2. Pre -Bid Conference This is to supplement Article 1.2.15. _ A Pre-bid conference will be held on Monday, August 21, 1989 at 10:00 A.M. local time, with Indian River County representatives, Consulting Engineers, all prospective Bidders and other interested parties to discuss this Project. The meeting will take place at the Indian River County Administration Building, 1840 25th Street, Vero Beach, Florida; in the first floor Conference Room. 1.9.3. Contract Change Orders This is to supplement Article 1.8.3. The following form included in this Section shall be utilized for the processing of any and all Change Orders. 1.9.3. Change Orders CONTRACT CHANGE ORDER CHANGE ORDER NO. ORIGINAL CONTRACT PRICE DATE: SOB N OWNER REVISED CONTRACT PRICE Page of ITEM DESCRIPTION UNIT PRICE ORIGINAL UNITS ORIGINAL TOTAL PRICE UNIT CHANGE PRICE CHANGE REVISED TOTAL PRICE 1.9.3• Change Order (Con't) CONTRACT CHANGE ORDER CHANGE ORDER NO. ORIGINAL CONTRACT PRICE DATE: REVISED CONTRACT PRICE: JOB NAME: Indian River County Project OWNER: Indian River County Page _ of The amount of the Contract will be (DECREASED)(INCREASED) by the sum of: Dollars (written amount) (E ). The Contract total including this Change Order will be: Dollars (written amount) (S 1. The Contract Time provided for Project Completion will be (DECREASED)(IN— ,� CREASED)(UNCHANGED): Days. '—' This document will become a supplement to the Contract and all provisions will apply hereto. _ Contractor: Date: Engineer: 1 Date: .� Masteller & Moler Assoc., Inc.; Owner: Date: —' Indian River County Util. Dept.; Terrance G. Pinto, Director 1.9.4. Pre -Construction Conference This is to supplement Article 1.3.8. A pre -construction conference will be held at a time to be determined by the Engineer, with the Contractor, Indian River County Utilities Department, Indian River County Public Works Department, interested utility companies and other interested parties, to discuss .. the implementation of this Projept. 1.9.5. Time of Starting and Completing Work Time is of the essence on this Contract. The Contractor shall begin work on the Contract promptly and shall complete the work within .. the specified period of time after the Notice to Proceed, as directed by the Owner. If the work is not completed in the specified time, the Contractor shall thereafter pay to the Owner, liquidated damages as _ described in Article 1.7.7. The amount of calendar days permitted for this contract is 300 days. 1.9.6. Insurance Article 1.6.1. is supplemented to include the following insurance requirements. The Contractor shall furnish evidence to show that the following agencies are covered by the Contractor's General Comprehensive Liability Insurance specified in Article 1.6.1. Indian River County Masteller & Moler Associates, Inc. The above named agencies shall be furnished copies of the insurance documents proving their coverage. 1.9.7. Permits and Licenses M This is to supplement Article 1.6.5. The Contractor shall give proper notice to the State and/or County Department of Highways when work is to be performed on State and/or County road rights-of-way. The Contractor will pay the cost of any inspector or flagman required by the State and/or County Department of Highways and, in addition, will pay the cost of bond, as required, accompanying the permit. These costs applicable to unit price contracts shall be included to the basic price bid for the work. M 1.9.7. Permits and Licenses (Cont'd) The Contractor shall give proper notice to the Florida East Coast Railroad (FEC) when work is to be performed on FEC rights -o£ -way. The Contractor shall pay the cost of any inspector or flagman required by the FEC and, in addition, will pay the cost of bond, as required, accompanying the permit. The costs applicable to unit price contracts shall be included to the basic prices bid for this work. The Owner accepts responsibility for obtaining permits from the following agencies: Florida Department of Environmetal Regulation (FDER) Florida Department of Transportation (FDOT) Florida East Coast Railroad (FECRR) Indian River Farms Water Control District An Indian River County Right-of-way Permit must be obtained by the Contractor from Indian River County Public Works Department, Mr. Jim Davis, Director. There will be no charge for this permit. A City of Sebastian Right-of-way Permit must be obtained from the City of Sebastian by the Contractor. 1.9.8. Interpretation of Specifications In any instance where there is a conflict between these Specifications and Indian River County Utilities Standards and Specifications, Indian River County Utilities Standards and Specifications shall supersede. 1.9.9. Maintenance and Protection of Traffic This is to supplement Article 1.4.3. The Contractor shall abide by the Specifications for Maintenance and Protection of Traffic as described in the latest edition of the State of Florida Department of Transportation Standard Specifications for Road and Bridge Construction. 1.9.10. Inspection This is to supplement Article 1.5.5. If the Contractor works on Saturdays, Sundays, holidays, or more than eight (8) hours on a weekday, he/she will be responsible for payment of the wages of the Resident Inspector(s). Compensation for inspection services will be twenty-five (925.00) dollars per hour, per inspector. Mileage reimbursement is included in the field inspection rate. The Engineer will invoice the Contractor directly for work done during the preceding month. Payments will be made directly to the Engineer. 1.10.1. Form of Proposal Proposal BID PROPOSAL INDIAN RIVER COUNTY, FLORIDA (Bidder's Name) (Bidder's Address) to furnish and deliver all materials and to do and perform all work in accordance with the Contract Documents attached hereto for the INDIAN RIVER COUNTY PROJECT #US87-27-CCS, NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3, SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS, Indian River County, Florida. To: The County Administrator, Indian River County 1840 25th Street Vero Beach, Florida 32960 Gentlemen: The undersigned Bidder has carefully examined the Contract Documents and the site of the work and is familiar with the nature and extent of the work and any local conditions that may in any manner affect the work to be done, and the equipment, materials and labor required. The undersigned agrees to do all the work and furnish all materials called for by said Drawings and Specifications, in the manner prescribed therein, in accordance with the Contract Documents and to the standards of quality and performance established by the Owner, for the Unit Prices stated in the Bid Schedule, for each of the items or combination of items stipulated. It is understood that certain quantities shown in the schedule are approximate only, subject to increase or decrease and for the purpose of bid comparisons for determination of low Bidder. It is further understood that payment will be in accordance with quantities placed in the construction as more specifically provided in the Instructions to Bidders and Technical Specifications included as part of the Contract Documents. 1. To do any extra work, not covered by the above schedule of prices, which may be ordered by the Engineer upon authorization by the County Commission, and to accept, as full compensation therefore, such prices as may be agreed upon in writing by by the Engineer and the Contractor. 1.10.1. Form of Proposal (con't) 2. To begin work within ten (10) calendar days from the date of receipt by him of Notice to Proceed, and to complete the work no later than Three Hundred (300) calendar days after receipt of Notice to Proceed. 3. To reimburse Indian River County, as liquidated damages, for each calendar day elapsing between the date herein specified as the date of full completion and the actual date of such full completion of the contract work, the amount of one hundred dollars (9100) per calendar, day. Dated this day of 19 Respectfully submitted, Contractor Address Phone �. B y : M M M 1.10.1. Form of Proposal (Con't) ^ INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN RIVER COUNTY, FLORIDA "REVISED" PROJECT COST ESTIMATE ITEM ITEM UNIT TOTAL NO. QUANTITY UNIT DESCRIPTION PRICE PRICE w 1. 1 LS MOBILIZATION 2. 5200 LF GRAV SEWR (0'-6') 3. 825 LF GRAV SEWR (6'-8') 4. 2050 LF GRAV SEWR (8'-10') 5. 130 LF GRAV SEWR (10'-12') 6. 1525 LF GRAV SEWR (12'-14') 7. 280 LF GRAV SEWR (14'-16') 8. 13 EA MANHOLES (0'-6') ^ 9. 5 EA MANHOLES (6'-8') 10. 6 EA MANHOLES (8'-10') 11. 2 EA MANHOLES (10'-12') 12. 5 EA MANHOLES (12'-14') ^ 13. 1 EA MANHOLES (14'-16') 14. 1 EA DROP MNHLS (6'-8') 15. 1 EA DROP MNHLS (10'-12') ^ 16. 1 LS PUMP STATION #1 17. 1 LS PUMP STATION #2 18. 1 LS PUMP STATION #3 19. 1 LS PUMP STATION #4 29. 1 LS PUMP STA RIVER RUN 21. 1 LS PUMP STA REFLECTNS 22. 1 LS PUMP STA PELICAN PT ^ 23. 1 LS PUMP STA PARK PL 24. 1600 LF 4" DIA SEWAGE FM 25. 7275 LF 6" DIA SEWAGE FM ^ 26. 12450 LF 8" DIA SEWAGE FM 27. 17600 LF 10" DIA SEWAGE FM 28. 17050 LF 12" DIA SEWAGE FM 29. 10525 LF 20" DIA SEWAGE FM ^ 30. 23900 LF 24" DIA SEWAGE FM w r -n 1.10.1. Form of Proposal (Cont'd) ITEM ITEM UNIT TOTAL NO. QUANTITY UNIT DESCRIPTION PRICE PRICE ". 31. 7 UNIT 4" DIA PLUG VALVE 32. 8 UNIT 6" DIA PLUG VALVE 33. 3 UNIT 8" DIA PLUG VALVE 34. 6 UNIT 10" DIR PLUG VLVE ^ 35. 2 UNIT 14" DIA PLUG VLVE 36. 5 UNIT 20" DIA PLUG VLVE 37. 8 UNIT 24" DIA PLUG VLVE ^ 38. 7000 LF 8" DIA EFFLUENT FM 39. 1 LS EFFLUENT OUTFALL STRUCTURE ,.� 40. 2800 LF 2" DIA. WATER MAIN 41. 1 LS POTABLE WATER WELLS 42. 1 LS SANDRIDGE GOLF COURSE IMPROVEMENTS ^ 43. 1 LS FEC BORE NORTH OF ROUTE 512 ^ 44. 1 LS FEC BORE MAIN ST 45. 1 LS FEC BORE RT. 512 46. 1 LS FEC BORE PARK PLACE 47. 1 LS US #1 BORE RIVER RD ^ 48. 1 LS US 81 BORE PELI SHPS 49. 1 LS FEC BORE TO WWTP 50. 7150 LF ROAD RESTORATION ^ 51. 1600 LF NON -PAVED RD RESTOR. 52. 250 LF FDOT PAVEMENT RESTOR. 53. 85000 LF SEED & MULCH ., 54. 3000 LF SOD 55. 1300 LF TRENCH PAVING RESTOR. 56. 4200 LF DRIVEWAY (PAVED) 57. 2950 LF NON -PAVED DR. RESTOR. 58. 450 LF SIDEWALK TOTAL AMOUNT BID ................8 Written Amount of Total of Bid r. r. ^ 1.10.1. Form of Proposal (Con't) The above "Total Amount Bid" for items #1 through #58 shall be the basis of award of the Contract. The Owner reserves the right to reject any and/or all bids. Signature Title License Number (If Applicable) (SEAL - if BID is by a corporation) ATTEST: Address Date 1.10.2. Non -Collusion Affidavit of Prime Bidder State of Florida, County of Indian River being first duly sworn, deposes and says that: (owner, partner, officer, representative or agent) He/she is Wa the Bidder that has submitted the attached Bid: He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: Such Bid is genuine and is not a collusive or sham Bid; Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agree, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement of collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or any other Bid, or to fix any overhead, ^ profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against Indian River County or any person interested in the proposed Contract; and The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement, on the part of the Bidder or any of its agents, representatives, owner, employees or parties in interest, including this affiant. He/she further warrants that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by (Contractor) (Signed) (Title) Subscribed and sworn to before me this day of 19 My commission expires: 1.10.3. Questionnaire QUESTIONNAIRE The undersigned guarantees the truth and accuracy of all statements and answers herein contained. (Please use additonal sheets as necessary to fully answer questions) 1. How many years has your organization been in business as a General Contractor? 2. What is the last project of'this nature that you have completed: 3. Have you ever failed to complete work awarded to you; if so, where and why? 4. Name three (3) individuals or corporations for which you have performed work and to which you refer: S. Have you personally inspected the proposed work site and have you a complete plan for its performance? 6. Will you sublet any part of this work? If so, give details: 7. What equipment do you own that is available for the work? 8. What equipment will you purchase for the proposed work? 1.10.3. Questionnaire (Cont'd) 9. What equipment will you rent for the proposed work? 10. The following is given as a� summary of the Financial Statement of the undersigned: (List Assets and Liabilities and use insert sheet, if necessary.) 11. State the true, exact, correct and complete name of the partnership; corporation or trade name under which you do business, and the address of the place of business. (If a corporation, state the — name of the President and Secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name. It is absolutely necessary that this information be furnished.) Correct Name of Bidder (a) The business is a (Sole Proprietorship)(Partnership)(Corporation) (b) The address of principal place of business is: (c) The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 0 1.10.4. Bid Bond BID BOND KNOW ALL MEN BY THESE PRESENTS, that we (hereinafter called Principal) and (hereinafter called the Surety), a Corporation duly authorized under the laws of the State of Florida with its principal offices in the City of and authorized to do business in the State of Florida are held and firmly bound unto as Obligee,,hereinafter sum of called the Obligee, in the (S ) for the payment of which sum will and truly the said Principal and the said Surety, bind ourselves, executors, administrators, successors, and assigns, severally, firmly by these presents. Dollars to be made, our heirs,, jointly and WHEREAS, the Principal is about to submit or has submitted a bid for WHEREAS, the Principal desires to file this Bond in accordance with law, in lieu of a Certified or Cashier's Check otherwise required to accompany this Bid, 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 prosection 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. SIGNED AND SEALED THIS day of Witness Witness 19 Principal Seal Title Surety Title Agent must attach current Power of Attorney 1.10.5. Surety's Consent SURETY'S CONSENT That for and in consideration of the sum of One Dollar ($1.00), lawful of the United States, paid the undersigned corporation and for other valuable considerations, the receipt whereof is hereby acknowledged, the consents and agrees that, if the Contract for which the preceding Proposal is made be awarded to this Company will become bound as surety for its faithful performance, and will execute the Payment Bond following Section 11, Division 1 hereof, and if the said shall omit or refuse to execute such Contract within ten (10) days from the time when notified so to do, then the undersigned corporation will pay, without proof of notice, on demand, to the said any difference between the sum which the next highest bidder, or the person, persons or corporation to whom the Contract shall be finally awarded, would be entitled to receive upon such completion and the amount of the foregoing Proposal, the amount of said difference to be calculated upon the estimated amount of work by which the bids are tested. If more than one surety executes this consent, each such corporation shall become bound, jointly and severally, by the terms thereof. IN WITNESS WHEREOF, the undersigned corporation has caused this agreement to be signed by its proper officers and its corporate seal to be hereto affixed this day of A.D., 19 NOTE: The surety must sign below and state its place of business or residence: (Attach acknowledgment and statement of surety or sureties here.) 1.10.6. Statement of Stockholder Information STATEMENT OF STOCKHOLDER INFORMATION (to be submitted with Proposal) In compliance with Chapter 33, Laws of 1977, the following stockholder information is submitted (See Article 1.2.7.) Name of Corporation, Partnership or Individual Submitting Proposal Address LIST OF STOCKHOLDERS NAME ADDRESS 1.11.1. Form of Agreement FORM OF AGREEMENT INDIAN RIVER COUNTY PROJECT #US87-27-CCS NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3 .. SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS INDIAN RIVER COUNTY, FLORIDA THIS AGREEMENT made and entered into on the day of 19 , by and between: (name) (address) hereinafter called the Contractor, and INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, hereinafter called the County. WITNESSETH: That the Contractor and the County, for the consideration hereinafter named, agree as follows: .. Article 1: SCOPE OF THE WORK: The Contractor shall furnish all of the materials and perform all the work shown on the Drawings and described in the Specifications entitled INDIAN RIVER COUNTY PROJECT #US87-27-CCS, NORTH COUNTY SUBREGIONAL SEWER SYSTEM/CONTRACT #3, SEWER COLLECTION SYSTEM, PUMPING STATIONS & FORCE MAINS, for Indian River County, Florida and shall do everything required by this Agreement and Contract Documents. Article 2: COMMENCEMENT AND COMPLETION: The Contractor will be required to commence work under this Contract within ten (10) calendar days after receipt of the Notice to Proceed and shall complete the project within three hundred, (300) calendar days as specified in the Bidding and General Requirements. The Contractor agrees to reimburse Indian River County, Florida, as liquidated damages for each calendar day elapsing between the date herein specified as the day of full completion and the actual day of such completion of the contract work the amount of one hundred dollars ($100.00) per calendar day. Time is of the essence. Article 3: THE CONTRACT SUM: The County will pay the Contractor for performance of the Contract, subject to additions and deductions provided therein, in current funds as follows: Numerical Amount: Written Amount: (Contractor) 1.11.1. Form of Agreement (Cont'd) Article 4: PROGRESS PAYMENTS: The County will make partial payment .� during the progress of the work as approved by Indian River County and the Engineer. Article 5: ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the County Engineer will promptly make such inspection and when he/she finds the work acceptable under the terms of the Contract and finds the Contract fully performed, he/she will promptly issue a final certificate, over his/her own signature, stating that the work provided for in this Contract has been completed, and acceptance by him/her under the terms and the conditions thereof is recommended and the entire balance found to be due the Contractor will be paid to the Contractor by the County following County Commission approval of the final Contract payment. Before issuance of final certificate, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid. An affidavit must be submitted by the Contractor to the Engineer stating that all indebtedness connected with the work has been paid. Such affidavit will be signed by a duly authorized officer of the contracting firm, will bear the firm's seal, and will be notarized and attested by two witnesses. A Waiver -of -Lien form signed by a duly authorized officer of the subcontracting firm, nortarized and attested by two witnesses is required from each Subcontractor engaged under the scope of this Contract, and must accompany the request for final payment. The making and acceptance of the final payment shall ., constitute a waiver of all claims by the County, other than those arising from unsettled liens, from faulty work appearing after final payment or from requirements of the Specifications and of all claims by the Contractor, except those previously made and still unsettled. Article 6: THE CONTRACT DOCUMENTS: Advertisement for Bids, Addendum as .. Required, Bidding and General Requirements, Bid Proposal, Questionnaire, Form of Agreement, Final Payment -Contractor, Affidavit, Final Pay Request, Payment & Performance Bond, Technical Specifications, and the Drawings, form the Contract and they are as fully a part of this Contract as if the same were hereto attached or herein repeated. 1.11.1. Form of Agreement (Cont'd) Article 7: LIABILITY INSURANCE: The Contractor, on his/her part, agrees to protect, indemnify, save harmless and ensure the County and Masteller 6 Moler Assoc., Inc. from any liability to any persons for injuries to the person, including loss of life, or damage to property, resulting from the acts or omissions of the Contractor, or any subcontractor, or the officers, employees or agents thereof, in performing his/her obligations under this Contract. The parties expressly recognize that the relationship between the County and Contractor is that of independent contractors, and that neither the Contractor nor any of his/her servants, agents or employees shall ever be considered to be an agent, servant or employee of the County. Article 8: PAYMENT & PERFORMANCE BOND: The Contractor shall furnish the County immediately upon acceptance of the Bid, and prior to any obligation of the Owner to execute this Contract or to issue the Notice to Proceed, Payment and Performance Bonds in the penal sum of the contract amount, with good and sufficient sureties, conditioned upon —• the performance of this Contract by the Contractor in accordance with the terms and conditions hereof, within the time herein provided, and with the additional obligation that such Contractor shall promptly make payment to all persons supplying him/her labor, materials and supplies, used directly or indirectly by the said Contractor in the prosecution of the work provided for in this Contract. For any Contract not exceeding $100,000.00, the County Commission may, by resolution, waive the requirements for a Performance Bond as required in this paragraph, and substitute in lieu thereof another suitable form of surety. 1.11.1. Form of Agreement (Cont'd) IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first written above. (Contractor) Signed and sealed by the Contractor in the presence of:, By: Attest: (Seal) INDIAN RIVER COUNTY (Owner) Signed and sealed by the Owner in the presence of: By: Gary C. Wheeler, Chairman of Indian River County Commission Attest: Jeffrey Barton,Cnty. Clerk (Seal) Noted and Approved By: Terrance G. Pinto Executive Director Utility Services Division By: James E. Chandler County Administrator By: Joseph Baird Director of Budget Management This foregoing Contract Agreement is in correct form according to law and is hereby approved: Charles Vitunac, County Attorney Attorney for Contractor 1.11.2. Performance Bond PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called PRINCIPAL and (Corporation, Partnership, Individual) (Name of Surety) hereinafter called SURETY, are held and firmly bound unto Indian River County Board of County Commissioners (Name of Owner) 1840 25th Street Vero Beach Florida 32960 (Address of Owner) hereinafter called OWNER in the total aggregate penal sum of Dollars (8 in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the day of 19 , a copy of which is hereto attached and made a part hereof for the construction of: 1.11.2. Performance Bond (Cont'd) NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, .� and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the SURETY and during the one (1) year guaranty _ period and if the PRINCIPAL ghall satisfy all claims and demands incurred under such Contract, shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER. may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that 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 accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of .. any such change, extension of time, alteration or addition to the terms of this Contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that it is expressly agreed that this BOND shall be deemed amended automatically and immediately, without formal and •separate amendments hereto, upon amendment to the Contract not increasing the Contract price more than twenty (20X) percent, so as to bind the PRINCIPAL and the SURETY to the full and faithful performance of the Contract as so amended. The term "Amendment," wherever used in this BOND and whether referring to this BOND, the Contract or the Loan Documents, shall include any alteration, addition, extension or modification of any character whatsoever. 1.11.2. Performance Bond (Cont'd) WITNESS WHEREOF, this instrument is executed in counterparts, (Number) which shall be deemed an original, this the day of ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address: ATTEST: Witness as to Surety Address• Principal By Address: Surety By Attorney -in -Fact Address: NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. 1.11.3. Payment Bond PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS: that (Name,of Contractor) (Address of Contractor) a hereinafter called PRINCIPAL and (Corporation, Partnership, Individual) (Name of Surety) hereinafter called SURETY, are held and firmly bound unto Indian River County Board of County Commissioners (Name of Owner) 1840 25th Street, Vero Beach, Florida 32960 (Address of Owner) hereinafter called OWNER and unto all persons, firms, and corporations who or which may furnish labor, or who furnish materials to perform as described under the contract and to their successors and assigns in the total aggregate penal sum of dollars (8 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered into a certain contract with the OWNER, dated the day of 19 , a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the PRINCIPAL shall promptly make payment to all persons, firms, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extensions or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in 1.11.3. Payment Bond (Con't) connection with the construction of such WORK, and for all labor cost incurred in such WORK including that by a SUBCONTRACTOR, and to any mechanic or materialman lienholder whether it acquires its lien by operation of State or Federal law; then this obligation shall be void, otherwise to remain in full force and effect. ^ PROVIDED, that beneficiaries or,claimants hereunder shall be limited to the SUBCONTRACTORS, and persons, firms and corporations having a direct contract with the PRINCIPAL or its SUBCONTRACTORS. ^ PROVIDED, FURTHER, that 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 accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of this contract or to the WORK or to the SPECIFICATIONS. PROVIDE, FURTHER, that no suit or action shall be commenced hereunder by any claimant: (a) Unless claimant, other than one having a direct ^ contract with the PRINCIPAL, shall have given written notice to any two of the following: the PRINCIPAL, the OWNER, or the SURETY above named within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the PRINCIPAL, OWNER, or SURETY, at any place where in office is regularly maintained for the ^ transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After _ the expiration of one (1) year following the date of which PRINCIPAL ceased work on said CONTRACT, is being understood, however, that if any limitation embodied in the BOND is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. PROVIDED, FURTHER, that it is expressly agreed that this BOND shall be deemed amended automatically and immediately, without formal and separate amendments hereto, upon amendment to the Contract not increasing the contract price more than 20 percent, so as to bind the ^ PRINCIPAL and the SURETY to the full and faithful performance of the Contract as so amended. The term "Amendment," wherever used in this BOND and whether referring to this BOND, the contract or the loan ^ documents shall include any alteration, addition, extension or modification of any character whatsoever. ■. 1.11.3. Payment Bond (Con't) PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. WITNESS WHEREOF, this instrument is executed in counterparts, (Number) which shall be deemed an original, this the day of ATTEST: Principal (Principal) Secretary (SEAL) By (s) Address• Witness as to Principal Address• ATTEST: Witness as to Surety Address: Surety By Address: NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located. 1.11.4. Notice of Award NOTICE OF AWARD TO: PROJECT Description: The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement of Bids dated 19_, and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amount of S You are required by the Information for Bidders to execute the Agreement and furnish the required CONTRACTOR'S Performance BOND, Payment BOND and Certificates of Insurance within ten (10) calendar — days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said BONDS within ten (10) calendar days from the date of this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your BID as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. — Dated this day of , 19 (Owner) M Title: ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by — this the day of , 19 By: _ Title: 1.11.5. Notice to Proceed M NOTICE TO PROCEED ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of .. 19 , by Title: M M To: Date: Project: Indian River County Project #US87-27-CCS, North s County Subreoional Sewer System Contract #3 You are hereby notified to commence WORK in accordance with the greement dated 1 19 , on or before , 19—. You are to complete the WORK within (300) consecutive calendar days from this date. The date of completion of all WORK is, therefore, the day of 19 (Owner) By. Title: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of .. 19 , by Title: M M 1.11.6. Affidavit AFFIDAVIT State of Florida , County of Indian River Before me personally appeared the undersigned who, by me being first duly sworn, deposes and says: The undersigned is a sub -contractor under the prime contractor under a contract entered into by and between Indian River County, Florida and for the performance of the following described work: The undersigned further deposes and says that said labor, materials, and/or services were of a total value of $ of which there remains due owing and unpaid the sum of 8 to the undersigned. (Corporate Seal) (Sub -contractor) Witness: Sworn to and subscribed before me this day of , 19_ Notary Public State of Florida at Large My Commission Expires: By Attest: Title: (Notary Seal) 1.11.7. Final Payment - Contractor FINAL PAYMENT - CONTRACTOR STATE OF FLORIDA, COUNTY OF Indian River Personally before the undersigned officer, authorized by the laws of said state to administer oaths, comes who on oath says; That he/she is the Contractor with whom Indian River County, Florida, a political subdivision of said state, did on the day of 19 enter into a contract for the performance of certain work, more particularly described as follows: Affiant further says that said construction has been completed and the Contract therefore fully performed and final payment is now due and that all lienors 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. WITNESS: (Contractor) By: Subscribed and sworn to before me this _ day of 19 _ Attest: (Corporate Seal) Notary Public State of Florida at Large. My Commission Expires: (Notary Seal) I herewith acknowledge receipt of final payment on above and do hereby certify that I have no claims against the Owner of said property. (Contractor) 1.11.8. Partial Payment Form PARTIAL PAYMENT ESTIMATE (NUMBER ) Name of Contractor: Name of Owner (Association): INDIAN RIVER COUNTY Date of Completion: (Amount of Contract: IDates of Estimate: I I Original IOriginai S (From I I Revised (Revised S ITo Description of Job: Indian River County Project #US87-27-CCS North County Subregional Sewer System/Contract #3 Sewer Collection System, Pumping Stations & Force Mains I Contract Items 1 This Period I Total to Date Item IQuantity I Unit (Unit Price I Quan.1 Amount I Quan.1 Amount I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1.11.8. Partial Payment Form (Con't) Amount This Period Total to Date I I Amount Earned IS IS I I Amount Retained IS Is I I Previous Payments I XXXXXXXXXXXXXXXXXXXXXX IS I I Amount Due S IS Estimated Percentage of Job Complete ............................. % Is Contractor's Construction Progress on Schedule?....... Yes No I hereby certify that I have carefully inspected the work and, as a result of my inspection and to the best of my knowledge and belief, the quantities shown in this estimate are correct and have not been shown in previous estimates and the work has been performed in accordance with the contract documents. (Name of Contractor) By: Date By: Approved by Indian River County M_asteller & Moler Associates. Inc. (Engineer Firm) Bv: Earl H. Masteller, P.E. President Date DIVISION 2 SUPPLEMENTARY SPECIFICATIONS SECTION 1 2.1.1. Mobilization Description Mobilization shall consist of initiating the Contract, and may include such portions of the following as are required at the beginning of the Project: setting up the'Contractor's general plant, offices, shops, storage areas, sanitary and other facilities as required by the specifications, by Local or State Law, or by regulation; providing access to the project site; obtaining necessary permits and licenses and payment of fees; protecting existing utilities; lighting work areas; providing working drawings; sampling and testing of materials and providing required insurance and bonds. Materials Such materials as are required that are not to be part of the completed contract shall be determined by the Contractor. Methods of Construction All work done in providing the facilities and services under this item shall be done in a safe and workmanlike manner. Quantitv and Pavment Payment for Mobilization will be made at the Lump Sum Price bid for this item in the Proposal, which price shall include the costs of initiating the Contract as hereinbefore described. The provisions for payment for the item Mobilization supercede any provisions elsewhere in the Specifications for including the costs of these initial services and facilities in the prices bid for the various items scheduled in the Proposal. The Lump Sum Price bid for Mobilization shall be payable to the Contractor whenever he/she shall have completed twenty (20%) percent of the work of the Contract. For the purpose of this item, twenty (20%) percent of the work shall be considered completed when the total of payments earned, exclusive of the amount bid for this item, as shown on the monthly certificates of the approximate quantities of work done, prepared in conformance with Article 1.8.5., shall exceed twenty (20%) percent of the total price bid for the Contract. 2.1.1. Mobilization (Con't) The lump sum price bid for Mobilization following maximum amounts: ORIGINAL CONTRACT AMOUNT FROM MORE THAN TO AND INCLUDING 0 100,000 500,000 1,000,000 2,000,000 3,000,000 4,000,000 5,000,000 6,000,000 7,000,000 10,000,000 100,060 500,000 1,000,000 2,000,000 3, 000,006 4,000,000 5,000,000 6,000,000 7,000,000 10,000,000 is limited to the MAXIMUM AMOUNT OF ITEM OF MOBILIZATION 3,000 15,000 30,000 60,000 90,000 120,000 125,000 150,000 175,000 200,000 250,000 Should the Lump Sum price bid for the item Mobilization exceed the maximum permissible amount for this item, as specified herein, the bid price will be reduced to the maximum permissible amount, and the reduced price will be used in correctly determining the total price for comparison of bids received. 2.1.2 Clearing Site Description: Clearing site shall consist of the work of clearing the site of the project within the limits specified, including the removal and resetting of street and road signs, mail boxes, bushes and shrubs, resetting fences, removal of trees, grubbing and removal of all other material or obstruction necessary for the proper construction of the Project. Materials: No materials are involved. Method of Construction The site of the project shall be cleared within the limits of construction including the removal of all trees, brush, weeds, roots, stumps, matted leaves, small structures, debris, and other unsuitable matter, except as otherwise hereinafter provided or as noted on the Contract Plans. 2.1.2. Clearing Site ^ Method of Construction (Cont'd) Trees, shrubs, and other landscape features within the limits of construction which do not interfere with the Project and are shown on the plans or designated by the Engineer for preservation shall not removed,but shall be protected during the progress of the work in a manner satisfactory to the Engineer and shall be trimmed of overhanging ^ branches at the direction to the Engineer. All dead trees and those which die during the life of the Contract remaining after clearing site shall be removed. Such removals shall be part of the work included in site clearing. ^ In performance of clearing site, the Contractor shall be responsible for the preservation of all public and private property, existing trees, plants and other vegetation that are to remain within or adjacent to the project and shall use every precaution necessary to ^ prevent damage or injury thereto. The Contractor shall repair all injuries to bark, trunk, limbs and roots of remaining plants by properly dressing, cutting, tracing and painting, using only approved tree surgery methods, tools and material, and shall replace to their original condition by approved seeding methods and materials, all grass areas beyond the limits of construction which have been damaged by his/her work. The Contractor shall not remove, cut, injure or destroy ^ trees or shrubs outside the limits of construction without authority of the Engineer. .. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct, on the part of the Contractor in the execution _ of the work, such property shall be restored by the Contractor, at his/her expense, to a condition equal to that existing before such damage or injury was done, or he/she shall make good such damage or injury in such other manner as may be acceptable to the Engineer. r R.F.D. mail boxes shall be removed carefully and shall be reset at the exact locations approved by the Owners and by the Engineer so as to be accessible to the postal carrier without having to leave the truck. Street and road signs which were removed shall be carefully reset at the exact location and in the manner required by the public authorities having jurisdiction thereof. Prior to acceptance of the Project, all materials and debris r accumulated shall be removed from the site of the Project and shall be disposed of by the Contractor as herein before specified. The ground surface shall be graded, if necessary, to eliminate water pockets and _ the entire site of the Project shall be cleaned up and left in a conditon satisfactory to the Engineer. ^ 2.1.2. Clearing Site Quantity and Payment Separate payment for the item "Clearing Site" will not be made, but shall be included in the price bid for Gravity Sewer/Force Main. The price shall include the cost of clearing, grubbing, disposal of trees and other accumulated materials, the removal and resetting of mail boxes and road and street signs, removal of trees and resetting of fences, all as above described, all materials, labor, equipment and all else necessary therefore and incidental thereto. 2.1.3. Maintenance and Protection of Traffic Description This work consists of the maintenance and protection of both vehicular and pedestrian traffic within the area of the Project and shall include the furnishing and placing of all flashing warning lights, signs, barricades and other protective devices; cleaning of streets; providing all necessary personnel, such as uniformed traffic control officers and flagmen; all in accordance with these Specifications and/or as directed by the Engineer. Traffic Control and Warninc Devices Maintenance and protection of traffic for this Project shall conform to the 1978 edition of the Manual on Uniform Traffic Control Devices for Streets and Highways and its latest edition and addendas, hereinafter referred to as the MUTCD; Section 102, Maintenance of Traffic of the Florida Department of Transportation Standard _ Specifications, as amended, and all other warning signs and maintenance devices as may be deemed necessary by the Engineer. Design and coloration of barricades, traffic cones and drums shall be in strict conformance with F.D.O.T. Standard Specifications and Sections 6C-2, 6C-3, 6C-4 of the MUTCD. Construction Recuirement Within ten (10) calendar days after the Notice to Proceed, the Contractor shall submit in writing, for the approval of the Engineer, a plan of the methods, traffic corridors, facilities and devices he/she proposes for the use for the maintenance and protection of traffic. As a general guide, the Contractor shall refer to Figure #6-6 of Page 276 of the MUTCD and consider the warning devices as shown on Figure k6-6 as the minimum requirements for qualification of this Article. 2.1.3 Maintenance and Protection of Traffic Construction Requirement (Cont'd) Signs, barricades, traffic cones and electric flasher units shall be established, relocated, repaired and replaced in such manner and at such times and places as may be necessary for adequate protection of vehicular and pedestrian traffic, subject to the approval of the Engineer. The Contractor shall provide sufficient flagmen and shall take all other precautions, including any which may be ordered by the Engineer, that are necessary for the safety of the public and protection of traffic and work. No trenches shall be left open within the usable traffic width of a road, but shall be backfilled within the same day of construction of utilities. Patrols shall be made on a regular basis to assure that all maintenance devices and warning signs are in working condition and have a clean appearance. The means provided for the maintenance of highway traffic shall be removed upon completion of each project roadway, including shoulder operations and any damages done to public and private property shall be made good by the Contractor at his/her own expense. Quantity and Payment Separate payment for Maintenance and Protection of Traffic will not be made, but shall be included in the price bid for Gravity Sewer/Force Main. Said price shall include furnishing, placing and maintaining all traffic control and warning devices, providing all necessary personnel, such as traffic control officers and flagmen, cleaning of streets, and all equipment, materials, tools and labor incidental thereto. 2.1.4. Engineer's Field Office This is to supplement Article 1.4.5. This Article is amended to state that no engineer's field office is required. DIVISION 2 SUPPLEMENTARY SPECIFICATIONS SECTION 2 PIPE INSTALLATION 2.2.1. Excavation for Test Pits - Unclassified Description Excavation for test pits shall include test excavations to determine precise locations of utilities, including culverts, sewers, water pipe, gas pipe, conduits, cable, manholes, inlets and similar structures. Materials No materials are required. Method of Construction Before laying pipe line, the Contractor shall ascertain the location and grade of utility pipes and other subsurface structures which may interfere with such construction. Test pits shall be excavated wherever necessary to obtain the required information, subject to the approval of the Engineer. The Contractor shall determine the precise locations of utilities being crossed by the construction. The Engineer shall then determine the alignment of the construction which will avoid conflict with existing utilities. Quantity and Pavment No separate payment for test pits will be made. For test pits, the cost shall be included in the unit price bid for Gravity Sewer/Force Main in the Proposal, which price shall include all excavaion, materials, labor and all else necessary therefor and incidental thereto. 2.2.2. Saw Cut Pavement Description This item of work shall consist of saw cutting of the bituminous and concrete roadway, driveways and sidewalks, in accordance with these Specifications and within reasonable conformity to the lines shown on the drawing and/or as directed by the Engineer. 2.2.2. Saw Cut Pavement Materials No materials are required for this item of work. Methods of Contruction Sawing shall be done with equipment approved by the Engineer. Saws shall be equipped with guides, blade guards, water cooling system and cut -depth control. Adequate and extra equipment and parts shall be available at the site prior to and during the sawing operations. Quantity and Payment No separate payment will be made for this item, but shall be included in the price bid for Gravity Sewer/Force Main in the Proposal, which price shall include all material, labor, equipment and all else necessary therefor and incidental thereto. 2.2.3. Pavement Excavation Description Pavement excavation shall consist of the cutting, removal and -' disposal of bituminous paving, reinforced and non -reinforced concrete pavement courses, including any overlying surface courses. Materials No materials are involved. Methods of Construction Existing reinforced and non -reinforced concrete pavement, concrete bases and their surface courses, and bituminous concrete, block and brick surfaces shall be removed from their base courses, when and as prescribed or as shown on the Plans. Prior to any excavation, the Contractor shall cut all pavement surfaces to a neat line, for a maximum width in accordance with the allowable excavation for the various depths of the pipeline and/or as shown on the County Road Restoration detail on the Plans. Concrete base courses or concrete surfaces that have been overlayed with asphalt concrete need not be saw cut. Pavement breakers, which involve the use of a ball, weight or punch, dropped mechanically or by gravity, shall not be used within five feet (5') of a joint adjacent to other pavement which is to remain in place. 2.2.3. Pavement Excavation Quantity and Payment No separate payment for Pavement Excavation will be made. For _ pavement excavation, the cost shall be included in the unit price bid for Gravity Sewer/Force Main in the Proposal, which price shall include the cost of excavation, transportation or other disposal of the material, all labor, equipment and all else necessary therefor and incidental thereto. 2.2.4. Gravity Sewer Description This work shall include the excavation for and the construction of gravity sewer pipe for the conveyance of sewage. The pipe shall be of the type and size specified and shall be constructed at the prescribed — locations and in accordance with the Plans and Specifications or as directed by the Engineer. Without intending to limit the materials permitted for the construction of gravity sewer pipe, the term "PVC ._ Sanitary Sewer" indicated on the Contract Plans shall be interpreted as meaning PVC or approved equal. The term "DIP Sanitary Sewer" indicated on the Plans, shall be interpreted as meaning ductile iron pipe or approved equal. Portions of the collection system have less than three (3') feet of cover over the proposed sanitary sewer main and have been designed to withstand high impact and crushing strength. Any material to be considered for installation as an equal to ductile iron pipe must be approved as equal in strength to DIP for the size and class specified. Polyvinyl Chloride (PVC) gravity sewer pipe can be used through a depth of sixteen (16') feet. Ductile iron pipe shall be used for depths greater than sixteen (16') feet except where other material is specifically specified. The materials designated on the Plans or specified have been selected as a basis of quality and performance and as being most suitable for the service anticipated. The materials will be regarded as a standard, this is not done, however, to eliminate others equally as good and efficient. 2.2.4. Gravity Sewer Materials Polvvinvl Chloride (PVC) Sewer Pine Shall be made of PVC plastic having a cell classification of 12454-B or 12454-C or 13364-B (with minimum tensile modulus of 500,000 psi) as defined by ASTM Specificaiton D-1784. Fittings shall be made of PVC plastic having a cell Llassification of 12454-B, 12454-C, or 13343-C as defined in Specification D-1784. Compounds that have different cell classifications because one or more properties are superior to those of the specified compounds are also acceptable. All fittings shall utilize rubber gasketed joints, the rubber gaskets complying in all respects with the physical requirements specified in ASTM F-477, D1869, C-361 or C-443. The pipe and fittings shall be homogeneous throughout and free from visible cracks, holes, foreign inclusions, or other injurious defects. The pipe shall be green in color, with three (3) green color coded stripes. These stripes shall be applied in the manner as the required ASTM coding, using permanent ink and shall be at least 1/2 inch high with the word "Sewer" in 3/4 inch high letters appearing one or more times every (21) inches. The pipe shall be as uniform as commercially practical in color, opacity, density and other physical properties. PVC pipe and fittings shall be Type PSM SDR 35 gravity sewer pipe conforming to ASTM D-3034 as manufactured by Certainteed, or approved equal. Ductile Iron Pine Shall be Class 50, cement line, conforming to the requirements of ANSI A21.51 and be designed in accordance with ANSI A21.50. Pipe shall be externally coated with a bituminous coating of either coal, tar or asphalt base approximately 1 mil thick. Coating shall be neither brittle when cold nor sticky when exposed by the sun. Pipe shall be lined with a cement mortar lining in accordance with ANSI A21.4. Lining shall be seal coated. The pipe shall be marked the entire length with three (3) green color coded stripes. These stripes shall be applied in the manner as the required ASTM coding using paint and shall be at least 1/2 inch high with the word "Sewer" in 3/4 inch high letters appearing one or more times every (21) inches. 2.2.4. Gravitv Sewer Methods of Construction General When received from the carrier and at the time of unloading, the Contractor shall inspect all pipe and accessories for loss or damage in transit. No shipment of material should be accepted by the Contractor unless proper exceptions are made on the receipt obtained by the carrier at the time of delivery, as to loss and/or damage. The Contractor shall be responsible for all material furnished by him/her. All such material which is defective in manufacture or has been damaged in transit or has been damaged after delivery, shall be replaced by the Contractor at his/her expense. All material found during the progress of the work to have cracks, flaws or other defects will be rejected by the Engineer or his/her authorized inspector, and the Contractor shall promptly remove such defective material from the site of the work. — The Contractor shall be responsible for the safe storage of all material furnished to or by him/her until it has been incorporated in the complete project. The locations of the existing pipes and structures shown on the plans are approximate, and before construction, the Contractor shall determine the exact locations of all existing pipes and structures to — which connections are to be made. The Contractor shall submit to the Owner, an as -built location — plan of the mains and laterals. The plans shall show the stationing and dimensions of the above items and reference to above ground objects. He/she shall include inverts and rim elevations of all manholes. Excavation and Preparation of Trench The trench shall be dug to the required alignment and depth only so far in advance of pipe laying as the Engineer shall permit. The trench shall be braced and drained when necessary so that workmen may work therein safely and efficiently. The trench width at the ground surface may vary with and depend upon its depth and the nature of the ground encountered. The maximum clear width of trench at the top of the pipe shall not be more than the outside diameter of the barrel of the pipe plus two (2') feet. Greater 2.2.4. Gravity Sewer Excavation and Preparation of Trench (Cont'd) width of trench at the top of the pipe shall be permitted only on written approval by the Engineer. Asphalt concrete surfaces shall be cut with pavement cutters, pneumatic hammers, saws or other devices that may be approved by the Engineer. The Contractor may, where it will not interfere with work or adjacent structures or property, slope the sides of excavation from a point starting one (1') foot above the top of the pipe. Maximum trench widths at the surface for gravity sewer shall be as follows: PIPE DEPTH TOP OF TRENCH WIDTH 0 - 6' deep Bottom Trench Width + 3' 6'- 12' deep Bottom Trench Width + 5' Over 12' deep Bottom Trench Width + 7' In areas where existing utilities, existing structures, limited working area or the necessity to maintain traffic flow require that the trench width be confined to a minimum area, the Engineer will determine the allowable trench width and will instruct the Contractor accordingly. Any part of the trench excavated below grade shall be corrected with thoroughly compacted material approved by the Engineer. When an unstable subgrade condition is encountered and, in the opinion of the Engineer, it cannot support the pipe, an additional depth shall be excavated and refilled to pipe foundation grade with select backfill or other suitable material as required by the Engineer to achieve a satisfactory trench bottom. Ledge rock, boulders and large stones shall be removed to provide clearance to each side of, and below, all pipe and accessories. This clearance for pipe and accessories shall be six (60) inches. Excavations below subgrade when rock and boulders are encountered, shall be refilled to subgrade with select backfill material approved by the Engineer and thoroughly compacted. Blasting operations shall be performed in conformance with all applicable local and State laws as well as Municipal ordinances, and shall be subject to approval by the Engineer. The Contractor, when blasting, is required to employ only competent and experienced supervisors and labor to conduct the work. 2.2.4. Gravity Sewer Excavation and Preparation of Trench (Cont'd) Whenever necessary to prevent caving, trench excavations, in soils such as sand, gravel and sandy soil, shall be adequately sheeted and braced. Where sheeting and bracing are used, the trench width shall not be less than that hereinbefore specified. As backfill is placed, if sheeting is to be withdrawn, it shall be withdrawn in increments not exceeding one (1') foot, and the void left by the withdrawn sheeting shall be filled and compacted. All excavated material shall be piled in a manner that will not endanger the work and will avoid obstructing sidewalks and driveways. Gutters shall be kept clear or other satisfactory provisions made for street drainage. The use of trench -digging machinery will be permitted except where its operations will cause damage to trees, buildings or existing structures above or below the ground. At such locations, hand methods shall be employed to avoid such damage. Preparation of Trench Bottom Pipe shall be laid directly on a trench bottom containing coupling holes and shaped to provide continuous contact with the pipe between coupling holes. Coupling Holes: Prior to lowering pipe into the trench, a coupling hole shall be dug in the trench bottom having a length, width and depth to allow assembly and to maintain a minimum clearance of two (2") inches between coupling and undisturbed trench bottom. Shaping Trench Bottom: Prior to lowering pipe into the trench, the trench bottom between coupling holes shall be cut true and even to grade so as to provide continuous contact of the trench bottom with the pipe in accordance with the bedding detail as shown on the Contract Plans. 2.2.4. Gravity Sewer Lowering Pipe and Accessories into Trench Proper implements, tools, and facilities satisfactory to the Engineer shall be provided by and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, and accessories shall be carefully lowered into the trench using suitable equipment in such manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The pipe and accessories shall be inspected for defects prior to lowering into trench. Any defective, damaged or unsound material shall be repaired or replaced as directed by the Engineer. Where the grade or alignment of the pipe is obstructed by existing utility structures, such as conduits, ducts, pipes, branch connections to main sewers, or main drains, the obstruction shall be permanently supported, relocated, removed or reconstructed by the Contractor in cooperation with Owners of such utility structures. No deviation shall be made from the required line of grade except with the written consent of the Engineer. Whenever necessary to determine the location of existing underground utility structures, the Contractor, after an examination of available records and upon written order of the Engineer, shall make all explorations and excavations for such purpose. Pipe in Trenches All pipe shall be laid to the depth and grades according to the Plans. The depth shall be measured from the established bench marks. Pipe Joints The ends of pipe, coupling grooves, gaskets and rubber rings shall be cleaned immediately before assembling. The assembly shall be made as recommended by the manufacturer. Lubricant for sealing gasket shall be as specified in ANSI 21.11 (AWWA C111-72). Pipe shall not be deflected either vertically or horizontally in excess of that recommended by the manufacturer. Preventing Trench Water from Entering Pipe -- When pipe laying is not in progress, the open ends of installed pipe shall be closed by approved means to prevent entrance of trench water into the line. 2.2.4. Gravity Sewer Floating Pipe Whenever water is excluded from the interior of the pipe, adequate backfill shall be placed on the pipe to prevent floating. Any pipe which has floated shall be removed from the trench and be relaid as directed by the Engineer. All foreign matter or dirt shall be removed from the interior of pipe before lowering into position in the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying. Alignment and Grade The pipe shall be laid, as directed by the Engineer, on a firm soil cut true and even to afford bearing for the full length of the barrel of the pipe. Temporary support, adequate protection and maintenance of all underground and surface utility structures, drains, sewers, and other obstructions encountered in the progress of the work shall be furnished by the Contractor at his/her own expense under the direction of the Engineer. Unsuitable Conditions for Joining Pipe No pipe shall be laid in wet trench conditions which preclude proper bedding, or on frozen trench bottom, or when in the opinion of the Engineer the trench conditions or the weather are unsuitable for proper installation. Length of Pipe at Rigid Structures Pipe entering or passing through rigid structures such as concrete vaults shall not have a length extending more than three (3') feet three (3") inches beyond either inner or outer face of that structure. Testing and Inspection 1. Defect - Upon completion of construction, the gravity sewer will be inspected by use of a self-contained television system. These facilities shall be provided and operated by the Contractor as specified below: The Contractor shall provide the County with video tape recordings of the interior of all main line gravity sewers eight (8") inches in diameter and larger. The tapes shall be contained in an approved cartridge type container. The tapes shall be recorded by pulling a television camera through the line along the axis of the J ^ 2.2.4 Gravity Sewer ^ Testing and Inspection (Cont'd) pipe. The television equipment shall consist of a self-contained ^ camera and a monitoring unit connected by a coaxial cable. These recordings shall be done during the inspection of the mains. Monitors shall be available to the Engineer and Owner during these inspections. Monitors shall also be provided with a "Polaroid" ^ type camera so that, as may be requested by the County, photographs will be made of a particular portion of the main being viewed. The tapes shall be properly exposed and the camera shall ^ be in proper focus so that good, clear recordings showing detail are produced. Tapes shall be identified by audio recordings noting the manhole numbers, distances to service lateral connections, direction of lateral connection, any leaks, cracks, or pipe defects. Each cartridge shall be clearly marked as to the contents and number with an index of all cartridges. Video tapes of the completed mains shall be delivered to the County. The Contractor shall provide any assistance required by the County to assist the Engineer with visual inspections. Any sand or dirt found in the sewers shall be removed by the Contractor. All .. leaking joints or fittings shall be replaced, encased with concrete or sealed from the inside with grout as determined by the Utility. All cracked or defective pipe shall be replaced by the Contractor. 2. Infiltration/Exfiltration Tests - The sewer main and house laterals shall be subjected to infiltration and exfiltration ^ tests. The allowable leakage shall not exceed: a.) Clay pipe - 100 gallons/day/inch of diameter/mile b.) Ductile Iron - 50 gallons/day/inch of diameter/mile c.) PVC - DR35 - 50 gallons/day/inch of diameter/mile Exfiltration tests will be made on the pipe before or after ^ backfilling at the discretion of the Engineer. The length of the sewer to be tested shall be such that the head over the crown of the upstream end is not less than two (2') feet and the head over .. the downstream crown is not more than six (6') feet or 1000 LF whichever is the lessor of the two, unless directed otherwise by the Engineer. The sewer shall be plugged by pneumantic bags or ^ mechanical plugs in such a manner that the air can be released from the sewer while it is being filled with water. The test shall be continued for one (1) hour and provisions shall be made for measuring the amount of water required to maintain the water ^ at a constant level during this period. If test results are unsatisfactory, the Engineer may direct that additional tests are made on any or all of the pipe. ^ 2.2.4. Gravity Sewer Testing and Inspection (Cont'd) If any joint shows an appreciable amount of leakage, the jointing material shall be removed and joint remade. If any pipe is defective, it shall be removed and replaced. If any quantity of water required to maintain a constant level in the sewer for one (1) hour does not exceed the maximum allowable leakage and all the leakage is not confined to a few joints, the workmanship shall be considered satisfactory. If the amount of leakage indicates defective joints or broken pipes, they shall be corrected by the Contractor. Pipe shall be tested for infiltration after the backfill has been placed. Infiltration tests shall be made under the supervision of the Engineer and Owner, and the length of line to be tested shall be as directed by the Engineer and Owner. Rates of infiltration shall be determined by means of V -notch weirs, pipe spigot or by plugs in the end of the pipe, to be provided and installed by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer and Owner. If an inspection of the completed sewer or any part thereof shows any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall be replaced or repaired as directed. All water used in testing and flushing shall be furnised at the Contractor's expense. 3. Air Leakage - Air leakage tests may be required in lieu of infiltration/exfiltration at the option of the Utility. The testing shall be by compressed air from manhole to manhole. Plugs caps and branch connections must be secured against blow -off during the test. The pipe and manholes shall be free of water during the test. The pipe shall be tested at 3.5 psi in excess of the groundwater pressure above the pipe. For each foot of water above the pipe at the deepest point, the air pressure shall be increased by 0.43 psi. The minimum time for the air pressure to drop by 0.5 psi shall be: Pipe Size 6" 8" 10" 12" 15" Time in Minutes 4.0 5.0 6.5 7.5 9.5 M 2.2.4. Gravity Sewer Testing and Inspection (Cont'd) If the results of the air test are unsatisfactory, as determined by the utility, the Contractor shall be required to perform the ex£iltration test. 4. Compaction testing shall be completed on each of 12" lifts at the Contractor's expense, at the locations designated by the Engineer. Compaction tests will be required on all gravity sewer runs between the manholes. If the manholes are less than 250 LF apart, one (1) test will be required between them. If the manholes are greater than 250 LF apart, two (2) tests will be required between them. One (1) test will also be required at each manhole and shall be performed as specified in Section 2.2.5. of the Contract Specifications. Compaction tests shall be based on AASHTO T180 specifications and be to a minimum of 95% maximum density with a mechanical tamper or other means approved by the Engineer. Compaction of backfill along the sides of pipe shall be completed by using a haunch tamper. 5. All soil testing will be performed by a company that meets the requirements of ASTM D3740-80, and be approved by the Owner. All field density tests must be performed per the following: ASTM D2922 Nuclear Method ASTM D1556 Sand Cone Method ASTM D2937 Drive -Cylinder Method All field tests, laboratory tests and inspections must be reported and signed and sealed by a professional engineer registered in the State of Florida, as required in the State of Florida by Florida Statutes, Chapter 471 and Rules of the Board, Chapter 21H. Backfilling Backfilling shall be carefully performed and the original surface restored to the full satisfaction of the Engineer. In the pipe trenches, after the pipes have been tested and approved, trenches shall initially be backfilled with loose, fine earth free from stones and/or clods, carefully deposited in layers not to exceed (6") in thickness on both sides of the pipe and thoroughly and carefully rammed until enough fill has been placed to provide a cover of not less than (6") above the top of the pipe. The remainer of the trench shall be backfilled with the native excavated material from the trench or with other material when specified by the Engineer. The remainder of the trench shall be filled in (12") layers, moistened and tamped to insure thorough .. compaction. V_ 2.2.4. Gravity Sewer Backfilling (Cont'f) Puddling will not be permitted in lieu of tamping. The Contractor, however, may puddle the trenches in conjunction with tamping. Whenever the trenches have not been properly filled or if settle- ment occurs, they shall be refilled, compacted, smoothed off and finally made to conform to the surface of the ground. Backfill in open trenches across roadways or other areas which are to be paved, shall be made as specified above, except that fill one (1') foot above the pipe shall be deposited in layers not to exceed six (6") inches in thickness, moistened and compacted to a density equal to or greater than that of the earth adjacent to the trench banks so that when — backfilling is completed, the temporary repaving can be placed immediately thereon. — Excavated material shall be so placed as not to unreasonably interfere with travel. All macadam, cinder or gravel street surfacing, surface loam and sod, shall be kept separate from the remainder of the excavated material and replaced in its original position after backfilling of the trench. Upon completion of the backfilling, the area shall be cleaned, all surplus material removed and the surface restored to the condition in which it was before ground was broken. All excavated materials not required for fill or backfill shall be disposed of by the Contractor, at his expense, either at places provided by the Engineer, distance not to exceed fifteen (15) miles one way, or at places outside the project area provided by the Contractor. If the Contractor shall fail to promptly remove such surplus material, the Engineer may have the material removed and charge the cost thereof as money paid to the Contractor. All surplus excavation not disposed of as stated above, shall be removed from the site of the work by the Contractor, but none shall be deposited on private property until written consent of the property Owner has been filed with the Engineer. Underground structures removed, such as brick and sewer pipe, shall become the property of the Contractor. 2.2.4. Gravity Sewer Quantity and Payment The quantities of Gravity Sewer for which payment will be made will be the actual lengths constructed from inside of upstream manhole to inside of downstream manhole in accordance with the Plans or as directed by the Engineer; measured in place where laid. Payment for Gravity Sewer will be made for the length, measured in linear feet at the price per linear foot bid in the Proposal and shall include the cost of all excavation, saw cutting bituminous paving,. furnishing, laying, assembling,,jointing, testing, shoring, bracing, pumping, Mobilization, Maintenance and Protection of Traffic, clearing site, restoration of non -paved driveways, restoration of non -paved non -county roads and/or easements, backfill, all materials, labor, equipment and all else necessary therefore and incidental thereto. 2.2.5. Manhole Construction Description This work shall consist of constructing a manhole in accordance with the Plans and Specifications and within reasonably close conformity to the lines and grades shown on the Plans or established by the Engineer. Construction shall be of precast units approved by the Engineer. Channels shall be constructed of concrete, half pipe sections or brick and mortar and faced with mortar and shall be finished to provide a smooth unobstructed flow. 2.2.5. Manhole Construction Description (Cont'd) Manhole casting shall be set true to grade and shall be set in full bed of mortar. All manholes shall be constructed so as to be completely watertight and free from infiltration of ground waters. Any manhole that fails to meet this requirement will be sealed in a manner approved by the Engineer. In severe cases, the Engineer will require that the Contractor excavate and seal the manhole at the exterior surfaces. Interior patching or sealing will not be permitted. Precast Concrete Manholes Manholes shall be constructed of precast reinforced concrete sections of which the top section shall be eccentric, concentric or flat slab top. Bottom section shall be a precast concrete manhole base. Poured in place bases will not be acceptable. All precast manhole sections shall be manufactured by the wet cast method. The minimum compressive strength of the concrete for all sections — shall be 4000 psi. The maximum allowable absorption of the concrete shall not exceed nine (9%) percent of the dry weight. Tests, when required, shall be in accordance with ASTM C-497, "Determining Physical Properties of Concrete Pipe or Tile," latest revision. The circumferential steel reinforcement for risers, cone sections and base walls shall be a minimum of 0.12 sq. inches per vertical foot for (48") diameter manholes and 0.0025 times the inside diameter in inches per vertical foot for larger diameter manholes. Standard Manholes Sections shall be a minimum of four (4') feet in diameter for pipe sizes up to and including (20") internal diameter (for pipe sizes with an internal diameter of (24") and greater, see Plans). The sections shall conform to the requirements of "Specifications for Precast Reinforced Concrete Manhole Sections." (ASTM C-478, latest revision). Joints shall be sealed with a Ram-Nek joint or approved equal, meeting or exceeding all requirements of Federal Specification PPP -B-636. 2.2.5. Manhole Construction Manhole Bases The bases shall be monolithically cast and shall consist of a manhole bottom and a wall which shall extend a minimum of (6") above the top of the highest inflowing sewer. The top of the base section shall be carefully formed to receive the tongue of the barrel section. There shall be a minimum distance of (4") between the invert of the lowest outflowing sewer and floor of the precast base to provide for the construction of a formed invert and bench wall within the manhole. No more than two (2) lift inserts or holes shall be cast in the bases. A. All precast manhole bases shall have pipe to manhole flexible seals as manufactured by Press Seal Gasket Corporation of Ft. Wayne, Indiana, Model "PSX" or approved equal, meeting or exceeding ASTM C-923 "Resilient Connectors Between Reinforced Concrete Manhole Structures and Pipes." 1. Pipe seals up to and including (20") in size shall be cast or hydraulically pressed into (48") diameter manhole bases. 2. Pipe seals (21") through (30") in size shall be cast or hydraulically pressed into (60") diameter manhole base. 3. Pipe seals (33") through (48") in size shall be cast or hydraulically pressed into (72") diameter manhole bases. 4. Flexible pipe to manhole seals shall meet "Rubber Gasket Specifications ASTM C-443" and "Test Performance Requirements ASTM C-425" for Compression Joints. 5. Installation of pipe to manhole flexible seal shall be made in accordance with the manufacturers suggested specifications. B. Manholes four (4') feet in diameter shall have a bottom at least (8") thick and a wall at least (8") -thick. C. Manholes five (5') feet in diameter shall have a bottom at least (12") inches thick and a wall at least (8") thick. _ D. Manholes six (6') in diameter shall have a bottom at least (12") thick and a wall (8") thick. 2.2.5. Manhole Construction Risers and Top Section 1. The top of base walls, the ends of reinforced concrete risers and the bottom ends of precast tops shall be so formed that when risers and tops are assembled with the base, they will make a continuous manhole. Joints shall be of such design as will permit effective joining and placement without irregularities in the interior wall surface of the manhole. 2. Manhole barrels shall consist of riser and top section with a minimum wall thickness of eight (8") inches. The top section shall be concentric conical section for manholes less than or equal to six (6') feet deep and eccentic for manholes more than ^ or equal to six (6') feet deep. The top section shall have thickened upper walls with the smallest inside diameter equal to (24"), to receive the manhole frame and cover. No more than two (2) lift inserts or holes shall be cast in each barrel or top ^ section. Manhole Frames and Covers Castings shall be tough gray iron conforming to ASTM Specifications A48, Class 30B, free from cracks, holes, swells, and cold shuts. All manhole castings shall be made accurately to the pattern and to the dimensions shown on Plans, and shall be planed where marked, or where otherwise necessary to secure perfectly flat and true surfaces. All lids which "rock" and do not lie solid after construction is finished will be condemned and must be replaced by perfect lids. Manhole covers shall be supplied with pick holes. Castings shall be given a shop coat of black bitumastic paint prior to delivery to the job site. Methods of Construction ^ A. Concrete Bases 1. All concrete bases shall be installed on a layer of crushed ^ stone which shall have a minimum depth of twelve (12") inches. The crushed stone shall conform to the quality and grading requirements specified by the Florida Department of Transportation Specifications. 2. All pipe openings shall have pipe to manhole flexible seals as previously mentioned. 2.2.5. Manhole Construction A. Concrete Bases (Cont'd) 3. In constructing "Drop Manholes," the Contractor shall encase and support the riser and incoming PVC pipe and fittings with concrete down to undisturbed earth as shown on the Detail Sheet. The cost of this concrete shall be included in the price of the Crop manhole. Encasing, the riser with brick will not be acceptable. Care shall be taken to have all pipes laid to correct lines and grades before concreting is undertaken. B. Masonry Work 1. The top of all precast manholes may be brought to proper grade for receiving manhole frames by using not more than three (s) courses of brick or precast concrete grade rings. Masonry construction shall be performed by experienced and qualified workmen only. All work shall be laid plumb, straight, level, square and true. Brick shall be laid in full beds of mortar and shoved into place. All joints shall be full and not more than one-half (1/2") inch in thickness. The Contractor shall set in place and bond in the masonry, all necessary steps and miscellaneous items specified elsewhere. Masonry walls shall be parged on the outside with a three-quarter (3/4") inch coat of Portland Cement mortar. 2. Mortar to be used in brickwork, setting manhole frames, and parging shall be prepared by thoroughly mixing: One (1) volume of Portland Cement with two (2) volumes of sand and sufficient clean water to produce a rich mass of approved consistency. Mixing mortar on the ground or any paved surface shall not be permitted. Sand to be used in making mortar shall be clean, well -graded, and shall pass a Standard No. 4 sieve. 3. All mortar to be used joining manhole section, filling lift holes in risers, shall be an approved mixture of sand, cement and Embeco aggregate. 4. Masonry shall not be constructed during cold weather (air temperature below 40 degrees F.) unless necessary precautions are observed as directed by the Engineer. 2.2.5. Manhole Construction C. Flow Channels and Bench Walls 1. Flow channels and bench walls in each manhole shall be carefully formed of mortar and brick or concrete, to 1/2 pipe section and to the dimensions indicated on the drawings. 2. The minimum depth of flow channel shall be equal to 0.80 times the diameter of the main sewer for sizes (8") to (15") and 0.50 times the diameter of the main sewer for sizes (16") and above. The channel shall be graded to give a smooth uninterrupted flow through the manhole. 3. Bench walls shall be pitched a minimum of 2 inches per foot from the inside periphery of the manhole to the edge of the flow channel. 4. Precast base sections may be applied by the manufacturer with inverts precast, or the inverts may be cast in the field by the Contractor. Inverts shall be smooth and accurately shaped to a semi -circular bottom conforming to the inside of the adjacent sewer sections. Changes in direction of the sewer and entering branches shall have circular curve as large a radius as the manhole will permit. D. Manhole Frames, Covers Manhole frames and covers shall be brought to proper grade as previously noted and set in 1/4" bed of mortar. E. Waterproofing The entire outer surface of all concrete manholes shall be coated with two (2) coats of an approved bitumastic coating. Quantitv and Pavment Payment for the manhole will be made for the quantity as determined at the unit price bid in the proposal, which price shall include the cost of excavation, base aggregate, backfill, sheathing, shoring, pumping, furnishing, and setting covers and frames, pargeting, water -proofing, all construction complete, and all materials, labor, equipment and all else necessary therefore and incidental thereto. 2.2.6. Force Main Description Force main shall include the excavation for and the construction ^" of pipe for the conveyance of sewage and reclaimed water. The main shall be of the type and size specified and shall be constructed at the prescribed locations and in accordance with the Plans and Specifications or as directed by the Engineer. Materials Cast iron pipe furnished for use with sewage and reclaimed water shall be centrifugally cast, lined with 24 mils DFT of Koppers 300M or approved equal, conforming to ANSI Specifications A21.6 and A21.11,, Class 150 and shall have a minimum wall thickness conforming to ANSI Class 22. _ All ductile iron pipe shall be manufactured in accordance with AWWA Specification C-151 and shall be Class 50 minimum, lined with 24 mils DFT of Koppers 300M or approved equal. Unless specifically indicated otherwise, underground piping shall be bell and spigot and above ground piping shall be flanged. Cutting of ductile iron pipe shall be by sawing. Ductile iron pipe shall be bell and spigot cast in accordance with AWWA Specification C151 (ANSI A21.51). Cast ductile iron shall have a minimum tensile strength of 60,000 psi with a minimum yield strength of 42,000 psi. Pipe wall thicknesses shall be computed in accordance with AWWA Specification C150-76 (ANSI A21.50) using the physical characteristics cited above with a minimum working pressure of 150 psi and a laying Condition "Type 2." Unless otherwise indicated or �. specified herein, the pipe shall have the minimum wall thickness according to class designation for diameters shown. All pipe shall be given a minimum factory hydrostatic test of 500 pounds per square inch. Pipe Class 50 Class 52 Diameter Minimum Wall Thickness Minimum Wall Thickness (inches) (inches) (inches) 4 ---- 0.29 6 0.25 0.31 8 0.27 0.33 10 0.29 0.35 12 0.31 0.37 14 0.33 0.39 16 0.34 0.40 18 0.35 0.41 20 0.36 0.42 .. 24 0.38 0.44 30 0.39 0.47 36 0.43 0.53 42 0.47 0.59 2.2.6. Force Main — Materials (Cont'd) Unless otherwise indicated, all ductile iron pipe shall be factory lined and coated. Pipe shall be externally coated with a bituminous coating of either coal tar or asphalt base to a minimum dry film thickness of 1.0 mil. Coating shall be neither brittle when cold nor sticky when exposed to the sun, Pressure pipe shall be lined with 24 mils dry film thickness (DFT) of Koppers 300M or approved equal. If and where directed by the Engineer, a polyethylene encasement — shall be provided over pipe, fittings, and valves. The material, installation, and workmanship shall conform to applicable sections of ANSI Standard A21.5. Installation methods A or B shall be employed using flat tube polyethylene. The Contractor shall make provisions to keep the polyethylene from direct exposure to sunlight prior to installation; and backfilling following installation shall be completed without delay to avoid exposure to sunlight. The pipe shall be marked the entire length with three (3) brown color coded stripes. These stripes shall be applied in the manner as the required ASTM coding using paint and shall be at least 1/2 inch high with the words •Force Main• in 3/4 inch high letters appearing one or more times every (21) inches. 2.2.6. Force Main Polyvinyl Chloride Pipe All polyvinyl chloride pipe shall be extruded from PVC meeting the requirements of Cell Classification 12454-A or 12454-B as defined in ASTM D 1784, PVC compounds. PVC pipe shall be manufactured in compliance with AWWA Standard C-900-75, PVC pressure pipe. Pressure class shall be Class 100, DR 2.5. Municipal Water Pipe conforming to AWWA C900 as manufactured by Certainteed or approved equal. PVC pipe less than 4" diameter shall be Class 200, SDR 21 as manufactured by Certainteed or approved equal. Joints for PVC pressure pipe shall be ball and spigot push -on rubber gasket type only. No solvent weld or threaded joints will be permitted. PVC pipe and fittings shall be homogeneous throughout and free from visible cracks, holes, foreign inclusions, or other injurious defects. The pipe shall be as uniform as commercially practical in color, opacity, density and other physical properties. The pipe shall be brown in color or have brown stripes on three (3) sides. These stripes shall be applied in the manner as the required ASTM coding using permanent ink and shall be at least 1/2 inch high with the word "Force Main" in 3/4 inch high letters appearing one or more times every (21) inches. Warning tapes conforming to ASTM -B117 and manufactured by Paul Potter, Wheaton, Illinois or approved equal, shall be installed thirty (30") inches or less in depth above the top of and parallel with PVC pipe in continuous lengths and wrapped around fittings, risers or valves. All force main pipe shall be compression ring, push on type joints conforming with applicable AWWA Specifications. No solvent, weld or threaded joints will be permitted. Pipe Fittings All underground fittings shall be restrained joint conforming to ANSI Specifications A21.11 for 250 psi pressure (gray iron or ductile iron) unless otherwise specified or noted. In making the joint, the surface with which the rubber gasket comes in contact shall be brushed thoroughly with a wire brush just prior to assembly to remove all loose rust or foreign material, and to provide clean surfaces, which should be brushed with soapy water, just prior to slipping the gasket over the spigot end and into the bell. Brush soapy water over the gasket, prior to installation, to remove loose dirt, and lubricate the gasket as it is forced into its retaining space. 2.2.6. Force Main Pipe Fittings (Cont'd) The sequence of assembly is to be as follows: The gland, followed by the rubber gasket, is to be placed over the spigot end, which is inserted into the socket. The gasket should be pushed in position so that it is evenly seated in the socket. The gland is then moved into position against the face of the gasket. Bolts are then to be inserted and made finger tight. When tightening bolts, it is essential that the gland be brought toward the pipe flange evenly,, maintaining approximately the same distance between the gland and the face of the flange at all points around the socket. This may be done by partially tightening the bottom bolt first, then the top bolt, next the bolt at either side, and last, the remaining bolts. This cycle is to be repeated until all bolts are within the following range of bolt torque: Size Range of Torque Size Recommended Length of Wrench 3.4" 60' -- 90 Lbs. 3/4" 10" The above torque load may be applied with the torque measuring or indicating wrench, length of wrench recommended above. If effective sealing is not attained at the maximum torque indicated above, the joint should be disassembled and reassembled after thorough cleaning. Overstressing of bolts to compensate for poor installation shall be avoided. All underground fittings shall be restrained joint. All fittings on PVC pipe shall be restrained with 1300 series retainer glands. All restraining glands shall be placed on either side of the fitting and on each joint within twenty-one (21') feet of the fitting. All above ground fittings shall be flanged joint. All flanged pipe barrels shall comply with the physical and chemical requirements as set forth in the Handbook of Ductile Iron Pipe of the Cast Iron Pipe Research Association. Flanges shall be in accordance with ANSI Specifications B16.1 for Class 125 flanges. Bolts shall comply with ANSI Specification B18.2. Before starting fabrication of the cast iron pipe and fittings, complete detailed working drawings shall be submitted by the Contractor for approval by the Engineer. Such drawings shall show the piping layouts and contain schedules of all pipe, fittings, valves, expansion joints, hangers and supports, and other appurtenances. Where special fittings are required, they shall be shown in large detail with all necessary dimensions. The drawings submitted shall show flanged jointed sections placed so as to be removable without disturbance to the main pipe sections. 2.2.6. Force Main Pipe Fittings (Cont'd) Flanged pipe shall be faced and drilled to the American Standard drilling, unless special drilling is called for or required. Where tap or stud bolts are required, flanges shall be tapped. Flanges shall be accurately faced and drilled smooth and true, at right angles to the pipe axis and shall be covered with zinc dust and tallow or a rust preventive compound immediately after facing and drilling. Flanged pipe with screwed -on flanges shall be furnished with long hums 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. Flanged joints shall be made with bolts or stud bolts and nuts. Bolts, stud bolts, and nuts shall conform to American Standard heavy dimensions, semi -finished with square or hexagonal heads and cold punched hexagonal nuts, meeting the requiremetns of ASTM Designation A-307. Bolt sizes shall be American Standard for the flanges specified, and bolts and nuts shall have good, true threads. ^ All bends, unless otherwise specified, shall be provided with thrust blocks as shown on the Plans or specified by the Engineer. All thrust restraint shall withstand the test pressure or the working pressure plus surge allowance, whichever is larger, including adequate factors of safety. Vertical and horizontal thrust blocks shall be made of concrete having a compressive strength of not less than 2500 psi after twenty-eight (28) days. Concrete thrust backing shall be placed between solid ground and the fitting to be anchored; the area of bearing on the pipe and on the ground in each instance shall be that shown or directed by the Engineer. The backing shall, unless otherwise shown or directed, be so located as to contain the resultant thrust force and in such a way that the pipe and fitting joints will be accessible for repair. Method of Construction The Contractor shall conform to those portions of Article "Gravity Sewer" - Methods of Construction, where applicable for excavation, pipe ^ laying, backfilling, etc. 2.2.6. Force Main Method of Construction (Cont'd) Pressure Tests Pressure during test. After the pipe line has been laid, it shall be subjected to a hydrostatic test pressure as specified by the Owner and as related to the normal operating pressure. Unless otherwise specified, the test pressure shall be SO percent (50X) above the normal working pressure, but not less than 100 psi. When local conditions, in the opinion of the Owner, are such that the trenches must be backfilled immediately after laying the pipe, the pressure tests may be made after backfilling has been completed, but before placement of permanent paving. Time for Making Tests Tests shall be made only after completion of partial or complete backfill, and at least (36) hours after the last concrete thrust block has been cast with high early strength cement or at least (7) days after the last concrete thrust block has been cast with standard cement. Duration of Pressure Test The duration of each pressure test shall be two (2) hours unless otherwise directed by the Owner. Procedure Each section of pipeline shall be slowly filled with water, and the specified test pressure measured at the point of lowest elevation, shall be applied by means or a pump connected to the pipe in a manner satisfactory to the Owner. The pressure test for leakage of the force main ■hall be for a duration of two (2) hours and during the test, the pressure shall not be permitted to fall below lUO psi. Water added to the test section of pipe necessary to maintain the specified test pressure shall constitute leakage. The maximum allowable leakage permitted for the force main will be determined from the following formula: 1/2 L = ND (P) 133,200 Where: L = Allowable leakage expressed in gallons/hour N = Length of pipe to be tested in linear feet D = Nominal diameter of force main expressed in inches P = Average test pressure during the leakage test expressed in psi 2.2.6. Force Main Pressure Tests (Cont'd) Procedure (Cont'd) The water for testing shall be supplied by the Owner at no cost to the Contractor at a discharge point which is Kings Highway and 65th Street. The Contractor shall be responsible for all equipment and appurtenances required for the transporation of the water from the discharge point to the portion of the force main to be tested. Contractor shall be responsible for all deposit required for metering the water obtained for testing. 2.2.6. Force Main Pressure Tests (Cont'd) The pump, pipe connection and all necessary apparatus, shall be furnished by the Contractor. The Contractor shall furnish all necessary assistance for conducting the tests. All tests will be witnessed by the Owner or his/her designated inspector. Expelling Air Before Tests During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipe line. To accomplish this, taps shall be made, if necessary, at point of highest elevation, and after completion of the test, the taps shall be tightly .., plugged unless otherwise specified. Examination Under Pressure During the test, all exposed pipes, fittings, and couplings will be carefully examined. If found to be cracked or defective, they shall be removed and replaced by the Contractor with sound material. The �. test shall then be repeated until satisfactory to the Owner. All exposed pipes, fitting, and joints shall be examined for leakage during the test. Should any test of a section of pipe line disclose joint leakage greater than that permitted, the Contractor shall, at his/her own expense, locate and repair the defective joints until the leakage is within the premitted allowance. Compaction Testing ., Compaction test shall be completed on each of 12" lifts at (1000 LF) intervals at the Contractor's expense at locations designated by the Engineer. Compaction testing shall be in conformance as specified .. in Section 2.2.4. Gravity Sewer (testing and inspection) of these contract Specifications. Quantity and Payment The quantities of Force Main for which payment will be made will be the actual lengths constructed in accordance with the Plans or as directed by the Owner, measured in place where laid. Payment for the Force Main will be made for the length, measured in linear feet, at the price per linear foot bid for each size in the Proposal and shall include the cost of all excavation, fittings, air release valves, connection to existing manhole, thrust blocks, cutting bituminous paving, furnishing, laying, assembling, jointing, testing, �+ bracing, pumping, backfilling, all materials, labor and equipment, restoration of non -paved driveways, restoration of non -paved non -county roads and/or easements, and all else necessary therefore and incidental thereto. 2.2.7. Pumping Station - Complete Materials Manufacture of materials under this Section shall be in accordance with current ANSI, AWWA and ASTM Standards. Standards and specifications referenced herein shall be the current published edition. The manufacturer of all materials shall furnish the Engineer a certified statement that all materials furnished by him/her meet the material requirements and have been inspected and tested in accordance with the applicable specification and/or standard. Non -clog Submersible Sewage Pumps All pumps shall be sumbersible and installed on rail systems. The pumping units shall be designed to operate submerged or unsubmerged. The motors shall have moisture detectors in the oil reservoir and thermal sensors, when available from the manufacturer. The pumps shall be non -overloading at any point on the pressure, volume, characteristic curve. Motors shall be 3 phase, 230 volt. All mounting hardware for the rails, electric cable clamps, bolts and nuts, and the lift cable shall be stainless steel. The rails shall be stainless steel, or approved equal. The pumps shall be as manufactured by ABS Pumps, Flygt Pumps, or approved equal. Stainless steel nameplates giving the name of the manufacturer, the rated capacity, head, speed, and all other pertinent data shall be attached to each pump and motor. 1. Pump Construction IMPELLER: The impeller shall be made of erosion -resistant chilled gray cast iron and shall be of the semi -open or closed, non -clogging, dynamically balanced single vane design. The impeller shall have a slip fit onto the motor shaft and drive key shall be fastened to the shaft by a stainless steel bolt. When using semi -open impellers, the pump shall be equipped with a gray cast iron front plate, mounted to the volute with four stainless steel adjusting screws to permit close tolerance adjustment between the front plate and impeller for maximum pump efficiency. The front plate shall be designed with a wave shaped inlet and an outward spiraling V-shaped groove on the side facing the impeller, to shred and force stringy solids outward from the impeller and through the pump discharge. If closed impellers are used, the impeller shall be fitted with a wear ring system. 2.2.7. Pumping Station - Complete Pump Construction (Cont'd) PUMP VOLUTE: The pump volute shall be made of gray cast iron with smooth material surfaces free of rough spots or flashing. The volute shall have a centerline discharge. MECHANICAL SEALS: Each ,pump shall be equipped with a tandem double mechanical seal. The oil chamber shall separate the .pump from the motor and shall provide lubrication for the seals. Both the lower stationary seal face and rotating seal face shall be made of silicone carbide or tungsten carbide, while the upper stationary seal shall be made of carbon and the rotating seal face of tool steel. Each stationary seal face shall be sealed with an O -Ring. The positively driven seal faces shall be held in place by individual independent springs. The seals shall require neither routine maintenance nor adjustment and shall not be damaged when the pump is run dry. When required, seal oil inspection shall be achieved without disassembly of the pump. The seal shall not require the pumped liquid as a lubricant. SEAL FAILURE WARNING SYSTEM: An electrical probe shall be provided in the oil chamber for detecting the presence of water. A solid-state device mounted in the pump control panel or in a separate enclosure shall send a low voltage, low amperage signal to the probe. If water enters the oil chamber, the probe shall close an electrical circuit and energize a warning light on the face of the control panel. SHAFT AND BEARINGS: The pump shaft shall be made of 400 Series stainless steel supported by a heavy duty lower double roll ball bearing and an upper single row ball bearing. MOTOR AND CABLE: The pump motor shall be housed in an air filled watertight housing to provide good heat transfer. The motor shall be a NEMA design B suitable for continuous duty with moisture resistant Class F insulation rated for 155 degrees maximum. Oil filled motors shall not be considered equal to the dry air filled type nor acceptable. Each phase of the motor shall contain a bimetallic electromechanical temperature monitor imbedded in the motor windings. The monitors shall be connected in series and coupled to the control circuit of the pump control panel so as to shut the pump down should any one of the monitors detect high temperture. The temperature setting of the temperature monitors shall be 140 degrees + 5 degrees and shall automatically reset once the stator temperature returns to normal. 2.2.7. Pumping Station - Complete Pump Construction (Cont'd) Power cables shall be thirty (30') feet long of the SO type construction suitable for submersion in sewage. Strain reliefs shall be provided at each cable entry into the pump. JUNCTION CHAMBER: The junction chamber, containing the terminal board, shall be sealed from the motor by a elastomer compression seal (0 -Ring). Connection between the cable conductors and stator leads shall be made with shredded compression type binding posts permanently affixed to a terminal board and thus perfectly leakproof. The cable entry watersealed design shall preclude specific torque requirements to ensure a watertight and submersible seal. The cable entry shall be comprised of cylindrical elastomer grommets, flanked by stainless steel washers, all having a close tolerance fit against the cable outside diameter, and the entry inside diameter is supressed by the entry body containing a strain relief function, separate from the function of the sealing of the cable. The cable entry juction chamber and motor shall be separated by a stator lead sealing gland or terminal board which shall isolate the motor interior from foreign materials gaining access through the junction chamber. Epoxy, silicone or other secondary sealing systems shall not be considered acceptable. O -RINGS AND FASTENERS; All mating surfaces of the pump and motor shall be machined and fitted with Buna N 0 -Rings where watertight sealing is required. Sealing shall be accomplsihed by the proper fitting of the parts and not by compression or special torque requirements. All external screws and fasteners shall be made of stainless steel. All surfaces coming into contact with the liquid media, other than stainless steel, shall be protected by a corrosion resistant coating. 2. Installation The pump(s) shall automatically connect to discharge connection(s) when lowered into place on a single 316L stainless steel guide rail system, requiring no bolts, nuts or fasteners to effect proper sealing. Each system shall consist of no more than one guide rail supported at the top by an upper guide bracket and at the bottom by the discharge connection. The guide rail base shall be equipped with a vertical straightening vane which properly aligns the slot in the pump bracket and centers the pump just prior to final seating. No portion of the pump shall bear directly on the floor of the sump and no rotary motion of the pump 2.2.7. Pumping Station - Complete M 2. Installation (Cont'd) shall be required for sealing. Ease and quick removal of pumps �+ from other than the vertical direction over the center of the pump shall be a requirement of the system. Each pump shall be fitted with a 316 stainless steel lifting cable of adequate strength and shall be ten (10') feet longer than wet well depth to permit raising the pump for inspection and removal. Wetwell and Valve Vault 1. Wetwell - Shall be precast concrete with top and bottom concrete slabs. The wetwell must be designed for AASHO H-20 wheelloading if located within a roadway or shoulder of a roadway. Concrete for precast wetwell shall be Type II acid resistant cement and attain compressive strength of 4000 psi in (28) days. Precast wetwell shall have two (2) protective coatings of bitumastic paint on interior surface and two (2) on the exterior surface. Coatings must be applied with methods approved by the Engineer to the manufacturer's recommended thickness. Precast wetwell shall have two (2) protective coatings. 2. Lids - Cast iron lids suitable for traffic shall be used in roadways; aluminum or stainless steel lids shall be used for all other locations. Lids shall be provided with a means of locking and be hinged. 3. Vent - A vent of (4") diameter PVC pipe shall be constructed in the top slab of the wetwell. The vent shall have a two (2) 90 degree bends with the opening pointing vertically down. 4. Valve Vault - A separate valve vault shall be constructed to house the gate valves, check valves and the emergency pump connection. The vault shall be 4000 psi poured concrete and .. include a drain to the wetwell with a trap in the drainline. The vault shall be of sufficient size to allow for installation, removal and maintenance of the valves. The vault will be subject to the same wheelloading design as the wetwell. 5. Hardware - All hardware, bolts, anchors, accessories in the wetwell and vault shall be stainless steel. 2.2.7. Pumping Station - Complete Piping and Valves 1. Piping - All piping from the pump discharge through the valve — vault shall be cement lined ductile iron or cast iron pipe conforming to Indian River County Specifications. 2. Valves.- A check and plug valve shall be installed on each pump discharge line. The check valve must be installed horizontally and upstream of the plug valve. Valves shall have flanged ends. a. Plug Valves - Non -lubricated eccentric plug valves shall be used where shown on plans. Valves shall be supplied with — semi -steel body, stainless steel bearings, resilient plug and lever actuator. Rated working pressure shall be 175 psi or greater. Valves shall be as manufactured by De Zurick or Henry Pratt Company, or approved equal. b. Gate Valves - Valves shall conform to specifications for gate valves in Indian River County Specifications. C. Check Valves - Check valves shall have outside lever and weight. The valves shall be fully bronze mounted in an iron body. The hinge pin on the shaft shall be stainless steel. — The rated water pressure shall be 175 psi. d. Emergency Pump Connection - Each pump station shall have a four (4") inch emergency pump connection in the valve vault consisting of a connection to the force main, a gate or plug valve and a riser with three (3") inch diameter camlock quick disconnect connection. Control Panel - Electrical All Electrical wiring components, wire, cabinet, etc. shall meet the standards of the Electrical Building Code as adopted by Indian River County and the National Electrical Code. 1. Control Panel - The panel shall have a dead front safety door and devices shall be mounted on a rear swing -out subpanel or be surface wired. No concealed wiring is acceptable. The panel shall be stainless steel with minimum dimensions of (36") high, (30") wide, (8") deep. A red failure light with protective cage and an alarm buzzer with cancel override shall be mounted on the side of each panel such that there is 360 degree visibility of the alarm light. Lightning arresters will be mounted ahead of main breaker. A duplex utility receptacle providing 120 volts, 60 hertz, single phase current shall be mounted on the side of the enclosure. 2.2.7. Pumping Station - Complete Control Panel - Electrical (Cont'd) 2. Switchgear - Each pump shall have a separate starter, breaker, phase monitor relay, (Time Mark Model 258 for 230V; diversified Electronics, Part #SLA2 for 480V, or approved equal) solid state current overload relay with manual reset (equal to Furnas Class 948), H -O -A, rotary switch, six (6) digit nonreset elapsed time meter (Bulletin 705 HK Series manufactured by Eagle Signal or approved equal) and push -to -test light to indicate status of unit (i.e. off or on). An automatic alternator shall be supplied to alternate the pumps into the lead position. All relays shall be manufactured by Potter -Brumfield (plug-in) or approved equal. Switchgear shall be manufactured by Furnas, Allen-Bradley or Square "D". All contactors and relays will operate on 120 Volts. Rotary H -O -A pump control will be required. An emergency power receptacle shall be installed in the side of the control panel and connected to the line side of the generator breaker. The receptacle shall be 200A, 4P, 3W Crouse -Hinds No. AR2042 with AJA1 panel adaptor. 3. Conduit - All conduit shall be PVC; minimum of (2") diameter to each pump. Conduit shall be sealed with Zinc Chromate duct seal, below the panel. 4. Level Control System - Level control system must be designed to provide adjustable "on" or "off" levels of each pump utilizing mercury float switches. The controller shall be as Model 3825 manufactured by Sta-Con, Inc. or approved equal. The Contractor shall coordinate with the Florida Power & Light Electrical Engineering Department and provide the pumping station with completed electrical service. S. Water Service - Each pumping station shown to be provided with water service shall be provided with a minimum (1") polybuteline service line terminating with a hose bib to be mounted at the control level support. Service line shall be connected to the nearest available water line as shown on the plans. Restoration of any disturbed pavement or other improvements shall be included in the Lump Sum bid for the pump station. Installation & Operating Instructions Installation of the pump station and related appurtenances shall be done in accordance with written instructions provided by the Manufacturer. 2.2.7. Pumping Station - Complete Installation & Operating Instructions (Cont'd) The Manufacturer shall further provide a complete and detailed Installation Operation and Maintenance Manual. This manual shall cover, in addition to installation and general operating procedures, the operation, maintenance, and servicing procedures of the major individual components provided with the pump station. The Manufacturer shall provide the services of a factory -trained representative for a maximum period of one (1) day to perform initial startup of the pump station and to instruct the Owner's operating personnel in the operation and maintenance of the equipment. Tools and Spare Parts One (1) set of all special tools required for normal operation and maintenance shall be provided. All such tools shall be furnished in a suitable steel tool chest complete with lock and duplicate key. The manufacturer shall furnish a complete set of recommended spare parts necessary for the first five (5) years operation of the pumping system, which shall inlcude at the least the following: 1. 1 - set of upper bearings for each pump supplied. 2. 1 - set of lower bearings for each pump supplied. 3. 1 - set of upper and lower shaft seals for each pump supplied. 4. 1 - relay for each type supplied with the pump control panel for each station. S. 1 - impeller (proper size) for each pump installed. Spare parts shall be properly bound and labeled for easy identification without opening the packaging and suitably protected for long term storage. Guarantee The Contractor shall have a minimum of five (5) years experience in the construction of automatic underground pumping stations and shall guarantee for one (1) year from the date of completion of the project, that the pumping station and all equipment will be free from defects in materials and workmanship. 2.2.7. Pumping Station - Complete Guarantee (Cont'd) The equipment manufacturer shall guarantee for a period of one (1) year the equipment supplied. The manufacturer's warranty period shall run concurrently with the contractors warranty period. In the event a component fails to perform as specified or is proven defective in service during the guarantee period, the Contractor and/or responsible supplier shall provide replacement part without cost to the Owner. He/she shall further provide, without cost, such labor as may be required to replace, repair or modify major components such as the station structure, pumps', pump motors, sewage piping manifold, etc. The replacement or repair (including cost of parts & labor) of those items normally consumed in service such as pump seals, oil, grease, etc., shall be considered as part of routine maintenance and station upkeep. Methods of Construction Excavation and Backfilling The Contractor shall perform all excavation as required for the pump station, wet well, and for all incidental work thereto. Where the Contractor, through his own fault, carries the excavation below the elevations indicated on the drawings, or those directed by the Engineer, compacted, granular fill material shall be placed as may be directed by the Engineer at the expense of the Contractor to bring the excavation up to proper grade. Excavation shall extend a sufficient ^ distance from footing or slab to allow working space for masons, for forms, for installation of services and for inspection except where concrete is authorized to be deposited directly against excavated surfaces. The Contractor shall properly protect the excavated bottom to insure a satisfactory foundation for the structure to be erected. He/she shall employ construction methods which will not disturb the natural foundations and he/she shall be responsible for and shall bear any additional cost resulting from the use of insufficient or improper construction procedure or methods. The Contractor shall pump out or otherwise remove any water which may be found in the excavation, and he/she shall provide all pipe underdrains, dams, flumes, or other work necessary to keep the excavation entirely clear of water while the foundations are being laid and the masonry constructed. Newly laid masonry shall be protected from injury by fluming, pumping, bailing, well pointing, or by other approved methods. The Contractor shall at all times have upon the work sufficient dewatering plant or equipment ready for immediate use. 2.2.7. Pumping Station - Complete Methods of Construction (Cont') The Contractor shall control the grading in the vicinity of structures so that ground surface is properly pitched to prevent water running into the excavated areas of the structures. Water which has accumulated in the excavation through the failure of the Contractor to take proper precautions to prevent such accumulation shall be removed by the Contractor at his/her own expense. Excavated areas shall be sheathed and braced at all times during the progress of the work, in order to prevent accidents, caving of sides of the excavation proper M and damage to the structures. Such sheathing or protective covering and bracing shall be included in'the Contract price and the Contractor will be held responsible for any damage to failure of insufficiency of the sheating or bracing. Excess material from excavation not required for fill and backfill, shall be wasted as directed by the Engineer. Where concrete slabs or footings are placed on earth, all loam, organic or other undesirable material as determined by the Engineer = shall be removed. Where fill is required to raise the base for concrete slabs to elevations indicated on the drawings, such fill shall consist of material approved by the Engineer. Material for backfilling shall consist of the excavation, or borrow of sand, gravel or other materials approved by the Engineer, and shall be free of trash, lumber and other debris. Backfill shall be placed in horizontal layers not in excess of eight (8") inches in thickness, properly moistened to approximate optimum requirements and each layer compacted by hand, machine tampers, or other suitable — equipment to a density to prevent excessive settlement or shrinkage. Backfilling shall be brought to a suitable elevation above grade to provide for anticipated settlement and shrinkage of the backfill. Installation It shall be the Contractor's responsibility to secure from the station manufacturer a station instruction manual at least one (1) week prior to the scheduled shipment of the station to the job site. The Contractor shall study this manual and direct any questions he/she has to the station manufacturer for answers before proceeding with installation. The Contractor shall then install the station in complete conformance with the manufacturer's instructions. Immediately upon final setting of the pumping station into the excavation, the Contractor shall provide temporary electrical power if permanent power is not available at that time. 2.2.7. Pumping Station - Complete Installation (Cont'd) The Contractor shall make certain that permanent electrical power is properly installed into the station control, panel, the entrance switch functions and is wired properly and all items of equipment shipped loose are properly and permanently installed. The Contractor shall then arrange for the services of a representative of the station manufacturer to check the installation, place the station into operation and give maintenance instructions. The Contractor shall notify all firms involved in the station installation and request that they have a representative in attendance for start-up. The station manufacturer shall provide, as part of this bid price, the services of a factory trained representative for a period of one (1) day at the pumping station to perform initial start-up of the pumping station and to instruct operating personnel in the operation and maintenance of the equipment and to demonstrate satisfactorily the performance of each .piece of equipment. The manufacturer shall also indicate a per diem rate for providing a person at the station beyond the one (1) day called for above. Quantity and Payment Payment for each "Pump Station" will be made at the lump sum price bid for this item in the Proposal, which price shall include all excavation, necessary dewatering, pumping, well pointing, shoring and sheeting, foundation slab, wet well structure complete with piping and appurtenances including required electrical conduit and wiring and piping connections, water service with hose bib, complete restoration, compaction of backfill, disposal of excess excavated material, site preparation, chain link fence and gate, all materials, labor, equipment r and all else necessary therefore and incidental thereto. The Contractor will be responsible for providing a completely operational system including all necessary electrical power. 2.2.8. Retrofit Pumoino Stations This work shall consist of installation of new pumps and appurtenances within the existing pumping station wet wells in accordance with these Specifications herein. During installation of .. new pumps and equipment, the Contractor shall be responsible for maintaining uninterrupted sanitary sewer service to all connections contributing flow to the system. The schedule for completion of the .. work for each station shall be qs described below. Work on retrofiting existing pumping stations shall not occur until direction is given by the Owner or Engineer following completion of the wastewater treatment and effluent disposal facility under Contract #1 and Contract #3,, respectively. In addition, all new force mains, from the specific point of work to the new treatment plant, shall have been successfully pressure tested prior to initiation of pump station retrofit work. Irk general, retrofit pumping station work shall proceed as follows: 1. River Run Pumping Station - Modifications to the River Run pumping station shall not be completed until all improvements related to the Reflections pump station are complete. The Contractor shall be responsible for maintaining uninterrutped existing sewer service. The connection of the new force main from the River Run pumping station to the existing Reflections pumping station as shown on the Plans, shall also be completed. The existing pumps in the River Run station shall not be replaced. The Contractor when authorized, shall disconnect the manifolded force main at a point between the valve box and existing treatment plant to redirect sewage flow to the Relections' project sewage collection system. 2. Park Place Pumping Station - Connection of the new force main .. to the existing Park Place force main shall be completed as shown on the Plans, in coordination with the improvements to the Park Place pumping station. The Contractor shall be responsible for maintaining uninterrupted sewer service to all users during all phases of his/her work. As the p pump capacity/ head condition will change following connection, the Contractor shall diligently work to install the new pumps and appurtenant equipment as soon as r possible after the connection is made. The following list of items must be furnished and installed at this Pumping Station: r a.) Duplex Pumps Model #AFP/20 by ABS or approved equal rates at 510 GPM, at 62 TDH, 1150 RPM, 3 Phase, 60 HZ, 20 HP. b.) Electric Control Panel meeting Indian River County Specifications as described herein. W M 2.2.8. Retrofit Pumping Stations C.) 6" diameter discharge piping from pumps to and through valve box with two (2) 6" diameter plug valves, two (2) 6" a diameter check valves, 4" kamlock quick disconnect emergency by pass connection. d.) 6" diameter manifoloed connection to 6" diameter existing force main. e.) Duplex pump lifting guide rail assembly. 3. Pelican Pointe - The new force main from U.S. Highway #1 to the Pelican Point station, as shown on the Plans, shall be completed and ready for flow prior to the initiatian of modifications the the Pelican Point Station. The Contractor shall be responsible for maintaining uninterrupted sewer service to all users during all phases of his/her work. As the pump capacity/head condition will change following connection, the Contractor shall diligently work to install the new pumps and appurtenant equipment as soon as possible after the connection is made. The following list of items must be furnished and installed at this Pumping Station: a.) Duplex Pumps Model # AFP/20 by ABS or approved equal rates at 264 GPM, at 75 TDH, 1150 RPM, 3 Phase, 60 HZ, 20 HP. b.) Electric Control Panel meeting Indian River County Specifications as described herein. c.) Duplex pump lifting guide rail assembly. Materials .n Manufacture of materials required under this Section shall be in accordance with current ANSI, AWWA and ASTM Standards. Standards and �. specifications referenced herein shall be the current published edition. .. The manufacturer of all materials shall furnish the Engineer a certified statement that all materials furnished by him/her meet the material requirements and have been inspected and tested in accordance with the applicable specification and/or standard. L �1 2.2.B. Retrofit Pumping Stations Non -clog Submersible Sewage Pumps All new retrofit pumps shall be sumbersible and installed on rail T systems. The pumping units shall be designed to operate submerged or unsubmerged. The motors shall have moisture detectors in the oil reservoir and thermal sensors, when available from the manufacturer. The pumps shall be non -overloading at any point on the pressure, volume, characteristic curve. Motors shall be 3 phase, 230 volt. All mounting hardware for the rails, electric cable clamps, bolts and nuts, and the lift cable shall be stainless steel. The rails shall be stainless steel, or approved equal. The pumps shall be as manufactured by ABS Pumps, Flygt Pumps, or approved equal. Stainless steel nameplates giving the name of the manufacturer, the rated capacity, head, speed, and all other pertinent data shall be attached to each pump and motor. 1. Pump Construction IMPELLER: The impeller shall be made of erosion -resistant chilled gray cast iron and shall be of the semi -open or closed, non -clogging, dynamically balanced single vane design. The impeller shall have a slip fit onto the motor shaft and drive key shall be fastened to the shaft by a stainless steel bolt. When using semi -open impellers, the pump shall be equipped with a gray cast iron front plate, mounted to the volute with four stainless steel adjusting screws to permit close tolerance adjustment between the front plate and impeller for maximum pump efficiency. The front plate shall be designed with a wave shaped inlet and an outward spiraling V-shaped groove on the side facing the impeller, to shred and force stringy solids outward from the impeller and through the pump discharge. If closed impellers are used, the impeller shall be fitted with a wear ring system. PUMP VOLUTE: The pump volute shall be made of gray cast iron with smooth material surfaces free of rough spots or flashing. The volute shall have a centerline discharge. 2.2.8. Retrofit Pumping Stations Pump Construction (Cont'd) MECHANICAL SEALS: Each pump shall be equipped with a tandem double mechanical seal. The oil chamber shall separate the pump from the motor and shall provide lubrication for the seals. Both the lower stationary seal face and rotating seal face shall be made of silicone carbide or tungsten carbide, while the upper stationary seal shall be made of carbon and the rotating seal face of tool steel. Each stationary seal face shall be sealed with an O -Ring. The positively driven seal faces shall be held in place by individual independent springs. The seals shall require neither routine maintenance nor adjustment and shall not be damaged when the pump is run dry. When required, seal oil inspection shall be achieved without disassembly of the pump. The seal shall not require the pumped liquid as a lubricant. SEAL FAILURE WARNING SYSTEM: An electrical probe shall be provided in the oil chamber for detecting the presence of water. A solid-state device mounted in the pump control panel or in a r separate enclosure shall send a low voltage, low amperage signal to the probe. If water enters the oil chamber, the probe shall close an electrical circuit and energize a warning light on the face of the control panel. SHAFT AND BEARINGS: The pump shaft shall be made of 400 Series stainless steel supported by a heavy duty lower double roll ball bearing and an upper single row ball bearing. MOTOR AND CABLE: The pump motor shall be housed in an air filled watertight housing to provide good heat transfer. The motor shall be a NEMA design B suitable for continuous duty with moisture resistant Class F insulation rated for 155 degrees maximum. Oil filled motors shall not be considered equal to the dry air filled type nor acceptable. Each phase of the motor shall contain a bimetallic electromechanical temperature monitor imbedded in the motor windings. The monitors shall be connected in series and coupled to the control circuit of the pump control panel so as to shut the pump down should any one of the monitors detect high temperture. The temperature setting of the temperature monitors shall be 140 degrees * 5 degrees and shall automatically reset once the stator temperature returns to normal. 2.2.8. Retrofit Pumping Stations Pump Construction (Cont'd) Power cables shall be thirty (30') feet long of the SO type �. construction suitable for submersion in sewage. Strain reliefs shall be provided at each cable entry into the pump. JUNCTION CHAMBER: The junction chamber, containing the terminal board, shall be sealed from the motor by a elastomer compression seal (0 -Ring). Connection between the cable conductors and stator leads shall be made with shredded compression type binding posts permanently affixed to a terminal board and thus perfectly leakproof. The cable entry watersealed design shall preclude specific torque requirements to ensure a watertight and submersible seal. The cable entry shall be comprised of cylindrical elastomer grommets, flanked by stainless steel washers, all having a close tolerance fit against the cable outside diameter, and the entry inside diameter is supressed by the entry body containing a strain relief function, separate from the function of the sealing of the cable. The cable entry juction chamber and motor shall be separated by a stator lead sealing .� gland or terminal board which shall isolate the motor interior from foreign materials gaining access through the junction chamber. Epoxy, silicone or other secondary sealing systems shall not be considered acceptable. O -RINGS AND FASTENERS; All mating surfaces of the pump and motor shall be machined and fitted with Buna N O -Rings where watertight sealing is required. Sealing shall be accomplsihed by the proper fitting of the parts and not by compression or special torque requirements. All external screws and fasteners shall be made of ^, stainless steel. All surfaces coming into contact with the liquid media, other than stainless steel, shall be protected by a corrosion resistant coating. M 2. Installation .. The new retrofit pump(s) shall automatically connect to discharge connection(s) when lowered into place on a single 316L stainless steel guide rail system, requiring no bolts, nuts or fasteners to effect proper sealing. Each system shall consist of no more than one guide rail supported at the top by an upper guide bracket and at the bottom by the discharge connection. The guide rail base shall be equipped with a vertical straightening vane which properly aligns the slot in the pump bracket and centers the pump just prior to final seating. No portion of the pump shall bear directly on the floor of the sump and no rotary motion of the pump 2.2.8. Retrofit Pumping Stations 2. Installation (Cont'd) shall be required for sealing. Ease and quick removal of pumps from other than the vertical direction over the center of the pump shall be a requirement of the system. Each pump shall be fitted with a 316 stainless steel lifting cable of adequate strength and _ shall be ten (10') feet longer than wet well depth to permit raising the pump for inspection and removal. Control Panel - Electrical A new electric control panel shall be installed at each Retrofit Pumping Station where new pumps are to be installed. All electrical wiring components, wire, cabinet, etc. necessary for installation of new station pumps shall meet the standards of the Electrical Building Code as adopted by Indian River County and the National Electrical Code. 1. Control Panel - The panel shall have a dead front safety door and devices shall be mounted on a rear swing -out subpanel or be surface wired. No concealed wiring is acceptable. The panel shall be stainless steel with minimum dimensions of (36") high, (30") wide, (8") deep. A red failure light with protective cage and an alarm buzzer with cancel override shall be mounted on the side of each panel such that there is 360 degree visibility of the alarm light. Lightning arresters will be mounted ahead of main breaker. A duplex utility receptacle providing 120 volts, 60 hertz, single phase current shall be mounted on the side of the enclosure. 2. Switchgear - Each pump shall have a separate starter, breaker, phase monitor relay, (Time Mark Model 258 for 230V; diversified Electronics, Part #SLA2 for 480V, or approved equal) solid state current overload relay with manual reset (equal to Furnas Class 948), H -O -A rotary switch, six (6) digit nonreset elapsed time meter (Bulletin 705 HK Series manufactured by Eagle Signal or approved equal) and push -to -test light to indicate status of unit (i.e. off or on). An automatic alternator shall be supplied to alternate the pumps into the lead position. All relays shall be manufactured by Potter -Brumfield (plug-in) or approved equal. Switchgear shall be manufactured by Furnas, Allen-Bradley or Square "D". All contactors and relays will operate on 120 Volts. Rotary H -O -A pump control will be required. An emergency power receptacle shall be installed in the side of the control panel and connected to the line side of the generator breaker. The receptacle shall be 200A, 4P, 3W Crouse -Hinds No. AR2042 with AJA1 panel adaptor. 2.2.8. Retrofit Pumping Stations Control Panel - Electrical (Cont'd) 3. Conduit - All conduit shall be PVC; minimum of (2") diameter ^ to each pump. Conduit shall be sealed with Zinc Chromate duct seal, below the panel. _ 4. Level Control System - Level control system must be designed to provide adjustable "on" or "off" levels of each pump utilizing mercury float switches. The controller shall be as Model 3825 manufactured by Sta-Con, Inc. or approved equal. The Contractor ^ shall coordinate with the City of Vero Beach Electrical Engineering Department and provide the pumping station with completed electrical service. 5. Water Service - Each pumping station shown to be provided with water service shall be provided with a minimum (1") polybuteline service line terminating with a hose bib to be mounted at the control level support. Service line shall be connected to the nearest available water line as shown on the plans. Restoration of any disturbed pavement or other improvements shall be included in the Lump Sum bid for the pump station. Installation & Operating Instructions Installation of the pump station and related appurtenances shall be done in accordance with written instructions provided by the Manufacturer. The Manufacturer shall further provide a complete and detailed Installation Operation and Maintenance Manual. This manual shall cover, in addition to installation and general operating procedures, the operation, maintenance, and servicing procedures of the major individual components provided with the pump station. The Manufacturer shall provide the services of a factory -trained representative for a maximum period of one (1) day to perform initial startup of the pump station and to instruct the Owner's operating personnel in the operation and maintenance of the equipment. Tools and Spare Parts One (1) set of all special tools required for normal operation and maintenance shall be provided. All such tools shall be furnished in a suitable steel tool chest complete with lock and duplicate key. 2.2.8. Retrofit Pumping Stations Tools and Spare Parts (Cont'd) The manufacturer shall furnish a complete set of recommended spare parts necessary for the first five (5) years operation of the pumping system, which shall inlcude at the least the following: 1. 1 - set of upper bearings for each pump supplied. 2. 1 - set of lower bearings for each pump supplied. 3. 1 - set of upper and lower shaft seals for each pump supplied. 4. 1 - relay for each type supplied with the pump control panel for each station. S. 1 - impeller (proper size) for each pump installed. Spare parts shall be properly bound and labeled for easy identification without opening the packaging and suitably protected for long term storage. Guarantee The Contractor shall have a minimum of five (5) years experience in the construction of automatic underground pumping stations and shall guarantee for one (1) year from the date of completion of the project, that the pumps and all new equipment installed under this Contract will be free from defects in materials and workmanship. The equipment manufacturer shall guarantee for a period of one (1) year the equipment supplied. The manufacturer's warranty period shall run concurrently with the contractors warranty period. In the event a component fails to perform as specified or is proven defective in service during the guarantee period, the Contractor and/or responsible supplier shall provide replacement part without cost to the Owner. He/she shall further provide, without cost, such labor as may be required to replace, repair or modify major components such as the station structure, pumps, pump motors, sewage piping manifold, etc. The replacement or repair (including cost of parts 6 labor) of those items normally consumed in service such as pump seals, oil, grease, etc., shall be considered as part of routine maintenance and station upkeep. 2.2.8. Retrofit Pumping Stations Installation It shall be the Contractor's responsibility to secure from the station manufacturer a station instruction manual at least one (1) week prior to the scheduled shipment of the station to the job site. The Contractor shall study this manual and direct any questions he/she has to the station manufacturer for answers before proceeding with installation. The Contractor' shall then install the station in complete conformance with the manufacturer's instructions. Immediately upon final setting of the pumping station into the excavation, the Contractor shall provide temporary electrical power if permanent power is not available at that time. The Contractor shall make certain that permanent electrical power .. is properly installed into the station control, panel, the entrance switch functions and is wired properly and all items of equipment shipped loose are properly and permanently installed. The Contractor shall then arrange for the services of a representative of the station manufacturer to check the installation, place the station into operation and give maintenance instructions. The Contractor shall notify all firms involved in the station installation and request that they have a representative in attendance for start-up. The station manufacturer shall provide, as part of this bid price, the services of a factory trained representative for a period of one (1) day at the pumping station to perform initial start-up of the pumping station and to instruct operating personnel in the operation and maintenance of the equipment and to demonstrate satisfactorily the performance of each piece of equipment. The manufacturer shall also indicate a per diem rate for providing a person at the station beyond the one (1) day called for above. .. Quantity and Payment Payment for each "Retrofit Pumping Station" ("Name") will be made at the lump sum price bid for this item in the Proposal, which price shall include all excavation, pumping, and appurtenances including required electrical conduit and wiring and piping connections, complete restoration, compaction of backfill, site preparation, chain link fence and gate, all materials, labor, equipment and all else necessary therefore and incidental thereto. The Contractor will be responsible for providing a completely operational system including all necessary electrical power. 2.2.9. Sewer Service Laterals Description This item shall consist of furnishing materials, equipment, testing, labor and all else necessary to construct a sewer service lateral, as required, where shown on the Plans and/or where directed by the Engineer. Materials and Methods of Construction Sewer service laterals shall be constructed in conformance with ^ the sewer lateral connection details shown on the plans. Tees and wyes, placed for future connection to the main sewer, shall be plugged and sealed in a manner recommended by the pipe manufacturer utilizing q standard cap or fittings of the manufacturer, as approved by the Engineer, and shall be sealed before lowering into the trench. The Contractor shall provide accurate measurements and offset locations of the tees, wyes and risers, and shall turn this data over to the Engineer upon completion of the project, or when requested by the Engineer. Concrete encasement shall be required around the tee supporting the verticle piping, and shall not be less than six (6") .+ inches thick around the pipe and around and below the tee connection. Service laterals connecting to gravity sewer at a depth exceeding eight (81) feet shall be defined as deep cut connections. Quantity and Pavment The quantities of lateral connections for which payment will be ^ made will be the actual units constructed in accordance with the plans, or as directed by the Engineer. In the event that a deep sewer lateral connection is installed resulting in service connections to both sides of the street, payment shall be made for one (1) deep sewer lateral connection and one (1) shallow sewer connection based on the actual size laterals installed. ^ Each service connection for which payment will be made will be at the unit price bid for each size in the Proposal "PVC lateral" which price shall include cost of all materials, labor, excavating, assembling, jointing, paving restoration, seed & mulching and all else necessary therefore and incidental thereto. 2.2.10. Plug Valves Description Plug valves and valve installation of plug valves valve boxes in the force main these specifications and in locations shown on the plans, Materials boxes shall include the furnishing and with 2,500 psi concrete foundations and collection system, in accordance with reasonably close conformity to the og as directed by the Engineer. Plug valves shall be non -lubricated, eccentric valves. Valves shall be supplied with semi -steel body, stainless steel bearings, resilient plug and lever actuator. Rated working pressure shall be 175 psi or greater. Valve shall be as manufactured by D.E. Zurick or Henry Pratt & Company, or approved equal. Valves shall be hydrostatically leak tested to 175 psi working pressure, and remain drop tight in the closed position. The valve body shall be hydrostatically tested to 300 psi without leakage. Valves shall be mechanically joint end with mechanical joint retainer gland, class 150, ANSI A21.11, unless otherwise specified by the Government agency. Plug valves six (6") inches and larger shall be equipped with gear actuators. All gearing shall be enclosed suitable for running in oil with seals provided on all shafts to prevent entry of dirt and water into the actuator. All shaft bearings shall be furnished with permanently lubricated bronze bearing bushings. Actuator shall clearly indicate valve position and an adjustable stop shall be provided. Construction of actuator housing shall be semi -steel. All valves shall have a valve box installed to the ground surface. The box shall be a 2 piece for valves 2" through 12" and 3 piece for valves 14" and larger. The box shall be a screw type with 5 1/4" shaft. The lid shall be marked "sewer" and must be painted red. A _ concrete pad 24" x 24" in non -traffic areas, and 36" x 36" in traffic areas, must be poured around the top of the box to prevent damage or movement. The box shall have extensions as required. Boxes shall be as manufactured by Mueller Company, or approved equal. Methods of Construction The Contractor shall do all necessary pipe cutting and shall locate valves and fittings in the exact positions indicated. He/she shall provide and use cutting tools of an approved type and in good order so as to ensure clean, square cuts to exact measurements. 2.2.10. Plug Valves (Con't) Examination of Material Prior to installation, valves shall be inspected for direction of �- opening, number of turns to open, freedom of operation, tightness of pressure containing bolting and test plugs, cleanliness of valve ports and especially seating surfaces, handling damage and cracks. Defective valves shall be corrected or,held for inspection by the Engineer. Valves shall be closed before being installed. Placement All valves shall be set accurately true to, and square with, pipelines and installed on 2500 psi concrete foundation. Valve stems shall be accurately plumb. Valves shall be supported by approved blocking so as to ensure their remaining accurately in position during jointing and such manner that their weight will not place undue strain on connecting pipe or joints. Valve boxes shall be set plumb, accurately centered with respect to the valve stem, well supported by solidly tamped earth, and with their tops flush with the finished surface grade of the roadway, or surface of the ground where set. Quantity and Payment Payment for the plug valves and valve boxes shall be made for the quantity actually constructed in accordance with the plans and specifications, or as directed by the Engineer, at the unit price bid for each size in the proposal "Plug Valves," which price shall include the cost of all construction complete, including excavation, all materials, labor, equipment, and all necessary therefore and incidental thereto. 2.2.11. Fittings Description General fittings shall be cast from gray iron or ductile iron de- signed for an operating pressure of 250 psi with a minimum factor of safety of 2.5 manufactured in accordance with and to the applicable dimensions and weights conforming to the requirements of AWWA C110 or AWWA C153 unless otherwise specified. All pipe fittings shall be restrained joint, internally lined with 24 Mils DFT of Koppers 300M or approved equal and externally coated with coal tar or asphalt base bituminous coating, 1 mil thick. Gray iron or ductile iron pipe fittings, finishes, fittings and appurtenances shall conform to the following applicable standards: ' _. AWWA C153 Ductile Iron Compact Fittings, 3" through 12" for Water and Other Liquids. _ ANSI A21.11 (AWWA C111) American National Standard for Rubber Gasket Joints for Ductile Iron and Gray Iron Pressure Pipe and Fittings. — ANSI A21.10 (AWWA C110) American National Standard for Gray Iron and Ductile Iron Fittings 3" through 48" for Water and Other Liquids. ANSI/AWWA C600 AWWA Standard for Installation of Ductile Iron Water Mains and their Appurtenances. — The manufacturer shall furnish a sworn statement that the pipe fittings have been manufactured in accordance with AWWA C110 or AWWA C153 and that the fittings furnished have been inspected, tested and that all tests required by AWWA C110 or AWWA C153 have been made and the results thereof comply with the requirements of the standard. All fittings shall be clean and sound without defects. Repairing of _ defects by welding or other methods shall not be permitted. Fittings and accessories not in compliance with AWWA C110 or AWWA C153 shall not be accepted by the Contractor and shall be replaced by the manufacturer. All gray iron or ductile iron pipe fittings furnished under this Contract shall be externally coated with a bituminous coating approximately 1 mil. thick. The coating shall be applied to the outside of all pipe unless otherwise specified. The finished external coating shall be continuous, smooth, neither brittle when cold nor sticky when exposed to the sun and shall be strongly adherant to the pipe. 2.2.11. Fittings Description (Cont'd) Each fitting furnished shall have distinctly cast upon them the manufacturer's identification, pressure rating, nominal diameters of openings and the number of degrees of fraction of the circle on all bends. Ductile iron fittings shall have the letters "DI" or "Ductile" cast on them. All required markings shall be clear and legible. Any fitting not marked as specified shall be rejected and removed from the site. Push -on joint rubber gaskets, mechanical joint rubber gaskets, ductile iron glands or gray iron glands, bolts and nubs shall be in, accordance with ANSI A21.11 (AWWA C111) American National Standard for Rubber -Gasket Joints for Ducti16 Iron and Gray Iron Pressure Pipe and Fittings. All tees installed in the water main system to be connected to hydrants shall be thrust restrained joint hydrant tees. The 6" diameter tee branch shall be plain end with integrally attached rotatable MJ Gland "U.S. Pipe" fitting #U-592; or "Clow Mechanical Joint Anchoring Tee" Figure F-1217 or equal. All plugs, caps, tees and bends, unless otherwise specified, shall be provided with thrust blocks and suitable restrained joints, as shown on the plans or specified by the Engineer. All thrust restraint shall withstand the test pressure or the working pressure plus surge allowance, whichever is larger, including adequate factors of safety. OR Vertical and horizontal thrust blocks shall be made of concrete having a compressive strength of not less than 3000 psi after 28 days. Concrete thrust backing shall be placed between solid ground and the fitting to be anchored; the area of bearing n the pipe and on the ground in each instance shall be that shown or directed by the Engineer. The backing shall, unless otherwise shown or directed, be so — located as to contain the resultant thrust force and in such a way that the pipe and fitting joints will be accessible for repair. — Restraining mechanisms for push -on or mechanical joints shall be used in conjunction with concrete backing if so indicated in the plans and specifications. Clamps or other components of dissimilar metal .. shall be protected against corrosion by hand application of a suitable coating. All tie rods shall be 3/4" diameter, all thread stainless steel rods. M Quantity and Payment Separate payment for fittings shall not be made, but shall be — indicated in the price bid for "Force Main." Said price shall include all else necessary therefore and incidental thereto. — 2.2.12. Force Main Borings M Description The work to be constructed under this item, consists of boring and jacking of various size welded steel casing pipes, including various size force mains where shown on the Plans, and in accordance with these Specifications. Materials "+ 1. Highway Crossings Encasement of pipe for highway crossings shall be steel casing pipe and shall conform to the latest edition of the "Utility Accommodation Guide," State of Florida Department of Transportation. Steel pipe shall have a minimum yield strength of 35,000 psi and shall conform to ASTM Designation A139. The minimum thickness of casing pipe shall be as shwon on the Contract Plans. The inside diameter of the casing pipe shall be great enough to allow the carrier pipe to be installed and removed without disturbing the casing pipe or the roadbed. Force main shall conform to Article 2.2.6. of these Specifications. 2. FECRR Crossings Encasement of pipe for railroad crossings shall be steel casing pipe and shall conform to the latest edition of the "Florida East Coast Railway Company General Specifications for Subgrade and Above Grade Crossings of the Railway's Right-of-way." Steel casing pipe shall have a minimum yield strength of 35,000 psi and shall conform to ASTM Designation A139 and be protected by a black bituminous coating. The minimum thickness of casing pipe shall be as shown on the Contract Plans. .� The inside diameter of the casing pipe shall be great enough to allow the carrier pipe to be installed and removed without disturbing the casing pipe or the roadbed. Force main shall conform to Article 2.2.6. of these Specifications. M 2.2.12. Force Main Borings Methods of Construction 1. Highway Crossings The Contractor shall install encasement pipe at the location, depth, and grade indicated on the Drawings and as specified herein. _ All work shall be performed by a,qualified Contractor or subcontractor regularly engaged in this type of work, and in conformance with the latest edition of the "Utility Accommodation Guide," FDOT including methods and proceedings for dewatering. The Contractor shall obtain the necessary permits for construction across the highway. The Contractor shall abide by all rules, regulations and requirements of the Owners of such property in regard to construction under this Contract, including the giving of notices, provisions for inspections, and employment of such methods of construction as may be required. Welding equipment, boring and jacking equipment, flood lights, and all emergency equipment shall be on the site and in first class working condition before the casing installation will be permitted. The face of the roadbed shall be sheeted as required to prevent all roadbed earth movement, and under no circumstances may anchors or _ deadmen be installed in the roadbed. Construction shall not begin until the Engineer's approval has been obtained. When boring and jacking has been started, the operation shall continue, without interruption, until the crossing is completed. After construction, the interior of the casing pipe shall be kept clean and free of debris, soil and other foreign matter by means of a temporary, removable, watertight plug until the carrier pipe is laid in the casing and the ends sealed. The Contractor shall repair any settling occurring over encasements installed under this Contract within the period of the Guarantee. Such repair work shall be at no additional cost to the Owner. r 2. FECRR Crossings The Contractor shall install encasement pipe at the location, depth, and grade indicated on the Drawings and as specified herein. All work shall be performed by a qualified Contractor or subcontractor regularly engaged in this type of work, and in conformance with the latest edition of the "Utility Accommodation Guide," FDOT including methods and proceedings for dewatering. 2.2.12. Force Main Borings Method of Construction 2. FECRR Crossinas (Cont'd) The Contractor shall obtain the necessary permits for construction across the highway. The Contractor shall abide by all rules, regulations and requirements of the Owners of such property in regard to construction under this Contract, including the giving of notices, provisions for inspections, and employment of such methods of construction as may be required. Welding equipment, boring'and jacking equipment, flood lights, and all emergency equipment shall be on the site and in first class working condition before the casing installation will be permitted. The face of the roadbed shall be sheeted as required to prevent all roadbed earth movement, and under no circumstances may anchors or deadmen be installed in the roadbed. Construction shall not begin until the Engineer's approval has been obtained. When boring and jacking has been started, the operation shall continue, without interruption, until the crossing is completed. After construction, the interior of the casing pipe shall be kept clean and free of debris, soil and other foreign matter by means of a temporary, removable, watertight plug until the carrier pipe is laid in the casing and the ends sealed. The Contractor shall repair any settling occurring over encasements installed under this Contract within the period of the Guarantee. Such repair work shall be at no additional cost to the Owner. The Contractor shall submit shop drawing for the casing pipe to the Engineer for approval. Quantity and Pavment Borings will be measured as a unit of work acceptably complete, including force main, in accordance with the Plans or as directed by the Engineer. Payment for "Force Main Borings (Location)" will be made at the Lump Sum price bid in the Proposal and shall include force main, the cost of all permitting requirements, preparation of bore pit, excavation, furnishing boring or jacking, assembling, jointing, independent testing of the force main, sealing, venting, shoring, pumping, backfilling, signs, materials, labor, equipment and all else necessary therefore and incidential thereto. 2.2.13 Chain Link Fences & Gates General The work included in this Section consists of providing a galvanized steel chain link fence, nominally six (6') feet high, complete with gates constructed around the pump stations as shown on the contract plans. ^ Material Fabric: The fabric shall be 72" high, No. 9 gauge galvanized wire woven in a 2" mesh. The steel wire shall be uniformly galvanized in accordance with ASTM Designation A 641, Class I coating. Top and bottom selvages shall be barbed. Posts and Other Appurtenances: All posts and other appurtenances used in the construction of this fence shall be hot dipped _ galvanized with a minimum of 1.8 ounces per square foot of surface. Pipe sections shall conform to the requirements of ASTM Designation A 120. Sizes of Posts, Gate Frames and Rails: Posts, frames and rails shall conform to the following table. Square posts and frames may be substituted for the listed members if test data can be supplied to show equal or greater bending strength. DIMENSIONS IN INCHES Weight Per Foot (Pounds) Plain Designation Diameter Diameter Thickness Ends End, Corner & Pull Posts 2-1/2 2.875 0.203 5.79 Gate Posts (one leaf width 6 6.625 0.280 18.97 over 13') Gate Posts (gate width of 3-1/2 4.000 0.226 9.11 6' to 13' for one leaf) Gate Posts (gate width of 2-1/2 2.875 0.203 5.79 6' or less for one leaf) Intermediate posts 2 2.375 0.154 3.65 Gate Frames 1-1/2 1.900 0.145 2.72 Braces 1-1/4 1.660 0.140 2.27 Top Rails 1-1/4 1.660 0.140 2.27 2.2.13 Chain Link Fences & Gates Materials (Cont'd) Swing Gates: Gates shall be complete with latches, stops, keepers -- and hinges. Gate frames shall be constructed of round square tublar members continuously welded at all corners or assembled with fittings. Welds shall first be painted with a zinc based paint. Gate filler shall,be of same fabric as specified for the fence and shall be attached securely to the gate frame at intervals not exceeding 14 inches. Hinges shall be of adequate strength for the gate and with large bearing surfaces for clamping in position. The hinges shall not twist or turn under the action of the gate. The gates shall be easily operable by one person. Latches, stops and keepers for all gates, with provision for padlocking, shall be provided. Padlock: The gate shall be provided with a padlock equal to Schlage No. 45-101 case -brass, shackle -case hardened steel, 1" '- length with 9" of chain, 606 finish and keyed alike when more than one. Top Rail: The top rail shall be provided with couplings approximately every 20 feet. Couplings are to be the outside sleeve type, at least 6" long. Concrete: Concrete shall have a minimum compressive strength of 3,000 psi at 28 days. Hardware: Miscellaneous hardware shall be of steel, malleable iron or ductile iron of standard design and conform to the requirements of the Chain Link Fence Manufacturer's Institute. All parts shall be galvanized except ties and clips may be of aluminum. Execution Clearing: The Contractor shall provide the necessary clearing for installation of the fences and for access to the work. Debris from the clearing operations need not be removed, except as required for installation of the work. Posts: Posts shall be uniformly spaced, not to exceed 10' on centers. Intermediate posts shall have waterproof tops which have integrally cast openings through which the top rails shall pass. Terminal posts shall consist of end, corner and pull posts. Braces: Braces shall be provided at each gate, corner, pull and end post. 2.2.13 Chain Link Fences & Gates Execution (Cont'd) Top Brace Rails: Top rails on the fencing will not be required, except braces shall be provided as specified above. The top brace rail shall be securely fastened to the terminal posts and line posts by heavy pressed steel brace bands and malleable end connections. Top and Bottom Tension Wire: Top and bottom tension wires shall be coiled spring No. 9 gauge galvanized steel wire. The tension wires shall be stretched taut between terminal posts and securely fastened to each intermediate post 2" below top of fabric and 6" above the finish grade line respectively. Tension wires shall be attached,to the fence fabric with 9 gauge wire vinyl clad hog rings every 24 inches. Stretcher Bars: Stretcher bars shall be no less than 3/16" by 3/4" in cross section and shall have a minimum length of 2" shorter than the fabric height. Stretcher bars shall be used for attaching the fabric to all terminal posts by threading through the fabric and being attached to the posts with 11 gauge tension bands, or other positive mechanical means, spaced at 12" centers. One (1) stretcher bar shall be provided for each gate and end post and two (2) for each corner and pull post. Ties and Clips: Fabric shall be fastened to all intermediate _ posts with 9 gauge tie wires, spacing not to exceed 14" apart. Fabric shall be tied to top rail with 9 gauge tie wires with spacing not to exceed 24" on centers. Post Setting: Line posts shall be set in holes 12" in diameter, 38" deep with 36" post embedment. Terminal posts shall be set in holes 15" diamater, 38" deep with 36" post embedment. After the post has been set and plumbed, the hole shall be filled with concrete. The exposed surface of the concrete shall be crowned to shed water. Terminal and Gate Posts: Terminal and gate posts shall be set as specified above and shall be braced to the nearest post with a galvanized horizontal brace used as a compression member and a galvanized 3/8" steel truss rod and truss tightener used as a tension member. Fabric and Tension Wires: Fabric and tension wires shall not be stretched until concrete footings have cured a minumum of three (3) days. Chain link fabric shall be placed on the side designated by the Engineer and shall be stretched taut approximately 2" high above finish grade and securely fastened to all posts and tension wires. Rolls of wire fabric shall be joined by weaving a single strand into the ends of the rolls to form a continuous mesh. 2.2.13. Chain Link Fences & Gates Quantity and Payment No separate payment for chain link fences will be made. The cost '^ shall be included in the lump sum price bid for "Pump Stations" 2.2.7. in the proposal, which price shall include the cost of excavation, transporation or other disposal of the material, all labor, equipment and all else necessary therefor and incidential thereto. 2.1.14. Potable Water Well The work under this Section includes the drilling of a potable water supply well, all appurtenance items, and the plugging and abandonment of existing wells. Potable Water Wells The Contractor shall furnish all labor, material, equipment, and supervision necessary to drill and construct a potable water supply well. Wells shall produce a minimum of 20 GPM flow if there are currently no potable water wells servicing the facility. If the plans require the abandonment of existing wells and the construction of new wells, the Contractor shall determine the present GPM flow produced by the existing wells. The replacement well shall produce a new flow equal to or greater than the existing well or 20 GPM, whichever is greater, at the furtherest discharge point. Construction shall be in accordance with all prevailing local and state requirements and regulations. Contractor is responsible for obtaining all required permits in connection with the well construction. The well shall be located as shown on the drawing in Section 2.2.15. of these Contract Specifications. Upon completion of each well, the Contractor shall restore all areas disturbed or altered by construction of the well. Protection of Well At all times during the progress of the work, the Contractor shall use all reasonable measures to prevent either tampering with the well or the entrance of foreign matter into it. The Contractor shall be responsible for any objectionable material that may fall into the well and its consequences until the completion of the work and acceptance by the Owner. Concrete Pad A concrete pad shall be provided at ground surface around the outside casing to prevent surface contamination of the wells. 2.2.14. Potable Water Well Samples and Records The Contractor shall take samples and keep records as required by the St. Johns River Water Management District; State of Florida Department of Health and Rehabilitative Services and any other entity having jurisdiction over well drilling and potable water wells. Filling and Plugging Wells Abandoned wells shall be filled and plugged in accordance with and compliance to all laws, ordinances, rules and regulations of governing bodies having jurisdiction over the work. The filling and plugging of abandoned water wells shall be done by a licensed Contractor with experience in and knowledge of filling and plugging procedures. The work shall be done in such a manner as to prevent the interchange of water between aquifers, to prevent the direct entry of surface seepage into groundwater, and to protect the health, safety and quality of the underground waters of Indian River County. Quantity and Pavment Payment for "Potable Water Wells" shall be made at the lump sum price bid for this item in the proposal, which price shall include all excavacation, drilling of well, abandonment of two (2) existing wells, labor, materials, and all else necessary therefor and incidential thereto. 2.2.15. Potable Water Main Construction shall be in accordance with these Contract Specifications. Contractor is responsible for obtaining all required permits in connection with the water main construction. The water main shall be located as shown on the drawings in this section of these Specifications. Upon completion of each well, the Contractor shall restore all areas disturbed or altered by construction of the well. The Contractor shall obtain from the pipe manufacturer a certificate of Inspection to the effect that the pipe and fittings supplied for this Contract have been inspected at the plant and that they meet the requirements of these Specifications. All pipe and fitting shall be subjected to visual inspection at time of delivery by rail or truck, also just before they are lowered into the trench to be laid, and joints or fittings that do not conform to these Specifications will be rejected and must be removed immediately by the Contractor. The entire product may be rejected when, in the opinion of the Owner, the methods of manufacture fail to secure uniform results, or where the materials used are such as to produce inferior pipe 2.2.15. Potable Water Main Potable Water Main (Cont'd) fittings. Water shall not be allowed in the trenches while the pipes are being laid and/or tested. The Contractor shall not open more trench than the available pumping facilities are able to dewater to the satisfaction of the Engineer and shall assume responsibility for disposing of all water so as not to injure or interfere with the normal drainage of the territory in which he/she is working. In no case shall the pipelines being installed by used as drains for such water, and the ends of the pipe shall be kept properly and adequately blocked during construction by the use of approved stoppers and not by improvised equipment. All necessary precautions shall be taken to prevent the entrance of deleterious material and/or unsuitable soils, sand, o; other ob.9tructing matter into the pipelines. If on completion of the work any such material has entered the pipelines, it must be cleaned as directed by the Engineer so that the entire system will be left clean and unobstructed. Except where otherwise shown on plans, indicated elsewhere in the Contract Documents, or directed by the Engineer, all water line pipe shall be laid to a minimum depth of cover of not less than three (3') feet measured from the top of the pipe to existing ground surface or finish grade. Polyvinyl Chloride: Polyvinyl chloride pipe smaller than 2" shall conform to the requirements of ASTM Designation D 1785, Class 1120 or 1220, Schedule 80 pipe with a minimum pressure rating of 400 psi at 73.4 degrees F for unthreaded pipe. Gate Valves: Gate valves for pipe less than 3" in diameter shall conform to the requirements of Federal Specifications WW -V-54 for Class A, Type I, and shall be bronze, single wedge, nonrising .. stem, screwed bonnet, 125 pound S.P., 200 pound W.O. G., with stuffing box repackable under pressure and all parts renewable. Backflow Preventors All backflow preventors shall be mounted above ground on non -galvanized metallic pipe, in non -traffic areas on the customers' side of the meter. Backflow preventors shall be of reduced pressure/double check type with two (2) independently operating check valves and shall be designed to operate in a horizontal flow mode. An ,. independent relief valve shall be located between the two check valves. Reduced pressure feature shall be included in high hazard applications. Preventors shall be University of Southern California (USC) approved and as manufactured by Hersey Products, Inc., or equal. 2.2.15. Potable Water Main Polyvinyl Chloride Pipe Joints The joints of all piping shall be made absolutely tight, and joints in polyvinyl chloride pipe shall be made in conformity with the requirements of the pipe manufacturer. For threaded joint make-up the male threaded end shall be wrapped with teflon pipe tape when the joint is made up. At threaded joints,between PVC and metal pipes, the metal shall contain the socket end and the PVC side the spigot. A metal spigot shall not, under any circumstances, be screwed into a PVC socket. No sulpher base joint compound shall be used. After pipe has been laid, inspected, and found satisfactory, sufficient backfill shall be placed along the pipe barrel to hold the pipe securely in place during the conduction of the preliminary hydrostatic test. No backfill shall be placed over joints until the preliminary test is satisfactorily completed, leaving them exposed to view for the detection of visibile leaks. All PVC pipe shall be installed with 2" wide metallic backed warning tapes conforming to ASTM -B117 and shall be installed (12") to (18") in depth above the top of and parallel with PVC pipe in continuous lengths and wrapped around fittings, risers and valves. Flushing Foreign material left in the pipelines during installation often results in valve or hydrant seat leakage during pressure tests. Every effort shall be made to keep lines clean during installation. Thorough flushing may be required prior to a pressure test; flushing should be accomplished by partially opening and closing valves and hydrants several times under expected line pressure with flow velocities adequate to flush foreign material out of the valves and hydrants. Hydrostatic Testing Pressure Test After the pipe has been laid, all section thereof shall be subjected to least (1.5) times the working pressure psi). Test Pressure Restrictions newly laid pipe or any valved a hydrostatic pressure of at at the point of testing (150 Test pressures shall not be less than 1.25 times the working pressure at the highest point along the test section nor shall the pressure exceed pipe or thrust -restraint design pressures. The test(s) shall be of at least two (2) hour duration and not vary by more than +- 5 psi for the duration of the test. 2.2.15. Potable Water Main Test Pressure Restrictions (Cont'd) Test pressures shall not excees twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or hydrants. Valves shall not be operated in either direction at differential pressure exceeding the rated pressure. Nor shall the test gxceed the rated pressure of the valves when the pressure boundary of the test section includes closed, resilient -seated gate valves. Pressurization Each valved section of pipe shall be filled with water slowly and the specified test pressure, based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test guage, shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. The test section shall be allowed to stabilize at the test pressure before conducting the leakage test. Air Removal — Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the Contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be — removed and plugged or left in place at the discretion of the Engineer. Examination Any exposed pipe, fitting, valves, hydrants and joints shall be examined carefully during the test. Any damage or defective pipe, fittings, valves or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material, and the test shall be repeated until it is satisfactory to the Engineer. Leakage Test Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain pressure within (5) psi of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage shall not be measured by a drop in pressure in a test section over a period of time. 2.2.15. Potable Water Main _ Allowable Leakage No pipe installation will be accepted if the leakage is greater than that determined by Indian River County Utilities Department's ^ Specifications. When hydrants are in the test section, the test shall be made against the closed hydrant. Acceptance of Installation Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than that specified, ^ the Contractor shall, at his own expense, locate and make repairs as necessary until the leakage is within the specified allowance. All visible leaks are to be repaired regardless of the amount of leakage. , Disinfection _ All newly installed water main shall be disinfected in accordance with ANSI/AWWA C601. Following chlorination, the main should be flushed as soon as possible (within 24 hours) since prolonged exposure to high concentrations of chlorine might damage the asphaltic seal ^ coat. Before being placed in service, and before certification of completion by the Engineer, all new water systems, or extensions to existing systems or valved section of such extension, or any exposed section of the existing system, shall be disinfected according to the AWWA Standard C-106 and Indian River County Specifications. All new ^ water mains shall be completely sterilized with chlorine using liquid chlorine and a suitable chlorinator. The chlorine shall be introduced and distributed into the new pipe lines by suitable and approved means and in such manner that it shall reach all of the pipe and all fittings, valves and appurtenances. Chlorine may be applied at the beginning of the section adjacent to the feeder connection and shall be ^ injected through a corporation stop, hydrant or other connection insuring treatment of the entire line. Sterilization may be done in connection with pipe testing or independently as may appear more practical. The manner and method of introduction of chlorine shall be ^ satisfactory to and must be approved by the governing water authority. Sterilizing dosage shall be sufficient to provide the equivalent of not less than fifty (50) parts per million (ppm) of free chlorine to the entire contents of the pipe line or section thereof to be sterilized, and the chlorinated water shall be permitted to remain in the pipe line for a contact period of not less than twenty-four (24) hours. During the chlorinating procedure, all valves, hydrants, and appurtenances ^ that will come in contact with potable water shall be operated. ■.+ 2.2.15. Potable Water Main After sterilization, the water main or section shall be thoroughly flushed and put into service. Any section of pipe line which is drained or emptied of water at any time or for any purpose in connection with this work, whether a newly laid pipe line or part of an existing water main system, shall be sterilized as above specified before being returned to service. The Contractor shall furnish the sterilizing agent of the approved kind and in quantity sufficient to comply with above requirements, together with any and all equipment, labor and supervision necessary for effective accomplishment of sterilization. Sterilization shall be carried out at times approved by and to the satisfaction of the Owner and the Engineer. Quantity and Payment The quantities of Water Main installation for which payment will be made will be the actual lengths constructed in accordance with these Specifications or as directed by the Engineer, measured in place where laid, exclusive of valves and/or fittings. Payment for Water Main will be made for the actual length constructed, measured in lineal feet at the unit price per lineal foot bid in the Proposal and shall include the cost of: cutting bituminous paving, all excavation, disposal of spoil and excess material, trench preparation, shoring, bracing, dewatering, furnishing, laying, assembling, fittings, thrust blocks, backfilling, preparation of subgrade, holding of utility poles, rock excavation, de -mucking, polyethylene bagging as required, general restoration, all materials, labor, equipment and all else necessary therefore and incidental thereto. s\n 2.2.15 Potable Water Main yr,- ter:o N _ 3B,= sSEAL_E ._ \� ` �_ cotisrriucr .mow - ,: • X I 1 T t Orr YAC ��` ■ tSM: - N4VIA p lk ow, �. �X 1. .•.:±.... (rig `�.r'� .nczr�',,. - MR6y. .. 3. � i � r �cexrv�sr �i�r �6 c _ '00' AVE6 r-zcz•,r� ria�.s��c r.,. �.�,� -�--� I ,47 � •'3txL2"d As$WL'�'�'h ..:.. ;•�"ti FCT'7P1_ Q:iN a` � "LL 3 GOA /i"(NF S A N D R i D G E GOLF COf�l�\U'RSTE' .L 5 f 3 r SON �yi 4 p. � r �cexrv�sr �i�r �6 c _ '00' AVE6 r-zcz•,r� ria�.s��c r.,. �.�,� -�--� I ,47 � •'3txL2"d As$WL'�'�'h ..:.. ;•�"ti FCT'7P1_ Q:iN a` � "LL 3 GOA /i"(NF S A N D R i D G E GOLF COf�l�\U'RSTE' .L 2.2.16. Subsurface Information Subsurface information has been obtained for the project for engineering design purposes. This information is contained within the Section to provide the Bidder with information available. The Bidders, however, shall make their own independent determination as to what value to assign to this information. This information is presented in good faith, but is not intended as a substitute for personal investigations, interpretations,or judgment of the Bidder. 2.2.16. Subsurface Information (Cont'd) Ea UNIVERSAL ENGINEERING SCIENCES ORLANDO MERRITT ISLAND DAYTONA BEAOH GAINESVILLE FT. MYERS WEST PALM SEA m LPN, m r z p No;z:rH COUN7y SaVve;z PIWJEC-7 INGIA" gjvr.9 COUNT(, PLORIp'A L -0G, OF Fold NG m r I.: A'SSOC4A7es INC. .... a, 6 Row. F., AD 10 67. MIDDLE AE AL 43o, NCMU UP SOUTH MATCH ume GRAY Fl9 OR{fWN F/SAND Am le, SWE W. SO , MlfA Q AERIAL 54rl' SOUTH O NOFZn4 MATCH LINE DIC. frAe r/gAND AD 1& SHEET W. ", BarTbm Aelz41L MDMTVA Cr- SMV TH W%&7C1A WNr. AD 11 SHEET No. s , Tcv , ,pt 060' WORTH UP 4OlnH MATCH WNr= rlVWf FI.ID WlMcls AE5 14 S44ffr , "IG AMAL ea, wcRTI UP SOUTH MATCH UNE � LT. BLOWN F�itWD DK. ORONr1V r 7�SCWD AB t7 SHPC7 NO. 651 mipme Amzi G55, %C ITP cv, MOM MAMA w1we MY iOI.' GRAY F)/-.4&NV` Aa IL 1530, SCVTH CP NcaTH Ma1Cu Wme LT. CRAY F/&wv AB 19 1 7VP AERIAL Z99' MOM UP SOUTH, WNR lTi. CLAY Aa la I S"Eftr NO. "I TW ACOML CO' PAST UP Wesr MATCH W"L Lu Hca CC Lu ul LN z 2w� > z Z LLI EH 20> A45 " At , earTDM YOC�DT OP WEST MATCH WWa V; Alb 25 SHEET NO. f4b. T AERIAL 10' WOMT" O WMAXN UMS v -t - Aa Z0 SHEET Na W. pOTTGm FUj AmgV -370' NO=M OF SOUTH 1.nATCH LIME raR4y F/�P A6 ZS eMEST NO. 28 earMM AERIAL -/O' WEST OP Bl T M*TCA LINE AC. 6¢OwN F/YWD LT. 9QOHM W6�mp �1� PEAT As Z42, 1 -44Eer NO. Z-7, BOTTOM AE=AAL 1000, SOUTH CG As Z* 1 SHEET ROL ge, T p u l000, NC¢ Oa `-._CARR: WNE Am Z7 1 GNECT NO. IT, TDP PBRWL MOO' N09TI4 ce SOUTH Nww UNE 6MAY 0-1— R 17 N N AS Z8 SHSM NO. Zm EOTTCM AERIAL 900 50� OF NLRTN NWMf LINE .Y rvAv �sauo i AS 31 EHEET ND. Z9 BOTRII.A ASR L. 410' OF NORTH hiw "me ERow*I c�wo w�s1DNE LT ®SAY P/4AND AS 04 SNECT N0. 4TI 5O Rk N'f AERJPL. TLV' WEST OF Is s MA'R}I uNe e C -IRIS( F�swo qe. bRAY ''�lAI.O i A9 Z9 SHEET NO. Z& . MlD AEIMA 660' sl V cF NCRTN M4IOH LINE ORANGE ��w.lv AS 3Z SHEET NO. 24 , BOTTOM AERIAL i 5, P ST OF WeS MATCH ONE _ LT. am= OA-,- As ANC As 3e . SHEET NO -4-1. MIDDLE AERIAL L39' 9, T OF N.eA9 WATCH LINE BRCM++ r�AANe R1dCIL 'HLT ORLMNIFs LT. GPAY BAND eRo..ln+ F/swo AB 33 AB 3!e SHEEP NO. 41 I TOP' AERIAL 790' S.WGS OF H.EAST NMMA NNE SHEET NO. 46 , e OM AEWAL A6 30 SHEET ND, Z6 TpC AELLAL W ', I b95' NORTH CP SO MATCH LINEti � tL LL t O ORANGE 1�4/M�p � ( a9 z 0A � W 9 3 s 't N J O" a" Y LT GRAY 9E.lND N -51 51 _ rne. OROwN vL'ry FnID W > 2 = W a�. _ cP.LNGe ry4A..v Q Z N 2 W x u 4 AB 33 AB 3!e SHEEP NO. 41 I TOP' AERIAL 790' S.WGS OF H.EAST NMMA NNE SHEET NO. 46 , e OM AEWAL 5' EAST OF WEST MATcm LINE 9. EROwN A tL z ORANGE 1�4/M�p � ( a9 z 0A � a N J 3 a O p /yam cc N -51 51 _ rne. OROwN vL'ry FnID W > I I I I I I I I I I I I I I I I I I AB 3!e SHEEP NO. 41 I TOP' AERIAL 790' S.WGS OF H.EAST NMMA NNE x Its 0 of LT GPAY F�=+ArID z 0A i W N J /yam cc W -51 51 _ rne. OROwN vL'ry FnID W > 2 = W a�. iu3 Z N W x u 4 W mN ® 4 °T s h OOu I I I I I I I I I I I I I I I I I I 0 U I AS 40 , ey N0 Z4 , 7VF' AER NORM M �LVIH WATrA UNE - AS 43 SHEET No. 491 BD m AERIAL '376' S.Vle4r W- N.6/8r WMA UNE 0m 08 - fto y>ti.Np MANGE ySM.ID AS 350 5"eeT N 4ea MIDDLE AOPw 2.30' S.W O W. CAST 14ATW WWO iLT. GRAY LjL..WD M. 6POWHI sLllf VL— As 41 508e NO. fA MIDDLE PERJAL IV' NO0764 6 som NIAIW Wma "Y F/3•ND A5 44 ' SHEET NO. .46 , K41MLL' AERIAL 7Zel' S.WEST OF A. EbST NIA7W UNE lwzN/N Fl-�p GRAY- sR rj/6ANp DL' E40MM SILT! P6; ND IZA AS, " SHEET ND, AO, MIDDLE AEMP� W. eA T G S. W N rrra UNE LT. GRAY ysa-Iv M. BwcSILT( P14AMP AS 42 S Cmr NO. ZS, SOTMM Aa=AL 0*0' qovi1+ W%4u LING OaaWN SILTY r7N AS, 4s SHEef W. -", TOP MGHT AeWAL r -AO, W.eAST Q %-W MATCH UNE aCAv ffb m I I I I I I I I I I I I I • H AB, 46 SHEET NP 44 15OT AERJAL TA6' S.w OF H.F1 r M11TCH uNE lwD f ls5 LT GRAT 7%-V qe. wzowN dLTY �sano s' p AB 41l SgT N0. 44 , i F' AE2IAL GIS' S.M2 r W wsF r MATGd uNE s i } T.. 660WN Fy+ c, pL. BRDN�N F/9 v e AB Fit. 9HEEr Nv t5, BOTrO•A AEaWL rb' scvrH or- NoaTH LAA'ICH LILIB e M-- rsNJD 44- a. 6VAY F�NO e' qc. DFov.�N F''�' •HD A15 47 GHEBr NO. 44 , SOMM AZWI B5' aEA r OF s.wEST VATc1 uue • GRAY vsA -/W. GM/ �:•' LT. 6RAY V74 D /'' Dlf. Beall+ C -rf ya.HD AB so SHEET NO. 15 , olop a AB21AL 255' mot OF 501MA MATW UNE I:l. eRONR.I P�^�nND OK. 6QOWN P/SWp AS *S. 9Aeer MM Va , -ZP ACMAL 285' sovil+ OF Na Nl=1 UNE •" GW1Y {AND M. BROWN MLTY 1 I 1 I I 1 I 1 1 I 1 A6 46 SHEET NO 44 , TCP AEaIAL 417' S.WEST CP MATCH LINE LT. GRAY (�SWD D4oM'N PfSIMID AG 51 SHEET No. 15, M1pq_E AEWAL ZO' SOVTH OF NCRT41 MATCH LINE LT. GREY T�swv '.::i Lr. BaowN Ff�v+v ple. BROwN T�.fWD A5'34 SNBET MO. ib , MIOOLE AaaV 290' 9OVTH OF f4c f MATUA UNe �!. LT. 6ROwu FjEaND PK. BRowN V�mND �M1 NGW -a WUA W Z ¢=n i Z W I V 0 = N W u w ER h O<W <O. J Oh I 1 I i 1 I 1 1 it 0 r .0 0 4. r H z AD 55 SWEET NO 11 TOP AERIAL 950' SyuTH OF NORTH LINS awxy F/mamv AD 58 S"Bar 40 IS, emraNl AeR1� HO¢ OP SOVIH MATCH LIMB Lx BFWWM r/—D LT amw A15 61 SHEET NO. tq. MIDDLE AegmL 4Z0' BOVTH OF t4CKZTM IVIATr�l IAMB 45560 514L NO. le, 1017 ADFNI- '710 SOUMI Cr- NORTH k4mcm LINE AD S-) SHEET Na 16. ecTTCm AERIAu. UNS oEw q4�v pA_ A15 d4t' QeL-r NO. 19, SOTMM 48-1-1 715' %CUT1.1 Cr- WRTT'I I,T UNIS W. 6,;u,ww Gm F/�Wv AS (-0 4WSMT NO. 19, � ACRAL t90' .NTH CF W=TA MPTCIi Uwe AB &S SHEET W. ZO, TOP AIRlL. 530' warA cr- %O " A Lime N, I I I X, 0 O V AP, 64 SNGE7 ND. ZO � MID0.B AERIAL ZiDNORTH OF SOVTH A.NTCLI NNE e' LT. GRAY SAND 1.:i BISOWN ysANv i q AS (e7 SUEET N0. Z.Z I TOP AERIAL 300' woes ¢ ^..O MATLN LINE e BISeA'N �ro LT 69AY V63 ND o' AB 70 3NEET No. 96, TOP ASOA 140' NORTH OF scum WWMA NNE e' LT. GRAY r/ w LT. B®WN P�+NO O A6 e5 s MS -r NO. ZO. QW -"DIA AERIAL 30' NO¢TN O SD MKION NNE LT DROWN (Tf- Ef1bAM Pf3GNp Ix svD N6T p cmC le BRIM. 61LTY ��ANp w�BLa. AS 66 SHEET NO. ZZ MIDOLE AEr,,... Z03 V NOM M OG l µAKN NNE LT ERowN ys+ND LT. PRAY �P OMGWN rlM AB '11 ' 94AWr W. T3, TOP AERIAL ZS• SOLMA CL NORTH NK¢M NNE ;1. LT TRAY yznro LT: BROMN T""� AB 66 SHP T NO. W, BOTTOM A� ItOscviH ap N01>-iN rAATCN NNE - IS. pPLY i✓iN0 eROv+ra snTY �/eAND Ac. BRaNN I✓swD AB 69 544EET NO. ZZ BOTTOM AEA -WL &0, NO2TN GP SOLM4 MKfCN NNE VC 0— LT. GRGY �6Mm INTLWr.I yuwD A9 TL. 911EET NO. Z3, MI001.a! AERIAL 309• SoOTM OF NORTH MtTC + NNE GRAY O+ p `�.f LT. BROWN ��'yND CROWN F�.YWD r t i r r r r i r r r r r AN �j0E-I Y AS 75 SHEET No. 51 , TOP AERIAL emOD' PAST OPVIVST NIAMM4 LINO Bptw lT a"y 5oC aIMy I/-- Ael 7(o OmemT ND. -31, MorMM ASM4L die, sotrr" O N=M k4aT41 Wma OVAY 9/0— qvvi_ AS, 74 -,"eMT NO. Of, SarTCM ASCML 440' wesT cP mAsr mmw uwe NANGo F/4�p AB77 9RECT Mo. 64 me ABW"L Aw, WFM W saVTN W"C*f Wme agay TND _E..j -0 M. GRAY AFIT 7/__ CUWaw e - 05S 7r, 3 EST NO. 51 , MIDDL* AMAL ISO* WVT" ar MMT14 MATCH WNe LT. DROWN -/SAND IT. a6my rlS D W. WZDW F14.&KV AS 76 SHEET NO.AS, MlD LE A AL Z -JB' SOUTH of W04TIA WATCH Mwe CPN & -ago" V/4 FAA" I I 1 I I 1 I I I 1 1 1 1 1 1 2.2.16. Subsurface Information (Cont'd) ED UNIVERSAL MO277-1 CL-,UA17'7' 45soc/A-res , INC. ENGINEERING 51r:;W51�2: PIOOJEZ�r Do4wn By: 1,VCIIAP26 e9 TESTING V 21V" -04'AffY , XWRI� Chocked erg ID. DxylVu Beech — Foct My@'. — G.1heW11- Z,06� Or- A&kvflll Wend — Olmndo — West Palm Beach I Ped. B oe, b I Frp- v ED UNIVERSAL MO277-1 CL-,UA17'7' 45soc/A-res , INC. ENGINEERING 51r:;W51�2: PIOOJEZ�r Do4wn By: 1,VCIIAP26 e9 TESTING V 21V" -04'AffY , XWRI� Chocked erg ID. DxylVu Beech — Foct My@'. — G.1heW11- Z,06� Or- A&kvflll Wend — Olmndo — West Palm Beach I Ped. B oe, b 2.2.16. Subsurface Information (Cont'd) w W N 0 0 N O Z 0 N N a SOILS CLASSIFICATION CHART 011 Sand or Gravel ( SP,SW,GP,GW ) 7 Sand or Gravel with a trace of Silt 2 (SP -SM, SW -SM, GP -GM, GW -GM) 511 F Silty Sand or Gravel ( SM. GM Clayey Sand or Gravel ( SC. GC ) e( x G SC 4r 2 x Slit or Clay =t (ML. MH, CL,CH,OL,OH) a I( a W to W 40 Sa W ra W W p0 LIQUID LIMIT PLASTICITY CHART KEY TO BORING LOGS ° ° o P IM Fill VA SiltySand o,.°'° Phos hate o o' Sand �,,,mpAr Cemented Sand ®Silt ® Sandy Silt ®Limerock Cloy ®® Clayey Silt .11m11104u e e ShellR ee Sandy Clay I I Change in Sail Strata OrganicSilty Maf'I Cloy R Free Ground Wafer Level RELATIVE DENSITY Very Loose - Less Than 4 Loose - 4 to 10 Blows/Ft. Blows/Ft. Medium - 10 to 30 Blows/Ft. Dense - 30 to 50 Blows/Ff. Very Dense - More Than 50 Blows/Ff. N= MI ��n u .� . I= =Njjj a W to W 40 Sa W ra W W p0 LIQUID LIMIT PLASTICITY CHART KEY TO BORING LOGS ° ° o P IM Fill VA SiltySand o,.°'° Phos hate o o' Sand Clayey Sand Cemented Sand ®Silt ® Sandy Silt ®Limerock Cloy ®® Clayey Silt ,4 Fragmented v r c Rock e e ShellR ee Sandy Clay I I Change in Sail Strata OrganicSilty Maf'I Cloy R Free Ground Wafer Level RELATIVE DENSITY Very Loose - Less Than 4 Loose - 4 to 10 Blows/Ft. Blows/Ft. Medium - 10 to 30 Blows/Ft. Dense - 30 to 50 Blows/Ff. Very Dense - More Than 50 Blows/Ff. Number of Blows of a 140 -lb. 22 Weight Falling 30 in. Required to Drive a Standard Spoon One Foot Spoon Pushed by Hand ksg Thin -Wall Shelby Tube Undisturbed Sampler Used b Percent Core Recovery from rI Rock Core -Drilling Operations s Sample Taken at this Level Sample Not Taken at this Level 2.2.17. Audio -Video Taping Description Prior to commencing the work, the Contractor shall have a continuous color audio -video tape recording taken along the entire length of the Project and at all proposed pump station sites within the Project area to serve as a record of pre -construction conditions. No construction shall begin prior to review and approval of the tapes covering the construction area by the Engineer. The Engineer shall have the authority to reject all or any portion of a video tape ., not conforming to specifications and order that it be redone at no additional charge. The Contractor shall reschedule unacceptable coverage within five (5) days after being notified. The Engineer shall designate those areas, if any, to be omitted from our added to the audio -video coverage. Tape recordings shall not be made more than ninety (90) days prior to construction in any area. All tapes and written records shall become property of Owner. The tapes and player -receiver shall be delivered to the Owner as soon as possible after recording. .. The Contractor shall engage the services of a professional electrographer. The color audio -video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged ., in the business of preconstruction color audio -video tape documentation. The electrographer shall furnish to the Engineer a list of all equipment to be used for the audio -video taping, i.e. manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer is the names and addresses of two (2) references that the electrographer has performed color audio -video taping for on projects of a similar nature, one within the last (12) months. Audio -video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one-half inch, high energy, extended still frame capable, video cassette, shall be interchangeable with the color video cassette player and shall be compatible for playback with above player -receiver. Eguipment r All equipment, accessories, materials and labor to perform this service shall be furnished by the Contractor. The total audio -video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume, clarity and be free from distortion and interruptions. r=. 2.2.17. Audio -Video Taping Eouipment (Cont'd) When conventional wheeled vehicles are used, the distance from the cameral lens to the ground shall not be less than twelve (12') feet. In some instances, audio -video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall _ be obtained by walking or special conveyance approved by the Engineer. The color video camera used in the recording system shall have a horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot candles. Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual taping .. transparent digital information to include the date and time of recording, and stations numbers as shown on the Drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include but not be limited to project name, contract number, name of street, house address, direction of travel and the viewing side. The transparent information shall appear on the extreme upper left hand third of the screen. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. The rate of speed in the general direction of travel of the ., vehicle used during taping shall not exceed 44 feet per minute. Panning, zoom -in and zoom -out rates shall be sufficiently controlled to maintain a clear view of the object. Tape coverage shall include all surface features located within the zone of influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing .. driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs and headwalls within the area covered. 2.2.17. Audio -Video Taping Quantity and Payment Separate payment for Audio -video Taping will not be made but shall be included in the unit prices bid for "Force Main" said price shall include all else necessary therefor and incidential thereto. 2.2.18. Sandridge Golf Course Improvements Description This item of work shall include all furnishing of materials,, equipment, labor and all else necessary to construct swales, berms, 15" diameter ACCMP and all restoration in-kind as shown on Drawing 11-A of 65 of the Contract Plans and these Specifications. The Contractor shall take all necessary precautions during construction not to disturb the normal flow of the golfers. Materials ACCMP shall be 16 guage aluminum pipe by Kaiser Aluminum or approved equal. Equivalent piping must have a Mannings "N" factor of _ 0.012 or less. Joints shall be made with aluminum couplings and neoprene gaskets on recorrugated pipe ends. The soil to be used for the berm shall meet AASHTO designation M-145 classification A-3. Asphaltic coating for corrugated metal pipe shall be applied in accordance with manufacturer's recommendations. Coating shall be free of holidays and pits. Shop drawings for all ACCMP shall be submitted to the Engineer for approval prior to manufacture. Quanty and Payment Payment for "Sandridge Golf Course Improvements" will be made at the lump sum price in the proposal which price shall include all materials, supplying and hauling of fill, labor, equipment, piping and all else necessary therefor and incidential thereto. 2.2.19. Bridge/Canal Crossing ^ Description This work shall consist of furnishing and installing ductile iron ^ pipe across a bridge/canal crossing, including all concrete foundation supports, thrust blocks, reinforcing steel, excavation, dewatering, materials, tools, equipment, labor and all else necessary for the conveyance of raw wastewater 4s shown on the Contract Plans and in ^ accordance with these Specifications. Materials ^ Force main shall be constructed with Class 50 ductile iron pipe with flanged fittings meeting ANSI/AWWA C110/A21.10-82, or latest revision. The ductile iron pipe shall be coated on the outside with a paint a paint system or other coating acceptable to the Engineer and Indian River County. ^ Concrete utilized for construction of thrust blocks shall be installed in conformance with, and meet with, the Florida Department of Transporation Standard Specifications for Road and Bridge Construction, ^ 1986. Air relief valve (1") by Apco, Type 75, or approved equal set for _ 150 psi and 1" diameter galvanized gate valve. Quantity and Payment ^ No separate payment for Bridge/Canal Crossings will be made but shall be included in unit price bid for force main and reclaimed water main, which price shall include iron pipe with flange fittings, coating ^ system, thrust blocks, air relief valve, gate valve (1"), excavation, dewatering, materials, tools, equipment, labor and all else necessary and incidental thereto. a SECTION 3 RESTORATION 2.3.1. Existing Paved County Road Reconstruction Description This work shall consist of furnishing materials, equipment, testing, labor and all else neqessary to restore all "existing" paved County roads including base and subgrade materials. Restoration shall be completed where gravity sewers have been installed at approximately the centerline of existing paved County roads, as depicted on the Contract Plans. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (1982) and Indian River County Standards as applicable. The County Engineer will be notified of all maintenance and traffic plans and all excess fill shall remain the property of Indian River County. Bearing tests shall be performed at (300') intervals for all sub -grade and base restoration at the Contractor's expense in accordance with AASHTO T-180 specifications (nuclear method) to verify compaction to a minimum Florida Bearing Value of 75 PSI and density to 98% maximum dry density. All base courses shall be machine compacted. Quantity and Pavment This item will be measured on the surface of restored pavement, based on the actual lineal footage of pavement restored in line and parallel to the gravity sewer installed at the centerline of the existing paved County road. Payment for "Existing Paved County Road Restoration will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract proposal. The price bid shall include all rough grading, compaction, subgrade, base course, prime coat, asphalt, seeding & mulching, testing, equipment, tools, labor and all work incidental thereto. 2.3.2. Non -Paved Road Restoration Description This item of work shall include all furnishing of materials, equipment, testing, labor and all else necessary to restore all ^ non -paved roads, including sub -base course materials. This item shall include all limerock, shell and cemented -coquina roads. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. Quantity and Pavment This item will be measured on the surface of non -paved roads restored based on the actual lineal footage of force main, fittings and valves constructed under the non -paved road restored. Payment for "Non -Paved Road Restoration" will be made on the actual measured quantity at the price bid per lineal foot by the ^ Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment materials, tools, labor and all work incidental thereto. Separate payment will not be made for all other types of non -paved roads, such as, but not limited to, dirt and/or marl roads, but shall be included in the prices bid for this Contract. All non -paved roads shall be reconstructed to a minimum thickness of six (6") inches or in-kind, whichever is greater. 2.3.3. Edge of Pavement Restoration Description The Contractor shall take all necessary precautions not to disturb the edge of pavement during construction of gravity sewer/force main which is constructed along the edge of pavement. In the event that the edge of pavement is disturbed during construction, the Contractor shall restore the pavement as shown on Sheet 63 of 65 of these Contract Specifications at his own expense. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. 2.3.3. Edge of Pavement Restoration Materials and Methods of Construction (Cont'd) The County Engineer will be notified of all maintenance and traffic plans and all excess fill shall remain the property of Indian River County. Bearing tests shall be performed at (300') intervals for all sub -grade and base restoration at the Contractor's expense in accordance with AASHTO T-180 specifications (nuclear method) to verify compaction to a minimum Florida,Bearing Value of 75 PSI and density to 98% maximum dry density. All base courses shall be machine compacted. Quantitv and Pavment No separate payment shall be made for "Edge of Pavement Restoration" but shall be included in the unit prices bid for gravity sewer and/or force main. Said price shall include all else necessary therefor and incidential thereto. 2.3.4. FDOT Pavement Restoration Description This work shall consist of furnishing all materials, equipment, testing, labor and all else necessary to restore Florida Department of Transportation paving on U. S. Highway #1. Materials and Method of Construction Shall conform to the Florida Department of Transportations Standard Specifications for Road and Bridge Construction (1982). All pavement and/or shoulder shall be reconstructed to the thicknesses and strengths present prior to construction. Density tests shall be performed at (200') intervals for all sub -grade and base restoration at the Contractor's expense in accordance with AASHTO T-180 Specifications to verify a minimum compaction to a Florida Bearing Value of 50 PSI. Quantitv and Pavment This item will be measured on the surface of restored pavement based on the actual lineal footage of pavement restored in line and parallel to the force main installation. Payment for "FDOT Paving Restoration" will be made on the actual measured quantity at the price bid for lineal foot by the Contractor in the Contract Proposal. The price bid shall include all rough grading, compaction, sub -grade base course prime coat, asphalt and/or concrete, seeding and mulching, testing, equipment, tools, labor, and all work incidental thereto. 2.3.5. Paved Driveway Restoration Description This item of work shall consist of furnishing materials, equipment, testing, labor and all else necessary to restore cement concrete and asphaltic concrete driveways, including sub -base and base course materials. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. Quantity and Payment This item will be measured on the surface of paved driveways restored based on the actual lineal footage of force main, fittings and valves constructed under the paved driveway restored. Payment for "Paved Driveway Restoration" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment, materials, tools, labor and all work incidental thereto. Cement concrete driveways shall be constructed with 6" thick concrete minimum or in-kind, whichever is greatest. Asphaltic concrete driveways shall be constructed with 1" thick Type II or in-kind, whichever is greater. 2.3.6. Non -Paved Driveway Restoration Description This item of work shall include all furnishing of materials, equipment, testing, labor, and all else necessary to restore all non -paved driveways, including sub -base course materials. This item shall include all limerock, shell, cemented -coquina and chattahoochee stone driveways. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards as applicable. 2.3.6. Non -Paved Driveway Restoration Quantity and Payment This item will be measured on the surface of non -paved driveways ^ restored based on the actual lineal footage of force main, fittings, and valves constructed under the non -paved driveway restored. Payment for "Non -Paved Driveway Restoration" will be made on the ^ actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The price bid per lineal foot shall indicate all testing, equipment, materials, tools, labor and all ^ work incidental thereto. Separate payment will not be made for all other types of non -paved driveways, such as, but not limited to, dirt, marl and/or grass driveways, but shall be included in the prices bid in _ this Contract. All non -paved driveways shall be reconstructed to a minimum thickness of six (6") inches or in-kind, whichever is greatest, except chattahoochee, which must be a minimum of four (4") inches thick or in-kind, whichever is greatest. 2.3.7. Trench/Paving Restoration Description This item of work shall consist of furnishing materials, equipment, testing, labor and all else necessary to restore paving that has been disturbed where gravity sever and/or force main has ^ crossed existing paved County Roads at the locations shown on the Contract Plans. Restoration shall be completed in conformance with the detail "Trench/Paving Restoration" on the Contract Plans. Materials and Methods of Construction Shall conform to the Florida Department of Transportation Standard ^ Specifications for Road and Bridge Construction (1986) and Indian River County Standards as applicable. ^ The County Engineer shall be notified of all maintenance of traffic plans and excess fill shall remain the property of Indian River County. ^ Bearing tests shall be completed within all trenches restored for base course restoration, at the Contractor's expense to verify compaction to a minimum 98% of maximum dry density. A temporary patch ^ shall be installed within (24) hours of cut. 2.3.7. Trench/Paving Restoration Quantity and Payment This item shall be measured on the surface of the pavement restored, based on the actual lineal footage of gravity sewer/force main installed below the restored trench. Payment for "Trench/Paving,Restoration" will be made based on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract proposal. The price bid per lineal foot shall include all testing, equipment, materials, tools, labor and all work incidental thereto. 2.3.8. Sidewalk Restoration Description This work shall consist of furnishing materials, equipment, labor and all else necessary to restore all sidewalk disturbed as a result of the construction of this Project. Materials and Methods of Construction Shall conform to the Florida Department of Transporation Standards of Specifications for Road and Bridge Construction (1986) and Indian River County standards as applicable. Sidewalks shall be reconstructed using concrete with the minimum strength of 2500 PSI at four (4") thick minimum with welded wire mesh fabric except at driveways where a six (6") inch thickness shall be used. Quantity and Pavment This item will be measured on the surface of the ground based on the actual lineal footage of sidewalk reconstructed. Payment for "Sidewalk Restoration" will be made on the actual measure quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, labor, transporation and all work incidental thereto. 2.3.9. Sod (If and Where Directed) Description This work shall consist of furnishing materials, equipment, labor and all else necessary to restore areas as shown on plans and/or as directed by the Engineer. M M 2.3.9. Sod (If and Where Directed) Materials and Methods of Construction Shall conform to Section 575, "Sodding" in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, as applicable. Quantity and Payment This item will be measured on the surface of the ground based on the actual lineal footage of force main, fittings and valves, constructed below sodded areas. Payment for "Sod" will be made on the actual measured quantity at the price bid per lineal foot by the Contractor in the Contract Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, labor, transportation and all work incidental thereto. 2.3.10. Seed & Mulch Restoration Description This work shall consist of furnishing materials, equipment, labor and all else necessary to restore grassed areas where force mains have been installed. Payment for seed & mulch required for restoration, where force main have been installed at the centerline of County road rights-of-way shall be included in the appropriate "paving" restoration bid item. Materials and Methods of Construction Shall conform to Section 570, "Grassing (by Seeding)," in the Florida Department of Transportation Standard Specifications for Road .. and Bridge Construction (1986) and Indian River County Standards as applicable. Water for watering of all seeded areas will be supplied by Indian River County at no cost to the Contractor; however, all labor ^' and equipment necessary for the transportation of all water to seeded areas to be included by the Contractor at his/her expense under this Item. Quantity and Payment This item will be measured on the surface of the ground based on .. the actual lineal footge of force main constructed below seeded/mulched areas. 2.3.10. Seed & Mulch Restoration .. Quantity and Payment (Cont'd) Payment for "Seed and Mulch Restoration" will be made on the �+ actual measured quantity measured in line and parallel to the force main at the price bid per lineal foot by the Contractor in the Contract Proposal. The unit price bid per lineal foot shall include all equipment, materials, tools, ,labor, transportation, and all work incidental thereto. 2.3.11. General Restoration Description The Contractor shall also be responsible for restoration and repair of all other public and private property and/or structures not otherwise described in these Specifications which are disturbed as a result of this Project. Materials and Methods of Construction Restoration of any and all disturbed public or private property and/or structures not otherwise described "in these Specifications, shall be made in accordance with applicable sections of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, 1986, and Indian River County Standards. Quantity and Payment No separate payment shall be made for .., shall be included in the unit price bid for shall include all else necessary therefore .r "General Restoration," but "Force Mains." Said price and incidental thereto.